LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
April 1,2025 through June 30, 2025
100 Capital Development Board File Date: 4/17/2025
Original Filing – 4/17/2025: FY25, Qtr 4, Item# 100
The scope of work provides for the rental of vacuum trucks to pump sewage from the clarifier in its entirety to
access and replace the failed bearing, valves, and other undiscovered failing components once the clarifier is
drained. These repairs may also necessitate the rental of temporary storage tanks and trucking of excess sewage
to local treatment plants.
Incorporated documents include the 2025 January Standard Documents for Construction. Section 01 29 00
PAYMENT PROCEDURES, will be strictly followed and adhered to. The sum of all items listed in the
Contractor Schedule of Values should equal the contract award amount. Payment amounts will be approved
based on proof of work actually performed and materials actually used. Construction
services provided under this procurement should not exceed $500,000.00, which is a place-holder prior entering
into a Construction Contract, without prior authorization from the Capital Development Board in consultation
with the Chief Procurement Office. Final Actual Costs will be reported upon project completion and project
close-out.
This Emergency Purchase has an expected start date of 04/17/2025 through 07/15/2025 with an Original
Estimated Cost of $500,000.00.
Signed By: Chris Miles, Exec II
Vendor: River City Construction LLC Notary Date: 4/17/2025
Original Revised Paid To Actual
Estimate Estimate Date Final Cost FY QTR
State Cost: $500,000.00 $0.00 $0.00 25 4
Federal $0.00 $0.00
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
April 1,2025 through June 30, 2025
101 Capital Development Board File Date: 4/1/2025
Original Filing – 4/1/2025: FY25, Qtr 4, Item# 101
The scope of work includes emergency design services and assistance with the emergency purchase and
installation of a 1000HP diesel boiler unit, the purchase and installation of an 800hp Propane Boiler to provide
redundancy to the heating system, and the rental and any necessary hook-up of a 500 hp diesel boiler to reduce
the workload of the current propane boiler unit struggling to provide sufficient steam. Increasing the size of the
current gas-line, and a new Deaeration tank is also required. The existing water softeners are to be inspected to
verify they can provide sustained operations and the existing water heaters are to be repaired to be fully
functional. To provide sufficient space to install the new permanent propane boilers, the demolition of the
inoperable coil-fired boilers and associated equipment will be required. Abatement of hazardous materials are not
anticipated at this time but may be required. The
replacement or repairs of all necessary ancillary components shall be included to provide a fully functional and
redundant boiler plant (to be used in conjunction with the mobile diesel boiler).
Incorporated documents include the January 2025 Standard Documents for Construction and the January 2025
Design and Construction Manual. Basic Architectural Services provided under this procurement should not
exceed $250,000.00, which is a placeholder prior to the negotiation of a Professional Services Agreement,
without prior authorization from the Capital Development Board in consultation with the Chief Procurement
Office. Final Actual Costs will be reported upon project completion and project close-out
This Emergency Purchase has an expected start date of 04/01/2025 through 06/29/2025 with an Original
Estimated Cost of $250,000.00.
Signed By: Chris Miles, Exec II
Vendor: Henneman Engineering, Inc. Notary Date: 4/1/2025
Original Revised Paid To Actual
Estimate Estimate Date Final Cost FY QTR
State Cost: $250,000.00 $0.00 $0.00 25 4
Federal $0.00 $0.00
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
April 1,2025 through June 30, 2025
102 Capital Development Board File Date: 5/5/2025
Original Filing – 5/5/2025: FY25, Qtr 4, Item# 102
The scope of work provides for removing and replacing two (2) centrifugal liquid chillers in the penthouse
mechanical room, four (4) rooftop cooling towers including structural supports, nine (9) associated primary,
secondary, and condensing water pumps, three (3) variable frequency drives, any necessary piping
modifications and associated electrical and controls work. The work will require the removal and replacement of
a portion of the existing exterior masonry wall of the penthouse to provide necessary access for removal and
installation of equipment. Provisions shall be made to maintain the integrity of the roof during construction. The
scope shall also include provisions for a temporary chiller while the work is being completed.
Incorporated documents include the 2025 January Standard Documents for Construction 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 $4,000,000.00, 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.
This Emergency Purchase has an expected start date of 05/05/2025 through 08/02/2025 with an Original
Estimated Cost of $4,000,000.00.
Signed By: Chris Miles, Exec II
Vendor: Henson Robison Co. Notary Date: 5/5/2025
Original Revised Paid To Actual
Estimate Estimate Date Final Cost FY QTR
State Cost: $4,000,000.00 $0.00 $0.00 25 4
Federal $0.00 $0.00
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
April 1,2025 through June 30, 2025
103 Capital Development Board File Date: 5/5/2025
Original Filing – 5/5/2025: FY25, Qtr 4, Item# 103
The scope of work provides for removing and replacing two (2) centrifugal liquid chillers in the penthouse
mechanical room, four (4) rooftop cooling towers including structural supports, nine (9) associated primary,
secondary, and condensing water pumps, three (3) variable frequency drives, any necessary piping
modifications and associated electrical and controls work. The work will require the removal and replacement of
a portion of the existing exterior masonry wall of the penthouse to provide necessary access for removal and
installation of equipment. Provisions shall be made to maintain the integrity of the roof during construction. The
scope shall also include provisions for a temporary chiller while the work is being completed.
Incorporated documents include the January 2025 Standard Documents for Construction and the January 2025
Design and Construction Manual. Basic Architectural Services provided under this procurement should not
exceed $500,000.00, which is a placeholder prior to the negotiation of a Professional Services Agreement,
without prior authorization from the Capital Development Board in consultation with the Chief Procurement
Office. Final Actual Costs will be reported upon project completion and project close-out.
This Emergency Purchase has an expected start date of 05/05/2025 through 08/02/2025 with an Original
Estimated Cost of $500,000.00.
Signed By: Chris Miles, Exec II
Vendor: RTM Engineering Consultants LLC Notary Date: 5/5/2025
Original Revised Paid To Actual
Estimate Estimate Date Final Cost FY QTR
State Cost: $500,000.00 $0.00 $0.00 25 4
Federal $0.00 $0.00
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
April 1,2025 through June 30, 2025
104 Natural Resources, Department of File Date: 3/20/2025
Original Filing – 3/20/2025: FY25, Qtr 4, Item# 104
Illinois Department of Natural Resources staff found that one of the inflatable Obermeyer bags present in Gate
3 at the Sinnissippi Dam in Rock Falls would no longer inflate, allowing a section of Gate 3 to be lower than the
other gate sections. With this section of gate lower than the other gate sections, it is allowing water to flow
uncontrolled through this area. The IDNR is required to maintain a minimum pool elevation of 636.1’ upstream
of the Sinnissippi Dam to supply water to the Hennepin Canal and to the Rock Falls Hydro-electric plant. Since
this section of gate has failed, the IDNR will be unable to properly control the upstream pool elevation, and
maintain the minimum required elevation, especially during periods of drought and lower river flows. The
uncontrolled flow of water though this section could also put undo stresses and strains on other gate sections
which could lead to an even larger failure of the dam. Stop logs are large sections of steel that are placed in the
gate bays that can stop the flow of water through the gate section. The IDNR needs to purchase 4 additional
stop logs so they can be placed upstream of Gate 3 to stop the flow of water through the gate. This will allow
the IDNR to maintain the upstream pool elevation at the required elevation until the gate can be examined and a
permanent repair is made.The vendor is fabricating a total of 4 stop logs that will be delivered to the Sinnissippi
Dam. Once delivered the stop logs will be placed in the Gate 3 Bay to stop the uncontrolled leakage of water
through the gate.
This Emergency Purchase has an expected start date of 3/20/2025 through 06/20/2025 with an Original
Estimated Cost of $179,530.00.
Signed By: Maurice Mosley, APO
Vendor: Orsolini Welding Fabricators Notary Date: 3/20/2025
Original Revised Paid To Actual
Estimate Estimate Date Final Cost FY QTR
State Cost: $179,530.00 $0.00 $0.00 25 4
Federal $0.00 $0.00
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
April 1,2025 through June 30, 2025
105 Natural Resources, Department of File Date: 4/11/2025
Original Filing – 4/11/2025: FY25, Qtr 4, Item# 105
The vendor (contractor) was selected to perform work associated with the emergency. Contractor was
awarded a small purchase competitive solicitation for remediation work at this site. Due to unforeseen
circumstances, the mine subsidence has expanded, affecting a residence.
Mine subsidence reclamation, including residential building stabilization.
This Emergency Purchase has an expected start date of 04/11/2025 through 07/10/2025 with an Original
Estimated Cost of $51,825.00, using Federal Funds.
Signed By: Lance Range, AML Div Manager
Vendor: Mott Excavating Notary Date: 4/11/2025
Original Revised Paid To Actual
Estimate Estimate Date Final Cost FY QTR
State Cost: $0.00 $0.00 $0.00 25 4
Federal $51,825.00 $0.00
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
April 1,2025 through June 30, 2025
106 Natural Resources, Department of File Date: 3/21/2025
Original Filing – 3/21/2025: FY25, Qtr 4, Item# 106
Quick Electrical Contractors, Inc. has been identified as having the required expertise and equipment, has
knowledge and experience with the Banner Marsh SFWa and can mobilize swiftly from nearby Fairview, IL).
Quick Electrical Contractors, Inc. is a local Small Business Set -Aside (already registered in the State's bid buy
system). Given the emergency criteria on this project, the Agency has identified Quick Electrical Contractors,
Inc. as best suited to expeditiously repair th epump station electrical system.
The Agency would like to move forward with repairing the pump station to restore operation of the 100 hp
motor and pump as soon as possible. Work will include all labor and materials including new wiring, 800 amp
main distribution panel, surge protection, start up, programming, testing, coordination with Ameren, and demo
of existing damaged equipment and wiring.
Given the Emergency Criteria, the Agency has prioritized resolving the Criteria as swiftly as possible. Quick
Electrical Contractors, Inc. has been identified as having the required expertise and equipment, has knowledge
and experience with the Banner Marsh SFWA, and can mobilize swiftly (from nearby Fairview, IL). Quick
Electrical Contractors, Inc. is a local Small Business Set-Aside (already registered in the State’s BidBuy system).
Given the Emergency Criteria on this project, the Agency has identified Quick Electrical Contractors, Inc. as
best suited to expeditiously repair the pump station electrical system.
This Emergency Purchase has an expected start date of 03/21/2025 through 06/19/2025 with an Original
Estimated Cost of $77,200.00.
Signed By: Joseph Lenkaitis, Regional Land Manager
Vendor: Quick Electrical Contractors, Inc. Notary Date: 3/21/2025
Original Revised Paid To Actual
Estimate Estimate Date Final Cost FY QTR
State Cost: $77,200.00 $0.00 $0.00 25 4
Federal $0.00 $0.00
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
April 1,2025 through June 30, 2025
107 Central Management Services, Department of File Date: 4/2/2025
Original Filing – 4/2/2025: FY25, Qtr 4, Item# 107
Current generator vendor for this location through a small purchase with sole source conditions but current
BOA did not cover services needed. The vendor was called because any other vendor working on this
generator would have voided the warranty of the generator.
The vendor has and will continue to investigate why the system did not sync properly when switching from
generator to utility power. The power did not transition properly back from generator power to utility. The
vendor is the generator vendor who completed the installation and is investigated why this failed to occur.
This need occurred after hours and was due to storm activity (lightning strike). Due to the the circumstances,
the current contract vendor was contacted to complete this work due to familiarity with the system. The
estimated value of this procurement is under the normal threshold for a BEP goal and due to the quick need, a
vendor with familiarity of the current system was chosen.
This Emergency Purchase has an expected start date of 04/02/2025 through 06/30/2025 with an Original
Estimated Cost of $10,000.00.
Signed By: David Thomas, APO
Vendor: Altorfer Inc. Notary Date: 4/2/2025
Original Revised Paid To Actual
Estimate Estimate Date Final Cost FY QTR
State Cost: $10,000.00 $0.00 $0.00 25 4
Federal $0.00 $0.00
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
April 1,2025 through June 30, 2025
108 Central Management Services, Department of File Date: 4/2/2025
Original Filing – 4/2/2025: FY25, Qtr 4, Item# 108
The vendor has and will continue assist in identifying and repairing the power plant of the facility. The power
plant had a malfunctioning main which left the facility with one functioning main without a backup on utility
power. The vendor was called because this vendor completed the original wiring and the main needs to be
operational as soon as possible.
This need occurred after hours and was due to storm activity (lightning strike). Due to the the circumstances,
the current vendor was contacted to complete this work due to familiarity with the system. The estimated value
of this procurement is under the normal threshold for a BEP goal and due to the quick need, a vendor with
familiarity of the current system was chosen.
This Emergency Purchase has an expected start date of 04/02/2025 through 06/30/2025 with an Original
Estimated Cost of $10,000.00.
Signed By: David Thomas, APO
Vendor: B & B Elec Notary Date: 4/2/2025
Original Revised Paid To Actual
Estimate Estimate Date Final Cost FY QTR
State Cost: $10,000.00 $0.00 $0.00 25 4
Federal $0.00 $0.00
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
April 1,2025 through June 30, 2025
109 Southern Illinois University File Date: 4/16/2025
Original Filing – 4/16/2025: FY25, Qtr 4, Item# 109
This was posted as SS 6322, but has shifted to Emergency Posting 6325. We must act immediately to secure an
installation date before the funds become unavailable.
Vendor offers specialized service, compatibility,
urgency, standardization, proven supplier performance, and is cost-effective.
For Control Room: Three new 44U racks w/ power and UPS (uninterrupted power supplies), new video router
w/ advanced connectivity and new video switcher. This will include new touch control panels,
displays/monitors, multiviewers, video playout and ingest server, graphics character generator and digital audio
upgrades. OpenGear terminal equipment necessary for frame sync, distribution, master reference and test
signal generation is included.
For Studio: Three new tripod systems for existing Blackmagic studio cameras,
rack based CCUs (camera control units), operator control panels, and 164' of SMPTE fiber cables for each
camera.
Includes installation and commissioning of equipment.
This Emergency Purchase has an expected start date of 04/16/2025 through 06/30/2025 with an Original
Estimated Cost of $194,032.00.
Signed By: Matt Brown, Dir of Purchases
Vendor: Modern Communications Notary Date: 4/16/2025
Original Revised Paid To Actual
Estimate Estimate Date Final Cost FY QTR
State Cost: $194,032.00 $0.00 $0.00 25 4
Federal $0.00 $0.00
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
April 1,2025 through June 30, 2025
110 Illinois State University File Date: 4/14/2025
Original Filing – 4/14/2025: FY25, Qtr 4, Item# 110
Recent structural evaluations and an increased frequency in interior damage caused by water intrusion, ISU is
seeking an expeditious approval and execution of the project to improve the integrity of the building exterior to
include sealants and associated infrastructure to make the building more water tight. Water intrusion into a
building is often a catalyst for conditions that compromise building materials as well as creating negative impacts
to indoor air quality. Illinois State University's Environmental Health and Safety (EHS) has responded to
numerous occupant concerns/complaints regarding water damage to the exterior walls and surfaces around the
windows. In most cases, EHS has utilized indoor air quality monitoring equipment to verify water intrusion
conditions from the migration of water into the building from the outside. In several of those situations, EHS
has had to direct Building Mechanics to remove drywall and other impacted building materials due to water
damage and pervasive mold spore colonization. In 2024 Western Waterproofing provided the lowest cost and
most competitive quote for the replacement of the exterior facade sealants and a water repellent application and
they are willing to honor the 2024 unit pricing with for this project. In the spring of 2024, FPDC requested
quotes from Western Waterproofing, Otto Baum, Armor Seal, and Kedmont where we sent out the scope of
work (joint sealants and water repellent) for the Wilkins Hall – South elevation (it was leaking the worst).
Western Waterproofing was the low quote so they were issued a contract. Over the summer of 2024 the work
was completed and since then, measures were taken to confirm the effectiveness of prescribed repairs. The
effort was a success. The plan now is to perform the same repairs to the remainder of the elevations on
Wilkins, Haynie, and Wright dormitories.
Replacement of the exterior pre-cast concrete panel to panel sealants and panel to window sealants along with a
water repellent application. [please see attachment for additional details]
This Emergency Purchase has an expected start date of 04/14/2025 through 11/01/2025 with an Original
Estimated Cost of $727,860.00, using Bond Reserve Account Funds.
Signed By: Stacy Brown, Interm Dir of Purchases
Vendor: Western Waterproofing Co. dba Western Specialty Notary Date: 4/14/2025
Original Revised Paid To Actual
Estimate Estimate Date Final Cost FY QTR
State Cost: $727,860.00 $0.00 $0.00 25 4
Federal $0.00 $0.00
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
April 1,2025 through June 30, 2025
111 University of Illinois Chicago File Date: 3/31/2025
Original Filing – 3/31/2025: FY25, Qtr 4, Item# 111
MindPower/Staffing Team Inc is providing temporary staffing for UIC and UI Health HR under an emergency
purchase #VLH345 that will term on March 30, 2025. These temporary employees provided clinical and non-
clinical support in areas with staffing shortages, open positions or have been hired due to a critical, short-term
need. We are currently engaged in a new RFP process to secure outside agency vendors under RFP #PPA109.
UIC HR is requesting an emergency for temporary staffing services until the competitive solicitation for RFP
#PPA109 has been awarded and a fully executed contract is in place.
Staffing Team 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 3/31/2025 through 06/28/2025 with an Original
Estimated Cost of $975,000.00.
Signed By: Aaron Rosenthal, Assist Vice Chancellor
Vendor: MindPower/Staffing Team Inc. Notary Date: 3/31/2025
Original Revised Paid To Actual
Estimate Estimate Date Final Cost FY QTR
State Cost: $975,000.00 $0.00 $0.00 25 4
Federal $0.00 $0.00
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
April 1,2025 through June 30, 2025
112 University of Illinois Chicago File Date: 4/24/2025
Original Filing – 4/24/2025: FY25, Qtr 4, Item# 112
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 several days. This system disruption led to the coding backlog. The vendor,
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. HIM Department has been
leveraging coding staffing services from AAPC. Currently we are in the process of changing the Computer
Assisted Coding system from Optum 360 to Solventum with an estimated date to go live of June 24th. In
addition, the coding staff is undergoing extensive Vizient training as part of the Coding, Clinical Documentation
Improvement (CDI) and Quality engagement. We need agency staff to cover coding during our transitional staff
training. There is currently no coding agency staffing contract available. We are requesting a new emergency
to continue the medical coding services until the competitive solicitation RFP #PPA109 is awarded, fully
executed contract, and staff transition is completed.
Medical coding services for hospital inpatient and outpatient accounts.
This Emergency Purchase has an expected start date of 07/01/2025 through 09/28/2025 with an Original
Estimated Cost of $150,000.00, using hospital self-supported funds.
Signed By: Aaron Rosenthal, Assist Vice Chancellor
Vendor: American Academy of Professional Coders Serv Notary Date: 4/24/2025
Original Revised Paid To Actual
Estimate Estimate Date Final Cost FY QTR
State Cost: $150,000.00 $0.00 $0.00 25 4
Federal $0.00 $0.00
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
April 1,2025 through June 30, 2025
113 State Police, Illinois File Date: 4/15/2025
Original Filing – 4/15/2025: FY25, Qtr 4, Item# 113
The Illinois State Police (ISP) Training Academy has an immediate need for an on-site food service vendor
under a contractual agreement. The current contract is being canceled because it does not include language
allowing for price increases related to prevailing wage adjustments. Due to these issues and to ensure the
fairness and transparency of the procurement process, the existing contract must be canceled and a new
solicitation initiated.
Given the ISP Training Academy's ongoing operations—with two Cadet classes currently in-house and four
more incoming—the need for uninterrupted food service is critical. DAT is working to issue a new multi-year
IFB during this emergency period. Arena Food Service, the current contractor and long-time service provider,
has supported the Academy for many years. To avoid disruption of essential services, ISP is requesting to
continue emergency service with Arena until a new competitively awarded contract is established.
This Academy is residential, law enforcement training facility and an integral part of the operation is dependent
upon food service. During training, officers are engaged in strenuous physical training endeavors as well as an
intensive study program. Team building is a major component of the training and there is no time scheduled for
students to leave the Academy for meals. The intensive training requires special consideration to ensure that
nutritionally balanced meals are served in a timely manner to all students. The ISP is seeking to secure an
emergency three (3) month procurement for food service contract until a new contract can be established.
This Emergency Purchase has an expected start date of 04/17/2025 through 07/15/2025 with an Original
Estimated Cost of $433,028.16.
Signed By: Jasmin Dixon, Exec Dir
Vendor: Arena Food Services Notary Date: 4/15/2025
Original Revised Paid To Actual
Estimate Estimate Date Final Cost FY QTR
State Cost: $433,028.16 $0.00 $0.00 25 4
Federal $0.00 $0.00
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
April 1,2025 through June 30, 2025
114 Finance Authority, Illinois File Date: 4/15/2025
Original Filing – 4/15/2025: FY25, Qtr 4, Item# 114
The focus of the scope of the engagement will be due diligence and valuation of companies in connection with
determining finance options in connection with IFA’s economic development objectives, whether through public
finance, an IFA participation loan with a private lender, or an IFA direct loan with balance sheet funds. For the
IFA, public finance solutions (private activity bonds, taxable conduit bonds, and Commercial Property Assessed
Clean Energy “C-PACE”) are always the initial threshold analysis and then participation and direct lending. The
vendor's services are needed to ensure IFA is positioned to respond to time-sensitive requests in an uncertain
market.
This Emergency Purchase has an expected start date of 04/11/2025 through 07/10/2025 with an Original
Estimated Cost of $500,000.00, IFA is a self-funded public entity.
Signed By: Chris Meister, Exec Dir
Vendor: Loop Capital, LLC Notary Date: 4/15/2025
Original Revised Paid To Actual
Estimate Estimate Date Final Cost FY QTR
State Cost: $500,000.00 $0.00 $0.00 25 4
Federal $0.00 $0.00
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
April 1,2025 through June 30, 2025
115 Property Tax Appeal Board File Date: 3/21/2025
Original Filing – 3/21/2025: FY25, Qtr 4, Item# 115
3 gas-powered 2025 Ford Explorer SUVs.
PTAB has subsequently identified Ford Explorers available on master contract 22-416CMS-BOSS4-P-41049.
The 2025 Ford Explorer offers an Eco boost engine and gets similar fuel efficiency as the previously,
discontinued 2024 flex fuel model available on the previous master contract to state agencies. It also has the
AWD functionality that the agency requires . Subsequently this master contract was identified as only for
agencies with law a enforcement component. The vendor will extend the contracted amount outside of a release
off the master. The agency intends to proceed with a quick purchase using the master contract vendor in order
to obtain the state negotiated rate per vehicle.
This Emergency Purchase has an expected start date of 3/21/2025 through 06/10/2025 with an Original
Estimated Cost of $125,883.00.
Signed By: Daniel Sronce, Chief iscal Officer
Vendor: Sutton Ford Inc. Notary Date: 3/21/2025
Original Revised Paid To Actual
Estimate Estimate Date Final Cost FY QTR
State Cost: $125,883.00 $0.00 $0.00 25 4
Federal $0.00 $0.00
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
April 1,2025 through June 30, 2025
116 Public Health, Department of File Date: 4/1/2025
Original Filing – 4/1/2025: FY25, Qtr 4, Item# 116
The State of Illinois has previously utilized VitalCheck services for the past 20 years that provide vital records
for State of Illinois customers under a service agreement that expired in May 2024. VitalChek provides a
convenient service that allows customers to quickly and securely order official copies or replacements of
government-issued birth, death, marriage, and divorce records. In addition to very substantial customer
convenience, working with VitalChek protects individuals from predatory online services that charge exorbitant
fees without providing legitimate services. VitalChek has been providing these services in Illinois under multiple
agreements since 2003. The last agreement with VitalChek expired in May 2024. The Office of Vital Records
needs to continue providing these services so that customers can order an expedited request online rather than
by mail, which could take weeks to process.
Vitalchek offers online ordering that includes an identity authentication mechanism, expedited delivery, and the
ability to pay for records by credit card. Not provided by the Division of Vital Records, these services will be
available to customers willing to pay any associated Vendor fees. The convenience and timeliness of ordering
through VitalChek obviates customers having to travel to obtain records or to wait 8-12 weeks for the IDPH to
process the order via mail. VitalChek also provides two VitalChek staff members in-house to process the orders
from this service.
This Emergency Purchase has an expected start date of 04/01/2025 through 06/29/2025 with an Original
Estimated Cost of $294,000.00, No State funds are being expended.
Signed By: Mike Caceres, APO
Vendor: VitalChek Network Inc. Notary Date: 4/1/2025
Original Revised Paid To Actual
Estimate Estimate Date Final Cost FY QTR
State Cost: $294,000.00 $0.00 $0.00 25 4
Federal $0.00 $0.00
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
April 1,2025 through June 30, 2025
117 Transportation, Department of File Date: 4/14/2025
Final Cost Statement
Latest Filing – 05/3/25: FY25, Qtr 4, Item # 351
The Actual Total Cost of FY25, Qtr 4, Item# 351 is $260,595.10, with a final contract term ending.
Original Filing – 4/14/2025: FY25, Qtr 4, Item# 117
The Illinois Department of Transportation seeks a contractor to perform emergency Interstate repairs on I-55
near mile marker 130 in Logan County, including pavement removal and replacement as well as drainage
improvements including removal and replacement of underdrains and underdrain outlets. All work shall follow
applicable Traffic Control Standards and Illinois Department of Transportation Standard Specifications.
This Emergency Purchase has an expected start date of 04/14/2025 through 07/12/2025 with an Original
Estimated Cost of $450,000.00.
Signed By: Brian Galloway, Maintenance Field Engineer
Vendor: Kinney Contractors Notary Date: 4/14/2025
Original Revised Paid To Actual
Estimate Estimate Date Final Cost FY QTR
State Cost: $450,000.00 $260,595.10 $260,595.10 25 4
Federal $0.00 $0.00
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
April 1,2025 through June 30, 2025
118 Human Services, Department of File Date: 3/20/2025
Original Filing – 3/20/2025: FY25, Qtr 4, Item# 118
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; and there was not enough time to extend the second emergency due to delays in
approvals.
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 03/17/2025 through 06/14/2025 with an Original
Estimated Cost of $227,593.52.
Signed By: Jean Sandstrom, APO
Vendor: Nichols Enterprises, LLC Notary Date: 3/20/2025
Original Revised Paid To Actual
Estimate Estimate Date Final Cost FY QTR
State Cost: $227,593.52 $0.00 $0.00 25 4
Federal $0.00 $0.00
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
April 1,2025 through June 30, 2025
119 Innovation & Technology, Department of File Date: 5/1/2025
Original Filing –5/1/2025: FY25, Qtr 4, Item# 119
The majority of the analog phone systems still in place are in locations such as Department of Correction
penitentiaries and Department of Human Services facilities. The loss of phone systems risks both residents and
state staff. This vendor has historically held this contract and is able to continue these services while the state
issues a competitive solution. This vendor already has required security clearances to enter the locations with
analog phone systems in place.
Installation/Move, Add, Change (MAC) requests and Maintenance services for the states remaining analog phone
systems listed in Attachment A. This includes warranty, replacement, and move, add, change request. The
vendor will handle all facets of maintenance for the systems.
This Emergency Purchase has an expected start date of 05/01/2025 through 07/30/2025 with an Original
Estimated Cost of $688,055.75.
Signed By: Chris Brinkmeyer, APO
Vendor: Ficek Elec & Communication Systems, Inc. Notary Date: 5/1/2025
Original Revised Paid To Actual
Estimate Estimate Date Final Cost FY QTR
State Cost: $688,055.75 $0.00 $0.00 25 4
Federal $0.00 $0.00
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
April 1,2025 through June 30, 2025
120 Revenue, Department of (Lottery) File Date: 4/30/2025
Original Filing – 4/30/2025: FY25, Qtr 4, Item# 120
Freedom Chevrolet was the only vendor that could provide the Department of Lottery with 8 Chrysler Pacificas.
Finding a vendor to provide inventory has been extremely difficult. The Department of Lottery has done
research to find a vendor and Freedom Chevrolet has the inventory to meet the agency's needs.
The Department of Lottery has been needing and searching for vehicles for our Lottery Sales Representatives
who must be able to travel throughout the State of Illinois. The fleet has been diminished due to recent wrecks
and damages. Most recently Lottery has had two vehicles that were deemed totaled and another damaged due to
a hit-and-run. One of the concerns is the agency would not be able provide its sales representatives with
working vehicles in order to do their daily tasks. The Department of Lottery has new sales representative
starting in May 1st and the Department does not have enough vehicles for new reps to use. Section 20-30(d) of
the Illinois Procurement Code and the CPO-GS Administrative Rules [44ILL. Adm. Code 1.2030(c)] provide
that the use of the Emergency method of source selection may be used to make a "quick purchase" in situations
when "items are available on the spot market or at discounted prices for a limited time so that good business
judgment mandates a "quick purchase" immediately to take advantage of the availability and price". The
emergency spot market method of procurement was chosen over a competitive solicitation because of the
amount of time a competitive selection could take and given the current market environment, vehicle dealerships
are unlikely to hold multiple vehicles on their lots without a guarantee of award. The Department of Lottery has
done extensive research and made and effort to utilize the master contract. However, the vendor on the master
contract did not have the inventory in stock (email attached in BidBuy attachments tab).
This Emergency Purchase has an expected start date of 04/30/2025 through 07/28/2025 with an Original
Estimated Cost of $357,556.60.
Signed By: Ryan Schone, APO
Vendor: Freedom Chevrolet Notary Date: 4/30/2025
Original Revised Paid To Actual
Estimate Estimate Date Final Cost FY QTR
State Cost: $357,556.60 $0.00 $0.00 25 4
Federal $0.00 $0.00
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
April 1,2025 through June 30, 2025
121 Agriculture, Department of File Date: 5/28/2025
Original Filing – 5/28/2025: FY25, Qtr 4, Item# 121
Vendor supply the labor and the material to remove the broken pumps and install the new one. First, vendor will
install temporary pumps till the new pumps are shipped. The new pumps will take 4 to 6 weeks, therefore,
temporary rental pumps need to be installed first. These diesel pumps are equipped with hoses, floats and
adapters. These temporary pumps will be set up for two months. The vendor will remove the old station lift and
will replace it with duplex pump station assembled with control panel. The vendor will provide the vac trailer to
clean out the old station lift. Installation of drain and water lines will occur together with the two new RV dump
stations. There will be a tracer installed with water lines and a rock back filled as it is required for plumbing and
electrical excavations. The new RV dump stations will have with concrete pads with curbs, locking sanitary
hatches, and 2 non potable wands mounted to concrete pad extensions. The vendor will do a demo existing lift
station controller, outdoor panel, and shower house panel. The vendor will also install Nema 3r 30 circuit 100
AMP panel, new controller under plumbing scope, new conduit to supply the 100 AMP Panel, a new splice box
at the shower house, and all the required conduit and coper wires to make the new pump run.
This Emergency Purchase has an expected start date of 05/01/2025 through 07/31/2025 with an Original
Estimated Cost of $103,797.92.
Signed By: Michelle Grimsley, SPSA
Vendor: F.W. Electric Notary Date: 5/28/2025
Original Revised Paid To Actual
Estimate Estimate Date Final Cost FY QTR
State Cost: $103,797.92 $0.00 $0.00 25 4
Federal $0.00 $0.00
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
April 1,2025 through June 30, 2025
122 Central Management Services, Department of File Date: 5/20/2025
Original Filing – 5/20/2025: FY25, Qtr 4, Item# 122
The Fire Alarm and FM200 system alarms are going off at G1306, 1391 S. Washington St., DuQuoin, IL
62832. The Facility Manager on site has tried resetting the system and it is okay for a small amount of time but
then the alarms re-activate. Currently they have 2 devices in alarm and if the 3rd device alarms, the FM200
system will trigger the release of chemical agent believing there is a fire. If it activates, it will shut down the 911
center and the center will have to be professional cleaned before staff can return. They have tried manually to
reset the system but to no avail. They need to call in a specialized company to correct the issue.
This Emergency Purchase has an expected start date of 05/16/2025 through 08/16/2025 with an Original
Estimated Cost of $6,000.00.
Signed By: Martha Blackwell, Manager
Vendor: Tech Electronics Notary Date: 5/20/2025
Original Revised Paid To Actual
Estimate Estimate Date Final Cost FY QTR
State Cost: $6,000.00 $0.00 $0.00 25 4
Federal $0.00 $0.00
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
April 1,2025 through June 30, 2025
123 Corrections, Department of File Date: 5/28/2025
Original Filing – 5/28/2025: FY25, Qtr 4, Item# 123
The Vendor is able to provide needed commissary items to the Illinois Department of Corrections for its
Individual in Custody and Correctional Facility Employees.
The Vendor will provide approved commissary items that will allow for the continued sales of food, clothing,
health/beauty, sundries and electronics to individuals in custody and Correctional Facility Employees
The short-term nature of our current purchasing cycle does not allow vendors to secure reliable supply chains
or establish partnerships with BEP certified businesses. Vendors provide new pricing every 4 to 6 weeks and
must respond quickly to shifting product availability. Without long-term volume commitments, it is not practical
for the vendors to formalize subcontractor relationships or guarantee consistent opportunities for BEP
participation. We will continue to pursue BEP inclusion as market conditions stabilize and we realize our
competitive solicitation for a long-term contract.
This is a zero dollar contract, the State does not fund the expenses.
This Emergency Purchase has an expected start date of 05/25/2025 through 08/22/2025 with an Original
Estimated Cost of $6,000,000.00, using Other Funds.
Signed By: Jared Brunk, CAO
Vendor: Performance Food Group dba Vistar Notary Date: 5/28/2025
Original Revised Paid To Actual
Estimate Estimate Date Final Cost FY QTR
State Cost: $6,000,000.00 $0.00 $0.00 25 4
Federal $0.00 $0.00
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
April 1,2025 through June 30, 2025
124 Human Services, Department of File Date: 5/30/2025
Original Filing – 5/30/2025: FY25, Qtr 4, Item# 124
The Illinois School for the Visually Impaired located at 658 E. State St., Jacksonville, IL is seeking a vendor for
the immediate abatement of asbestos floor tiles, mastic, carpet, underlayment, cove molding, etc. in select office
areas of the Main building (Building #1). Approximately 7115- 8432 square foot. Vendor will be responsible for
the complete removal and proper disposal of the existing tile, carpet, mastic, molding, etc. Vendor will be
responsible for following all proper procedures, methods of containment, and abatement. Vendor is responsible
for obtaining all necessary permits- including permits from Regional Office of Education (ROE) or Illinois State
Board of Education (ISBE). Vendor to coordinate with carpet installers to have abatement done and install of
new flooring done concurrently if possible. Vendor to take in consideration that this is a school for visually
impaired students and extra caution is to be taken while working on the school's campus - including setting up a
safe work area blocked off for safety of staff and students.
This Emergency Purchase has an expected start date of 06/02/2025 through 06/30/2025 with an Original
Estimated Cost of $94,320.00.
Signed By: Jean Sandstrom, APO
Vendor: AC Envirnomental, Inc. Notary Date: 5/30/2025
Original Revised Paid To Actual
Estimate Estimate Date Final Cost FY QTR
State Cost: $94,320.00 $0.00 $0.00 25 4
Federal $0.00 $0.00
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
April 1,2025 through June 30, 2025
125 Toll Highway Authority, Illinois State File Date: 5/29/2025
Original Filing – 5/29/2025: FY25, Qtr 4, Item# 125
***The Illinois Tollway is a user-free system and receives no state or federal funds for maintenance and
operations.
Perform structural repairs, including bridge beam replacement; removal and replacement of bridge deck and
pavement, parapets, and raised median, pavement marking, and maintenance of traffic, including temporary
concrete barrier. The underside of the Illinois Route 83 (IL 83) bridge over I-88 was struck by a construction
excavator being hauled by a truck/trailer traveling westbound on I-88. The impact caused severe damage to the
bridge, resulting in lane closures on IL 83 and I-88.
This Emergency Purchase has an expected start date of 5/30/2025 through 08/27/2025 with an Original
Estimated Cost of $2,000,000.00, using Other Funds.
Signed By: Eric Occomy, Chief Contract Services
Vendor: Loring Construction Co. Notary Date: 5/29/2025
Original Revised Paid To Actual
Estimate Estimate Date Final Cost FY QTR
State Cost: $2,000,000.00 $0.00 $0.00 25 4
Federal $0.00 $0.00
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
April 1,2025 through June 30, 2025
126 Capital Development Board File Date: 6/3/2025
Original Filing – 6/03/2025: FY25, Qtr 4, Item# 126
The project provides for improving drainage systems at the East Moline Correctional Center. The upgrades will
focus on key areas such as storm sewers, curbs, replacement of security fence with lighting, embankments,
and erosion control to prevent flooding, stabilize slopes, and enhance stormwater management. These
improvements are crucial for preventing ongoing flooding issues and protecting
the infrastructure at the facility.
Incorporated documents include the January 2025 Standard Documents for Construction 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 onproof of work actually performed and
materials actually used. Construction services provided under this procurement should not
exceed $1,078,410.00, 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. Monthly Progress Status Reports
and all pay applications will be provided to CDB and the CPO.
This Emergency Purchase has an expected start date of 06/03/2025 through 08/31/2025 with an Original
Estimated Cost of $1,078,410.00.
Signed By: Chris Miles, Exec II
Vendor: Miller Trucking & Excavating Co. Notary Date: 6/3/2025
Original Revised Paid To Actual
Estimate Estimate Date Final Cost FY QTR
State Cost: $1,078,410.00 $0.00 $0.00 25 4
Federal $0.00 $0.00
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
April 1,2025 through June 30, 2025
127 Public Health, Department of File Date: 6/2/2025
Original Filing – 06/2/2025: FY25, Qtr 4, Item# 127
The Illinois Department of Public Health (IDPH) is seeking an emergency purchase to sustain a service
agreement for the administrative and logistical management of the State’s ventilator device and supply cache,
housed at the State Strategic National Stockpile (SNS) Regional Storage Site (RSS) warehouse. This service
includes the coordination of preventive maintenance and repair activities in accordance with the manufacturer’s
guidelines for ventilator devices.
The goal is to ensure that all ventilator units in the State’s cache are maintained
to meet the manufacturer’s standards, thereby guaranteeing their readiness for deployment during emergency
operations across Illinois. These ventilator devices were originally purchased by the Illinois Emergency
Management Agency (IEMA) and are now under the responsibility of the Illinois Department of Public Health
(IDPH), as established by the IDPH-IEMA Intergovernmental Agreement.
Specifically, the scope includes the
repair and preparation of 365 ventilator units. These units must be serviced, repaired as necessary, and shipped
either directly to Illinois hospitals or returned to the State cache, fully operational and ready for immediate
deployment in emergency response situations.
Department of Public Health (IDPH), as established by the IDPH-IEMA Intergovernmental Agreement.
Specifically, the scope includes the repair and preparation of 365 ventilator units. These units must be serviced,
repaired as necessary, and shipped either directly to Illinois hospitals or returned to the State cache, fully
operational and ready for immediate deployment in emergency response situations.
This Emergency Purchase has an expected start date of 06/01/2025 through 08/09/2025 with an Original
Estimated Cost of $518,938.96.
Signed By: Mike Caceres, APO
Vendor: Agiliti Health Notary Date: 6/2/2025
Original Revised Paid To Actual
Estimate Estimate Date Final Cost FY QTR
State Cost: $518,938.96 $0.00 $0.00 25 4
Federal $0.00 $0.00
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
April 1,2025 through June 30, 2025
128 Agriculture, Department of File Date: 6/4/2025
Original Filing – 06/04/2025: FY25, Qtr 4, Item# 128
This is revenue generating contact. - Other Funds
Vendor will have the exclusive privilege and rights to pour and distribute alcohol beverages at State Fair
Grandstand Building and Multipurpose Arena on the Illinois fairgrounds during the 11-day fair. The hours of
operation will be from 12:00 PM to Midnight. All the alcohol pouring areas will open and close at that time,
unless is differently specified by the agency. Vendor will follow the laws and not sell any alcohol beverage to
people under 21, while at the same time monitoring that people under 21 do not enter the tent, unless
accompanied by their parents. Alcohol must be sold in sealed containers, such as, aluminum cans, plastic
bottlers and plastic cups. Glass and Styrofoam are not allowed. Only plastic cups will be allowed on the
Track/SRO area. Vendor will have to pay the Illinois Department of Agriculture, a percentage made by the
alcohol sales.
This Emergency Purchase has an expected start date of 05/29/2025 through 08/26/2025 with an Original
Estimated Cost of $350,000.00, using Other Funds.
This is a revenue generating contract.
Signed By: Michelle Grimsley, SPSA
Vendor: National Ambus dba American Business Club Notary Date: 6/4/2025
Original Revised Paid To Actual
Estimate Estimate Date Final Cost FY QTR
State Cost: $350,000.00 $0.00 $0.00 25 4
Federal $0.00 $0.00
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
April 1,2025 through June 30, 2025
129 Agriculture, Department of File Date: 6/4/2025
Original Filing – 06/04/2025: FY25, Qtr 4, Item# 129
****This is a revenue generating contract.
Vendor will have the exclusive privilege and rights to pour and distribute alcohol beverages at the tents, such as
the Village of Cultures and Reisch Pavilion on the Illinois fairgrounds during the 11-day fair. First tent is located
near the Coliseum, between the Central Avenue and Illinois Avenue; second tent is north of the commodities
Pavilion with its entrance off Grandstand Avenue; and the third tent is southwest of the Commodities Pavilion
with its entrance of the Avenue Flags. The hours of operation will be from 12:00 PM to Midnight. All the
alcohol pouring areas will open and close at that time, unless is differently specified by the agency. Vendor will
follow the laws and not sell any alcohol beverage to people under 21, while at the same time monitoring that
people under 21 do not enter the tent, unless accompanied by their parents. Alcohol must be sold sealed
containers, such as, aluminum cans, plastic bottlers and plastic cups. Glass and Styrofoam are not allowed.
Vendor will have to pay the Illinois Department of Agriculture, a percentage made by the alcohol sales.
This Emergency Purchase has an expected start date of 05/29/2025 through 08/26/2025 with an Original
Estimated Cost of $350,000.00, using Other Funds.
Signed By: Michelle Grimsley, SPSA
Vendor: Combined Veterans Assoc of Illinois (CVA) Notary Date: 6/4/2025
Original Revised Paid To Actual
Estimate Estimate Date Final Cost FY QTR
State Cost: $350,000.00 $0.00 $0.00 25 4
Federal $0.00 $0.00
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
April 1,2025 through June 30, 2025
130 Transportation, Department of File Date: 6/12/2025
Original Filing – 06/12/2025: FY25, Qtr 4, Item# 130
Called multiple vendors but could not supply the services needed for over a week. The vendor chosen was able
to respond the next day and has the equipment on hand to make the repairs necessary.
Air conditioner failure at the district 8 headquarters, the entire unit will need to be remove and replace with a
new unit.
This Emergency Purchase has an expected start date of 06/11/2025 through 07/31/2025 with an Original
Estimated Cost of $240,888.00.
Signed By: Omolara Erewele, APO
Vendor: Henson Robinson Notary Date: 6/12/2025
Original Revised Paid To Actual
Estimate Estimate Date Final Cost FY QTR
State Cost: $240,888.00 $0.00 $0.00 25 4
Federal $0.00 $0.00
130 Transportation, Department of File Date: 6/6/2025
Original Filing – 6/6/2025: FY25, Qtr 4, Item# 130
Install a retaining wall with tie-backs, restore the failed slope and wing wall, and provide all needed additional
work plus traffic control to complete the needed repairs safety in a timely manner.
This Emergency Purchase has an expected start date of 06/05/2025 through 09/20/2025 with an Original
Estimated Cost of $4,250,000.00.
Signed By: Joseph Monroe, Engineer
Vendor: Keller Construction Notary Date: 6/6/2025
Original Revised Paid To Actual
Estimate Estimate Date Final Cost FY QTR
State Cost: $4,250,000.00 $0.00 $0.00 25 4
Federal $0.00 $0.00
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
April 1,2025 through June 30, 2025
132 Natural Resources, Department of File Date: 6/12/2025
Original Filing – 6/12/2025: FY25, Qtr 4, Item# 132
Arrowleaf is a local 501(C)(3) non-profit service organization that employs over 200 people and has been in
business for 55 years. Arrowleaf works closely within the southern 7 counties of Illinois to provide employees
to many businesses in the region, to include staff for janitorial, retail sales, and certified lifeguard services.
Arrowleaf also coordinates licensing and continuing education classes for lifeguards in the local area. Their
headquarters in Vienna, Illinois is located only 10 miles way from Dixon Springs State Park and they can ensure
transportation for their employees.
The vendor is authorized to operate the swimming pool, to provide janitorial and cleaning services, to provide
life guard services, and to sell precooked, frozen/refridgerated, and prepackaged food stuffs, drinks, and
products related to water recreation. The vendor will also provide daily testing and logging of the pool water PH
levels and adjust the chemical levels, as required by IDPH.
This Emergency Purchase has an expected start date of 06/12/2025 through 09/09/2025 with an Original
Estimated Cost of $0.00, using Revenue Generating Funds.
Signed By: Maurice Mosely, APO
Vendor: Arrowleaf Notary Date: 6/12/2025
Original Revised Paid To Actual
Estimate Estimate Date Final Cost FY QTR
State Cost: $0.00 $0.00 $0.00 25 4
Federal $0.00 $0.00
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
April 1,2025 through June 30, 2025
133 Capital Development Board File Date: 6/18/2025
Original Filing – 6/18/2025: FY25, Qtr 4, Item# 133
The scope of work provides for demolition of Horse Barn #39, an approximately 6,233 sf. wood structure on
the Illinois State Fairgrounds in Springfield, Illinois. The structure should be demolished to the ground, including
removal of the footings, concrete and asphalt paving with all debris hauled to an approved landfill. Water lines
and electrical power should be disconnected if needed and capped properly. Surrounding grounds will be
returned to finished grade with positive drainage. Previous reports verify there is no lead paint or asbestos in the
building. Incorporated documents include the January 2025 Standard Documents for Construction. Services
provided under this procurement should not exceed as a place holder of $55,000.00 without prior authorization
from the Capital Development Board in consultation with the Chief Procurement Office. Final Actual Costs will
be reported upon project completion and project closeout.
This Emergency Purchase has an expected start date of 06/18/2025 through 09/15/2025 with an Original
Estimated Cost of $55,000.00.
Signed By: Amber Evans, SCPA
Vendor: P.J. Hoerr, Inc. Notary Date: 6/18/2025
Original Revised Paid To Actual
Estimate Estimate Date Final Cost FY QTR
State Cost: $55,000.00 $0.00 $0.00 25 4
Federal $0.00 $0.00
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
April 1,2025 through June 30, 2025
134 Illinois State University File Date: 6/13/2025
Original Filing – 6/13/2025: FY25, Qtr 4, Item# 134
Complete removal of the existing 5th floor ceilings, lighting and mechanical diffusers and portions of the 4th
floor, to gain access to the roof drain system. The roof drain system, including the roof drain bodies and
associated piping will be replaced followed by the installation of a new acoustical ceiling system, lighting and
mechanical diffusers. Scope will also include the necessary protection of the existing carpeting and furniture,
and the touch-up of the wall paint where the old ceiling is demo'd and new is installed.
This Emergency Purchase has an expected start date of 05/16/2025 through 08/31/2025 with an Original
Estimated Cost of $935,505.00, using ISU Academic Enhancement Funds.
Signed By: Stacy Brown, Director of Purchasing
Vendor: River City Construction Notary Date: 6/13/2025
Original Revised Paid To Actual
Estimate Estimate Date Final Cost FY QTR
State Cost: $935,505.00 $0.00 $0.00 25 4
Federal $0.00 $0.00
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
April 1,2025 through June 30, 2025
135 Natural Resources, Department of File Date: 6/9/2025
Original Filing – 6/9/2025: FY25, Qtr 4, Item# 135
The agency searched several vendors to find vehicles that would meet the agencies needs and could be delivered
by the end of the fiscal year so that the agency could utilize expiring FY25 funds. Morrow Brothers was able to
provide these vehicles by the deadline at the lowest price.
One (1) Ford F-150 Crew Cab, one (1) Ford F-150 Extended Cab, (1) Ford F-250 and (1) Ford F-350.
The vendor has one (1) F-350, one (1) Ford Maverick, seven (7) Ford F-150's, and two (2) Ford F-250's
currently on the their lot. There is no opportunity to include Business Enterprise Program contractors on this
purchase. The current Master Contract did not contain a BEP subcontracting goal requirement nor are there
any BEP vendors registered under NIGP Code 072-02 describing the provision of class 2 trucks. IDNR has
been unable to secure vehicles for three plus years due to supply chain constraints caused by the Covid19
pandemic which continue today. Vehicle orders have been taking anywhere from 12-22 months to be fulfilled.
Vendor can not guarantee delivery prior to required by date.
This Emergency Purchase has an expected start date of 06/09/2025 through 07/31/2025 with an Original
Estimated Cost of $221,664.00.
Signed By: Maurice Mosley, APO
Vendor: Morrow Brothers Ford Notary Date: 6/9/2025
Original Revised Paid To Actual
Estimate Estimate Date Final Cost FY QTR
State Cost: $221,664.00 $0.00 $0.00 25 4
Federal $0.00 $0.00
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
April 1,2025 through June 30, 2025
136 Commerce Commission, Illinois File Date: 6/18/2025
Original Filing – 06/18/2025: FY25, Qtr 4, Item# 136
The ICC executed a small purchase with emergency conditions contract for court reporting services. Deposition
Solutions LLC dba Lexitas was awarded the contract. This vendor has been consistent in meeting the needs of
the ICC. The needs and services to be provided during this 90-day emergency purchasing period are to remain
identical to the needs and services the incumbent vendor is/has already performed.
Additional Background
Information: ICC utilizes these services to fulfill statutory requirements per Section 10-102 of the Illinois Public
Utilities Act. The Act requires, among other things, verbatim transcription of Commission meetings by a court
reporter. Further 83 Ill. Adm. 200.580 requires, among other things, that all Commission hearings shall be
transcribed by a court reporter.
There is currently no CMS master contract for these services. Once a master contract is executed, the ICC
will make a transition to the state contract.
The ICC requires court reporting services on an ongoing basis to fulfill statutory requirements and to secure
accurate records of various complex proceedings and meetings. The vendor shall provide court reporters who
will take verbatim dictation of various proceedings, and hearings, and provide ICC with a certified typewritten
verbatim transcription, including a record of appearances.
This Emergency Purchase has an expected start date of 06/18/2025 through 09/15/2025 with an Original
Estimated Cost of $140,436.25.
Signed By: Megan Seitzinger, APO
Vendor: Deposition Solutions LLC dba Lexitas Notary Date: 6/18/2025
Original Revised Paid To Actual
Estimate Estimate Date Final Cost FY QTR
State Cost: $140,436.25 $0.00 $0.00 25 4
Federal $0.00 $0.00
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
April 1,2025 through June 30, 2025
137 Central Management Services, Department of File Date: 6/18/2025
Original Filing – 6/18/2025: FY25, Qtr 4, Item# 137
JPMC Vendor wasn't available so Prime Electric was contacted as they have done previous repairs at the facility
on many of the systems there.
Emergency Repair of Electrical Switchgear Substation which controls power to the entire building. This
shutdown the Cooling system and Elevators as well and all employees had to be sent home.
This Emergency Purchase has an expected start date of 06/17/2025 through 09/13/2025 with an Original
Estimated Cost of $50,000.00.
Signed By: Martha Blackwell, Manager
Vendor: Prime Electric Co Inc. Notary Date: 6/18/2025
Original Revised Paid To Actual
Estimate Estimate Date Final Cost FY QTR
State Cost: $50,000.00 $0.00 $0.00 25 4
Federal $0.00 $0.00
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
April 1,2025 through June 30, 2025
138 Public Health, Department of File Date: 6/17/2025
Original Filing – 06/17/2025: FY25, Qtr 4, Item# 138
Groupware Technologies, Inc.'s (GTI) Provide Enterprise® software is an integrated database utilized by the
Illinois Department of Public Health (IDPH) HIV/AIDS Section for comprehensive case management. It
streamlines the monitoring of HIV incidence and prevalence, administers prevention and treatment activities, and
manages extensive client data, while also providing secure hosting and critical interfaces with various healthcare
systems.
GTI shall provide the following software and services for the Office of Disease Control (ODC) HIV/AIDS
Care Section:
• Annual Data Hosting and Business Continuity Services
• Imaging Support Services
• Annual PE
Server Licensing and Support
• 270/271 Eligibility Verification Transactions
• User License, Maintenance, and
Support Fee (per User)
• Report Writing and Custom Programming (per hour)
• Contracted Pharmacy Interface
Support
• Medicare TROOP Interface Support
• Implementation Support
GTI shall provide the following
software and services for the Office of Disease Control (ODC) HIV/AIDS Surveillance Services Section:
•
Imaging Support Services
• User License, Maintenance, and Support Fee (per User)
• Report Writing and Custom
Programming (per hour)
GTI shall provide the following software and services for the Office of Disease
Control (ODC) HIV/AIDS Prevention Section:
• Server Hosting and Business Continuity Services
• Imaging
Support Services
• Server Licensing and Support
• User License, Maintenance, and Support Fee (per User)
•
Report Writing and Custom Programming (per hour)
• Implementation Support
This Emergency Purchase has an expected start date of 06/18/2025 through 09/15/2025 with an Original
Estimated Cost of $696,126.75, using Federal Funds.
Signed By: Mike Caceres, APO
Vendor: Groupware Technologies Notary Date: 6/17/2025
Original Revised Paid To Actual
Estimate Estimate Date Final Cost FY QTR
State Cost: $0.00 $0.00 $0.00 25 4
Federal $696,126.75 $0.00
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
April 1,2025 through June 30, 2025
139 State Police, Illinois File Date: 6/17/2025
Original Filing – 06/17/2025: FY25, Qtr 4, Item# 139
The Viken brand X-ray imagers are the only brand available that includes the capability and specification to
detect lead.
“Pb ID” - Lead Detection - The Viken Nighthawk - BTX includes a 120 or 140 KeV X-ray source
designed to deliver high quality Backscatter Images. These X-rays are purely for imaging purposes and are not
capable of locating concealed lead compartments in a particular conveyance. Recognizing this as a major
vulnerability, Customs and Border Patrol collaborated with Viken Detection to develop a field ready solution. To
accomplish this Viken detection has added internal Cadmium Telluride detectors which allows the user to be
instantly alerted if Lead is detected. This feature called “Pb ID” provides true material identification for lead. No
one else in the industry has the capability. The Nighthawk Imaging platform can be outfitted with this capability
at order placement, or it can be added at a later time. In either case Viken Detection is the only supplier in the
world that can offer this capability. This is vitally important because of the limited training that officers receive
and their relative inexperience looking at X¬ ray images. If an officer were to scan a conveyance that contained
a lead compartment, they would see a completely clear image on their operating screen. This is because X-rays
are absorbed by the lead, and they are unable to penetrate this medium. An inexperienced officer may logically
conclude that no threat exists. However, with the Viken Detection Nighthawk imager if lead is detected, during
scanning, the user receives an immediate signal indicating that lead is present. The vehicle or object can then be
moved to secondary inspection for further screening. Viken Detection is the only vendor that offers this unique
feature.
“True automated lead detection requires the addition of an energy-dispersive detector to the backscatter
imager and software that can automatically analyze the acquired spectrum for the presence of lead K-Alpha
lines. The detector can be either a Cadmium Telluride (CdTe) or Cadmium Zinc Telluride (CZT) type. If the
imager does not contain either of these two detector types, it does not have real lead detection capability.”
Viken to provide 4 Nighthawk BTX imaging systems configured to detect and alert uses for the presence of
lead. Standard accessories and deployment arms will be included. Includes on-site training for up to 15
participants.
This Emergency Purchase has an expected start date of 06/17/2025 through 09/14/2025 with an Original
Estimated Cost of $219,310.00, using Federal Funds.
Signed By: Amanda Olinger, APO
Vendor: Viken Detection Notary Date: 6/17/2025
Original Revised Paid To Actual
Estimate Estimate Date Final Cost FY QTR
State Cost: $0.00 $0.00 $0.00 25 4
Federal $219,310.00 $0.00
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
April 1,2025 through June 30, 2025
140 Agriculture, Department of File Date: 5/7/2025
Original Filing – 5/07/2025: FY25, Qtr 4, Item# 140
Vendor supply the labor and the material to remove the broken pumps and install the new one. First, vendor will
install temporary pumps till the new pumps are shipped. The new pumps will take 4 to 6 weeks, therefore,
temporary rental pumps need to be installed first. These diesel pumps are equipped with hoses, floats and
adapters. These temporary pumps will be set up for two months. The vendor will remove the old station lift and
will replace it with duplex pump station assembled with control panel. The vendor will provide the vac trailer to
clean out the old station lift. Installation of drain and water lines will occur together with the two new RV dump
stations. There will be a tracer installed with water lines and a rock back filled as it is required for plumbing and
electrical excavations. The new RV dump stations will have with concrete pads with curbs, locking sanitary
hatches, and 2 non potable wands mounted to concrete pad extensions. The vendor will do a demo existing lift
station controller, outdoor panel, and shower house panel. The vendor will also install Nema 3r 30 circuit 100
AMP panel, new controller under plumbing scope, new conduit to supply the 100 AMP Panel, a new splice box
at the shower house, and all the required conduit and coper wires to make the new pump run.
This Emergency Purchase has an expected start date of 05/01/2025 through 07/31/2025 with an Original
Estimated Cost of $103,797.92.
Signed By: Michelle Grimsley, SPSA
Vendor: F. W. Electric Notary Date: 5/7/2025
Original Revised Paid To Actual
Estimate Estimate Date Final Cost FY QTR
State Cost: $103,797.92 $0.00 $0.00 25 4
Federal $0.00 $0.00
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
April 1,2025 through June 30, 2025
141 Central Management Services, Department of File Date: 5/15/2025
Original Filing – 5/15/2025: FY25, Qtr 4, Item #141
We do not have a JPMC HVAC contract for Region 3. Prairie State is unable to service the absorbers and the
same goes for Henson Robinson. Very few vendors are able to work on this type of equipment. We are
currently able to get service from Carrier. If they are unable to repair the unit, the next closest vendor would be
a company based in Iowa. The unit is shutting off intermittently, so Engineer Jeff Sisson has to continually
restart it in order to keep the building cool. It is also shutting off at night, requiring him to come in and restart it.
We need this fixed as soon as possible to avoid having to close the museum and to prevent damage to the
artifacts inside. The estimated cost is difficult to gauge with a 50-year-old piece of antiquated equipment. Carrier
is also located within 50 miles of Lewistown.
Vendor will trouble shoot and repair the absorber on the HVAC system that keeps shutting off at all hours and
must be continually restarted in order to keep the building cool and protect the artifacts that are housed within
the Dickson Mounds museum.
This Emergency Purchase has an expected start date of 05/14/25 through 08/14/2025 with an Original
Estimated Cost of $5,000.00.
Signed By: Martha Blackwell, Manager
Vendor: Carrier Notary Date: 5/15/2025
Original Revised Paid To Actual
Estimate Estimate Date Final Cost FY QTR
State Cost: $5,000.00 $0.00 $0.00 25 4
Federal $0.00 $0.00
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
April 1,2025 through June 30, 2025
142 Human Services, Department of File Date: 5/14/2025
Original Filing – 5/14/2025: FY25, Qtr 4, Item# 142
Remove the hoist motor, transport to the machine shop for a rebuild; install the rebuilt hoist motor; remove
original brake assembly (retain drum), install Hollister Whitney retrofit brake and %125 weight test the elevator.
Center utilized a SBSA company as ELEVATOR INSTALLATION, MAINTENANCE AND REPAIR NIGP
Code 910-13 is set aside for Small Businesses. In accordance with 30 ILCS 500/20-20, no BEP participation
was considered.
This Emergency Purchase has an expected start date of 05/16/2025 through 06/30/2025 with an Original
Estimated Cost of $72,000.00.
Signed By: Jean Sandstrom, APO
Vendor: 309 Elevators LLC Notary Date: 5/14/2025
Original Revised Paid To Actual
Estimate Estimate Date Final Cost FY QTR
State Cost: $72,000.00 $0.00 $0.00 25 4
Federal $0.00 $0.00
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
April 1,2025 through June 30, 2025
143 Corrections, Department of File Date: 5/6/2025
Original Filing – 5/6/2025: FY25, Qtr 4, Item# 143
Vendor is to provide the medical, dental, vision, audiology, pharmaceutical and mental health services to
individuals in custody at specified State correctional centers. Under the direction of the IDOC Medical Director
and the IDOC Chief of Mental Health Services and according to the program definitions and specifications as
outlined in this contract, Vendor is to arrange and provide for services on-site and as necessary off-site at local
hospitals, outpatient facilities and consultative physician offices. IDOC recognizes that methods of delivery of
these services may differ from methods used to provide services to members of the general public, but the care
and services Vendor provides should be similar. It is the intent of the Department for all individuals to receive
adequate and medically necessary health care services regardless of place of assignment or disciplinary status.
Vendor will provide these services at the following correctional centers beginning with the effective date of this
contract: Big Muddy, Centralia, Danville, Decatur, Dixon, East Moline, Graham, Hill, Illinois River, Jacksonville,
Joliet Treatment Center, Joliet Inpatient Treatment Center, Kewanee, Lawrence, Lincoln, Logan, Menard,
Murphysboro, Pinckneyville, Pontiac, Robinson, Shawnee, Sheridan, Southwestern, Stateville, Taylorville,
Vandalia, Vienna, and Western Illinois.
The Vendor will continue to supply medical, dental, vision, audiology,
pharmaceutical and mental health services for individuals at the specified correctional centers. The Illinois
Department of Corrections is in contract negotiations after award of a competitively solicited RFP.
The Illinois Department of Corrections has made efforts to ensure that Wexford Health Source, Inc. maintains
the 11% BEP goal established under this emergency.
Boswell Pharmacy Services, LLC, Affinity Pharmacy
Care, LLC, CarePath Integrated Health, LLC, 3 R Healthcare Products, Precise Specialties, Mid Central Medical
Inc., Chardonnay Dialysis, LLC, Comfort Care Medical Supply, ProAlliance Corp, Target Office Products,
Professional Mgt Enterprises, Inc, Jubilee Medical Services PLLC
This Emergency Purchase has an expected start date of 05/01/2025 through 07/29/2025 with an Original
Estimated Cost of $71,800,000.
Signed By: Jared Brunk, CAO
Vendor: Wexford Health Sources, Inc. Notary Date: 5/6/2025
Original Revised Paid To Actual
Estimate Estimate Date Final Cost FY QTR
State Cost: $71,800,000.00 $0.00 $0.00 25 4
Federal $0.00 $0.00
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
April 1,2025 through June 30, 2025
144 Human Services, Department of File Date: 5/15/2025
Original Filing – 5/15/2025: FY25, Qtr 4, Item# 144
CMS does not currently have passenger vehicle or SUV master contracts available for agency use, with the
exception of a contract for Ford Escape hybrids. IDHS has already purchased four (4) of these hybrid units,
but not every agency motor pool location has available charging capability. This eliminates the hybrid feature,
and with the cost of hybrid models $10,000 higher than gas fueled options, IDHS intends to use available
funding to purchase as many vehicles as possible.
IDHS Procurement contacted 10 different dealerships,
receiving 5 quotes for our requested vehicles. If approved, IDHS will award the lowest bidder, resulting in
best-pricing for a multiple vehicle purchase. This will allow expenditure of the remaining funds prior to the end
of FY25 and provide the agency with the best overall pricing, allowing the purchase of the maximum number of
vehicles possible.
Laura Buick GMC offered the lowest quote. These vehicles are currently on their lot.
IDHS needs to move quickly to secure them.
Six (6) new 2025 Buick Envistas, Flex Fuel model.
This Emergency Purchase has an expected start date of 05/16/2025 through 06/30/2025 with an Original
Estimated Cost of $147,234.00.
Signed By: Jean Sandstrom, APO
Vendor: Laura Buick GMC Notary Date: 5/15/2025
Original Revised Paid To Actual
Estimate Estimate Date Final Cost FY QTR
State Cost: $147,234.00 $0.00 $0.00 25 4
Federal $0.00 $0.00
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
April 1,2025 through June 30, 2025
145 University of Illinois Chicago File Date: 4/30/2025
Original Filing – 04/30/2025: FY25, Qtr 4, Item# 145
Kroeschell has knowledge of the University's utility operations and can immediately place the order for the
parts/goods necessary to complete the repair in a timely manner. The west campus chiller #4 motor
unexpectedly broke. The necessary parts have a 6-8 week lead time meaning it is necessary to place the order
now so that chiller #4 can be repaired and be back in service to meet the summer peak cooling demand that
occurs in late June or early July. Time is of the essence. If the west campus chiller #4 is not repaired and
brought back in service, our ability to cool all west campus buildings including UI Health will be severely
compromised.
The vendor will furnish and install new 4160V 1750 hp motor on chiller #4 west plant.
Provide labor and rigging to remove existing motor and install new motor.
Disconnect and reconnect existing electric to new motor.
Furnish and install T bar material to support retrofit of new motor.
Provide vibration analysis after motor is installed and started.
This Emergency Purchase has an expected start date of 04/29/2025 through 07/28/2025 with an Original
Estimated Cost of $225,000.00, using Self-Supporting Funds.
Signed By: Aaron Rosenthal, AVC
Vendor: Kroeschell Service Incorp Notary Date: 5/30/2025
Original Revised Paid To Actual
Estimate Estimate Date Final Cost FY QTR
State Cost: $225,000.00 $0.00 $0.00 25 4
Federal $0.00 $0.00
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
April 1,2025 through June 30, 2025
146 University of Illinois Chicago File Date: 5/2/2025
Original Filing – 05/02/2025: FY25, Qtr 4, Item# 146
During the last service visit, it was discovered the our nearly 20 year old cooling unit is leaking and requires
urgent repairs which would force a multi-day shutdown of all research systems. To address this, we are
installing two 6-ton units that will allow us to meet the cooling demands of our recent growth and provide
essential redundancy. Our server room supports critical research infrastructure. To avoid delays that could
force shutdowns, we propose using ThermFlo Inc, who has a history of HVAC system. Their familiarity with
our infrastructure, standards, and operational procedures ensures consistency, reduces implementation time, and
minimizes potential risks or integration issues. Leveraging this existing relationship also provides cost
efficiencies and streamlines coordination with campus departments.
nstallation of (2) Vertiv 6 ton Ceiling Radiation Dampers in the cold isle in the lab. The scope of work includes:
Receive the equipment at our warehouse and prep for delivery
Deliver the equipment to the site and set in place
Set both outdoor condensers in the penthouse
New refrigerant copper piping from indoor unit to outdoor unit
Condensate drain line
Pressure test refrigerant piping with nitrogen to test for leaks
Vacuum test to 500 microns
Refrigerant needed to furnish the installation
Start up of equipment by one of our factory technicians
Unit comes with a 1-year parts and labor warranty
Additional installation of cold isle containment curtains
This Emergency Purchase has an expected start date of 05/05/2025 through 08/03/2025 with an Original
Estimated Cost of $150,000.00,using other Funds- Indirect Cost Recovery - administrative funds earmarked for
facilities repairs, maintenance and improvements.
Signed By: Aaron Rosenthal, AVC
Vendor: ThermFlo Inc. Notary Date: 5/2/2025
Original Revised Paid To Actual
Estimate Estimate Date Final Cost FY QTR
State Cost: $150,000.00 $0.00 $0.00 25 4
Federal $0.00 $0.00
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
April 1,2025 through June 30, 2025
147 University of Illinois Chicago File Date: 5/9/2025
Original Filing – 5/9/2025: FY25, Qtr 4, Item# 147
The University previously sought to purchase this bucket truck on two separate occasions. The first attempt
was issued under a competitive solicitation #BJB126. However, we were unable to proceed due to challenges in
meeting the specific specifications required for the truck. The second attempt, under bid number BJB133, was
impacted by extended manufacturer lead times and changes in supplier availability. We now have a time-
sensitive opportunity to purchase the bucket truck we are currently leasing for $130,000. The current lease is
set to expire on June 23, 2025. If we were to place an order for a new truck today, the cost would be
approximately $156,596 with an estimated delivery time of up to 15 months. Furthermore, continuing to lease a
truck during this waiting period would incur additional costs of approximately $146,400. Purchasing the current
leased truck allows the University to avoid these unnecessary costs and delays. Given the current conditions,
the university would like to take advantage of a quick purchase its the most cost-effective and efficient solution.
The University believes it is in the state's best interest to proceed with a quick purchase.
One Versa-lift SST37EIH-02 bucket truck with a B&G (manufacturer) 108”SB service body, and Ford F450
chassis.
This Emergency Purchase has an expected start date of 05/06/2025 through 07/12/2025 with an Original
Estimated Cost of $130,000.00, using Self-Supporting Funds.
Signed By: Aaron Rosenthal, AVC
Vendor: Utility Sales & Service & USSI Rentals Notary Date: 5/9/2025
Original Revised Paid To Actual
Estimate Estimate Date Final Cost FY QTR
State Cost: $130,000.00 $0.00 $0.00 25 4
Federal $0.00 $0.00
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
April 1,2025 through June 30, 2025
148 University of Illinois Chicago File Date: 5/1/2025
Original Filing – 5/1/2025: FY25, Qtr 4, Item# 148
It's the University's policy is to avoid putting steel in the ground as much as possible when installing
underground pipping.Nupi All-Pro is needed for this application because it is a non-metallic system that doesn't
corrode and it offers a published rating of 150 PSIG at 200F which is needed for UIUC research needs. Nupi
All-Pro pipe is constructed of a high temp version of polypropylene suitable for hot water distribution.
Alternative plastic pipping materials cannot offer the published pipe rating or a polypropylene material that is
suitable for hot water distribution. Capital Group is the regional distributor for this particular system of hot and
cold water piping.The product is jointed by fusion and is thermal insulated. Capital Group can certify the
installation of the system installed by Facilities & Services Shops.
Construction Engineering Research Lab Buildings 1, 2,Utility Plant were constructed in 1968 and since then the
underground 6"steel hot water supply and return have been replace on two other occasions. The 6" cold water
supply and return are original and are in immediate need of repair.The hot water pipe has deteriorated to a
condition that this past winter we experienced leaks and a repair in sub-zero weather.The condition of the
existing pipe is in such poor condition that we could not weld new pipe. The condition of the pipe gives us
concern of another leak at any moment. We are electing to install the polypropylene piping to eliminate the
corrosion and extending the life expectancy of the system. The hot water, cold water system support the
heating and cooling of Buildings 1 & 2 as well as provide utilities to critical research equipment. The proper
conditions for replacement will be before the cooling season begins July 1, 2025 and well in advance of the
winter heating season.
The University has contacted both contracted suppliers and neither option was able to quote or provide a
substitute option.
All Materials and butt welding machine for 1364 lineal feet of 6" hot water supply and return and cold water
supply and return preinsulated piping.
This Emergency Purchase has an expected start date of 05/01/2025 through 07/01/2025 with an Original
Estimated Cost of $130,682.67, using Federal Funds.
Signed By: Aaron Finder, ADP
Vendor: Capitol Group. Inc Notary Date: 5/1/2025
Original Revised Paid To Actual
Estimate Estimate Date Final Cost FY QTR
State Cost: $0.00 $0.00 $0.00 25 4
Federal $130,682.67 $0.00
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
April 1,2025 through June 30, 2025
149 Illinois State University File Date: 5/12/2025
Original Filing – 5/12/2025: FY25, Qtr 4, Item# 149
Centennial East - South Windows Replacement: Complete condition assessment and temporary repairs
necessary to stabilize the building, and replacement of the roof, soffit, and eaves. Construction services will
include the management, supervision, coordination of all construction activities, and all subcontractor work to
complete the window replacement of (29) existing windows with ISU facility standard compliant windows.
Improvements to the existing window sills, exterior and interior finishes adjacent to the windows. Window roller
shades will also be installed at all replaced windows.
History: The Centennial East building was built in 1959. The south facade windows are original and have
outlived their useful life. The building envelope is negatively impacted by the original window’s subpar humidity
control and insulation capabilities. A recently completed project has replaced (3) of the original windows.
Currently there are a few windows partially broke and in need of repair. This window replacement will also
support the larger Wonsook Kim College of Fine Arts project by upgrading the windows in the first-floor rooms
that are proposed to be renovated.
This Emergency Purchase has an expected start date of 05/12/2025 through 06/08/2025 with an Original
Estimated Cost of $166,500.00, using Academic Enhancement Funds.
Signed By: Stacy Brown, IDP
Vendor: Midwest Construction Professionals Notary Date: 5/12/2025
Original Revised Paid To Actual
Estimate Estimate Date Final Cost FY QTR
State Cost: $166,500.00 $0.00 $0.00 25 4
Federal $0.00 $0.00
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
April 1,2025 through June 30, 2025
150 Toll Highway Authority, Illinois State File Date: 5/9/2025
Original Filing –05/09/2025: FY25, Qtr 4, Item# 150
This vendor is the awarded vendor for the JPMC plumbing contract (P-31564). The benefit of choosing the
JPMC vendor is they are readily available and have performed other plumbing work for the Tollway in the past.
The intention of using them was to do an order against master but the work needed to be completed ASAP and
we couldn't wait for the release approval process, so T & J Plumbing was called out on 05/06/2025 to complete
the work as an emergency procurement.
The vendor will provide plumbing services for the removal and repairing of the failed roadway de-watering
pumps at the Tollway's Deerfield location. A section of the roadway was shut down due to the water flowing
onto the roadway. This triggered the emergency to get this completed ASAP as the Tollway cannot keep the
roadway shut down for a long period of time, and we needed to prevent any possible safety hazards to the
motoring public.
No efforts were made to search for BEP certified vendor because their is a JPMC plumbing contract (P-31564)
already established; therefore, the Tollway called that vendor to perform the work needed to fix the issue at the
Deerfield location. The Tollway chose the vendor because they have completed other plumbing work in the
past at other locations. Initially the Tollway was hoping to complete this via the JPMC, but the Capital
Development Board requires pre-approval for orders of $50,000 and more and waiting for the release approval
process to be completed meant that the emergency repair work could not begin.
This Emergency Purchase has an expected start date of 05/06/2025 through 08/03/2025 with an Original
Estimated Cost of $100,000.00, The Tollway does not operate on State-appropriated funds. Procurements are
funded through toll revenue.
Signed By: Eric Occomy, CCS
Vendor: T & J Plumbing, Inc. Notary Date: 5/9/2025
Original Revised Paid To Actual
Estimate Estimate Date Final Cost FY QTR
State Cost: $100,000.00 $0.00 $0.00 25 4
Federal $0.00 $0.00
Updates
To
Previously Filed
Emergency Purchases
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
April 1,2025 through June 30, 2025
151 Capital Development Board File Date: 6/28/2025
Second Filing – 05/28/2025: FY25, Qtr 4, Item # 371
An Emergency Purchase Extension was received on May 28, 2025 requesting an extension for dates starting
06/24/2025 to 03/24/2025. The extension expenditure is not assessed and will be charged for time only.
Reported in the same filing quarter.
Original Filing – 3/27/2025: FY25, Qtr 4, Item# 151
The scope of work is to make the current operational elevator cars that are currently under temporary City
permit arrangements (E3, 4, 9, 10, 11) code compliant, as indicated in Chicago Elevator Bureau’s (CEB) code
violation and 2025 PA/SD reports, and repair the currently shut down elevator E5 to expedite the work in the
other elevators.
This Emergency Purchase has an expected start date of 03/27/2025 through 06/24/2025 with an Original
Estimated Cost of $1,835,000.00.
Signed By: Chris Miles, Exec II
Vendor: Parkway Elevators Notary Date: 3/27/2025
Original Revised Paid To Actual
Estimate Estimate Date Final Cost FY QTR
State Cost: $1,835,000.00 $0.00 $0.00 25 4
Federal $0.00 $0.00
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
April 1,2025 through June 30, 2025
152 Capital Development Board File Date: 4/23/2025
Second Filing - 04/23/2025: FY25, Qtr 43, Item # 155
An Emergency Purchase Extension was received on April 23, 2025 requesting an extension for dates starting
06/07/2025 to 03/01/2026. The extension expenditure is not assessed and will be charged for time only.
Reported in the same filing quarter.
Original Filing – 3/10/2025: FY25, Qtr 4, Item# 152
The scope of work provides for the removal and storage of existing scenery, props, drapery, and performance
lighting for re-installation. The performance rigging equipment shall be removed, and new rigging equipment
shall be installed along with programming and integration. Electrical work shall include removal of existing
equipment and installing new power and data to the new rigging equipment.
Incorporated documents include the January 2025 Standard Documents for Construction, design documents
provided by the Architect/ Engineer of record, and quote provided by B&B Electric, Inc. Section 01 29 00
PAYMENT PROCEDURES, will be strictly followed and adhered to. The sum of all items listed in the
Contractor Schedule of Values should equal the contract award amount. Payment amounts will be approved
based on proof of work actually performed and materials actually used. Construction services provided under
this procurement should not exceed $3,652,920.00, 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.
This Emergency Purchase has an expected start date of 03/10/2025 through 06/07/2025 with an Original
Estimated Cost of $3,652,920.00.
Signed By: Chris Miles, Exec II
Vendor: B & B Electric Inc. Notary Date: 3/10/2025
Original Revised Paid To Actual
Estimate Estimate Date Final Cost FY QTR
State Cost: $3,652,920.00 $0.00 $0.00 25 4
Federal $0.00 $0.00
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
April 1,2025 through June 30, 2025
153 Agriculture, Department of File Date: 4/25/2025
Second Filing – 04/25/25: FY25, Qtr 4, Item #153
An Emergency Purchase Extension was received on April 25, 2025 requesting an extension for dates starting
06/01/2025 to 12/31/2025. The extension expenditure is not assessed and will be charged for time only.
Original Filing – 2/27/2025: FY25, Qtr 3, Item# 121
Vendor will supply the necessary labor and equipment to install and replace the farm tiles at Henry White Farm.
The vendor will do a site assessment to determine the soil and drainage needed for the farm. They will use
their expertise to design the drainage system based on the site assessment. This will include tile drainage system
taking into consideration the slope of the land, depth and spacing of the pipes to ensure optimal water flow and
prevent waterlogging. The vendor will utilize excavation and trenching equipment to dig trenches for installing
the drainage SPI pipes. Once the trenches are dug, the installation of the drainage system takes place. They will
install drainage pipes as per their assessment and design layout. The vendor will take all necessary precautions
to cover the pipes to prevent soil intrusion into the drainage pipes. After installation, the vendor will check to
make sure the drainage system functions correctly, which could include testing the water flow and inspecting
for leaks. The vendor will restore the land to its pre-construction state for proper planting.
Spring offers optimal conditions for farm tile installation, with favoarable weather, ideal soil moisture and
alignment of the agriculture schedules. It helps ensure the drainage issues are resolved before the crucial
growing season starts. Farm tile services must be done in the spring for several reason, both weather
conditions and farming schedules. The current soil has thawed from the winter months and has the right
moisture content for digging and installing the tiles. The tiling is also preparing the land for the growing season.
Installing the tiles now can improve soil conditions and prevent crop damage. Also installing the tiles now allows
for minimal disruption to the farming schedule, as the drainage system system is in place and working
efficiently when the crops are ready to grow.
The vendor will be responsible for the drainage pipes, tiles, stone, any backfill material all equipment to
provide the services.
This Emergency Purchase has an expected start date of 03/03/2025 through 05/31/2025 with an Original
Estimated Cost of $164,608.40.
Signed By: Michelle Grimsley, SPSA
Vendor: Baxmeyer Construction Inc. Notary Date: 2/27/2025
Original Revised Paid To Actual
Estimate Estimate Date Final Cost FY QTR
State Cost: $164,608.40 $0.00 $0.00 25 4
Federal $0.00 $0.00
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
April 1,2025 through June 30, 2025
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
April 1,2025 through June 30, 2025
154 Chicago State University File Date: 3/27/2025
Third Filing – 03/27/2025: FY25, Qtr 4, Item #154
An Emergency Purchase Extension was received on March 27, 2025 requesting an extension for dates starting
03/30/2025 to 07/31/2025 at an additional estimated cost of $40,000.00, revising the total estimated cost to
$140,000.00.
Second Filing – 09/16/2024: FY25, Qtr 1, Item #40
An Emergency Purchase Extension was received on September 16, 2024 requesting an extension for dates
starting 09/29/2024 to 03/29/2025 at an additional estimated cost of $60,000.00, revising the total estimated cost
to $100,000.00. Reported in the same filing quarter
Original Filing – 06/27/2024: FY25, Qtr 1, Item# 310
Chicago State University had hired a search firm and since the search failed to provide the best qualified
candidates, we are required to restart the search. Therefore, since Consultant Natalie Covello is most familiar
with our processes and our need is immediate and ongoing, we are asking her to continue as the consultant for
the internal auditor's office.
Consultant Covello will provide support to facilitate the internal and external audit functions. Carry out audit
activities as set forth in the University's FY2024 Audit Plan. Assist in the facilitation, planning and the
conducting of audits in areas such as finance, compliance, IT, and operations. Analyze institution's highly
technical and complex processes and recommend improvements in efficiency and compliance with regulations.
Recommend feasible solutions and operational changes. Facilitate the communication of audit results through
written reports to the President and the CSU Board of Trustees Finance and Audit Committee. Advise on the
enterprise risk management and the compliance and ethics program. Provide support to facilitate external audit
functions. Coordinate with risk management team members including the Chief Compliance Officer and the
Associate Director for Compliance.
This Emergency Purchase has an expected start date of 07/01/2024 through 09/28/2024 with an Original
Estimated Cost of $40,000.00.
Signed By: Zaldwaynak Scott, Pres
Vendor: Natalie Covello Notary Date: 6/27/2024
Original Revised Paid To Actual
Estimate Estimate Date Final Cost FY QTR
State Cost: $40,000.00 $140,000.00 $0.00 $0.00 25 4
Federal $0.00 $0.00
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
April 1,2025 through June 30, 2025
155 Capital Development Board File Date: 4/23/2025
Second Filing - 04/23/2025: FY25, Qtr 4, Item # 155
An Emergency Purchase Extension was received on April 23, 2025 requesting an extension for dates starting
06/07/2025 to 03/01/2026. The extension expenditure is not assessed and will be charged for time only.
Reported in the same filing quarter.
Original Filing – 3/10/2025: FY25, Qtr 4, Item# 152
The scope of work provides for the removal and storage of existing scenery, props, drapery, and performance
lighting for re-installation. The performance rigging equipment shall be removed, and new rigging equipment
shall be installed along with programming and integration. Electrical work shall include removal of existing
equipment and installing new power and data to the new rigging equipment.
Incorporated documents include the January 2025 Standard Documents for Construction, design documents
provided by the Architect/ Engineer of record, and quote provided by B&B Electric, Inc. Section 01 29 00
PAYMENT PROCEDURES, will be strictly followed and adhered to. The sum of all items listed in the
Contractor Schedule of Values should equal the contract award amount. Payment amounts will be approved
based on proof of work actually performed and materials actually used. Construction services provided under
this procurement should not exceed $3,652,920.00, 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.
This Emergency Purchase has an expected start date of 03/10/2025 through 06/07/2025 with an Original
Estimated Cost of $3,652,920.00.
Signed By: Chris Miles, Exec II
Vendor: B & B Electric Inc. Notary Date: 3/10/2025
Original Revised Paid To Actual
Estimate Estimate Date Final Cost FY QTR
State Cost: $3,652,920.00 $0.00 $0.00 25 4
Federal $0.00 $0.00
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
April 1,2025 through June 30, 2025
156 Capital Development Board File Date: 4/11/2025
Second Filing – 04/11/2025: FY25, Qtr 4, Item # 156
An Emergency Purchase Extension was received on April 11, 2025 requesting an extension for dates starting
04/21/2025 to 12/31/2025. The extension expenditure is not assessed and will be charged for time only.
Original Filing – 1/22/2025: FY25, Qtr 3, Item# 101
The scope of work provides for the design and implementation of temporary repairs to the HVAC control
system in Housing Unit #15 and the Vocational Building to regulate temperatures to the maximum extent
practical. The scope also includes an engineering assessment with recommendations, cost estimates, and lead
times on equipment, for the installation of a new DDC system for Housing Unit #15 and the Vocational Building
Incorporated documents include the January 2025 Standard Documents for Construction and the January 2025
Design and Construction Manual. Basic Architectural Services provided under this procurement should not
exceed $100,000.00, which is a placeholder prior to the negotiation of a Professional Services Agreement,
without prior authorization from the Capital Development Board in consultation with the Chief Procurement
Office. Final Actual Costs will be reported upon project completion and project close-out.
This Emergency Purchase has an expected start date of 01/22/2025 through 04/21/2025 with an Original
Estimated Cost of $100,000.00.
Signed By: Chris Miles, Exec II
Vendor: Henneman Engineering Notary Date: 1/22/2025
Original Revised Paid To Actual
Estimate Estimate Date Final Cost FY QTR
State Cost: $100,000.00 $0.00 $0.00 25 4
Federal $0.00 $0.00
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
April 1,2025 through June 30, 2025
157 Capital Development Board File Date: 4/17/2023
Third Filing – 04/17/2023: FY25, Qtr 4, Item # 331
An Emergency Purchase Extension was received on April 17, 2023 (5/2025) requesting an extension for dates
starting 04/30/2023 to 5/31/2023. The extension expenditure is not assessed and will be charged for time only.
Reported in the same filing quarter.
Second Filing – 12/06/2022: FY25, Qtr 4, Item # 157
An Emergency Purchase Extension was received on December 6,2022 (5/25) requesting an extension for dates
starting 12/5/22 to 3/31/23 at an additional estimated cost of $100,000.00, revising the total estimated cost to
$300,000.00.
Original Filing – 09/22/2022: FY23, Qtr 1, Item# 56
The Capital Development Board ("CDB") has been made aware by the Illinois Department of Veterans Affairs
("IDVA") that at approximately noon on September 20, 2022, a vehicle crashed into the vestibule of the
interconnect hallway (Bldg.# B1124) between residential units R3 and R4 at the Manteno Veterans Home.
No staff, veterans, or visitors were injured.The driver was injured and evacuated by ambulance. The areas
nearest the crash were evacuated and closed off to all persons. There were some fuel leakage from the vehicle
and residue from the driver's airbag as well as from fire extinguishers inside the building which were damaged
by the impact;there was no smoke or fire.
IDVA contacted Ujamaa Construction,Inc.to clear the debris and provide temporary shoring work,including
plywood sheeting at the interior and exterior of the corridor and the shoring of 3 damaged columns.The
impacted area has been stabilized and secured. Ujamaa is also to perform associated electrical work and
reconnect the baseboard heat system as part of their initial shoring work. Ujamaa also noted that the roof has
shifted and will need further assessment. (The building is scheduled for shingle replacement under current
project 040-020-071;SMT Architects/Filotto Roofing.)
IDVA has requested CDB's assistance in providing more permanent repairs to the facility under an emergency
declaration in order to restore this service corridor and allow residents access to the support and services
provided throughout the building. Due to the damaged area, facility staff are having to isolate the residents of R3
and R4 to their units, if they are unable to get outside on their own. Additionally,Meal and Supply deliveries
have to be loaded on trucks and transported to the units rather than utilizing the interconnect hallways.
This project began through the selection of an Architect/Engineer ("A/E"), utilizing the IDIQ (Indefinite
Delivery/Indefinite Quantity) selection process. Considering the time frames needed for a standard A/E
selection,negotiation and execution of an A/E contract followed by bidding and award procedures, design and
construction services for repair work under the existing processes would likely not begin for several months.
For this reason,an emergency purchase is necessary to provide construction services to support repair work as
quickly as possible in order to restore the service corridor.
Ujamaa Construction,Inc., was selected for construction services because they are currently working on a CDB
project at the facility, they were given authority by IDVA to provide initial shoring services for the facility in
order to prevent further damage and to prevent the threat to public safety for its residents and staff,they have
knowledge of the facility and the qualifications to perform the work, and they can respond immediately to this
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
April 1,2025 through June 30, 2025
request for emergency services.
The scope of work is to provide construction services for repairs and reconstruction tasks to the vestibule and
interconnecting hallway in Bldg.# B1124 between residential units R3 and R4 at the Manteno Veterans Home as
outlined in the AE's inspection report dated September 21, 2022. All construction work provided by Ujamaa at
the request of IDVA for immediate shoring/repair work prior to this emergency declaration is incorporated
herein.
Incorporated documents include the March 2009 Standard Documents for Construction & Supplement.
Construction Services provided under this procurement should not exceed $200,000.00, which is a place-holder
prior to entering into a Construction Contract,without prior authorization from the Capital Development Board
in consultation with the Chief Procurement Office. Final Actual Costs will be reported upon project completion
and project close-out.
In accordance with 30 ILCS 500/50-35,all contractors, and each subcontractor to be used whose
contract/subcontract exceeds an annual value of $50,000, shall submit financial disclosures and certifications as
a material term of the contract. In accordance with section 00 21 50 of the Standard Documents for
Construction,the General Contractor shall perform no less than 20% of work with its
own staff. Each other trade shall perform no less than 40% of work with its own staff. Work with own staff
includes direct labor and supervision, as well as material purchases where the material is installed by the
contractor.
Additionally,Governor Pritzker has issued Executive Order 2022-20 containing additional mitigations to address
the COVID-19 pandemic. This includes an indoor mask requirement and vaccinations for those working at
Illinois Department of Veterans' Affairs facilities. These requirements apply to this project.
This Emergency Purchase has an expected start date of 09/20/2022 through 12/18/2022 with an Original
Estimated Cost of $200,000.00.
Signed By: Chris Miles, Exec II
Vendor: Ujamaa Construction, Inc. Notary Date: 9/22/2022
Original Revised Paid To Actual
Estimate Estimate Date Final Cost FY QTR
State Cost: $200,000.00 $300,000.00 $0.00 $0.00 25 4
Federal $0.00 $0.00
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
April 1,2025 through June 30, 2025
158 Capital Development Board File Date: 4/2/2025
Final Cost Statement
Latest Filing – 04/02/2025: FY25, Qtr 4, Item# 347
An Actual Total Cost of FY25, Qtr 4, Item # 347 is $310,850.93 was reported in the same filing quarter as the
extensions filed.
Third Filing – 04/17/2023: FY25, Qtr 4, Item # 158
An Emergency Purchase Extension was received on April 17, 2023 (5/2025) requesting an extension for dates
starting 04/30/2023 to 5/31/2023. The extension expenditure is not assessed and will be charged for time only.
Reported in the same filing quarter.
Second Filing – 12/06/2022: FY25, Qtr 4, Item # 157
An Emergency Purchase Extension was received on December 6,2022 (5/25) requesting an extension for dates
starting 12/5/22 to 3/31/23 at an additional estimated cost of $100,000.00, revising the total estimated cost to
$300,000.00.
Original Filing – 09/22/2022: FY23, Qtr 1, Item# 56
The Capital Development Board ("CDB") has been made aware by the Illinois Department of Veterans Affairs
("IDVA") that at approximately noon on September 20, 2022, a vehicle crashed into the vestibule of the
interconnect hallway (Bldg.# B1124) between residential units R3 and R4 at the Manteno Veterans Home.
No staff, veterans, or visitors were injured.The driver was injured and evacuated by ambulance. The areas
nearest the crash were evacuated and closed off to all persons. There were some fuel leakage from the vehicle
and residue from the driver's airbag as well as from fire extinguishers inside the building which were damaged
by the impact;there was no smoke or fire.
IDVA contacted Ujamaa Construction,Inc.to clear the debris and provide temporary shoring work,including
plywood sheeting at the interior and exterior of the corridor and the shoring of 3 damaged columns.The
impacted area has been stabilized and secured. Ujamaa is also to perform associated electrical work and
reconnect the baseboard heat system as part of their initial shoring work. Ujamaa also noted that the roof has
shifted and will need further assessment. (The building is scheduled for shingle replacement under current
project 040-020-071;SMT Architects/Filotto Roofing.)
IDVA has requested CDB's assistance in providing more permanent repairs to the facility under an emergency
declaration in order to restore this service corridor and allow residents access to the support and services
provided throughout the building. Due to the damaged area, facility staff are having to isolate the residents of R3
and R4 to their units, if they are unable to get outside on their own. Additionally,Meal and Supply deliveries
have to be loaded on trucks and transported to the units rather than utilizing the interconnect hallways.
This project began through the selection of an Architect/Engineer ("A/E"), utilizing the IDIQ (Indefinite
Delivery/Indefinite Quantity) selection process. Considering the time frames needed for a standard A/E
selection,negotiation and execution of an A/E contract followed by bidding and award procedures, design and
construction services for repair work under the existing processes would likely not begin for several months.
For this reason,an emergency purchase is necessary to provide construction services to support repair work as
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
April 1,2025 through June 30, 2025
quickly as possible in order to restore the service corridor.
Ujamaa Construction,Inc., was selected for construction services because they are currently working on a CDB
project at the facility, they were given authority by IDVA to provide initial shoring services for the facility in
order to prevent further damage and to prevent the threat to public safety for its residents and staff,they have
knowledge of the facility and the qualifications to perform the work, and they can respond immediately to this
request for emergency services.
The scope of work is to provide construction services for repairs and reconstruction tasks to the vestibule and
interconnecting hallway in Bldg.# B1124 between residential units R3 and R4 at the Manteno Veterans Home as
outlined in the AE's inspection report dated September 21, 2022. All construction work provided by Ujamaa at
the request of IDVA for immediate shoring/repair work prior to this emergency declaration is incorporated
herein.
Incorporated documents include the March 2009 Standard Documents for Construction & Supplement.
Construction Services provided under this procurement should not exceed $200,000.00, which is a place-holder
prior to entering into a Construction Contract,without prior authorization from the Capital Development Board
in consultation with the Chief Procurement Office. Final Actual Costs will be reported upon project completion
and project close-out.
In accordance with 30 ILCS 500/50-35,all contractors, and each subcontractor to be used whose
contract/subcontract exceeds an annual value of $50,000, shall submit financial disclosures and certifications as
a material term of the contract. In accordance with section 00 21 50 of the Standard Documents for
Construction,the General Contractor shall perform no less than 20% of work with its
own staff. Each other trade shall perform no less than 40% of work with its own staff. Work with own staff
includes direct labor and supervision, as well as material purchases where the material is installed by the
contractor.
Additionally,Governor Pritzker has issued Executive Order 2022-20 containing additional mitigations to address
the COVID-19 pandemic. This includes an indoor mask requirement and vaccinations for those working at
Illinois Department of Veterans' Affairs facilities. These requirements apply to this project.
This Emergency Purchase has an expected start date of 09/20/2022 through 12/18/2022 with an Original
Estimated Cost of $200,000.00.
Signed By: Chris Miles, Exec II
Vendor: Ujamaa Construction, Inc. Notary Date: 9/22/2022
Original Revised Paid To Actual
Estimate Estimate Date Final Cost FY QTR
State Cost: $200,000.00 $300,000.00 $310,850.93 $310,850.93 25 4
Federal $0.00 $0.00
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
April 1,2025 through June 30, 2025
159 Capital Development Board File Date: 4/15/2025
Second Filing – 04/15/25: FY25, Qtr 4, Item # 159
An Emergency Purchase Extension was received on April 15, 2025 requesting an extension for dates starting
05/10/2025 to 12/31/2025 The extension expenditure is not assessed and will be charged for time only.
Original Filing – 2/10/2025: FY25, Qtr 3, Item# 100
The scope of work provides for interior and exterior repairs to the existing Vocational Building. Demolition
required to complete the repairs includes partial removal of the interior slab-on-grade and removal of drywall and
finishes as needed to complete the repairs. Interior repairs include backfilling voids under the slab-on-grade,
repainting non-load bearing CMU partition walls, replacing cracked CMU, minor ceiling repairs, replacing
carpeting and base boards, and painting after repairs are completed. Additionally, work will be needed in the
Mechanical Room to repair an existing electrical service that was damaged during concrete coring. The work
includes additional demolition of the concrete slab-on-grade to replace approximately 6-7' of ¾" dia. rigid steel
conduit, installing a floor junction box rated for high traffic areas and replacing (4) #10-12 wires (size to be
verified by GC) spliced from the floor box back to the existing
panel. The Client Agency will assist the GC with identifying the correct items and sizes prior to construction.
Incorporated documents include the January 2025 Standard Documents for Construction, design documents
provided by the Architect/Engineer of record and quote received by Samron Midwest Contracting, Inc. Section
01 29 00 PAYMENT PROCEDURES, will be strictly followed and adhered to. The sum of all items listed in the
Contractor Schedule of Values should equal the contract award amount.
Payment amounts will be approved based on proof of work actually performed and materials actually used.
Construction Services provided under this procurement should not exceed $124,400.00, 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.
This Emergency Purchase has an expected start date of 02/10/2025 through 05/10/2025 with an Original
Estimated Cost of $124,400.00.
Signed By: Chris Miller, Exec II
Vendor: Samron Midwest Contracting Notary Date: 2/10/2025
Original Revised Paid To Actual
Estimate Estimate Date Final Cost FY QTR
State Cost: $124,400.00 $0.00 $0.00 25 4
Federal $0.00 $0.00
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
April 1,2025 through June 30, 2025
160 Capital Development Board File Date: 4/1/2025
Second Filing – 04/01/25: FY25, Qtr 4, Item # 160
An Emergency Purchase Extension was received on April 01, 2025 requesting an extension for dates starting
05/24/2025 to 08/14/2026. The extension expenditure is not assessed and will be charged for time only.
Original Filing – 2/24/2025: FY25, Qtr 3, Item# 117
The scope of work provides for the upgrade of the existing freight elevator unit including, but not limited to, the
controller, cab, cables, supports and machine. Other items include electrical upgrade, new fire alarm recall
controls as well as interface of access control.
Incorporated documents include the 2025 Standard Documents for Construction, design documents provided
by the Architect/ Engineer of record and quote received by CAD Construction, Inc.. Section 01 29 00
PAYMENT PROCEDURES, will be strictly followed and adhered to. The sum of all items listed in the
Contractor Schedule of Values should equal the contract award amount. Payment amounts will be approved
based on proof of work actually performed and materials actually used. Construction Services provided under
this procurement should not exceed $715,125.00, 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.
This Emergency Purchase has an expected start date of 02/24/2025 through 05/24/2025 with an Original
Estimated Cost of $715,125.00.
Signed By: Chris Miles, Exec II
Vendor: CAD Construction, Inc. Notary Date: 2/24/2025
Original Revised Paid To Actual
Estimate Estimate Date Final Cost FY QTR
State Cost: $715,125.00 $0.00 $0.00 25 4
Federal $0.00 $0.00
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
April 1,2025 through June 30, 2025
162 Commerce and Economic Opportunity, Department of File Date: 4/23/2025
Third Filing – 04/23/25: FY25, Qtr 4, Item # 162
An Emergency Purchase Extension was received on April 23, 2025 requesting an extension for dates starting
07/01/2025 to 12/31/2025 at an additional estimated cost of $17,500.00, revising the total estimated cost to
$61,300.00.
Second Filing – 09/04/2024: FY25, Qtr 1, Item #73
An Emergency Purchase Extension was received on September 4, 2024 requesting an extension for dates
starting 09/29/2024 to 06/30/2025 at an additional estimated cost of $35,800,000.00, revising the total estimated
cost to $43,800,000.00 was reported in the same filing quarter.
Original Filing – 07/01/2024: FY25, Qtr 1, Item# 357
Spurrier Group LLC (Spurrier) was selected as the vendor because they were a vital sub-contractor for the
contract that expired on 6-30-24. (P-8963- RFP Marketing Communications Agency) Spurrier has a long
standing working relationship with the Illinois Office of Tourism and with all anticipated sub-contractors that
will be utilized during the term of this emergency procurement.
Planning and execution of marketing and advertising programs to promote Illinois as a tourism destination. The
marketing and advertising programs encompass domestic and international tourism. Scope of work will include
creative planning and production, media planning and buying, production, research, web-site management, event
participation and sponsorships.
This Emergency Purchase has an expected start date of 07/01/2024 through 09/28/2024 with an Original
Estimated Cost of $8,000,000.00.
Signed By: Rick Rogers, APO
Vendor: Spurrier Group, LLC Notary Date: 7/1/2024
Original Revised Paid To Actual
Estimate Estimate Date Final Cost FY QTR
State Cost: $8,000,000.00 $61,300,000.00 $0.00 $0.00 25 4
Federal $0.00 $0.00
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
April 1,2025 through June 30, 2025
163 Corrections, Department of File Date: 3/11/2024
Third Filing – 04/11/25: FY25, Qtr 4, Item # 163
An Emergency Purchase Extension was received on April 11, 2025 requesting an extension for dates starting
04/23/2025 to 09/22/2025 at an additional estimated cost of $340,000.00, revising the total estimated cost to
$624,102.94.
Second Filing –03/11/2024: FY24, Qtr 3, Item # 149
An Emergency Purchase Extension was received on March 11, 2024 requesting an extension for dates starting
3/23/2024 to 09/22/2024 at an additional estimated cost of $151,448.16, revising the total estimated cost to
$284,102.94.
Original Filing – 09/27/2023: FY24, Qtr 2, Item# 102
The vendors for this type of rental are limited and this is a specialty service.
Aggreko will be providing rental of two boilers for Shawnee CC. They will also be changing out the wire for
the new boilers and updating it up to code.
Shawnee CC looked for Vendor to meet this type of emergency and was only able to find Agrekko in our area.
This Emergency Purchase has an expected start date of 09/25/2023 through 12/22/2023 with an Original
Estimated Cost of $132,654.78.
Signed By: Sandy Robinson, Purchasing Manager
Vendor: Aggreko Notary Date: 9/27/2023
Original Revised Paid To Actual
Estimate Estimate Date Final Cost FY QTR
State Cost: $132,654.78 $624,102.94 $0.00 $0.00 25 4
Federal $0.00 $0.00
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
April 1,2025 through June 30, 2025
164 Employment Security, Department of File Date: 3/18/2024
Fourth Filing – 3/18/2025: FY25, Qtr 4, Item # 164
An Emergency Purchase Extension was received on March 18, 2025 requesting an extension for dates starting
04/01/2025 to 9/30/2025 at an additional estimated cost of $220,416.00, revising the total estimated cost to
$5,425,957.00.
Third Filing – 05/3/2024: FY24, Qtr 4, Item # 67
An Emergency Purchase Extension was received on May 3, 2024 requesting an extension for dates starting
07/01/2024 to 03/31/2025 at an additional estimated cost of $350,000.00, revising the total estimated cost to
$5,205,541.00.
Second Filing - 12/16/2021 FY22, Qtr 2, Item# 80
An Emergency Purchase Extension was received on December 16, 2021 requesting an extension for dates
starting 12/19/2021 to 09/18/2022 at an additional estimated cost of $4,355,541.00, revising the total estimated
cost to $4,855,541.00.
Original Filing – 09/18/2021: FY22, Qtr 1, Item# 75
IDES currently has an Emergency Contract with KeyBank National Association ("KeyBank") for benefit banking
services that will expire on December 31, 2021 ("current Emergency Contract") and it is unlikely that KeyBank
will agree to another extension. IDES cannot be without benefit banking services as these are critical to the
Agency's mission. A competitive RFP has yet to be completed, and with the current emergency contract ending
soon, IDES was left with no other option than to pursue a new emergency contract. IDES completed a goal
setting worksheet for determining if the emergency contract would require a Business Enterprise Program
(BEP) goal. After review and consultation with CMS BEP, it was determined that no goal would be required.
In an effort to have as much competition as possible, on August 17, 2021, IDES contacted five vendors
about possibly providing the benefit banking services beginning January 1, 2022. The five vendors contacted are
Conduent Bank, US Bank, Central Bank, Wells Fargo, and JP Morgan Chase Bank. IDES did not receive a
response from Wells Fargo or Central Bank. Conduent Bank responded that there would not be enough time to
implement the system, and therefore they would not be submitting a quote. US Bank and JP Morgan Chase Bank
did provide a response.
Regarding the Quote submitted by US Bank, IDES does not believe that US Bank is able to implement all the
required benefit banking services by December 31, 2021. Especially, since we are already in the window of US
Bank’s proposed timeline. Hence, there would be a high probability of a gap in benefit banking services if IDES
accepts the Quote submitted by US Bank.
Regarding the Quote submitted by JPMC, JPMC did not offer debit card services but did offer check
writing services that can be implemented by December 31, 2021. Under the current Emergency Contract,
JPMC serves as a subcontractor providing LockBox Services including, but not limited to, maintaining all
required IDES accounts, demand deposit and investment accounts, lockbox processing, archive digital images
of lockbox materials, and staff online banking related portal and reporting ("LockBox Services"). Since JPMC is
currently administering IDES' Lockbox Services, there will be no need to implement a new lockbox solution (i.e.
no gap in Lockbox Services). While IDES prefers debit card services over check writing services, IDES is
willing to accept the check writing services to avoid a gap in services.
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
April 1,2025 through June 30, 2025
The benefit banking services include two core components: (1) a Benefit Payment Component for the
distribution of unemployment insurance benefits to eligible claimants; and (2) a Lockbox Component for the
administration of the lockbox operations.
Under the Benefit Payment Component, the vendor is required, in part, to provide eligible claimants with
access to their benefit payments by direct deposit or checks. In addition, the Benefit Payment Component
includes, but not limited to, Automated Clearing House (ACH) transfers from individuals’ accounts, issuance of
employer refunds via check or ACH, other funds disbursements, the acceptance of benefit reimbursement
repayments, fraud prevention and detection services, claimant customer support services, secure portal for
IDES staff, and transaction information analysis and reporting. Further, the vendor must implement the check
writing/printing services before December 31, 2021.
This Emergency Purchase has an expected start date of 09/20/2021 through 12/18/2021 with an Original
Estimated Cost of $500,000.00, using Federal Funds.
Signed By: Kristin Richards, Acting Director
Vendor: JP Morgan Chase Bank Notary Date: 9/18/2021
Original Revised Paid To Actual
Estimate Estimate Date Final Cost FY QTR
State Cost: $0.00 $0.00 $0.00 25 4
Federal $4,855,541.00 $0.00
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
April 1,2025 through June 30, 2025
165 Human Services, Department of File Date: 4/7/2025
Second Filing – 04/07/25: FY25, Qtr 4, Item # 165
An Emergency Purchase Extension was received on April 7, 2025 requesting an extension for dates
starting05/20/2025 to 06/30/2025. The extension expenditure is not assessed and will be charged for time only.
Original Filing – 2/20/2025: FY25, Qtr 3, Item# 115
Approximately ten years ago, the kitchen facilities servicing the Ludeman campus where closed, as they were
no longer suitable to safely meet the needs of the facility. A construction project to renovate the kitchen has
been contemplated since that time. The most recent, interim solution was to install a temporary kitchen to serve
the residents. In mid-August 2024, a portion of the temporary kitchen’s floor fell away and revealed the
presence of unsafe black mold. The Capital Development Board (CDB) met with Ludeman officials and DHS
leadership to orchestrate mitigation of the mold, continuity of food service, and renovations to the original
kitchen. There were repeated discussions between CDB and DHS as to who would handle payment and
procurements during this project.
Nichols was the vendor engaged to provide remediation services to the temporary kitchen trailer and they
also rented a new temporary kitchen trailer to the facility. When black mold was found in the permanent
kitchen, because of their familiarity with the situation and presence on grounds with the kitchen trailers, they
were selected.
The vendor shall provide all labor and materials to fully remediate the main, permanent kitchen.
This Emergency Purchase has an expected start date of 02/20/2025 through 05/20/2025 with an Original
Estimated Cost of $500,000.00.
Signed By: Jean Sandstrom, APO
Vendor: Nichols Enterprises, LLC Notary Date: 2/20/2025
Original Revised Paid To Actual
Estimate Estimate Date Final Cost FY QTR
State Cost: $500,000.00 $0.00 $0.00 25 4
Federal $0.00 $0.00
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
April 1,2025 through June 30, 2025
166 Veterans Affairs, Department of File Date: 4/3/2025
Second Filing – 04/03/25: FY25, Qtr 4, Item # 166
An Emergency Purchase Extension was received on April 3, 2025 requesting an extension for dates starting
04/23/2025 to 7/21/2025. The extension expenditure is not assessed and will be charged for time only.
Original Filing – 1/22/2025: FY25, Qtr 3, Item# 109
The vendor shall provide Pharmacy services that include dispensing medications and intravenous solutions in
accordance with all applicable local, state and federal laws and regulations. Provide staff including a Pharmacist
that is on call 24 (Twenty-Four) hours a day, make monthly rounds to review charts and proper documentation.
Vendor shall also provide HIPPA compliant Facsimile Machines to safely send and receive confidential
information and lockable Medication Carts to store medication for use at the Home. Vendor shall also keep the
Home informed of all medical issues concerning medications prescribed to residents of the Home.
This Emergency Purchase has an expected start date of 01/23/2025 through 04/22/2025 with an Original
Estimated Cost of $150,000.00.
Signed By: Stephanie Heckenkamp, CFO
Vendor: JHC Acquisition/Omnicare of N.IL Notary Date: 1/22/2025
Original Revised Paid To Actual
Estimate Estimate Date Final Cost FY QTR
State Cost: $150,000.00 $0.00 $0.00 25 4
Federal $0.00 $0.00
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
April 1,2025 through June 30, 2025
167 Finance Authority, Illinois File Date: 4/1/2025
Second Filing –04/012025: FY25, Qtr 4, Item # 167
An Emergency Purchase Extension was received on April 1, 2025 requesting an extension for dates starting
04/08/2025 to 01/08/2026 at an additional estimated cost of $2,348,926.00, revising the total estimated cost to
$3,523,389.00.
Original Filing – 1/10/2025: FY25, Qtr 3, Item# 103
• Tasks for the initial program development and implementation stage, which are currently in-development,
include:
1. supporting the process for selecting financial assistance recipients by developing tools for
identifying compliant project proposals and, where necessary, tools for competitive ranking
2. coordinating
inter-agency efforts and developing inter-agency agreements
3. assisting development and implementation of
IFA’s lending strategy, which includes loan product design, operational lending strategy development,
supporting outreach to disadvantaged communities, supporting applicants in accessing services, supporting IFA
with loan intake, developing bridge financing strategies for multiple IFA and non-IFA loan and financial
assistance products in coordination with IFA partner agencies 4. supporting the development of IFA’s internal
loan origination and servicing operations, including customer support and technical assistance
5. developing
data collection and reporting tools to assist with federal data and compliance reporting obligations
6.
developing education materials on grid resiliency and timelines for participation in programs
7. supporting
process for requests for projects/proposals process, including the development and refinement of application
processes, outreach, technical assistance, organizational scoring and selection
8. supporting communication
about program opportunities and public engagement
9. establishing workforce development strategies in
coordination with existing workforce development programs of partner agencies
10. providing technical
assistance to potential and actual applicants, and supporting the development of technical assistance tools and
resources.
This Emergency Purchase has an expected start date of 01/08/2025 through 04/07/2025 with an Original
Estimated Cost of $1,174,463.00, using Federal Funds.
Signed By: Christoper Meister, Exec Director
Vendor: Climate Infrastructure Group-CIG Notary Date: 1/10/2025
Original Revised Paid To Actual
Estimate Estimate Date Final Cost FY QTR
State Cost: $0.00 $0.00 $0.00 25 4
Federal $1,174,463.00 $0.00
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
April 1,2025 through June 30, 2025
168 Central Management Services, Department of File Date: 6/10/2025
Final Cost Statement
Latest Filing – 06/10/2025: FY25, Qtr 4, Item# 385
An Actual Total Cost of FY25, Qtr 4, Item # 385 is $305,739.00 was reported in the same filing quarter as the
second extension.
Second Filing – 05/05/25: FY25, Qtr 4, Item # 162
An Emergency Purchase Extension was received on May 5, 2025 requesting an extension for dates starting
05/18/2025 to 06/30/2025. The extension expenditure is not assessed and will be charged for time only.
Original Filing – 2/19/2025: FY25, Qtr 3, Item# 124
The vendor was chosen due to familiarity of the issue. The vendor was doing a small roof repair and during the
repair additional damage was found that requires the entire membrane roof to be replaced. It is in danger of
blowing away and exposing the entire building to damage.
Estimated cost to replace the entire roof of J0803, 10 E. Collinsville, E. St. Louis, IL 62201, the Kenneth Hall
Region Office Building.
This Emergency Purchase has an expected start date of 02/18/2025 through 05/17/2025 with an Original
Estimated Cost of $305,739.00.
Signed By: Martha Blackwell, Manager
Vendor: D.E. Martin Roofing Co. Notary Date: 2/19/2025
Original Revised Paid To Actual
Estimate Estimate Date Final Cost FY QTR
State Cost: $305,739.00 $305,739.00 $305,739.00 25 4
Federal $0.00 $0.00
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
April 1,2025 through June 30, 2025
169 Toll Highway Authority, Illinois State File Date: 3/13/2025
Third Filing –03/13/25: FY25, Qtr 4, Item #169
An Emergency Purchase Extension was received on March 13, 2025 requesting an extension for dates starting
04/07/2025 to 07/07/2025 at an additional estimated cost of $500,000.00, revising the total estimated cost to
$1,062,500.00.
Second Filing – 03/06/2025: FY25, Qtr 3, Item #165
An Emergency Purchase Extension was received on March 6, 2025 requesting an extension for dates starting
03/08/2025 to 04/07/2025. The extension expenditure is not assessed and will be charged for time only.
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 $1,062,500.00 $0.00 $0.00 25 4
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
April 1,2025 through June 30, 2025
Federal $0.00 $0.00
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
April 1,2025 through June 30, 2025
170 Capital Development Board File Date: 5/15/2025
Second Filing – 05/15/2025: FY25, Qtr 4, Item #170
An Emergency Purchase Extension was received on May 15, 2025 requesting an extension for dates starting
05/19/2025 to 11/30/2025 at an additional estimated cost of $150,000.00, revising the total estimated cost to
$350,000.00.
Original Filing – 2/27/2025: FY25, Qtr 3, Item# 120
REVISION (02/27/2025): Due to the immediate need for heat and domestic hot water, the contractor is
authorized to provide temporary heaters, temporary hot water heaters and temporary boilers for short-term
immediate use. Further, CDB and the CPO agree to raise the initial not-to-exceed amount from $100,000.00 to
$200,000.00.
REVISION (2/27/2025) The scope of work provides for assessment assistance and temporary repairs to the
piping to stabilize the leaks until a permanent solution can be determined. The scope of work also includes the
implementation of more immediate short-term solutions to include temporary heaters, temporary hot water
heaters, and temporary boilers (‘skid boilers’) if required.
Incorporated documents include the January 2025 Standard Documents for Construction and any design
documents provided by the Architect/Engineer of record. Section 01 29 00 PAYMENT PROCEDURES, will be
strictly followed and adhered to. The sum of all items listed in the Contractor Schedule of Values should equal
the contract award amount. Payment amounts will be approved based on proof of work actually performed and
materials actually used. Construction services provided under this procurement should not
exceed $100,000.00, which is a place-holder prior entering into a Construction Contract, without prior
authorization from the Capital Development Board in consultation with the Chief Procurement Office. Final
Actual Costs will be reported upon project completion and project close-out.
This Emergency Purchase has an expected start date of 02/19/2025 through 05/19/2025 with an Original
Estimated Cost of $200,000.00.
Signed By: Chris Miles, Exec II
Vendor: Henson Robinson Co. Notary Date: 2/27/2025
Original Revised Paid To Actual
Estimate Estimate Date Final Cost FY QTR
State Cost: $200,000.00 $350,000.00 $0.00 $0.00 25 4
Federal $0.00 $0.00
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
April 1,2025 through June 30, 2025
171 Capital Development Board File Date: 5/20/2025
Second Filing –05/20/25: FY25, Qtr 4, Item # 171
An Emergency Purchase Extension was received on May 20, 2025 requesting an extension for dates starting
05/20/2025 to 12/31/2025. The extension expenditure is not assessed and will be charged for time only.
Original Filing – 2/20/2025: FY25, Qtr 3, Item# 116
The scope of the Facade Stabilization project at the Hotel Florence Annex includes emergency repairs to the
south exterior masonry wall of the building, which is currently in a severely deteriorated and potentially unstable
condition. The contractor will install shoring on the interior of the building adjacent to the south wall as needed
to facilitate repairs to the load-bearing masonry wall and the adjacent building framing. Masonry repairs will
include partial masonry wall reconstruction, brick replacement, repointing, steel lintel replacement, limestone
window sill replacement, helical anchor installation, and sealant replacement. Limited repairs to the building
framing may include steel/cast iron painting at framing locations that will be embedded into the south wall, steel
bearing plate replacement, isolated structural steel/cast iron repairs, and isolated concrete slab repairs. Additional
miscellaneous scope items include isolated roof repairs to mitigate a leak in the southwest corner of the
building, and provision and operation of an aerial lift for close-up inspection of the north, east, and west facades
by the Architect/Engineer. Please refer to the drawings, specifications, and bid form for a more detailed
description of the work. Asbestos Abatement may be required as specified in the contract documents.
Incorporated documents include the January 2025 Standard Documents for Construction & Supplement, design
documents provided by the Architect/Engineer of record, and quote received by Berglund Construction
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 $545,000.00, 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.
This Emergency Purchase has an expected start date of 02/20/2025 through 05/20/2025 with an Original
Estimated Cost of $545,000.00.
Signed By: Chris Miles, Exec II
Vendor: Berglund Construction Co. Notary Date: 2/20/2025
Original Revised Paid To Actual
Estimate Estimate Date Final Cost FY QTR
State Cost: $545,000.00 $0.00 $0.00 25 4
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
April 1,2025 through June 30, 2025
Federal $0.00 $0.00
172 Capital Development Board File Date: 5/20/2025
Second Filing – 5/20/25: FY25, Qtr 4, Item # 172
An Emergency Purchase Extension was received on May 20, 2025 requesting an extension for dates starting
06/07/2025 to 09/30/2025. The extension expenditure is not assessed and will be charged for time only.
Original Filing – 3/10/2025: FY25, Qtr 3, Item# 123
The scope of work provides for removing and replacing approximately 32,000 square feet of ballasted roofing
with a new fully adhered system including raising roof top equipment to accommodate the new roof thickness
and replacing all attendant accessories.
Incorporated documents include the January 2025 Standard Documents for Construction, 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 $611,606.00, 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.
This Emergency Purchase has an expected start date of 03/10/2025 through 06/07/2025 with an Original
Estimated Cost of $611,606.00.
Signed By: Chris Miles, Exec II
Vendor: Henson Robinson Co. Notary Date: 3/10/2025
Original Revised Paid To Actual
Estimate Estimate Date Final Cost FY QTR
State Cost: $611,606.00 $0.00 $0.00 25 4
Federal $0.00 $0.00
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
April 1,2025 through June 30, 2025
173 Capital Development Board File Date: 4/2/2025
Final Cost Statement
Latest Filing – 04/02/2025: FY25, Qtr 4, Item# 173
An Actual Total Cost of FY25, Qtr 4, Item # 173 is $310,850.93 was reported in the same filing quarter as the
extensions filed.
Third Filing – 04/17/2023: FY25, Qtr 4, Item # 158
An Emergency Purchase Extension was received on April 17, 2023 (5/2025) requesting an extension for dates
starting 04/30/2023 to 5/31/2023. The extension expenditure is not assessed and will be charged for time only.
Reported in the same filing quarter.
Second Filing – 12/06/2022: FY25, Qtr 4, Item # 157
An Emergency Purchase Extension was received on December 6,2022 (5/25) requesting an extension for dates
starting 12/5/22 to 3/31/23 at an additional estimated cost of $100,000.00, revising the total estimated cost to
$300,000.00.
Original Filing – 09/22/2022: FY23, Qtr 1, Item# 56
The Capital Development Board ("CDB") has been made aware by the Illinois Department of Veterans Affairs
("IDVA") that at approximately noon on September 20, 2022, a vehicle crashed into the vestibule of the
interconnect hallway (Bldg.# B1124) between residential units R3 and R4 at the Manteno Veterans Home.
No staff, veterans, or visitors were injured.The driver was injured and evacuated by ambulance. The areas
nearest the crash were evacuated and closed off to all persons. There were some fuel leakage from the vehicle
and residue from the driver's airbag as well as from fire extinguishers inside the building which were damaged
by the impact;there was no smoke or fire.
IDVA contacted Ujamaa Construction,Inc.to clear the debris and provide temporary shoring work,including
plywood sheeting at the interior and exterior of the corridor and the shoring of 3 damaged columns.The
impacted area has been stabilized and secured. Ujamaa is also to perform associated electrical work and
reconnect the baseboard heat system as part of their initial shoring work. Ujamaa also noted that the roof has
shifted and will need further assessment. (The building is scheduled for shingle replacement under current
project 040-020-071;SMT Architects/Filotto Roofing.)
IDVA has requested CDB's assistance in providing more permanent repairs to the facility under an emergency
declaration in order to restore this service corridor and allow residents access to the support and services
provided throughout the building. Due to the damaged area, facility staff are having to isolate the residents of R3
and R4 to their units, if they are unable to get outside on their own. Additionally,Meal and Supply deliveries
have to be loaded on trucks and transported to the units rather than utilizing the interconnect hallways.
This project began through the selection of an Architect/Engineer ("A/E"), utilizing the IDIQ (Indefinite
Delivery/Indefinite Quantity) selection process. Considering the time frames needed for a standard A/E
selection,negotiation and execution of an A/E contract followed by bidding and award procedures, design and
construction services for repair work under the existing processes would likely not begin for several months.
For this reason,an emergency purchase is necessary to provide construction services to support repair work as
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
April 1,2025 through June 30, 2025
quickly as possible in order to restore the service corridor.
Ujamaa Construction,Inc., was selected for construction services because they are currently working on a CDB
project at the facility, they were given authority by IDVA to provide initial shoring services for the facility in
order to prevent further damage and to prevent the threat to public safety for its residents and staff,they have
knowledge of the facility and the qualifications to perform the work, and they can respond immediately to this
request for emergency services.
The scope of work is to provide construction services for repairs and reconstruction tasks to the vestibule and
interconnecting hallway in Bldg.# B1124 between residential units R3 and R4 at the Manteno Veterans Home as
outlined in the AE's inspection report dated September 21, 2022. All construction work provided by Ujamaa at
the request of IDVA for immediate shoring/repair work prior to this emergency declaration is incorporated
herein.
Incorporated documents include the March 2009 Standard Documents for Construction & Supplement.
Construction Services provided under this procurement should not exceed $200,000.00, which is a place-holder
prior to entering into a Construction Contract,without prior authorization from the Capital Development Board
in consultation with the Chief Procurement Office. Final Actual Costs will be reported upon project completion
and project close-out.
In accordance with 30 ILCS 500/50-35,all contractors, and each subcontractor to be used whose
contract/subcontract exceeds an annual value of $50,000, shall submit financial disclosures and certifications as
a material term of the contract. In accordance with section 00 21 50 of the Standard Documents for
Construction,the General Contractor shall perform no less than 20% of work with its
own staff. Each other trade shall perform no less than 40% of work with its own staff. Work with own staff
includes direct labor and supervision, as well as material purchases where the material is installed by the
contractor.
Additionally,Governor Pritzker has issued Executive Order 2022-20 containing additional mitigations to address
the COVID-19 pandemic. This includes an indoor mask requirement and vaccinations for those working at
Illinois Department of Veterans' Affairs facilities. These requirements apply to this project.
This Emergency Purchase has an expected start date of 09/20/2022 through 12/18/2022 with an Original
Estimated Cost of $200,000.00.
Signed By: Chris Miles, Exec II
Vendor: Ujamaa Construction, Inc. Notary Date: 9/22/2022
Original Revised Paid To Actual
Estimate Estimate Date Final Cost FY QTR
State Cost: $200,000.00 $300,000.00 $310,850.93 $310,850.93 25 4
Federal $0.00 $0.00
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
April 1,2025 through June 30, 2025
174 Capital Development Board File Date: 3/20/2025
Final Cost Statement
Latest Filing – 03/20/25: FY25, Qtr 4, Item # 174
The Actual Total Cost of FY25, Qtr 4, Item# 174 is $293,050.00, with a final contract term ending.
Second Filing – 08/12/2024: FY25, Qtr 1, Item #369
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
determine whether any immediate temporary repairs can be implemented.
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
April 1,2025 through June 30, 2025
The A/E will need to determine if any components of this project are eligible for a utility company or other
energy grant or rebate and will be responsible for preparing and submitting the grant application if the project
qualifies for the rebate.
Incorporated documents include the March 2009 Standard Documents for Construction & Supplement and the
March 2009 Design and Construction Manual & Supplement. Basic Architectural Services provided under this
procurement should not exceed $100,000.00, which is a place-holder prior to the negotiation of a Professional
Services Agreement, without prior authorization from the Capital Development Board in consultation with the
Chief Procurement Office. Final Actual Costs will be reported upon project completion and project close-out.
In accordance with section 00 21 50 of the Standard Documents for Construction, the General Contractor shall
perform no less than 20% of work with its own staff. Each other trade shall perform no less than 40% of work
with its own staff. Work with own staff includes direct labor and supervision, as well as material purchases
where the material is installed by the contractor.
This Emergency Purchase has an expected start date of 03/13/2023 through 06/10/2023 with an Original
Estimated Cost of $100,000.00.
Signed By: Chris Miles, Exec II
Vendor: Clark Dietz, Inc. Notary Date: 3/13/2023
Original Revised Paid To Actual
Estimate Estimate Date Final Cost FY QTR
State Cost: $100,000.00 $340,550.00 $293,050.00 $293,050.00 25 4
Federal $0.00 $0.00
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
April 1,2025 through June 30, 2025
175 Eastern Illinois University File Date: 4/23/2025
Final Cost Statement
Latest Filing – 04/23/25: FY25, Qtr 4, Item # 175
The Actual Total Cost of FY25, Qtr 4, Item# 175 is $111,047.00, with a final contract term ending.
Original Filing – 12/20/2024: FY25, Qtr 3, Item# 112
The vendor will provide and install an emergency back-up generator to replace one that suffered a catastrophic
failure. This generator will be installed at our Human Services Building which includes the student clinic
provided by Sarah Bush Lincoln. Lead time for the generator is approximately six months so we need to order
ASAP to avoid long-term rental fees.
Commercial Electric is a local contractor with familiarity of campus. They are currently installing another on
campus purchased through Construction IFB BN025493. They are also a certified BEP vendor.
This Emergency Purchase has an expected start date of 12/23/2024 through 06/22/2025 with an Original
Estimated Cost of $111,047.00.
Signed By: Megan Wells, Director
Vendor: Commerical Elec Notary Date: 12/20/2024
Original Revised Paid To Actual
Estimate Estimate Date Final Cost FY QTR
State Cost: $111,047.00 $111,047.00 $111,047.00 25 4
Federal $0.00 $0.00
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
April 1,2025 through June 30, 2025
176 Transportation, Department of File Date: 4/22/2025
Final Cost Statement
Latest Filing – 04/22/25: FY25, Qtr 4, Item # 176
The Actual Total Cost of FY25, Qtr 4, Item# 176 is $1,480,958.00, with a final contract term ending.
Original Filing – 7/31/2024: FY25, Qtr 1, Item# 16
The following vendor was contacted and their respective bid is noted:
Hennegan & Associates LTD $1,479,008.00
Hennegan & Associates LTD was the only vendor that the department contacted due to them having the
expertise in the repairs needed and the appropriate material to fix the issue we have on I 70 in St. Clair County.
This vendor was recommended to the district from the central office bureau of bridges and structures.
Provide 198LF of 6" and 9" modular expansion joint swivel along with front face cover plate assemblies for
repairs on I -70 over I 55 at structure 082-0322 and 082-0324.
This Emergency Purchase has an expected start date of 07/30/2024 through 10/27/2024 with an Original
Estimated Cost of $2,000,000.00.
Signed By: Joseph Monroe, Dist 8 Operations Engineer
Vendor: Hennegan & Assoc. LTD Notary Date: 7/31/2024
Original Revised Paid To Actual
Estimate Estimate Date Final Cost FY QTR
State Cost: $2,000,000.00 $1,480,958.00 $1,480,958.00 25 4
Federal $0.00 $0.00
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
April 1,2025 through June 30, 2025
177 Transportation, Department of File Date:
Final Cost Statement
Latest Filing – 05/3/25: FY25, Qtr 4, Item # 177
The Actual Total Cost of FY25, Qtr 4, Item# 177 is $260,595.10, with a final contract term ending.
Original Filing – 4/14/2025: FY25, Qtr 4, Item# 117
The Illinois Department of Transportation seeks a contractor to perform emergency Interstate repairs on I-55
near mile marker 130 in Logan County, including pavement removal and replacement as well as drainage
improvements including removal and replacement of underdrains and underdrain outlets. All work shall follow
applicable Traffic Control Standards and Illinois Department of Transportation Standard Specifications.
This Emergency Purchase has an expected start date of 04/14/2025 through 07/12/2025 with an Original
Estimated Cost of $450,000.00.
Signed By: Brian Galloway, Maintenance Field Engineer
Vendor: Kinney Contractors Notary Date: 4/14/2025
Original Revised Paid To Actual
Estimate Estimate Date Final Cost FY QTR
State Cost: $450,000.00 $260,595.10 $260,595.10 25 4
Federal $0.00 $0.00
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
April 1,2025 through June 30, 2025
178 University of Illinois Chicago File Date: 5/15/2025
Final Cost Statement
Latest Filing – 05/15/25: FY25, Qtr 4, Item # 178
The Actual Total Cost of FY25, Qtr 4, Item# 178 is $346,136.00, with a final contract term ending.
Original Filing – 12/19/2024: FY25, Qtr 3, Item# 111
Lucas James Talent Partners will provide critical recruitment support for Civil Service hiring. UIC HR has
worked with this vendor in the past and they are highly trained and have comprehensive knowledge of the
University and the UIC recruitment process. The UIC HR Recruitment and Staffing team vacancies have been
100% filled. The higher than average volume of vacancies at UIC and UIH continues to exceed the Recruitment
and Staffing team's ability to manage the recruitments. Until that number decreases, our current staffing level
and resources cannot support the number of vacancies at UIC and UIH so seasoned temporary agency
recruiters are needed to assist with the transition and training to the new recruits in the hiring process. The goal
is that temporary services will no longer be required to support this critical HR function once additional UIC
recruiters have been adequately trained and UIC and UIH hiring units reevaluate their ongoing hiring needs.
Lucas James Talent Partners Talent Acquisition Consultants will perform critical steps within the front-end part
of the recruiting process for UIC from sourcing candidates, to minimum qualification review, to credentials
assessment and will then pass on candidates to the HR/Internal Recruiting team.
Specific responsibilities include:
• Outreach to passive candidates that meet minimum qualifications and credentials assessment utilizing existing
tools and resources
• Review of minimum qualifications from candidates from the register to credentials assessment
• Screen candidates
• Weekly reporting updates and weekly client communication
This Emergency Purchase has an expected start date of 01/01/2025 through 03/31/2025 with an Original
Estimated Cost of $400,000.00.
Signed By: Aaron Rosenthal, Asst. Vice Chancellor
Vendor: Lucas James Talent Partners Notary Date: 12/19/2024
Original Revised Paid To Actual
Estimate Estimate Date Final Cost FY QTR
State Cost: $400,000.00 $346,136.00 $346,136.00 25 4
Federal $0.00 $0.00
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
April 1,2025 through June 30, 2025
179 Human Services, Department of File Date: 5/8/2025
Final Cost Statement
Latest Filing – 05/15/25: FY25, Qtr 4, Item # 179
The Actual Total Cost of FY25, Qtr 4, Item# 179 is $227,593.52 with the final contract term ending.
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 $227,593.52 $227,593.52 25 4
Federal $0.00 $0.00
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
April 1,2025 through June 30, 2025
180 University of Illinois Chicago File Date: 5/15/2025
Final Cost Statement
Latest Filing – 05/15/25: FY25, Qtr 4, Item # 180
The Actual Total Cost of FY25, Qtr 4, Item# 180 is $942,345.00, with the final contract term ending.
Original Filing – 12/19/2024: FY25, Qtr 3, Item# 110
MindPower/Staffing Team Inc has previously provided temporary staffing for UIC and UI Health HR under a
competitive solicitation RFP award #KRS128. These temporary employees provided clinical and non-clinical
support in areas with staffing shortages, open positions or have been hired due to a critical, short-term need. We
are currently engaged in a new RFP process to secure outside agency vendors under RFP #PPA109. UIC HR
is requesting an emergency for temporary staffing services until the competitive solicitation for RFP #PPA109
has been awarded and a fully executed contract is in place.
Staffing Team Inc will provide temporary, agency hires to fill a variety of clinical and non-clinical positions at
UIC and UIH.
Signed By: Aaron Rosenthal, Asst Vice Chancellor
Vendor: MindPower/Staffing Team Notary Date: 12/19/2024
Original Revised Paid To Actual
Estimate Estimate Date Final Cost FY QTR
State Cost: $950,000.00 $942,345.00 $942,345.00 25 4
Federal $0.00 $0.00
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
April 1,2025 through June 30, 2025
181 Ill. Workers' Compensation Commission File Date: 2/19/2025
Final Cost Statement
Latest Filing – 02/19/25: FY25, Qtr 4, Item # 181
The Actual Total Cost of FY25, Qtr 4, Item# 181 is $13,790.76, with the final contract term ending.
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 $13,790.76 $13,790.76 25 4
Federal $0.00 $0.00
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
April 1,2025 through June 30, 2025
182 Central Management Services, Department of File Date: 4/24/2024
Final Cost Statement
Latest Filing – 04/24/25: FY25, Qtr 4, Item # 182
The Actual Total Cost of FY25, Qtr 4, Item# 182 is $318,251.21, with the final contract term ending.
Second Filing – 03/28/2024: FY24, Qtr 4, Item # 46
An Emergency Purchase Extension was received on March 28, 2024 requesting an extension for dates starting
04/10/2024 to 04/10/2025 at an additional estimated cost of $465,955.20, revising the total estimated cost to
$621,273.60.
Original Filing – 1/10/2024: FY24, Qtr 3, Item# 12
The vendor was chosen due to familiarity and proximity to the location and the availability of immediate
employees to fulfill the need.
Estimated cost of 3 temporary engineers to work 8 hours shifts at the MABB building in Chicago due to staffing
shortages. The current staff must monitor the building 24 hours a day, 7 days a week and due to need, they
can take no time off. If unforseen circumstances were to happen this would mean the remaining staff would be
forced to work 12-24 hour shifts which is not sustainable. This would also create an unsafe environment
regarding Life Safety and Fire Code Compliance issues.
This Emergency Purchase has an expected start date of 01/10/2024 through 04/09/2024 with an Original
Estimated Cost of $155,318.40.
Signed By: Martha Blackwell, Facilities Portfolio Manager
Vendor: The Stone Group Notary Date: 1/10/2024
Original Revised Paid To Actual
Estimate Estimate Date Final Cost FY QTR
State Cost: $155,318.40 $621,273.60 $318,251.21 $318,251.21 25 4
Federal $0.00 $0.00
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
April 1,2025 through June 30, 2025
183 Innovation & Technology, Department of File Date: 6/11/2025
Fourth Filing – 6/11/2025: FY25, Qtr 4, Item #183
An Emergency Purchase Extension was received on June 11, 2025 requesting an extension for dates starting
06/11/2025 to 12/11/2025 at an additional estimated cost of $4,900,000.00, revising the total estimated cost to
$61,900,000.00.
Third Filing – 06/10/2024: FY24, Qtr 4, Item # 90
An Emergency Purchase Extension was received on June 10, 2024 requesting an extension for dates starting
06/12/2024 to 12/11/2024, revising the total estimated cost to $57,000,000.00.
Second Filing - 03/03/2023: FY23, Qtr3, Item #263
An Emergency Purchase Extension was received on March 3, 2023 requesting an extension for dates starting
12/10/2022 to 03/09/2023 at an additional estimated cost of $33,000,000.00, revising the total estimated cost to
$36,000,000.00.
Original Filing – 11/30/2022: FY23, Qtr 2, Item# 35
The Department currently has a Sole Source contract with AT&T Corp until 12/09/22. AT&T has developed a
significant infrastructure of services provided to the state and other agencies. The Department currently has
these services with AT&T at a reduced cost. At this time, AT&T is the only known vendor that can provide
this wide array of services statewide without significant down time. Due to significant delays processing a
new SEFS procurement to replace the expiring contract, the Department is forced to pivot and request an
emergency to ensure uninterrupted services continue for thousands of state employees, offices, and schools
around the state. This contract provides roughly 90% of the state network connectivity and is vital to daily
operations for hundreds of agencies and schools. The Department currently has a RFP on the street for a new
10 year contract for these services which closes 12/15. We will not be able to award this contract in time, nor
is there sufficient time for any potential transition to a new provider. This emergency contract will be a JPMC
available for use by all state agencies, other governmental entities, and not-for-profits.
The Department requires services which fulfill the State’s private telecommunications network voice and data
services required to perform our critical mission. The scope of services covered is wide-ranging services
(Transport services, Private Fiber, Internet Egress, Local Voice, Long Distance, Conferencing and Other
Services) which will enable governmental units and qualified not-for-profit agencies to purchase
telecommunications services, some directly from the resulting contract and some through the DoIT, as to be
specified in the resulting contract.
This Emergency Purchase has an expected start date of 12/10/2022 through 03/09/2023 with an Original
Estimated Cost of $3,000,000.00.
Signed By: Van P Austin, APO
Vendor: AT&T Corp Notary Date: 11/30/2022
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
April 1,2025 through June 30, 2025
Original Revised Paid To Actual
Estimate Estimate Date Final Cost FY QTR
State Cost: $3,000,000.00 $61,900,000.00 $0.00 $0.00 25 4
Federal $0.00 $0.00
184 Corrections, Department of File Date: 5/23/2024
Third Filing – 05/23/2025: FY25, Qtr 4, Item #184
An Emergency Purchase Extension was received on May 23, 2025 requesting an extension for dates starting
05/25/2025 to 11/24/2025 at an additional estimated cost of $30,000,000.00, revising the total estimated cost to
$42,000,000.00.
Second Filing – 05/23/2024: FY24, Qtr 4, Item # 69
An Emergency Purchase Extension was received on May 23, 2024 requesting an extension for dates starting
05/25/2024 to 05/24/2025 at an additional estimated cost of $24,000,000.00, revising the total estimated cost to
$30,000,000.00.
Original Filing – 2/26/2024: FY24, Qtr 3, Item# 46
***This is a zero dollar contract, the State does not fund the expenses.
The Vendor is able to provide needed commissary items to the Illinois Department of Corrections for its
Individual in Custody and Correctional Facility Employees.
The Vendor will provide approved commissary items that will allow for the continued sales of food, clothing,
health/beauty, sundries and electronics to individuals in custody and Correctional Facility Employees.
This Emergency Purchase has an expected start date of 2/26/2024 through 05/24/2024 with an Original
Estimated Cost of $6,000,000.00.
Signed By: Jacenta Wilson, APO
Vendor: Union Supply Group Notary Date: 2/26/2024
Original Revised Paid To Actual
Estimate Estimate Date Final Cost FY QTR
State Cost: $6,000,000.00 $42,000,000.00 $0.00 $0.00 25 4
Federal $0.00 $0.00
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
April 1,2025 through June 30, 2025
185 Corrections, Department of File Date: 5/23/2025
Third Filing – 05/23/2025: FY25, Qtr 4, Item #185
An Emergency Purchase Extension was received on May 23, 2025 requesting an extension for dates starting
05/25/2025 to 11/24/2025 at an additional estimated cost of $12,000,000.00, revising the total estimated cost to
$42,000,000.00.
Second Filing – 05/16/2024: FY24, Qtr 4, Item # 70
An Emergency Purchase Extension was received on May 16, 2024 requesting an extension for dates starting
05/25/2024 to 05/24/2025 at an additional estimated cost of $24,000,000.00, revising the total estimated cost to
$30,000,000.00.
Original Filing – 2/26/2024: FY24, Qtr 3, Item# 47
***This is a zero dollar contract, the State does not fund the expenses.
The Vendor is able to provide needed commissary items to the Illinois Department of Corrections for its
Individual in Custody and Correctional Facility Employees.
The Vendor will provide approved commissary items that will allow for the continued sales of food, clothing,
health/beauty, sundries and electronics to individuals in custody and Correctional Facility Employees.
This Emergency Purchase has an expected start date of 02/26/2024 through 05/24/2024 with an Original
Estimated Cost of $6,000,000.00.
Signed By: Jacenta Wilson, APO
Vendor: Keefe Group Notary Date: 2/26/2024
Original Revised Paid To Actual
Estimate Estimate Date Final Cost FY QTR
State Cost: $6,000,000.00 $42,000,000.00 $0.00 $0.00 25 4
Federal $0.00 $0.00
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
April 1,2025 through June 30, 2025
186 Corrections, Department of File Date: 5/23/2025
Third Filing – 05/23/2025: FY25, Qtr 4, Item # 186
An Emergency Purchase Extension was received on May 23, 2025 requesting an extension for dates starting
05/25/2025 to 11/24/2025 at an additional estimated cost of $12,000,000.00, revising the total estimated cost to
$42,000,000.00.
Second Filing – 05/16/2024: FY24, Qtr 4, Item # 72
An Emergency Purchase Extension was received on May 16, 2024 requesting an extension for dates starting
05/25/2024 to 05/24/2025 at an additional estimated cost of $24,000,000.00, revising the total estimated cost to
$30,000,000.00.
Original Filing – 2/26/2024: FY24, Qtr 3, Item# 49
***This is a zero dollar contract, the State does not fund the expenses.
The Vendor is able to provide needed commissary items to the Illinois Department of Corrections for its
Individual in Custody and Correctional Facility Employees.
The Vendor will provide approved commissary items that will allow for the continued sales of food, clothing,
health/beauty, sundries and electronics to individuals in custody and Correctional Facility Employees.
This Emergency Purchase has an expected start date of 02/26/2024 through 05/24/2024 with an Original
Estimated Cost of $6,000,000.00.
Signed By: Jacenta Wilson, APO
Vendor: Walkenhorst's Notary Date: 2/26/2024
Original Revised Paid To Actual
Estimate Estimate Date Final Cost FY QTR
State Cost: $6,000,000.00 $42,000,000.00 $0.00 $0.00 25 4
Federal $0.00 $0.00
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
April 1,2025 through June 30, 2025
187 Corrections, Department of File Date: 5/23/2025
Third Filing – 05/23/2025: FY25, Qtr 4, Item # 187
An Emergency Purchase Extension was received on May 23, 2025 requesting an extension for dates starting
05/25/2025 to 11/24/2025 at an additional estimated cost of $12,000,000.00, revising the total estimated cost to
$42,000,000.00.
Second Filing – 05/16/2024: FY24, Qtr 4, Item # 73
An Emergency Purchase Extension was received on May 16, 2024 requesting an extension for dates starting
05/25/2024 to 105/24/2025 at an additional estimated cost of $24,000,000.00, revising the total estimated cost to
$30,000,000.00.
Original Filing – 3/15/2024: FY24, Qtr 3, Item# 61
The Vendor is able to provide needed commissary items to the Illinois Department of Corrections.
The Vendor will provide approved commissary items that will allow for the continued sales of food, clothing,
health/beauty, sundries and electronics to individuals in custody.
The amount of this expenditure is 6,000,000. This is a zero dollar contract, the State does not fund the
expenses.
This Emergency Purchase has an expected start date of 03/15/2024 through 05/24/2024 with an Original
Estimated Cost of $6,000,000.00. That is not a State or Federal funded expense.
Signed By: Jacenta Wilson, APO
Vendor: E-Ford Commissary Inc Notary Date: 3/15/2024
Original Revised Paid To Actual
Estimate Estimate Date Final Cost FY QTR
State Cost: $6,000,000.00 $42,000,000.00 $0.00 $0.00 25 4
Federal $0.00 $0.00
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
April 1,2025 through June 30, 2025
188 Capital Development Board File Date: 6/28/2025
Second Filing – 05/28/2025: FY25, Qtr 4, Item # 188
An Emergency Purchase Extension was received on May 28, 2025 requesting an extension for dates starting
06/24/2025 to 03/24/2025. The extension expenditure is not assessed and will be charged for time only.
Reported in the same filing quarter.
Original Filing – 3/27/2025: FY25, Qtr 4, Item# 151
The scope of work is to make the current operational elevator cars that are currently under temporary City
permit arrangements (E3, 4, 9, 10, 11) code compliant, as indicated in Chicago Elevator Bureau’s (CEB) code
violation and 2025 PA/SD reports, and repair the currently shut down elevator E5 to expedite the work in the
other elevators.
This Emergency Purchase has an expected start date of 03/27/2025 through 06/24/2025 with an Original
Estimated Cost of $1,835,000.00.
Signed By: Chris Miles, Exec II
Vendor: Parkway Elevators Notary Date: 3/27/2025
Original Revised Paid To Actual
Estimate Estimate Date Final Cost FY QTR
State Cost: $1,835,000.00 $0.00 $0.00 25 4
Federal $0.00 $0.00
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
April 1,2025 through June 30, 2025
189 Capital Development Board File Date: 6/2/2025
Second Filing – 06/02/2025: FY25, Qtr 4, Item # 189
An Emergency Purchase Extension was received on June 2, 2025 requesting an extension for dates starting
06/11/2025 to 06/11/2026 at an additional estimated cost of $1,241,857.00, revising the total estimated cost to
$4,241,857.00.
Original Filing – 3/14/2025: FY25, Qtr 3, Item# 127
The scope of work includes the emergency purchase and installation of a 1000HP diesel boiler unit, the
purchase and installation of an 800hp Propane Boiler to provide redundancy to the heating system, and the rental
and any necessary hook-up of a 500 hp diesel boiler to reduce the workload of the current propane boiler unit
struggling to provide sufficient steam. Increasing the size of the current gasline, and a new Deaeration tank is
also required. The existing water softeners are to be inspected to verify they can provide sustained operations
and the existing water heaters are to be repaired to be fully functional. To provide sufficient space to install the
new permanent propane boilers, the demolition of the inoperable coil-fired boilers and associated equipment will
be required. Abatement of hazardous materials are not anticipated at this time but may be required. The
replacement or repairs of all necessary ancillary
components shall be included to provide a fully functional and redundant boiler plant (to be used in conjunction
with the mobile diesel boiler).
Incorporated documents include the 2025 January Standard Documents for Construction. Section 01 29 00
PAYMENT PROCEDURES, will be strictly followed and adhered to. The sum of all items listed in the
Contractor Schedule of Values should equal the contract award amount. Payment amounts will be approved
based on proof of work actually performed and materials actually used. Construction services provided under
this procurement should not exceed $3,000,000.00, 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.
This Emergency Purchase has an expected start date of 03/14/2025 through 06/11/2025 with an Original
Estimated Cost of $3,000,000.00.
Signed By: Chris Miles, Exec II
Vendor: P.J. Hoerr Inc. Notary Date: 3/14/2025
Original Revised Paid To Actual
Estimate Estimate Date Final Cost FY QTR
State Cost: $3,000,000.00 $4,241,857.00 $0.00 $0.00 25 4
Federal $0.00 $0.00
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
April 1,2025 through June 30, 2025
190 Environmental Protection Agency File Date: 6/9/2025
Final Cost Statement
Latest Filing – 06/09/2025: FY25, Qtr 4, Item# 401
An Actual Total Cost of FY25, Qtr 4, Item # 401 is $75,000.00 with the final contract term ending, purchase
was reported in the same filing quarter.
Second Filing – 05/29/2025: FY25, Qtr 4, Item # 209
An Emergency Purchase Extension was received on May 29, 2025 requesting an extension for dates starting
06/03/2025 to 08/02/2025. The extension expenditure is not assessed and will be charged for time only.
Original Filing – 3/6/2025: FY25, Qtr 3, Item# 122
Clean up and restoration of flooded IEPA documents. The documents will need to be dried, separated and
restored. This is quite an extensive process.
• There are 7 file drawers that were hung out to dry today.
• Files
remaining in the file room are currently being rotated 90° or 180° inside the drawer to expose the wet part over
the weekend.
• All BOL, BOA and miscellaneous BOW boxes that were on the ground (the most saturated files)
were moved next door to the Larkin Building.
The approximate total drawers needing restored are as
follows:
80 drawers total:
42 BOW File Drawers (8 Drawers Dry or Drying, 34 Remaining)
31 BOL File Drawers (31 Remaining)
7 BOA File Drawers (7 Remaining)
This Emergency Purchase has an expected start date of 03/03/2025 through 06/02/2025 with an Original
Estimated Cost of $60,000.00.
Signed By: Andrew Shackelford, APO
Vendor: Serv Pro of Peoria Notary Date: 3/6/2025
Original Revised Paid To Actual
Estimate Estimate Date Final Cost FY QTR
State Cost: $60,000.00 $75,000.00 $75,000.00 25 4
Federal $0.00 $0.00
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
April 1,2025 through June 30, 2025
191 Illinois State University File Date: 5/29/2025
Second Filing – 05/29/2025: FY25, Qtr 4, Item # 191
An Emergency Purchase Extension was received on May 29, 2025 requesting an extension for dates starting
06/15/2025 to 08/01/2025. The extension expenditure is not assessed and will be charged for time only.
Original Filing – 2/26/2025: FY25, Qtr 3, Item# 118
The project scope includes the replacement of all the concrete stairs and landings in both stair towers of the
School St. Parking deck. Also included: any necessary repairs to existing steel stringers and supports, new
lighting, connecting conduit and wire, repair and patch steel splice plates where needed on pre-cast wall panels.
New hollow metal doors and frames and all levels, paint the entire inside of the stairwells.
The stairs at School St. Parking deck are degrading quickly. The steel pans that support the cast in place
concrete stairs are corroding in several areas to the point where the steel is gone and concrete is exposed. This
will eventually open up to the point where falling concrete will become a likely overhead hazard. If this begins to
happen it will render the stairs unsafe to use. Since both stair towers are degrading at the same pace and show
the same conditions it is likely that both stair towers will become unsafe to use. At that point the parking deck
will have to be shut down. This parking deck is essential to the Parking & Transportation office at ISU. It
provides a significant amount of parking for faculty, staff, and students. This parking deck is the largest parking
area for the southeast portion of campus. Not having this deck would interrupt a revenue stream for our
Parking and Transportation office as well as put a strain on adjacent street parking that is not designed to
support the parking needs.
This Emergency Purchase has an expected start date of 3/15/2025 through 08/01/2025 with an Original
Estimated Cost of $1,300,000.00, using Parking & Transportation Reserves Funds.
Signed By: Stacy Brown, Interim Director
Vendor: Core Construction Notary Date: 2/26/2025
Original Revised Paid To Actual
Estimate Estimate Date Final Cost FY QTR
State Cost: $1,300,000.00 $0.00 $0.00 25 4
Federal $0.00 $0.00
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
April 1,2025 through June 30, 2025
192 Capital Development Board File Date: 5/29/2025
Final Cost Statement
Latest Filing –05/29/2025: FY25, Qtr 4, Item# 197
An Actual Total Cost of FY25, Qtr 4, Item #380 is $30,000.00 was reported in the same filing quarter
Second Filing – 10/16/2023: FY25, Qtr 4, Item # 192
An Emergency Purchase Extension was received on May 21, 2025 but date stamped & signed October 23,2023
requesting an extension for dates starting 10/23/2023 to 07/15/2024 at an additional estimated cost of
$37,100.00, revising the total estimated cost to $137,100.00.
Original Filing – 7/26/2023: FY24, Qtr 1, Item# 28
The scope of work provides for removal of the existing chiller on grade and replacing it with a new chiller sized
according to the buildings anticipated loads. The scope also includes removing and replacing the concrete pad,
various piping, and any other necessary accessories required to restore cooling to the Nielson Building. The
scope shall provide for any associated electrical work and patchwork
necessary to accommodate the mechanical work.
The A/E will need to determine if any components of this project are eligible for a utility company or other
energy grant/rebate and will be responsible for preparing and submitting the grant application if the project
qualifies for the rebate.
Incorporated documents include the March 2009 Standard Documents for Construction & Supplement and
the March 2009 Design and Construction Manual & Supplement. Basic Architectural Services provided under
this procurement should not exceed $100,000.00, which is a place-holder prior to the negotiation of a
Professional Services Agreement, without prior authorization from the Capital
Development Board in consultation with the Chief Procurement Office. Final Actual Costs will be
reported upon project completion and project close-out.
In accordance with section 00 21 50 of the Standard Documents for Construction, the General
Contractor shall perform no less than 20% of work with its own staff. Each other trade shall perform no less
than 40% of work with its own staff. Work with own staff includes direct labor and supervision, as well as
material purchases where the material is installed by the contractor.
This Emergency Purchase has an expected start date of 07/26/2023 through 10/23/2023 with an Original
Estimated Cost of $100,000.00.
Signed By: Chris Miles, Exec II
Vendor: Architechnics, Inc. Notary Date: 7/26/2023
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
April 1,2025 through June 30, 2025
Original Revised Paid To Actual
Estimate Estimate Date Final Cost FY QTR
State Cost: $100,000.00 $137,100.00 $30,000.00 $30,000.00 25 4
Federal $0.00 $0.00
193 Central Management Services, Department of File Date: 5/9/2025
Final Cost Statement
Latest Filing – 05/09/25: FY25, Qtr 4, Item # 193
The Actual Total Cost of FY25, Qtr 4, Item# 193 is $29,452.50, with the final contract term ending
Original Filing – 2/14/2025: FY25, Qtr 3, Item# 113
This software is used by traveling mechanics across the state to do diagnostics on state owned vehicles.
Cummins Insite Software performs engine diagnostics and displays electronic engine information. Using this
software application will reduce troubleshooting time, errors and incorrect procedures. DOV has in previous
years purchased software through DoIT which used to handle all computer/IT related procurements.
75 annual licenses for Cummins Insite software
This Emergency Purchase has an expected start date of 02/11/2025 through 05/10/2025 with an Original
Estimated Cost of $29,452.50.
Signed By: David Thomas, APO
Vendor: Cummins Sales & Service Notary Date: 2/14/2025
Original Revised Paid To Actual
Estimate Estimate Date Final Cost FY QTR
State Cost: $29,452.50 $29,452.50 $29,452.50 25 4
Federal $0.00 $0.00
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
April 1,2025 through June 30, 2025
194 Corrections, Department of File Date: 5/27/2025
Final Cost Statement
Latest Filing – 05/27/25: FY25, Qtr 4, Item # 194
The Actual Total Cost of FY25, Qtr 4, Item# 194 is $9,470,009.46, with the final contract term ending
Second Filing – 05/16/2024: FY24, Qtr 4, Item # 71
An Emergency Purchase Extension was received on May 16, 2024 requesting an extension for dates starting
05/25/2024 to 05/24/2025 at an additional estimated cost of $24,000,000.00, revising the total estimated cost to
$30,000,000.00.
Original Filing – 2/26/2024: FY24, Qtr 3, Item# 48
This is a zero dollar contract, the State does not fund the expenses.
The Vendor is able to provide needed commissary items to the Illinois Department of Corrections for its
Individual in Custody and Correctional Facility Employees.
The Vendor will provide approved commissary items that will allow for the continued sales of food, clothing,
health/beauty, sundries and electronics to individuals in custody and Correctional Facility Employees.
This Emergency Purchase has an expected start date of 02/26/2024 through 05/24/2024 with an Original
Estimated Cost of $6,000,000.00.
Signed By: Jacenta Wilson, APO
Vendor: Performance Food Group dba Vistar Notary Date: 2/26/2024
Original Revised Paid To Actual
Estimate Estimate Date Final Cost FY QTR
State Cost: $6,000,000.00 $30,000,000.00 $9,470,009.46 $9,470,009.46 25 4
Federal $0.00 $0.00
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
April 1,2025 through June 30, 2025
195 Corrections, Department of File Date: 5/27/2025
Final Cost Statement
Latest Filing – 05/27/25: FY25, Qtr 4, Item # 195
The Actual Total Cost of FY25, Qtr 4, Item# 195 is $137,472.06, with the final contract term ending.
Original Filing – 6/25/2024: FY25, Qtr 1, Item# 2
The vendor currently has the needed vans in stock and available for immediate purchase.
The vendor will be providing two brand new 12 passenger vans. 2023 ProMaster 2500 VIN
3C6LRVPG6PE546135, 2023 ProMaster 2500 VIN 3C6LRVPG7PE546127.
This Emergency Purchase has an expected start date of 06/25/2024 through 09/23/2024 with an Original
Estimated Cost of $137,472.06.
Signed By: Jacenta Wilson, APO
Vendor: Green Automotive Notary Date: 6/25/2024
Original Revised Paid To Actual
Estimate Estimate Date Final Cost FY QTR
State Cost: $137,472.06 $137,472.06 $137,472.06 25 4
Federal $0.00 $0.00
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
April 1,2025 through June 30, 2025
196 Transportation, Department of File Date: 9/24/2024
Final Cost Statement
Latest Filing –09/23/2024: FY25, Qtr 4, Item # 196
The Actual Total Cost of FY25, Qtr 4, Item# 196 is $0.00, with the final contract term ending
Second Filing – 08/08/2023: FY24, Qtr 1, Item # 105
An Emergency Purchase Extension was received on August 8, 2023 requesting an extension for dates starting
08/10/2023 to 12/31/2023 at an additional estimated cost of $15,000.00, revising the total estimated cost to
$25,000.00.
Original Filing – 5/10/2023: FY23, Qtr 4, Item# 77
The selected vendor is able to provide the needed bituminous mixtures. Some of the mixtures are temperature-
sensitive and cannot be transported over far distances. The locations of the vendor's plants will reduce the risk
of temperature sensitivity and facilitate the timeliness of required road repairs. IDOT lacks adequate coverage
for bituminous mixtures currently on recently executed contracts.
Bituminous mixture for maintenance use, hot mix binder, hot mix surface, and cold mix.
Central
Management Services is not providing master contracts and IDOT has an IFB in process of being published to
get vendors under a term contract (B35662)
If this emergency procurement is not approved, IDOT will not
have any means of procuring this material for necessary road repairs.
This product requires that the vendor be within a certain distance from where the product is needed; therefore,
we are utilizing all of our previously used vendors that have had IDOT bit mix contracts in the past.
This Emergency Purchase has an expected start date of 05/08/2023 through 08/09/2023 with an Original
Estimated Cost of $10,000.00.
Signed By: Aundra Williams, Bureau Chief
Vendor: General Contractors, Inc. Notary Date: 5/10/2023
Original Revised Paid To Actual
Estimate Estimate Date Final Cost FY QTR
State Cost: $10,000.00 $25,000.00 $0.00 $0.00 25 4
Federal $0.00 $0.00
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
April 1,2025 through June 30, 2025
197 Capital Development Board File Date: 5/29/2025
Final Cost Statement
Latest Filing –05/29/2025: FY25, Qtr 4, Item# 197
An Actual Total Cost of FY25, Qtr 4, Item #197 is $30,000.00 was reported in the same filing quarter
Second Filing – 10/16/2023: FY25, Qtr 4, Item # 192
An Emergency Purchase Extension was received on May 21, 2025 but date stamped & signed October 23,2023
requesting an extension for dates starting 10/23/2023 to 07/15/2024 at an additional estimated cost of
$37,100.00, revising the total estimated cost to $137,100.00.
Original Filing – 7/26/2023: FY24, Qtr 1, Item# 28
The scope of work provides for removal of the existing chiller on grade and replacing it with a new chiller sized
according to the buildings anticipated loads. The scope also includes removing and replacing the concrete pad,
various piping, and any other necessary accessories required to restore cooling to the Nielson Building. The
scope shall provide for any associated electrical work and patchwork
necessary to accommodate the mechanical work.
The A/E will need to determine if any components of this project are eligible for a utility company or other
energy grant/rebate and will be responsible for preparing and submitting the grant application if the project
qualifies for the rebate.
Incorporated documents include the March 2009 Standard Documents for Construction & Supplement and
the March 2009 Design and Construction Manual & Supplement. Basic Architectural Services provided under
this procurement should not exceed $100,000.00, which is a place-holder prior to the negotiation of a
Professional Services Agreement, without prior authorization from the Capital
Development Board in consultation with the Chief Procurement Office. Final Actual Costs will be
reported upon project completion and project close-out.
In accordance with section 00 21 50 of the Standard Documents for Construction, the General
Contractor shall perform no less than 20% of work with its own staff. Each other trade shall perform no less
than 40% of work with its own staff. Work with own staff includes direct labor and supervision, as well as
material purchases where the material is installed by the contractor.
This Emergency Purchase has an expected start date of 07/26/2023 through 10/23/2023 with an Original
Estimated Cost of $100,000.00.
Signed By: Chris Miles, Exec II
Vendor: Architechnics, Inc. Notary Date: 7/26/2023
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
April 1,2025 through June 30, 2025
Original Revised Paid To Actual
Estimate Estimate Date Final Cost FY QTR
State Cost: $100,000.00 $137,100.00 $30,000.00 $30,000.00 25 4
Federal $0.00 $0.00
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
April 1,2025 through June 30, 2025
198 Capital Development Board File Date: 5/29/2025
Final Cost Statement
Latest Filing – 05/29/2025: FY25, Qtr 4, Item# 198
An Actual Total Cost of FY25, Qtr 4, Item # 198 is $239,728.08 with the final contract term ending.
Second Filing – 10/16/2023: FY24, Qtr 2, Item # 134
An Emergency Purchase Extension was received on October 16, 2023 requesting an extension for dates starting
10/23/2023 to 07/15/2024. The extension expenditure is not assessed and will be charged for time only.
Original Filing – 7/26/2023: FY24, Qtr 1, Item# 29
The scope of work provides for removal of the existing chiller on grade and replacing it with a new chiller sized
according to the buildings anticipated loads. The scope also includes removing and replacing the concrete pad,
various piping, and any other necessary accessories required to restore cooling to the Nielson Building. The
scope shall provide for any associated electrical work and patchwork necessary to accommodate the
mechanical work.
Incorporated documents include the March 2009 Standard Documents for Construction & Supplement, and any
design documents provided by the Architect/Engineer of record. Section 01 29 00 PAYMENT PROCEDURES,
will be strictly followed and adhered to. The sum of all items listed in the Contractor Schedule of Values should
equal the contract award amount. Payment amounts will be approved based on proof of work actually
performed and materials actually used. Construction Services provided under this procurement should not
exceed $250,000.00, which is a place-holder prior to entering into a Construction Contract, without prior
authorization from the Capital Development Board in consultation with the Chief Procurement Office. Final
Actual Costs will be reported upon project completion and project close-out.
In accordance with section 00 21 50 of the Standard Documents for Construction, the General Contractor shall
perform no less than 20% of work with its own staff. Each other trade shall perform no less than 40% of work
with its own staff. Work with own staff includes direct labor and supervision, as well as material purchases
where the material is installed by the contractor.
This Emergency Purchase has an expected start date of 07/26/2023 through 10/23/2023 with an Original
Estimated Cost of $250,000.00.
Signed By: Chris Miles, Exec II
Vendor: Henson Robinson Co. Notary Date: 7/26/2023
Original Revised Paid To Actual
Estimate Estimate Date Final Cost FY QTR
State Cost: $250,000.00 $239,728.08 $239,728.08 25 4
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
April 1,2025 through June 30, 2025
Federal $0.00 $0.00
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
April 1,2025 through June 30, 2025
199 University of Illinois Chicago File Date: 5/30/2025
Final Cost Statement
Latest Filing – 05/30/25: FY25, Qtr 4, Item # 199
The Actual Total Cost of FY25, Qtr 4, Item# 199 is $148,192.06, with the final contract term ending.
Second Filing -12/09/2022: FY23, Qtr 3, Item #67
An Emergency Purchase Extension was received on January 09,2022 requesting an extension for dates starting
01/26/2023 to 11/15/2024. The extension expenditure is not assessed and will be charged for time only.
Original Filing – 10/28/2022: FY23, Qtr 2, Item# 20
AT&T is the existing switched Ethernet service vendor for data/internet access for UIC- Division of Specialized
Care for Children (DSCC). AT&T provides services for data/internet communication services given DSCC is
not physically connected to UIC campus by university infrastructure. AT&T is the only vendor who can
provide these services for all of our statewide offices and ensure no loss of service at the current pricing.
The switched Ethernet services will cover statewide offices at DSCC with various Internet speeds based on the
requirements of each office. These services are critical for the daily business functions at DSCC and the
university. The services will give DSCC the ability to send vital electronic communications, access software and
meet university IT security requirements.
The current State of Illinois Master Contract expires on December 9, 2022 without any renewals. AT&T is the
only vendor who can provide these services to all of DSCC's statewide offices. Without an agreement in place,
DSCC would see a large increase in monthly service fees due to AT&T's tariff pricing. The financial impact to
the university for the increase tariff pricing would go from $6,102 per month ($73,224 annually) to $ $11,340
per month ($136,080 annually). This would increase costs by $62,856 per year. The university and/or State
of Illinois procurement teams will work to ensure a RFP, or other state approved procurement process, is
conducted prior to the end of this quick purchase term. The lack of these service would disrupt DSCC's ability
to partner with Illinois families and communities to help children and youth connect to the services and
resources.
This Emergency Purchase has an expected start date of 10/26/2022 through 10/27/2024 with an Original
Estimated Cost of $146,448.00 using combination of fund types such as EAA, Federal Block Grant, and
Aux/Self-Supporting Funds.
Signed By: Debra Matlock, Exec Dir
Vendor: AT&T Notary Date: 10/28/2022
Original Revised Paid To Actual
Estimate Estimate Date Final Cost FY QTR
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
April 1,2025 through June 30, 2025
State Cost: $0.00 $0.00 25 4
Federal $146,448.00 $148,192.06
200 Human Services, Department of File Date: 6/9/2025
Final Cost Statement
Latest Filing – 06/09/25: FY25, Qtr 4, Item #200
The Actual Total Cost of FY25, Qtr 4, Item#200 is $313,493.00, with the final contract term ending.
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 $313,493.00 $313,493.00 25 4
Federal $0.00 $0.00
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
April 1,2025 through June 30, 2025
201 Transportation, Department of File Date: 5/27/2025
Final Cost Statement
Latest Filing – 05/27/25: FY25, Qtr 4, Item # 201
The Actual Total Cost of FY25, Qtr 4, Item# 201 is $1,182,746.70, with the final contract term ending.
Original Filing – 12/30/2024: FY25, Qtr 3, Item# 107
Provide material and installation for the modular expansion joints near and within the EB I-70 to I 64 ramp in St.
Clair County. This work will provide the necessary repairs to open back the l 64 ramp that has been closed for
several months.
This Emergency Purchase has an expected start date of 12/30/2024 through 03/29/2025 with an Original
Estimated Cost of $2,000,000.00.
Signed By: Joseph Monroe, Dist 8 Operations Eng
Vendor: Kilian Corp Notary Date: 12/30/2024
Original Revised Paid To Actual
Estimate Estimate Date Final Cost FY QTR
State Cost: $2,000,000.00 $1,182,746.70 $1,182,746.70 25 4
Federal $0.00 $0.00
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
April 1,2025 through June 30, 2025
202 Central Management Services, Department of File Date: 6/10/2025
Final Cost Statement
Latest Filing – 06/10/2025: FY25, Qtr 4, Item# 202
An Actual Total Cost of FY25, Qtr 4, Item # 202 is $305,739.00 was reported in the same filing quarter as the
second extension.
Second Filing – 05/05/25: FY25, Qtr 4, Item # 168
An Emergency Purchase Extension was received on May 5, 2025 requesting an extension for dates starting
05/18/2025 to 06/30/2025. The extension expenditure is not assessed and will be charged for time only.
Original Filing – 2/19/2025: FY25, Qtr 3, Item# 124
The vendor was chosen due to familiarity of the issue. The vendor was doing a small roof repair and during the
repair additional damage was found that requires the entire membrane roof to be replaced. It is in danger of
blowing away and exposing the entire building to damage.
Estimated cost to replace the entire roof of J0803, 10 E. Collinsville, E. St. Louis, IL 62201, the Kenneth Hall
Region Office Building.
This Emergency Purchase has an expected start date of 02/18/2025 through 05/17/2025 with an Original
Estimated Cost of $305,739.00.
Signed By: Martha Blackwell, Manager
Vendor: D.E. Martin Roofing Co. Notary Date: 2/19/2025
Original Revised Paid To Actual
Estimate Estimate Date Final Cost FY QTR
State Cost: $305,739.00 $305,739.00 $305,739.00 25 4
Federal $0.00 $0.00
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
April 1,2025 through June 30, 2025
203 Toll Highway Authority, Illinois State File Date: 5/28/2025
Final Cost Statement
Latest Filing – 05/28/25: FY25, Qtr 4, Item # 203
The Actual Total Cost of FY25, Qtr 4, Item# 203 is $49,462.00, with the final contract term ending.
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)
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
April 1,2025 through June 30, 2025
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 $49,462.00 $49,462.00 25 4
Federal $0.00 $0.00
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
April 1,2025 through June 30, 2025
204 Corrections, Department of File Date: 5/27/2025
Second Filing – 05/27/2025: FY25, Qtr 4, Item # 204
An Emergency Purchase Extension was received on May 27, 2025 requesting an extension for dates starting
06/01/2025 to 05/31/2026 at an additional estimated cost of $938,925.00, revising the total estimated cost to
$1,251,900.00.
Original Filing – 03/04/2024: FY24, Qtr 3, Item# 51
Chicago Advisors LLC was selected because they have extensive knowledge of the Offender/Youth 0360
Application and has managed the system since Microsoft no longer could provide services on its designed
system.
Stabilization and support is defined as vendor provided end-user services that allows for previously developed
applications to be retooled and adjusted in order to achieve continuous and uninterrupted service delivery. The
scope of services include: programming modifications, minor development, addressing outstanding technical
debts, and testing needed to validate application performance and accuracy in data reporting. Stabilization and
support does not include system redesigns, staff training, or expansion of applications beyond the scope of what
is already in process or materially different than previously scoped services.
Examples of work to be performed under this contract include, but are not limited to, addressing work flow
process errors, stabilizing the application, testing of existing programs and applications, providing routine and
as-needed maintenance, and implementing Offender/Youth 360 software platforms.
This Emergency Purchase has an expected start date of 03/04/2024 through 05/31/2024 with an Original
Estimated Cost of $312,975.00.
Signed By: Jacenta Wilson, APO
Vendor: Chicago Advisors. LLC Notary Date: 3/4/2024
Original Revised Paid To Actual
Estimate Estimate Date Final Cost FY QTR
State Cost: $312,975.00 $1,251,900.00 $0.00 $0.00 25 4
Federal $0.00 $0.00
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
April 1,2025 through June 30, 2025
205 Corrections, Department of File Date: 6/9/2025
Third Filing – 06/09/2025: FY25, Qtr 4, Item # 205
An Emergency Purchase Extension was received on June 9, 2025 requesting an extension for dates starting
07/01/2025 to 10/31/2025 at an additional estimated cost of $1,600,000.00, revising the total estimated cost to
$5,200,000.00.
Second Filing – 12/18/2024: FY25, Qtr 2, Item # 84
An Emergency Purchase Extension was received on December 18, 2024 requesting an extension for dates
starting 12/24/2024 to 06/30/2025 at an additional estimated cost of $2,400,000.00, revising the total estimated
cost to $3,600,000.00.
Original Filing – 09/25/2024: FY25, Qtr 1, Item# 33
The vendor will provide global positioning systems (GPS) and radio (RF) electronic monitoring equipment
related services for individuals being monitored outside of correctional facilities.
This Emergency Purchase has an expected start date of 09/25/2024 through 12/24/2024 with an Original
Estimated Cost of $1,200,000.00.
Signed By: Jacenta Wilson, APO
Vendor: BI Incorp Notary Date: 9/25/2024
Original Revised Paid To Actual
Estimate Estimate Date Final Cost FY QTR
State Cost: $1,200,000.00 $5,200,000.00 $0.00 $0.00 25 4
Federal $0.00 $0.00
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
April 1,2025 through June 30, 2025
206 Finance Authority, Illinois File Date: 6/16/2025
Final Cost Statement
Latest Filing – 06/16/25: FY25, Qtr 4, Item # 206
The Actual Total Cost of FY25, Qtr 4, Item# 206 is $14,470.00, with the final contract term ending.
Original Filing – 2/19/2025: FY25, Qtr 3, Item# 114
State project tax credit facilitation: perform pre-construction tax credit eligibility, post-construction tax credit
substantiation, and direct pay filing processes for IFA and state agency projects.
Public Funding Identification,
Sourcing, and Deployment: Support IFA and state agencies with the identification, sourcing, and deployment of
available funding to eligible energy projects.
IRA Tax Credit Eligibility: Provide technical assistance to help
organizations understand IRA tax credit eligibility and calculate tax credit value for projects submitted to IFA
programs.
Clean Energy Expansion, Attraction, and Retention: Engage with clean energy business leaders to
facilitate economic growth and retention in Illinois. Based on project attributes, identify potential funding sources
and recommend optimal incentive package for projects submitted to IFA programs.
This Emergency Purchase has an expected start date of 02/18/2025 through 05/20/2025 with an Original
Estimated Cost of $250,000.00, using Federal Funds.
Signed By: Chris Meister, Exec Director
Vendor: Baker Tilly Us, LLP Notary Date: 2/19/2025
Original Revised Paid To Actual
Estimate Estimate Date Final Cost FY QTR
State Cost: $0.00 $0.00 $0.00 25 4
Federal $250,000.00 $14,470.00
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
April 1,2025 through June 30, 2025
207 Central Management Services, Department of File Date: 6/11/2025
Final Cost Statement
Latest Filing – 06/11/25: FY25, Qtr 4, Item # 207
The Actual Total Cost of FY25, Qtr 4, Item# 207 is $441,934.29, with the final contract term ending.
Third Filing – 11/27/2023: FY24, Qtr 2, Item # 156
An Emergency Purchase Extension was received on November 27, 2023 requesting an extension for dates
starting 11/30/2023 to 11/29/2024 at an additional estimated cost of $76,800.00, revising the total estimated cost
to $363,000.00. Reported in the same filing quarter.
Second Filing – 08/08/2023: FY24, Qtr 2, Item # 145
An Emergency Purchase Extension was received on October 26, 2023 requesting an extension for dates starting
11/30/2022 to 11/29/2023 at an additional estimated cost of $214,450.00, revising the total estimated cost to
$286,000.00.
Original Filing – 08/24/2022: FY23, Qtr 1, Item# 30
CMS has released three solicitations for parking in downtown Chicago with the downtown Chicago area divided
into three zones:
Zone 1, Geographical parameters: Wacker Drive on the west; Wacker Drive on the north; Washington
Street to the south and State Street to the east
Zone 2, Geographical parameters: West Lake Street to the north; Van Buren Street to the south; North/South
Halsted Street on the west and South Wacker Drive to the east
Zone 3, Geographical parameters: State Street to the west; Randolph Street to the north; Van Buren Street to
the south and Columbus Drive on the east.
21-416CMS-BOSS4-B-20492 (for Zone 2 only) – bids opened 09/01/2021 and no bids were received.
22-416CMS-BOSS4-B-25789 (for Zone 2 only) – bids opened 01/07/2022 and no bids were received.
22-416CMS-BOSS4-B-27729 (for all Zones) – bids opened 04/07/2022 with a single bidder for Zone 3 only.
555 W Monroe is a new State of Illinois facility in Zone 2, where there is not a current contract for parking,
which houses many of the occupants who were moved from the James R. Thompson Center at 100 W
Randolph St in Zone 1 due to its sale.
The current contracts for parking in Zones 1 and 3 (18-416CMS-BOSS4-P-1586 and 18-416CMS-BOSS4-
P-2724) were extended through 12/31/2022 to allow time for completion of a new competitive process.
CMS requested quotes for secure parking spaces for 200 State-owned vehicles from multiple vendors near
the State facility at 555 W Monroe Street in Chicago. CMS negotiated, but could not come to terms with, a
parking facility at 500 W Monroe St who provides parking at 500 W Monroe St for the Illinois Treasurer's
Office. Subsequently, CMS began negotiations with the contracting vendor and was able to reach an agreement
for up to 90 secure parking spaces split between parking facilities at 32 S Jefferson St and 1 N Halsted St in
Chicago.
Vendor will provide up to 90 secure parking spaces split between parking facilities at 32 S Jefferson St and 1 N
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
April 1,2025 through June 30, 2025
Halsted St in Chicago.
This Emergency Purchase has an expected start date of 09/01/2022 through 11/29/2022 with an Original
Estimated Cost of $71,550.00.
Signed By: Will Stephens, APO
Vendor: LAZ Parking Chicago, LLC Notary Date: 8/24/2022
Original Revised Paid To Actual
Estimate Estimate Date Final Cost FY QTR
State Cost: $71,550.00 $363,000.00 $441,934.29 $441,934.29 25 4
Federal $0.00 $0.00
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
April 1,2025 through June 30, 2025
208 Illinois State University File Date: 6/17/2025
Second Filing – 06/17/25: FY25, Qtr 4, Item #208
An Emergency Purchase Extension was received on June 17, 2025 requesting an extension for dates starting
06/24/2025 to 11/01/2026. The extension expenditure is not assessed and will be charged for time only.
Original Filing – 4/1/2025: FY25, Qtr 4, Item# 314
Recent structural evaluations and an increased frequency in interior damage caused by water intrusion, ISU is
seeking an expeditious approval and execution of the project to repair the integrity of the Fell Hall roof. There
are several areas where the shingles are missing and the substrate is exposed to the elements. There are also
several locations where birds and bats have accessed and nested in the interstitial spaces through rotted voids in
the soffits and eaves. Water intrusion into a building is often a catalyst for conditions that compromise building
materials as well as creating negative impacts to indoor air quality.
Illinois State University now believes the roof replacement is an urgent project. Subsequently, the university has
requested and received an updated proposal from P.J. Hoerr and Bailey Edward Design to perform a condition
assessment and minor repairs so that the building can be stabilized, and a proper scope of work can be
developed to remedy the current condition of the facility.
[please see attachment for additional details]
Complete condition assessment and temporary repairs necessary to stabilize the building, and replacement of the
roof, soffit, and eaves.
This Emergency Purchase has an expected start date of 04/01/2025 through 11/1/2025 with an Original
Estimated Cost of $200,000.00, using Academic Enhancement Funds.
Signed By: Stacy Brown, Int Dir of Purchases
Vendor: PJ Hoerr Inc. Notary Date: 4/1/2025
Original Revised Paid To Actual
Estimate Estimate Date Final Cost FY QTR
State Cost: $200,000.00 $0.00 $0.00 25 4
Federal $0.00 $0.00
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
April 1,2025 through June 30, 2025
209 Southern Illinois University File Date: 6/17/2025
Second Filing – 06/17/2025: FY25, Qtr 4, Item #209
An Emergency Purchase Extension was received on June 17, 2025 requesting an extension for dates starting
06/23/2025 to 10/03/2025 at an additional estimated cost of $46,580.00, revising the total estimated cost to
$145,480.00. Reported in the same filing quarter
Original Filing – 3/19/2025: FY25, Qtr 4, Item# 313
The vendor is theonly vendor who Is able and willing to make necessary lifesafety repairs to the existing
bleachers in the Banterra
Center.
Repair,service and tune up all bleachers,drums,rods, locks and folding retractable seating.
This Emergency Purchase has an expected start date of 03/19/2025 through 06/23/2025 with an Original
Estimated Cost of $98,900.00.
Signed By: Mark Owens, Director
Vendor: Heartland Leasing Services Notary Date: 3/19/2025
Original Revised Paid To Actual
Estimate Estimate Date Final Cost FY QTR
State Cost: $98,900.00 $145,480.00 $0.00 $0.00 25 4
Federal $0.00 $0.00
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
April 1,2025 through June 30, 2025
210 Environmental Protection Agency File Date: 6/9/2025
Final Cost Statement
Latest Filing – 06/09/2025: FY25, Qtr 4, Item# 210
An Actual Total Cost of FY25, Qtr 4, Item # 210 is $75,000.00 with the final contract term ending, purchase
was reported in the same filing quarter.
Second Filing – 05/29/2025: FY25, Qtr 4, Item # 190
An Emergency Purchase Extension was received on May 29, 2025 requesting an extension for dates starting
06/03/2025 to 08/02/2025. The extension expenditure is not assessed and will be charged for time only.
Original Filing – 3/6/2025: FY25, Qtr 3, Item# 122
Clean up and restoration of flooded IEPA documents. The documents will need to be dried, separated and
restored. This is quite an extensive process.
• There are 7 file drawers that were hung out to dry today.
• Files
remaining in the file room are currently being rotated 90° or 180° inside the drawer to expose the wet part over
the weekend.
• All BOL, BOA and miscellaneous BOW boxes that were on the ground (the most saturated files)
were moved next door to the Larkin Building.
The approximate total drawers needing restored are as
follows:
80 drawers total:
42 BOW File Drawers (8 Drawers Dry or Drying, 34 Remaining)
31 BOL File Drawers (31 Remaining)
7 BOA File Drawers (7 Remaining)
This Emergency Purchase has an expected start date of 03/03/2025 through 06/02/2025 with an Original
Estimated Cost of $60,000.00.
Signed By: Andrew Shackelford, APO
Vendor: Serv Pro of Peoria Notary Date: 3/6/2025
Original Revised Paid To Actual
Estimate Estimate Date Final Cost FY QTR
State Cost: $60,000.00 $75,000.00 $75,000.00 25 4
Federal $0.00 $0.00
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
April 1,2025 through June 30, 2025