LIST OF EMERGENCY PURCHASE AFFIDAVITS

                              FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                              April 1, 2014 through June 30, 2014

  1      AUDITOR GENERAL -  OFFICE OF THE                                         File   5/2/2014

  To properly complete the compliance examination of the Illinois State Police Merit Board for the two

  years ending June 30, 2014, the engagement needs to begin as soon as possible. Following internal

  discussions, it was determined we did not have sufficient internal staff resources to conduct this

  engagement. Insufficient time exists to conduct the usual request for proposals competitive selection

  process prior to May 22, 2014. A fair and reasonable price was negotiated with Kyle E. McGinnis, CPA,

  who has experience with the Auditor General's program and has sufficient staff and expertise to perform

  this engagement and begin work within the necessary timeframe to avoid serious disruption in OAG audit

   Signed       Bruce Bullard, Director

      Vendor   Kyle E. McGinnis                                                                Notary       5/2/2014

                                   Estimate                Actual                                       FY    QTR

      State                           $0.00           $52,500.00                                        14         4

      Federal Cost                 $0.00                  $0.00

  2      AUDITOR GENERAL -  OFFICE OF THE                                         File   5/5/2014

  To properly complete the compliance examination of the LETSB for the two years ending June 30, 2014,

   the engagement needs to begin as soon as possible. Following internal discussions, it was determined we did

   not have sufficient internal staff resources to conduct this engagement. Insufficient time exists to conduct

   the usual request for proposals competitive selection process prior to May 15, 2014. A fair and reasonable

   price was negotiated with West & Company, LLC, who has experience with the Auditor General's

  program and has sufficient staff and expertise to perform this engagement and begin work within the

  necessary timeframe to avoid serious disruption in OAG audit services. The final cost is $113,400.00.

   Signed       Bruce Bullard, Director

      Vendor   West & Company LLC                                                          Notary       5/5/2014

                                   Estimate                Actual                                       FY    QTR

      State                           $0.00          $113,400.00                                        14         4

      Federal Cost                 $0.00                  $0.00


                                   LIST OF EMERGENCY PURCHASE AFFIDAVITS

                              FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                              April 1, 2014 through June 30, 2014

  3      AUDITOR GENERAL -  OFFICE OF THE                                         File   5/5/2014

  To properly complete the compliance examination of the Illinois Historic Preservation Agency for the

  two years ending June 30, 2014, the engagement needs to begin as soon as possible. Following internal

  discussions, it was determined we did not have sufficient internal staff resources to conduct this

  engagement. Insufficient time exists to conduct the usual request for proposals competitive selection

  process prior to May 19, 2014. A fair and reasonable price was negotiated with Crowe Horwath LLP, who

  has experience with the Auditor General's program and has sufficient staff and expertise to perform this

  engagement and begin work within the necessary timeframe to avoid serious disruption in OAG audit

  services. The final cost is $208,117.00.

   Signed       Bruce Bullard, Director

      Vendor   Crowe Horwath LLP                                                             Notary       5/5/2014

                                   Estimate                Actual                                       FY    QTR

      State                           $0.00          $208,117.00                                        14         4

      Federal Cost                 $0.00                  $0.00

  4      AUDITOR GENERAL -  OFFICE OF THE                                         File   5/7/2014

  To properly complete the compliance examination of the Illinois Department of Military Affairs for the

  two years ending June 30, 2014, the engagement needs to begin as soon as possible. Following internal

  discussions, it was determined we did not have sufficient internal staff resources to conduct this

  engagement. Insufficient time exists to conduct the usual request for proposals competitive selection

  process prior to May 19, 2014. A fair and reasonable price was negotiated with Crowe Horwath LLP, who

  has experience with the Auditor General's program and has sufficient staff and expertise to perform this

  engagement and begin work within the necessary timeframe to avoid serious disruption in OAG audit

  services. The final cost is $177,450.00.

   Signed       Bruce Bullard, Director

      Vendor   Crowe Horwath LLP                                                             Notary       5/7/2014

                                   Estimate                Actual                                       FY    QTR

      State                           $0.00          $177,450.00                                        14         4

      Federal Cost                 $0.00                  $0.00


                                   LIST OF EMERGENCY PURCHASE AFFIDAVITS

                              FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                              April 1, 2014 through June 30, 2014

  5      AUDITOR GENERAL -  OFFICE OF THE                                         File   5/12/2014

  To properly complete the compliance examination of the Illinois Department of Veterans' Affairs for the

   two years ending June 30, 2014, the engagement needs to begin as soon as possible. Following internal

  discussions, it was determined we did not have sufficient internal staff resources to conduct this

  engagement. Insufficient time exists to conduct the usual request for proposals competitive selection

  process prior to May 19, 2014. A fair and reasonable price was negotiated with Sikich, LLP, who has

  experience with the Auditor General's program and has sufficient staff and expertise to perform this

  engagement and begin work within the necessary timeframe to avoid serious disruption in OAG audit

   Signed       Bruce Bullard, Director

      Vendor   Sikich LLP                                                                        Notary       5/12/2014

                                   Estimate                Actual                                       FY    QTR

      State                           $0.00          $227,500.00                                        14         4

      Federal Cost                 $0.00                  $0.00

  6      CENTRAL MANAGEMENT SERVICES                                           File   6/3/2014

  The Illinois State Police has occupied this leased location since 1979. The existing lease expires May 31,

  2014. Due to a longer than normal negotiation process, CMS will be unable to complete a new five year

  lease in time to meet the procurement bulletin posting deadline for the required 30 days. This short term

  emergency lease will provide continued occupancy in the interim. Term is June 1, 2014 to July 31, 2014.

  The final cost is $34,386.00.

   Signed       James Adams, Leasing Rep

      Vendor   Deerpath Investments                                                            Notary       5/28/2014

                                   Estimate                Actual                                       FY    QTR

      State                           $0.00           $34,386.00                                        14         4

      Federal Cost                 $0.00                  $0.00


                                   LIST OF EMERGENCY PURCHASE AFFIDAVITS

                              FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                              April 1, 2014 through June 30, 2014

  7      CENTRAL MANAGEMENT SERVICES                                           File   6/24/2014

  The State has occupied this leased location since 1987. The existing lease will expire June 30, 2014. CMS

  has negotiated a new five year lease. We have been working with the Using Agency to determine how best

  to restack the building in order to consolidate another group(s) to maximize space usage. Once those plans

  are finalized, some improvements will likely need to be written into the lease to accommodate incoming

  staff. The proposed 90 day emergency lease will prevent holdover and provide the additional time needed

  to finalize the new long-term lease. The final cost is $764,849.82.

   Signed       Jeff Miller, Leasing Rep

      Vendor   Government Property Fund LLC                                              Notary       6/16/2014

                                   Estimate                Actual                                       FY    QTR

      State                           $0.00          $764,849.82                                        14         4

      Federal Cost                 $0.00                  $0.00

  8      NATURAL RESOURCES, DEPARTMENT OF                                    File   5/3/2014

  The Department of natural Resources requires emergency concession services to manage the golf course at

   Eagle Creek State Recreational Area. On March 15, 2014 the current concessionaire, BMDD Resorts

  Corp. abruptly abandoned the facility removing all equipment and supplies. BMDD served as

  concessionaire since July 2010, which included the management of the golf course. Immediate services are

  required to manage the golf course concession including but not limited to course maintenance, necessary

  golf equipment rental, merchandising, marketing, food and beverage and revenue receipts. The Agency

  estimates gross receipts to be $43,750 per month. The concessionaire is entitled to 5% of the gross

  receipts. The Agency shall pay the Vendor a management fee of $5,000 per month and provide start-up

  costs estimated at $15,000.00. The vendor selected has managed the University of Illinois golf course for

  over 15 years, is a local company and could be immediately deployed. The original estimated cost is

  $57,500.00.

   Signed       Melissa Orrill, State Purchasing Officer

      Vendor   Green Golf Partners                                                              Notary       5/2/2014

                                   Estimate                Actual                                       FY    QTR

      State                    $57,500.00                  $0.00                                        14         4

      Federal Cost                 $0.00                  $0.00


                                   LIST OF EMERGENCY PURCHASE AFFIDAVITS

                              FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                              April 1, 2014 through June 30, 2014

  9      NATURAL RESOURCES, DEPARTMENT OF                                    File   5/30/2014

  This is to purchase 24 Biomarine, BioPak Revolution 4 hour rebreathers to replace antiquated units at its

  Springfield and Harrisburg Mine Rescue Stations. The BioPak 240 Revolution has fewer parts than other

  rebreathers, thus, allowing for quick servicing of the units. The Office of Mines and Minerals must have

  the equipment to immediately mobilize in the event of a mining incident and the funds for the purchase

  of lapsing funs. The vendor selected was the lowest bid received. The final cost is $240,406.00.

   Signed       Melissa Orrill, State Purchasing Officer

      Vendor   DSI Underground Systems                                                      Notary       5/21/2014

                                   Estimate                Actual                                       FY    QTR

      State                           $0.00          $240,406.00                                        14         4

      Federal Cost                 $0.00                  $0.00

  10     CORRECTIONS - GENERAL OFFICE                                             File   2/11/2014

  The Box Machine located at ICI-Danville is down; no current CMS contract is in place for box purchases.

 

   Signed       Jen Aholt, CEO

      Vendor   Global Packs, LLC                                                               Notary       2/4/2014

                                   Estimate                Actual                                       FY    QTR

      State                           $0.00           $27,849.34                                        14         4

      Federal Cost                 $0.00                  $0.00


                                   LIST OF EMERGENCY PURCHASE AFFIDAVITS

                              FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                              April 1, 2014 through June 30, 2014

  11     CORRECTIONS - GENERAL OFFICE                                             File   4/2/2014

  The existing boiler control system has to be upgraded for the efficiency and safety of the new burners at

  the Pontiac Corr Ctr. The existing Hays control system was installed in the 1950's and is not able to be

  upgraded. These controls enable the hot water and steam to flow throughout the facility, providing heat

  and hot showers for the offenders. The original estimated cost is $89,500.00.

   Signed       Randy Pfister, Warden @ Pontiac

      Vendor   Com Tech Holdings                                                              Notary       3/27/2014

                                   Estimate                Actual                                       FY    QTR

      State                    $89,500.00                  $0.00                                        14         4

      Federal Cost                 $0.00                  $0.00

  12     CORRECTIONS - GENERAL OFFICE                                             File   5/6/2014

  The facility needs to purchase blow down valves for the boilers in the Powerhouse. The replacement of

  these valves will eliminate any further leakage of steam which causes use of additional natural gas. The

  original estimated cost is $49,000.00.

   Signed       Randy Pfister, Warden

      Vendor   Columbia Pipe and Supply                                                      Notary       5/1/2014

                                   Estimate                Actual                                       FY    QTR

      State                    $49,000.00           $44,119.89                                        14         4

      Federal Cost                 $0.00                  $0.00


                                   LIST OF EMERGENCY PURCHASE AFFIDAVITS

                              FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                              April 1, 2014 through June 30, 2014

  13     CORRECTIONS - GENERAL OFFICE                                             File   5/6/2014

  The facility needs to procure a contractor to replace the steam traps throughout the facility. The

  replacement of these traps will eliminate any further leakage of steam which causes use of additional

  natural gas. The original estimated cost is $91,000.00.

   Signed       Randy Pfister, Warden

      Vendor   A & R Mechanical & Columbia Pipe                                         Notary       5/1/2014

                                   Estimate                Actual                                       FY    QTR

      State                    $91,000.00           $80,562.33                                        14         4

      Federal Cost                 $0.00                  $0.00

  14     CORRECTIONS - GENERAL OFFICE                                             File   5/6/2014

  The facility needs to procure a contractor to fabricate and install insulation blankets for 15 locations. The

   installation of these blankets will add efficiency to the entire boiler system, saving the State funds used in

  the purchase of natural gas. The original estimated cost is $56,000.00.

   Signed       Randy Pfister, Warden

      Vendor   Sprinkmann Insulation, Inc.                                                    Notary       5/1/2014

                                   Estimate                Actual                                       FY    QTR

      State                    $56,000.00                  $0.00                                        14         4

      Federal Cost                 $0.00                  $0.00


                                   LIST OF EMERGENCY PURCHASE AFFIDAVITS

                              FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                              April 1, 2014 through June 30, 2014

  15     CORRECTIONS - GENERAL OFFICE                                             File   5/12/2014

  Pontiac CC is a facility that houses some 1,500 maximum security and 500 medium security offenders.

  The current hot water heater in C Dorm at the Medium Security Unit is not operable and is beyond repair.

  It is necessary to replace the unit to supply hot water for the offenders' shower areas. The original

  estimated cost is $17,000.00.

   Signed       Randy Pfister, Warden @ Pontiac CC

      Vendor   Givsco                                                                              Notary       5/7/2014

                                   Estimate                Actual                                       FY    QTR

      State                    $17,000.00           $12,009.86                                        14         4

      Federal Cost                 $0.00                  $0.00

  16     CORRECTIONS - GENERAL OFFICE                                             File   5/12/2014

  The sewer from the North Cell House to the bar screen is plugged up and sewage water is backing up and

  causing contamination of the sub tunnels. Cleaning and disinfection is necessary. The original estimated

  cost is $15,000.00.

   Signed       Randy Pfister, Warden @ Pontiac

      Vendor   NES, Inc.                                                                          Notary       5/5/2014

                                   Estimate                Actual                                       FY    QTR

      State                    $15,000.00           $19,500.00                                        14         4

      Federal Cost                 $0.00                  $0.00


                                   LIST OF EMERGENCY PURCHASE AFFIDAVITS

                              FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                              April 1, 2014 through June 30, 2014

  17     CORRECTIONS - GENERAL OFFICE                                             File   6/6/2014

  It is imperative to replace these failed heat pumps, because the excessive heat is compromising sensitive

  data processing equipment located in the building where the pumps have failed. Competitive bids were

  obtained in order to ensure the best price given budgetary constraints. The original estimated cost is

   Signed       Nancy Stanla, Business Admin.

      Vendor   W. W. Grainger                                                                  Notary       5/19/2014

                                   Estimate                Actual                                       FY    QTR

      State                    $19,187.30           $19,187.30                                        14         4

      Federal Cost                 $0.00                  $0.00

  18     HUMAN SERVICES, DEPARTMENT OF                                          File   5/23/2014

  DHS completed an Request for Proposal (RFP) and executed in a contract starting in FY10 for an

  electronic form of payment for payroll and services to DHS's licensed and license-exempt Child Care

  Home-Based Providers and Personal Assistants. This eliminated the issuance of paper checks. DHS is

  declaring an emergency in order that these services continue. The original estimated cost is $0.00. The

   Signed       William Strahle, Agency Procurement Officer

      Vendor   Xerox State & Local Solutions                                                 Notary       5/21/2014

                                   Estimate                Actual                                       FY    QTR

      State                           $0.00                  $0.00                                        14         4

      Federal Cost                 $0.00                  $0.00


                                   LIST OF EMERGENCY PURCHASE AFFIDAVITS

                              FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                              April 1, 2014 through June 30, 2014

  19     HUMAN SERVICES, DEPARTMENT OF                                          File   5/23/2014

  The facility requires a daily pickup of soiled linens, towels, etc. and a daily delivery of clean linens and

  towels. Our facility has completed 2 small purchase agreements and an extension while awaiting the RFP

  results. This emergency contract will be set to start on 2-22-14 to 6-21-14. The original estimated cost is

  $40,000.00.

   Signed       Waverly Robinson, Facility Director

      Vendor   Wauwatosa Laundry, Kiley Center                                            Notary       2/20/2014

                                   Estimate                Actual                                       FY    QTR

      State                    $40,000.00                  $0.00                                        14         4

      Federal Cost                 $0.00                  $0.00

  20     HUMAN SERVICES, DEPARTMENT OF                                          File   6/9/2014

  Gailing heat exchanger which provides domestic hot water for bathing, personal hygiene and sanitation for

   103 patient residents as well as 277 supporting staff. Vendor selected holds the facilities contract for

  repair and maintenance of Heating, ventilation and Air Conditioning and is familiar with facilities HW

  systems. The original estimated cost is $100,000.00.

   Signed       Meredith Kiss, Interim Hospital Administrator

      Vendor   Anchor Mechanical                                                              Notary       6/2/2014

                                   Estimate                Actual                                       FY    QTR

      State                   $100,000.00                  $0.00                                        14         4

      Federal Cost                 $0.00                  $0.00


                                   LIST OF EMERGENCY PURCHASE AFFIDAVITS

                              FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                              April 1, 2014 through June 30, 2014

  21     HUMAN SERVICES, DEPARTMENT OF                                          File   6/19/2014

  The vendor processes claims for the Bureau of Early Intervention, a federally-funded program which

  serves approximately 33,000 children and has approximately 4,500 enrolled and credentialed providers, If

  provider claims are not processed, Service providers would not be paid and the lack of payments to service

  providers directly impacts availability of providers and other funding stream, if claims are not paid.

  Medicaid matching funds cannot be requested: and Part C federal funds cannot be drawn down for

  reimbursement to the EI 0502 Revolving fund. This emergency will extend these services provided by

  Cquest America for an additional 90 days while a competitive procurement can be completed. The original

   Signed       Amy Tarr, Bureau Chief Early Intervention

      Vendor   Cquest America, Inc.                                                            Notary       6/17/2014

                                   Estimate                Actual                                       FY    QTR

      State                   $933,750.00                  $0.00                                        14         4

      Federal Cost                 $0.00                  $0.00

  22     HEALTHCARE AND FAMILY SERVICES, DEPT OF                                    File   4/16/2014

  The competitively procured contract with Public Knowledge, LLC inadvertently expired on March 31,

  2014.  The vendor is responsible for the federally required Independent Verification of the integrated

  Eligibility System.  The Emergency Contract utilized the same scope of work, method and rate of

  compensation as the lapsed contract. The original estimated cost is $302,075.00.

   Signed       Megan Seitzinger, State Purchasing Officer

      Vendor   Public Knowledge LLC                                                         Notary       4/14/2014

                                   Estimate                Actual                                       FY    QTR

      State                   $302,075.00                  $0.00                                        14         4

      Federal Cost                 $0.00                  $0.00


                                   LIST OF EMERGENCY PURCHASE AFFIDAVITS

                              FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                              April 1, 2014 through June 30, 2014

  23     STATE POLICE, DEPARTMENT OF                                               File   6/11/2014

  The systems operating in this environment are critical to the process of paying employees, paying

  vendors and providing accountability and management of the Department's Fiscal resources. These

  systems were maintained by a single individual. Early in May, this individual announced his retirement

  without advanced notice and left on that day.  This left the systems without even minimal support. ISP

  does not have trained resources in this technology. The original estimated cost is $109,200.00.

   Signed       Hiram Grau, Director

      Vendor   Information Builders, Inc.                                                      Notary       6/9/2014

                                   Estimate                Actual                                       FY    QTR

      State                   $109,200.00                  $0.00                                        14         4

      Federal Cost                 $0.00                  $0.00

  24     TRANSPORTATION, DEPARTMENT OF                                         File   4/4/2014

  The pavement on Business Route 24 beneath the TP&N Railroad Viaduct has experienced pavement

  failure due to excessive moisture and heavy frost.  As the area has degraded, Operations has continued to

  add cold patch to the area.  However, due to the moisture, the cold patch will not bond and requires

  constant vigilance and maintenance.  The viaduct is very narrow and has poor drainage.  As a result, the

  pavement degradation within the viaduct causes a hazard to the safety of the traveling public.  In order to

  address this emergency condition, the district has contracted Day Labor, and they have agreed to do an

  emergency repair.  As part of the emergency repair, the district is pursuing emergency purchases of both

  concrete and aggregate.  The original estimated cost is $60,000.00.

   Signed       Joseph E. Crowe, Deputy Director of Highways/Reg. 3 Eng.

      Vendor   United Ready Mix, Inc.                                                         Notary       3/28/2014

                                   Estimate                Actual                                       FY    QTR

      State                    $60,000.00                  $0.00                                        14         4

      Federal Cost                 $0.00                  $0.00


                                   LIST OF EMERGENCY PURCHASE AFFIDAVITS

                              FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                              April 1, 2014 through June 30, 2014

  25     TRANSPORTATION, DEPARTMENT OF                                         File   5/2/2014

  A sink hole has developed under the I-55 frontage road north of Glenarm.  This sink hole necessitated

  closure of the frontage road. The hole appears to be approximately 3 feet wide by 6 feet deep for the full

  width of the frontage road pavement. We do not know the exact scope of the work that will need to be

  done to make the repair since exploratory work is first necessary, therefore, we are choosing to proceed

  with one contractor under time materials. The original estimated cost is $75,000.00.

   Signed       Roger Driskell, Deputy Dir

      Vendor   IL Valley Paving                                                                 Notary       4/30/2014

                                   Estimate                Actual                                       FY    QTR

      State                    $75,000.00                  $0.00                                        14         4

      Federal Cost                 $0.00                  $0.00

  26     VETERANS' AFFAIRS - GENERAL OFFICE                                      File   5/15/2014

  Our institutional and personal laundry services were unexpectedly stopped on 4/14/14 by our current

  vendor.  The vendor is not returning any phone calls or emails. Our facility must have a commercial

  laundry service for our personal laundry in order to prevent any infection control issues that may be

  caused by laundry not reaching the proper temperature during the laundry process. The original estimated

   Signed       Deborah Miller, CFO

      Vendor   Smart Wash, Inc.                                                                 Notary       4/22/2014

                                   Estimate                Actual                                       FY    QTR

      State                    $61,000.00                  $0.00                                        14         4

      Federal Cost                 $0.00                  $0.00


                                   LIST OF EMERGENCY PURCHASE AFFIDAVITS

                              FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                              April 1, 2014 through June 30, 2014

  27     CAPITAL DEVELOPMENT BOARD                                               File   4/7/2014

  On November 7, 2007 a lawsuit was filed against the Illinois Department of Corrections (IDOC) in the

  U.S. District Court Central District of Illinois alleging inadequate services for its mentally ill offenders,

  including lack of long-term residential in-patient care.  An Agreed Order was entered into on May 6, 2013

  whereby IDOC agreed to conduct an assessment of staffing levels and bed and treatment space for mentally

   ill offenders.  An Order was entered into on August 21, 2013 appointing Dr. Raymond F. Patterson to act

  as monitor to assess any proposals issued by IDOC.  In conjunction with other efforts, IDOC proposed and

   the monitor has agreed that reopening the former Illinois Youth Center in Joliet, Illinois as a residential

  treatment center will likely address a number of emergency conditions identified by the monitor.  The

  monitor has expressed that the State of Illinois needs to proceed as quickly as possible to change how

  IDOC manages and coordinates their unique housing and treatment needs of mentally ill offenders.

 

  Vendor #1 has been selected to provide a report to include a Program Assessment/Schematic Design

  (PAISD), that will evaluate the feasibility of converting the former Illinois Youth Center at Joliet to a

  correctional facility for housing and treating inmates with mental illness disorders.  The report shall

  include recommendations regarding construction scheduling, divisions of work, and level of design

  sufficient to allow competitive bidding and minimal change orders while achieving the earliest possible

  completion date.  Subject to the acceptance of the report, DLR may be given authorization to perform

  design, bidding, and construction administration services to implement the recommendations.  Vendor #1

  was chosen because of their experience with emergency correctional work, their availability and proximity

   to the site and their capability to address any design requirements necessary.

 

  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 (CBS).  Considering

  the time frames needed for the selection, negotiation and execution of an A/E contract, an evaluation of

  the Illinois Youth Center at Joliet under the existing processes would likely not begin for several months. 

  For this reason, an emergency procurement is necessary to ensure that an assessment of facilities take

  place immediately. The original estimated cost is $20,000.00.

   Signed       Gus Behnke, Chief Fiscal Officer

      Vendor   DLR Group, Inc.                                                                 Notary       4/2/2014

                                   Estimate                Actual                                       FY    QTR

      State                    $20,000.00          $143,650.00                                        14         4

      Federal Cost                 $0.00                  $0.00


                                   LIST OF EMERGENCY PURCHASE AFFIDAVITS

                              FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                              April 1, 2014 through June 30, 2014

  28     CAPITAL DEVELOPMENT BOARD                                               File   5/28/2014

  The center section of the roof on the Grandstand Building has failed, causing water damage to the

  structural roof beams and roof decking. There is falling debris over the seating area created by the

  deterioration of the deck board and beams causing a threat to public safety and the potential for further loss

   and damage. The Department of Agriculture has determined to continue forward with scheduled events,

  additional damage might force the building to close losing a major revenue for the State of Illinois. Original

   estimated cost is $293,078.00.

 

  Vendor #1 Allied Design original estimated cost $33,500.00.

  Vendor #2 Designed Roofing Systems Actual cost of $259,578.00.

   Signed       Gus Behnke, CFO

      Vendor   Allied Design Consultants, Inc.                                                Notary       5/22/2014

                                   Estimate                Actual                                       FY    QTR

      State                   $293,078.00                  $0.00                                        14         4

      Federal Cost                 $0.00                  $0.00

  29     CAPITAL DEVELOPMENT BOARD                                               File   6/25/2014

  On June 18, 2014 the Office of the Attorney General. In Springfield had a failure of the Contempo CEMA

   air cooled module in the computer room. It was the primary source for the network hardware

  infrastructure which includes multiple servers, a SAN system and other vital hardware components. It is

  imperative that this unit be replaced immediately so the Office of the Attorney General can adequately

  control the temperature in that room and avoid damage to the network infrastructure. Currently, the air

  conditioning supply has been diverted from the main building unit: however, this does not properly cool

  the space. It is necessary to have the system replaced immediately in order to prevent heat exposure to

  the vital hardware and to protect the network. The original estimated cost is $15,000.00.

   Signed       Gus Behnke, CFO

      Vendor   BRIC Partnership                                                                 Notary       6/24/2014

                                   Estimate                Actual                                       FY    QTR

      State                    $15,000.00                  $0.00                                        14         4

      Federal Cost                 $0.00                  $0.00


                                   LIST OF EMERGENCY PURCHASE AFFIDAVITS

                              FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                              April 1, 2014 through June 30, 2014

  30     TOLL HIGHWAY AUTHORITY, ILLINOIS STATE                              File   6/9/2014

  The salt dome at Maintenance Yard 1 was accidentally damaged on February 9, 2014 when a dump truck

  tried to exit the salt dome with its bed is the raised position. This accident caused structural damage at the

  entrance and roof structure and to the exterior canvas. A temporary lateral bracing system was installed to

   shore up the damage area and a thorough analysis of the required repair work was conducted by the

  Tollway's consultant. The original estimated cost is $80,000.00.

   Signed       John Donato, Chief of Procurement @ Tollway

      Vendor   P and G Crane and Engineering                                                Notary       6/3/2014

                                   Estimate                Actual                                       FY    QTR

      State                    $80,000.00                  $0.00                                        14         4

      Federal Cost                 $0.00                  $0.00


                                   LIST OF EMERGENCY PURCHASE AFFIDAVITS

                              FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                              April 1, 2014 through June 30, 2014

  31     UNIVERSITY OF ILLINOIS                                                         File   3/31/2014

  Emergency purchase JCM321 was declared in order to purchase from All Team Staffing, Inc. the

  temporary worker services for twelve (12) food service positions, namely cooks and food preparation for

  the University of Illinois at Chicago Hospital.  The two reasons for the emergency are as follows.  First, a

  rash of hospital food service staffing vacancies exist.  Second, the temporary staffing vendor under

  contract with the University has had difficulty placing viable temporary candidates until vacant positions

  are filled because food service is a challenging job with low hourly compensation.  The University is in the

  process of hiring permanent positions for the vacancies, but the hiring process is complex and involves

  multiple steps.

 

  Over the past six months there have been several retirements, resignations as well as other staff leaving. 

  Approval was received in November to start hiring for 11 open positions.  We have also been approved to

   hire 15 students.  There are offers out to 8 other candidates and if they accept then in addition it takes

  approximately 4 weeks for these candidates to go through the background/hiring process.  The department

   has 8 people on Disability at the present time.  We have one or two people on vacation each week not

  including staff calling in sick which comes out to be 5-8 call offs a day.  Employed Staff has been working

  overtime to help but they are tired and not signing up for overtime lately.

 

  Consequently there is an immediate need for 15 temporary food service workers for an 8 hour daily shift at

  the agency hourly rate of $20.00.  This equates to a daily service cost of $2,400.  The emergency

  purchase request is for ninety (90) days at an estimated amount of $216,000.  This emergency

  procurement will bridge the gap of personnel needs until permanent food service staff can complete the

  hiring process, are trained and ready to work. The original estimated cost is $216,000.00.

   Signed       Kevin Fair, Interim Director of Purchasing at UIC

      Vendor   All Team Staffing, Inc.                                                          Notary       3/27/2014

                                   Estimate                Actual                                       FY    QTR

      State                   $216,000.00                  $0.00                                        14         4

      Federal Cost                 $0.00                  $0.00


                                   LIST OF EMERGENCY PURCHASE AFFIDAVITS

                              FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                              April 1, 2014 through June 30, 2014

  32     UNIVERSITY OF ILLINOIS                                                         File   4/17/2014

  The University of Illinois at Urbana-Champaign is beginning an advertising campaign to market itself in

  the Chicagoland area. Chicago, the third largest city by population and the third largest media market in

  the U. S. provides a large and critical target audience that is very difficult to reach. This difficulty is

  compounded by fierce competition from several large and small universities in the area. As a result, the

  University of Illinois must increase awareness, pride and support among the target audience, especially the

  hundreds of thousands of living alumni. Clear Channel Outdoor provides the University with extensive

  coverage around the Chicagoland area via Outdoor signage that covers not only car commute traffic, but

  also all the Metra Train commuters as well. The time frame is April 4, 2014 to December 31, 2014. The

   Signed       Janet Milbrandt, Dir of Purchasing

      Vendor   Clear Channel Outdoor                                                          Notary       4/15/2014

                                   Estimate                Actual                                       FY    QTR

      State                           $0.00          $157,278.00                                        14         4

      Federal Cost                 $0.00                  $0.00

  33     UNIVERSITY OF ILLINOIS                                                         File   6/9/2014

  University of Illinois Hospital and Health Sciences System (UIHHSS) Obstetrics & Gynecology unit

  requires that all high risk obstetric patients (Female over 35 years of age) and expanding to other low risk

  patients as well, have a Harmony Pre-Natal test. This is a noninvasive pre-natal test (NIPT) for detecting

  fetal trisomies in maternal blood. An emergency procurement is required in order to continue laboratory

  services that include the testing of obstetric patient specimens and communicate the results in the existing

  interface software process until a public hearing, scheduled for June 18m 2014 is held and the sole source is

   approved. The original estimated cost is $250,000.00.

   Signed       Kevin Fair, Interim Dir of Purchasing

      Vendor   Esoterix Genetic Laboratories, LLC                                           Notary       6/3/2014

                                   Estimate                Actual                                       FY    QTR

      State                   $250,000.00                  $0.00                                        14         4

      Federal Cost                 $0.00                  $0.00


                                   LIST OF EMERGENCY PURCHASE AFFIDAVITS

                              FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                              April 1, 2014 through June 30, 2014

  34     UNIVERSITY OF ILLINOIS                                                         File   6/17/2014

  Superior Livestock Auction, Inc., has been identified as having a sufficient amount of Red Angus cattle

  that meet the specific research needs at its Sept 27, 2013 auction. Given the quality of the cattle being

  sold by several owners at one auction and that the purchase price is determined by auctioning makes this a

  quick purchase an appropriate method. The purchase of the cattle occurred on the auction date September

  27, 2013 and delivered the cattle from various owners occurred through November 2013. The final cost is

   Signed       Janet Milbrandt, Dir of Purchasing

      Vendor   Superior Livestock Auction                                                     Notary       6/13/2014

                                   Estimate                Actual                                       FY    QTR

      State                           $0.00          $165,294.43                                        14         4

      Federal Cost                 $0.00                  $0.00

  35     UNIVERSITY OF ILLINOIS                                                         File   6/17/2014

  On January 22, 2014 an emergency purchase was declared with Anchor Mechanical in the estimated

  amount of $250,000 to repair/replace an underground ruptured pipeline. After excavation and some

  testing it was determined that Anchor Mechanical could not supply the required high pressure pipeline

  system. The Utilities Department contacted the only local vendor capable of supplying the pipeline

  system. Rovanco Piping systems Inc. in Joliet, IL. The original estimated cost is $67,000.00.

   Signed       Kevin Fair, Interim Director

      Vendor   Rovanco Piping Systems                                                        Notary       1/30/2014

                                   Estimate                Actual                                       FY    QTR

      State                    $67,000.00           $81,969.50                                        14         4

      Federal Cost                 $0.00                  $0.00

 

 

                                   LIST OF EMERGENCY PURCHASE AFFIDAVITS

                              FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                              April 1, 2014 through June 30, 2014

  36     UNIVERSITY OF ILLINOIS                                                         File   6/30/2014

  University of Illinois Hospital & Health Sciences System, Oncology unit requires the purchase of

  Asparaginase Erwinia Chrysanthemi, a drug component of a multi-agent chemotherapeutic regimen for

  the treatment of patients with leukemia who have developed hypersensitivity to E coli-derived

  asparaginase and at risk to experience an anaphylactic reaction. UIHHSS is currently treating one such

  patient who requires at least twelve doses. The original estimated cost is $250,000.00.

   Signed       Kevin Fair, Dir of Purchasing

      Vendor   Accredo Health Group                                                           Notary       6/25/2014

                                   Estimate                Actual                                       FY    QTR

      State                   $250,000.00                  $0.00                                        14         4

      Federal Cost                 $0.00                  $0.00

 

 


Updates To
Previously Filed
Emergency Purchases

 

 

 

                                   LIST OF EMERGENCY PURCHASE AFFIDAVITS

                              FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                              April 1, 2014 through June 30, 2014

  37     CENTRAL MANAGEMENT SERVICES                                           File   3/24/2014

  Latest Filing – 4/14/2014:

  The Total Cost of the Original Filing FY 14 Qtr 3 Item# 2 is $306,132.07.

  The Second Filing is still outstanding.

 

  Second Filing – 3/24/2014: FY14 Qtr 3 Item# 2:

  A letter was received reporting the estimated cost of FY 14 Qtr 3 Item# 2 for the time frame of

  2/28/2014 to 8/30/2014. The estimated cost is $750,000.00.

 

  Original Filing – 3/24/2014: FY14 Qtr 3 Item# 2: Time frame 11/30/2013 to 2/27/2014

  Under Section 20.30 of the Procurement Code the Department of Central Management Services (CMS)

  would like to extend its contract with Motorola Solutions Inc. for Statewide Radio Maintenance for 6

  months.  Statewide Radio Maintenance is currently being provided by the Motorola Solutions which

  expires 2/27/14.  The Department of Central Management Services has issued an IFB for the replacement

  contract.  The response is currently being reviewed for BEP compliance.  If approved, the IFB will replace

   the Emergency Extension Contract.  If not, the Department of Central Management Services will seek a

  sole source contract with Motorola to replace this emergency contract. The original estimated cost is

  $375,000.00.

   Signed       Craig Holloway, Procurement Manager

      Vendor   Motorola Solutions Inc.                                                         Notary       2/14/2014

                                   Estimate                Actual                                       FY    QTR

      State                 $1,125,000.00                  $0.00                                        14         4

      Federal Cost                 $0.00                  $0.00


                                   LIST OF EMERGENCY PURCHASE AFFIDAVITS

                              FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                              April 1, 2014 through June 30, 2014

  38     CENTRAL MANAGEMENT SERVICES                                           File   5/5/2014

  Latest Filing – 5/5/2014:

  The Final Total Cost of FY 14 Qtr 3 Item # 3 is $6,843.40.

 

  Third Filing - 5/5/2014: FY 14 Qtr 3 Item # 3:

  A letter was received on May 5, 2014 stating "No funds were spent after the initial emergency".

 

  Second Filing - 3-24/2014: FY 14 Qtr 3 Item # 3:

  A letter was received on March 24, 2014 requesting an extension for March 23, 2014 to September 30,

  2014.

  The estimated cost is $230,000.00.

 

  Original Filing – 3/24/2014: FY14 Qtr 3 Item# 3:

  The previous statewide master contract for tower maintenance CMS267240 was awarded (IFB) to Hi-Tech

   Tower, Inc. effective 7/1/12 through 6/30/2014.  However Hi-Tech Towers, Inc. failed to perform work

  under the existing contract.  Unified Tower Solutions was the next lowest bidder when the contract was bid

  last year.  The State requires the services of a qualified tower maintenance contractor to perform such

  emergency repairs to maintain compliance with FCC and FAA standards until such time as a new contract

  can be established. The original estimated cost is $75,000.00.

   Signed       James Ellenberg, Procurement Manager for CMS BCCS

      Vendor   Unified Tower Solutions, Inc.                                                  Notary       3/20/2014

                                   Estimate                Actual                                       FY    QTR

      State                   $305,000.00             $6,843.40                                        14         4

      Federal Cost                 $0.00                  $0.00


                                   LIST OF EMERGENCY PURCHASE AFFIDAVITS

                              FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                              April 1, 2014 through June 30, 2014

  39     NATURAL RESOURCES, DEPARTMENT OF                                    File   4/9/2014

  Latest Filing – 4/9/2014:

  The Final Total Cost of FY 14 Qtr 3 Item# 4 is $205,122.30.

 

  Original Filing – 1/14/2014: FY14 Qtr 3 Item# 4:

  The Department of Natural Resources (IDNR) requires construction services to provide emergency repairs

  to the conference center and banquet hall at the Rend Lake Resort located at Wayne Fitzgerald State Park.

    On the evening of January 7, 2014, water pipes for the fire suppressor system broke causing extensive

  damage to carpet and hard wood flooring, walls, ceiling tiles and furnishings. The fire department

  responded to an alarm sounding at the Resort to find water spilling from the ceiling and flooding the

  conference rooms, banquet room and entrance hall.  The power company was notified to cut the power to

  the facility before anyone could enter to shut off the main water valves.  Some areas had as much as six

  (6) inches of standing water and furniture floating.  Vactor trucks, dehumidifiers, and fans were brought in

  to begin removing the water, but approximately 9500 sq. ft. of carpet is ruined, 3200 sq ft. of wood

  flooring has already begun to warp and sheet rock in the lower wall sections is saturated.

 

  Immediate repairs are necessary to restore the building's structure and prevent further deterioration and

  mold growth. The Resort is a leased concession operation with the state and under its present condition is

  unsuitable to host any events. The vendor selected was immediately available to begin work, has the

  manpower, the equipment needed to perform the work, is a certified small business vendor, is familiar with

  the Park and resort and has performed services for DNR in a most satisfactory manner.

  The original estimated cost is $175,000.00.

   Signed       Melissa Omil, State Purchasing Office for DNR

      Vendor   Lake Contracting LLC                                                           Notary       1/13/2014

                                   Estimate                Actual                                       FY    QTR

      State                   $175,000.00          $205,122.30                                        14         4

      Federal Cost                 $0.00                  $0.00


                                   LIST OF EMERGENCY PURCHASE AFFIDAVITS

                              FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                              April 1, 2014 through June 30, 2014

  40     DEPARTMENT OF JUVENILE JUSTICE                                                    File   5/2/2014

  Latest Filing – 5/2/2014:

  The Final Total Cost of FY 14 Qtr 2 Item# 6 is $29,326.53.

 

  Original Filing – 10/16/2013: FY14 Qtr 2 Item# 06:

  To avoid loss of federal funding, to ensure that there will be no gap in delivery of clinical substance abuse

  treatment services to juvenile male inmates at IL Youth Center Harrisburg and to allow the Illinois

  Department of Juv Justice sufficient time to rebid this contract with an RFP. Community Education

  Centers, Inc. is the current substance abuse treatment services vendor for the grant-funded Juvenile Male

  Reentry Program at IL youth Center - Harrisburg. The original estimated cost is $33,980.00.

   Signed       Debra Miller, PSA

      Vendor   Community Education Centers, Inc.                                          Notary       10/9/2013

                                   Estimate                Actual                                       FY    QTR

      State                    $33,980.00           $29,326.53                                        14         4

      Federal Cost                 $0.00                  $0.00


                                   LIST OF EMERGENCY PURCHASE AFFIDAVITS

                              FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                              April 1, 2014 through June 30, 2014

  41     DEPARTMENT OF JUVENILE JUSTICE                                                    File   3/31/2014

  Latest Filing – 3/31/2014:

  The Final Total Cost of FY 14 Qtr 2 Item# 8 is $289,125.00.

 

  Original Filing – 11/12/2013: FY14 Qtr 2 Item# 8:

  The leasing of 6 unit modular office buildings is necessary to Avoid Disruption of Clinical and

  Psychological Services at the facility. A through walk thru by the Chief Engineer at IYC St Charles the

  Clinic/Old school/Chapel Building on all levels was on done on Oct. 4, 2013. It has been determined that

  several areas have become structurally unsound. On Oct. 23, 2013 a second inspection was done. Concerns

  regarding the Clinic building have escalated, also a portion of the southwest section of the Chapel has been

  fenced off. Walls are shifting; doors are coming out of alignment and have visible cracks. The engineer

  suggests bringing in mobile modular office tailors until the intake Rehab project is completed. The original

  estimated cost is $314,922.00.

   Signed       Joy Thekel, Bus Administrator @ IYC St. Charles

      Vendor   Mod Space                                                                        Notary       11/5/2013

                                   Estimate                Actual                                       FY    QTR

      State                   $314,922.00          $289,125.00                                        14         4

      Federal Cost                 $0.00                  $0.00


                                   LIST OF EMERGENCY PURCHASE AFFIDAVITS

                              FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                              April 1, 2014 through June 30, 2014

  42     CORRECTIONS - GENERAL OFFICE                                             File   3/4/2014

  Latest Filing – 3/4/2014:

  The Final Total Cost of FY 13 Qtr 1 Item# 31 is $1,168,340.40.

 

  Second Filing –10/16/2012: FY13 Qtr 1 Item# 31:

  This is an extension for an estimated cost of $250,000.00.

 

  Original Filing – 7/30/2012 FY13 Qtr 1 Item# 31:

  CMS state contract for 75% lean beef trim expired on 6/23/12. CMS in unable to provide a estimated date

  for having a contract in place. Advanced commodities provided the lowest bid for this commodity. The

  original estimated cost is $172,800.00.

   Signed       Tim Gleason, CEO of IL Corr Industries

      Vendor   Advanced Commodities                                                         Notary       7/26/2012

                                   Estimate                Actual                                       FY    QTR

      State                   $422,800.00        $1,168,340.40                                        14         4

      Federal Cost                 $0.00                  $0.00


                                   LIST OF EMERGENCY PURCHASE AFFIDAVITS

                              FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                              April 1, 2014 through June 30, 2014

  43     CORRECTIONS - GENERAL OFFICE                                             File   3/4/2014

  Latest Filing – 03/04/2014:

  The Final Total Cost of FY 13 Qtr 1 Item# 32 is $1,819,732.96.

 

  Second Filing – 10/15/2012:

  This is an extension for an estimated cost of $500,000.00.

 

  Original Filing – 7/30/2012: FY13 Qtr 1 Item# 32:

  CMS State Contract for Chicken Trim expired 7/7/12; CMS is unable to provide a estimated date for

  having a contract in place. Advanced Commodities provided the lowest bid for this commodity. The

  original estimated cost is $368,800.00.

   Signed       Tim Gleason, CEO of Corr Industries

      Vendor   Advanced Commodities                                                         Notary       7/26/2012

                                   Estimate                Actual                                       FY    QTR

      State                   $868,800.00        $1,819,732.96                                        14         4

      Federal Cost                 $0.00                  $0.00


                                   LIST OF EMERGENCY PURCHASE AFFIDAVITS

                              FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                              April 1, 2014 through June 30, 2014

  44     CORRECTIONS - GENERAL OFFICE                                             File   5/27/2014

  Latest Filing – 5/27/2014:

  The Final Total Cost of FY 13 Qtr 2 Item# 38 is $194,241.45.

 

  Third Filing – 5/9/2013: FY13 Qtr 4 Item# 82:

  A letter was received on May 9, 2013 requesting a 2nd extension from May 17, 2013 to November 12,

  2013.

  Estimated cost is $200,000.00.

 

  Second Filing – 2/19/2013: FY13 Qtr 3 Item# 90:

  A letter was received on Feb 19, 2013 requesting an extension from February 16, 2013 to May 16, 2013.

 

  Estimated cost is $100,000.00.

 

  Original Filing – 12/10/2012: FY13 Qtr 2 Item# 38:

  Illinois Correctional Industries produces a variety of goods that are supplied to State agencies and local

  school districts. The UPS contract has expired and the new contract is not yet in place. Without a vendor

   to provide shipping, ICI will be unable to fill orders for products such as cleaning supplies, food staples and

   Signed       Rich Mautino, SPSA

      Vendor   United Parcel Service                                                            Notary       12/5/2012

                                   Estimate                Actual                                       FY    QTR

      State                   $400,000.00          $194,241.45                                        14         4

      Federal Cost                 $0.00                  $0.00


                                   LIST OF EMERGENCY PURCHASE AFFIDAVITS

                              FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                              April 1, 2014 through June 30, 2014

  45     CORRECTIONS - GENERAL OFFICE                                             File   6/6/2014

  Latest Filing – 6/6/2014:

  The Final Total Cost of FY 13 Qtr 3 Item# 32 is $88,277.00.

 

  Original Filing – 1/31/2013: FY13 Qtr 3 Item# 32:

  There are 17 heat pumps in the Health Care Building C2908 that have either quit or are faulty.  They need

   to be replaced immediately.  Maintenance is currently running electric heaters in several areas to keep

  heat circulating throughout the building.  This is an issue involving threat to public health and public

  safety, and also an immediate expenditure is necessary for repairs to State property to protect against

  further loss or damage to property.  List of heat pump units needing replaced are as follows:  B1-HPU, B2-

  HPU, B3-HPU, B4-HPU, B5-HPU, B6-HPU, B8-HPU, B9-HPU, B10-HPU, B12-HPU, B13-HPU, B16-

  HPU, B18-HPU, B19-HPU, B20-HPU, B21-HPU, B22-HPU. The original estimated cost is $90,000.00.

   Signed       Bradley Robert,

      Vendor   Baer Heating & Cooling, Inc.                                                  Notary       1/23/2013

                                   Estimate                Actual                                       FY    QTR

      State                    $90,000.00           $88,277.00                                        14         4

      Federal Cost                 $0.00                  $0.00


                                   LIST OF EMERGENCY PURCHASE AFFIDAVITS

                              FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                              April 1, 2014 through June 30, 2014

  46     CORRECTIONS - GENERAL OFFICE                                             File   6/6/2014

  Latest Filing – 6/6/2014:

  The Final Total Cost of FY 13 Qtr 3 Item# 31 is $24,250.00.

 

  Original Filing – 1/31/2013: FY13 Qtr 3 Item# 31:

  The commercial washer and dryer are down and non-operational at Centralia Correctional Center.   They

  need to be replaced immediately as it causes a sanitation issue within the facility.  Immediate expenditure is

   necessary for replacement to State property to protect against further loss of or damage to property. 

  One new washer Milnor Model #3621V5J, 80lb washer/extractor 480v 3ph and one new dryer Model

  CT120RQ electric dryer, 120lb capacity:  Digital dual timer control electrical service 470v 3ph will be

  purchased. The original estimated cost is $25,000.00.

   Signed       Bradley Robert,

      Vendor   Loomis Bros. Equipment Company                                           Notary       1/23/2013

                                   Estimate                Actual                                       FY    QTR

      State                    $25,000.00           $24,250.00                                        14         4

      Federal Cost                 $0.00                  $0.00


                                   LIST OF EMERGENCY PURCHASE AFFIDAVITS

                              FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                              April 1, 2014 through June 30, 2014

  47     CORRECTIONS - GENERAL OFFICE                                             File   3/31/2014

  Latest Filing – 3/31/2014:

  Letter was received on March 31, 2014 requesting an extension for 3/29/2014 to 9/24/2014. The

  estimated cost is $2,400,000.00.

 

  Fourth Filing – 12/18/2014:  FY14 Qtr 2 Item# 9:

  A letter was received on December 18, 2013 requesting an extension for 12/29/2013 to 3/28/2014. the

  estimated cost is 1,200,000.00.

 

  Third Filing – 10/2/2013: FY14 Qtr 2 Item# 9:

  A letter was received on October 2, 2013 requesting an extension for 9/30/2013 to 12/28/2013. The

  estimated cost is $1,200,000.00.

 

  Second Filing – 5/28/2013: FY13 Qtr 4 Item# 99:

  A letter was received on May 5, 2013 requesting an extension for 6/30/2013 to 9/29/2013. The estimated

  cost is $1,200,000.00.

 

  Original Filing – 4/1/2013: FY13 Qtr 3 Item# 40:

  The IDOC is in need of a 90 day emergency contract for Electronic Detention/Monitoring Services for

  parolees and/or committed felons.  The current contract is with BI Incorporated and has been in effect for

  ten years.  This contract cannot be renewed or extended.  Currently, the contracts for electronic

  monitoring and global positioning system monitoring end six months apart.  The agency would like to

  coincide the end dates and complete one RFP/contract for both services.  Doing a 90 day emergency

  contract gives the agency an opportunity to accomplish this goal. The original estimated cost is

  $1,200,000.00.

   Signed       Alyssa William-Schafer, Public Services Admin/Cood. For Sex Off.

      Vendor   BI Incorporated                                                                   Notary       3/7/2013

                                   Estimate                Actual                                       FY    QTR

      State                 $7,200,000.00                  $0.00                                        14         4

      Federal Cost                 $0.00                  $0.00


                                   LIST OF EMERGENCY PURCHASE AFFIDAVITS

                              FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                              April 1, 2014 through June 30, 2014

  48     CORRECTIONS - GENERAL OFFICE                                             File   3/31/2014

  Latest Filing – 3/31/2014:

  A letter was received on March 31, 2014 requesting an extension for 3/29/2014 to 9/24/2014. The

  estimated cost is $750,000.00.

 

  Second Filing – 12/18/2013: FY14 Qtr 3 Item# 5:

  A letter was received on December 18, 2013 requesting an extension for 12/29/2013 to 3/28/2014. The

  estimated cost is $375,000.00.

 

  Original Filing – 9/10/2013: FY14 Qtr 1 Item# 82:

  The Illinois Department of Corrections is requesting a 90 day continuation of the Global Positioning

  Services (GPS) under contract # 0907034 for Parolees/and or committed felons with the current vendor,

  BI Inc./Geo Group. Extending the GPS contract for 90 days allows for the review of the RFP and awarding

  of a contract for both EM and GPS services. This contract will be terminated when the new contract is in

  place. The original estimated cost is $375,000.00.

   Signed       Alyssa William-Schafer, Public Services Admin/Cood. For Sex Off.

      Vendor   BI Incorporated                                                                   Notary       3/7/2013

                                   Estimate                Actual                                       FY    QTR

      State                 $1,500,000.00                  $0.00                                        14         4

      Federal Cost                 $0.00                  $0.00


                                   LIST OF EMERGENCY PURCHASE AFFIDAVITS

                              FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                              April 1, 2014 through June 30, 2014

  49     CORRECTIONS - GENERAL OFFICE                                             File   5/27/2014

  Latest Filing –5/27/2014

  The Final Total Cost of FY 14 Qtr 1 Item# 10 is $213,120.00.

 

  Second Filing – 10/2/2013: FY14 Qtr 2 Item# 47:

  A letter was received requesting an extension until 12/29/2013, estimated amount is $96,800.00.

 

  Original Filing –7/5/2013: FY14 Qtr 1 Item# 10:

  Illinois Correctional Industries is requesting emergency purchases mechanically separated chickens for

  their meat processing plants at Vandalia, Menard, Hill and Western IL correctional facilities. These

  products are needed in their production of food products that are supplies to IDOC and other state

  facilities. The original estimated cost is $96,800.00.

   Signed       Jen Aholt, CEO IL Corr Industries

      Vendor   Advanced Commodities                                                         Notary       7/3/2013

                                   Estimate                Actual                                       FY    QTR

      State                   $193,600.00          $213,120.00                                        14         4

      Federal Cost                 $0.00                  $0.00


                                   LIST OF EMERGENCY PURCHASE AFFIDAVITS

                              FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                              April 1, 2014 through June 30, 2014

  50     CORRECTIONS - GENERAL OFFICE                                             File   5/27/2014

  Latest Filing – 5//27/2014:

  The Final Total Cost of FY 14 Qtr 1 Item# 13 is $210,927.86.

 

  Second Filing – 10/2/2013: FY14 Qtr 2 Item# 49:

  A letter was received on Oct 2, 2013 requesting an extension for 10/8/2013 to 2/4/2014.

 

  Original Filing – 7/15/2013: FY14 Qtr 1 Item# 13:

  CMS State contract for casings and cook bags expired on 6-24-12. CMS is unable to provide a estimated

  date for having a contract in place. The original estimated cost is $65,350.00.

   Signed       Jen Aholt, CEO of IL Corr Ind

      Vendor   Walsroder Packaging                                                            Notary       7/10/2013

                                   Estimate                Actual                                       FY    QTR

      State                    $65,350.00          $210,927.86                                        14         4

      Federal Cost                 $0.00                  $0.00


                                   LIST OF EMERGENCY PURCHASE AFFIDAVITS

                              FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                              April 1, 2014 through June 30, 2014

  51     CORRECTIONS - GENERAL OFFICE                                             File   6/16/2014

  Latest Filing – 6/16/2014:

  The Final Total Cost of FY 14 Qtr 1 Item# 14 is $548,483.20.

 

  Second Filing – 10/21/2013: FY14 Qtr 2 Item# 50:

  A letter was received on October 2, 2013 requiting an extension for 10/5/2013 to 4/2/2014, estimated cost

   is $474,401.98.

 

  Original Filing – 7/15/2013: FY14 Qtr 1 Item# 14:

  CMS State contract expired on 3-15-13 CMS has delegated the procurement back to ICI. IFB was

  submitted to IDOC. No anticipated date is known for contract. The following products TVP (124 & 224)

  soy and arson-s soy are needed in the daily production of meat produced by Hill, Western, Menard and

  Vandalia industries for the entire IDOC and DJJ. Failure to get the product will result in the above

  mentioned facilities not being able to provide for the institutions. The original estimated cost is

  $190,788.50.

   Signed       Jen Aholt, CEO IL Corr Industries

      Vendor   GoodSource                                                                       Notary       7/10/2013

                                   Estimate                Actual                                       FY    QTR

      State                   $665,190.48          $548,483.20                                        14         4

      Federal Cost                 $0.00                  $0.00


                                   LIST OF EMERGENCY PURCHASE AFFIDAVITS

                              FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                              April 1, 2014 through June 30, 2014

  52     CORRECTIONS - GENERAL OFFICE                                             File   5/27/2014

  Latest Filing – 05/27/2014:

  The Final Total Cost of FY 14 Qtr 1 Item# 16 is $884,942.55

 

  Second Filing – 10/02/2013: FY14 Qtr 2 Item# 51:

  A letter was received on October 2, 2013 requesting an extension for 10/9/2013 to 2/5/2014.

  Estimated cost is $366,680

 

  Original Filing – 07/19/2013: FY14 Qtr 1 Item# 16:

  To establish an Emergency Purchase for Wheat and White Flour (1,105,000) 22,100 bags, in order to

  meet IL Correctional Industries needs. Wheat and White flour are needed raw materials for the production

  of Bread, Buns and other food staples required to provide IL Dept of Corrections, IL Dept of human

  Services, IL Dept of Juv Just, IL Dept of Veterans Affairs and various local School Districts, the bread they

   need to serve meals. The original estimated cost is $275,000.00.

   Signed       Jen Aholt, CEO

      Vendor   Bianchi Milling, Inc.                                                             Notary       7/15/2013

                                   Estimate                Actual                                       FY    QTR

      State                   $641,680.00          $884,942.55                                        14         4

      Federal Cost                 $0.00                  $0.00


                                   LIST OF EMERGENCY PURCHASE AFFIDAVITS

                              FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                              April 1, 2014 through June 30, 2014

  53     CORRECTIONS - GENERAL OFFICE                                             File   4/23/2014

  Latest Filing – 04/23/2014:

  The Final Total Cost of FY 14 Qtr 2 Item# 51 is $ 611,960.80

 

  Second Filing – 4/23/2014 FY14 Qtr 1 Item# 16:

  A letter was received on April 23, 2013 giving the final cost of FY 14 Qtr 1 Item# 16 as $272,981.75.

 

  Third Filing – 10/2/2013 FY14 Qtr 2 Item# 51:

  A letter was received on Oct 2, 2013 requesting an extension for 10/9/2013 to 2/5/2014, estimated cost is

  $366,680.00.

 

  Original Filing – 7/19/2013: FY14 Qtr 1 Item# 16:

  To establish an Emergency Purchase for Wheat and White Flour (1,105,000) 22,100 bags, in order to

  meet IL Correctional Industries needs. Wheat and White flour are needed raw materials for the production

  of Bread, Buns and other food staples required to provide IL Dept of Corrections, IL Dept of human

  Services, IL Dept of Juv Just, IL Dept of Veterans Affairs and various local School Districts, the bread they

   need to serve meals. The original estimated cost is $275,000.00.

   Signed       Jen Aholt, CEO

      Vendor   Bianchi Milling, Inc.                                                             Notary       7/15/2013

                                   Estimate                Actual                                       FY    QTR

      State                   $641,680.00          $884,942.55                                        14         4

      Federal Cost                 $0.00                  $0.00


                                   LIST OF EMERGENCY PURCHASE AFFIDAVITS

                              FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                              April 1, 2014 through June 30, 2014

  54     CORRECTIONS - GENERAL OFFICE                                             File   3/31/2014

  Latest Filing – 3/31/2014:

  The Final Total Cost of FY 14 Qtr 1 Item# 20 is $701,705.40

 

  Original Filing – 7/31/2013: FY14 Qtr 1 Item# 20:

  There is no current state master contract for ammunition. Our Academy is responsible for training cadet

  classes and providing ammunition for facilities and mandatory requalification's. Currently the Training

  Academy is running low on these two types of ammunition and there is an immediate need to order. We

  found two vendors who can provide this ammunition at a reasonable cost to the State. The original

  estimated cost is $271,350.00.

   Signed       Julie Kennedy, Purchasing Supervisor

      Vendor   Kiesler Police Supply & Ray O'Herron                                       Notary       7/29/2013

                                   Estimate                Actual                                       FY    QTR

      State                   $271,350.00          $701,705.40                                        14         4

      Federal Cost                 $0.00                  $0.00


                                   LIST OF EMERGENCY PURCHASE AFFIDAVITS

                              FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                              April 1, 2014 through June 30, 2014

  55     CORRECTIONS - GENERAL OFFICE                                             File   5/2/2014

  Latest Filing – 5/2/2014:

  The Final Total Cost of FY14 Qtr 2 Item# 11 is $21,093.00.

 

  Original Filing – 1016/2013: FY14 Qtr 2 Item# 11:

  A 90 day emergency  continuation is necessary to avoid loss of federal funding, to ensure that there will be

   no gap in delivery of clinical post release case management services to women inmates in the Moms and

  Babies Program at the Decatur Correctional Center and to allow the IL Department of Corrections

  sufficient time to rebid this contract with an RFP. TASC Inc. is the current case management services

  vendor for the grant-funded Moms and Babies Program Expansion at Decatur CC. TASC is also the only

  vendor in Illinois with the required DASA designated program licensure for clinical post release case

  management services. The original estimated cost is $34,963.00.

   Signed       Debra Miller, PSA

      Vendor   TASC, Inc.                                                                        Notary       10/9/2013

                                   Estimate                Actual                                       FY    QTR

      State                    $34,963.00           $21,093.00                                        14         4

      Federal Cost                 $0.00                  $0.00


                                   LIST OF EMERGENCY PURCHASE AFFIDAVITS

                              FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                              April 1, 2014 through June 30, 2014

  56     CORRECTIONS - GENERAL OFFICE                                             File   5/12/2014

  Latest Filing – 5/12/2014:

  A letter was received on May 12, 2014 requesting an extension for May 14, 2014 to August 8, 2014.

  Estimated cost is $194,283.32.

 

  Second Filing – 2/11/2014: FY14 Qtr 3 Item# 9:

  A letter was received on February 2, 2014 requesting an extension for February 13, 2014 to May 5, 2014.

 

  Estimated cost is $194,283.32.

 

  Original Filing – 11/22/2013: FY14 Qtr 2 Item# 14:

  Uniformity had the contract for providing uniforms. They have recently gone out of business due to their

  parent company filing for bankruptcy. In order to continue to keep staff in uniform, it is necessary to file

  an emergency to purchase back ordered uniform pieces, fill current uniform replacement needs and future

  order for cadet classes in the spring of 2014. Original estimated cost is $194,283.32.

   Signed       Julie Kennedy, Purchasing Supervisor

      Vendor   Ray O' Herron Co., Inc.                                                         Notary       11/19/2013

                                   Estimate                Actual                                       FY    QTR

      State                   $582,849.96                  $0.00                                        14         4

      Federal Cost                 $0.00                  $0.00


                                   LIST OF EMERGENCY PURCHASE AFFIDAVITS

                              FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                              April 1, 2014 through June 30, 2014

  57     CORRECTIONS - GENERAL OFFICE                                             File   5/2/2014

  Latest Filing – 5/2/2014:

  The Final Total Cost of FY 14 Qtr 3 Item# 8 is $18,934.48.

 

  Original Filing – 1/29/2014: FY14 Qtr 3 Item# 8:

  Energy Kit on a PVI Water Heater at Pittsfield Work Camp needs to be repaired or replaced along with

  related flue pipes and water back flow preventers. Currently, maintenance staff has to keep resetting the

  Water Heater when it breaks down. The Water Heater supplies hot water to two housing units which

  includes 400 inmates. Original estimated cost is $15,000.00.

   Signed       Marvin Reed, Warden @ JCC

      Vendor   Doyle Plumbing                                                                  Notary       1/10/2014

                                   Estimate                Actual                                       FY    QTR

      State                    $15,000.00           $18,934.48                                        14         4

      Federal Cost                 $0.00                  $0.00


                                   LIST OF EMERGENCY PURCHASE AFFIDAVITS

                              FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                              April 1, 2014 through June 30, 2014

  58     CORRECTIONS - GENERAL OFFICE                                             File   5/27/2014

  Latest Filing –5/27/2014:

  The Final Total Cost of FY 14 Qtr 3 Item# 10 is $40,375.00.

 

  Original Filing – 3/10/2014: FY14 Qtr 3 Item# 10:

  To establish an Emergency Purchase for Wheat and White Flour (796,000 pounds) 14,300 Bags, in order

  to meet Illinois Correctional Industries needs.  Wheat and White Flour are needed raw materials for the

  production of Bread, Buns and other food staples required to provide Illinois Department of Corrections,

  Illinois Department of Human Services, Illinois Department of Juvenile Justice, Illinois Department of

  Veterans Affairs, and various local School Districts, the bread they need to serve meals.  This Emergency

  Purchase is the result of no current contract in place for the purchase of said raw materials.  So as not to

  interrupt customer demands and prevent or minimize serious disruption to the Illinois Department of

  Corrections and other State Agencies, it is imperative that the Emergency Purchase of the previously

  mentioned Wheat and White Flour be made.  The amount ordered will provide sufficient amounts of

  Wheat and White Flour needed for the production and sales of various bread and bun products needed to

  provide to IDOC, IDJJ, IDHS, Veterans Affairs, and various local School Districts over the next three

  months, while the contract is being finalized by CMS. The original estimated cost is $184,000.00.

   Signed       Joe Aholt, CEO

      Vendor   Bianchi Milling, Inc.                                                             Notary       3/6/2014

                                   Estimate                Actual                                       FY    QTR

      State                   $184,000.00           $40,375.00                                        14         4

      Federal Cost                 $0.00                  $0.00


                                   LIST OF EMERGENCY PURCHASE AFFIDAVITS

                              FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                              April 1, 2014 through June 30, 2014

  59     HEALTHCARE AND FAMILY SERVICES, DEPT OF                                    File   6/12/2014

  Latest Filing – 6/12/2014:

  A letter was received on June 12, 2014 requesting an extension from 7/1/2014 to 12/31/2014 the

  estimated cost is $6,500,000.00.

 

  Fourth Filing - 2/3/2014: FY 14 Qtr 3 Item # 66:

  Reporting the final cost of the original affidavit time frame March 1, 2013 to May 29, 2013 of FY13  Qtr

   3 Item# 52 is $3,197,771.85.

 

  Third Filing – 12/10/2013:

  Received a letter extending the time frame Jan 1, 2014 to June 30, 2014. Estimated cost $6,500,000.00.

 

  Second Filing – 5/10/2013: FY14 Qtr 2 Item# 112:

  Received a letter extending the time frame May 30, 2013 to Dec 31, 2013. Estimated cost $7,500,000.00

 

 

  Original Filing –2/27/2013: FY13 Qtr 3 Item# 52:

  Dental services are federally mandated for children (under age 21) under Early and Periodic Screening,

  Diagnosis and Treatment program (EPSDT).  EPSDT also requires states to provide outreach and access to

   services, assuring appropriate utilization of preventive dental services and needed dental treatment

  services.  Comprehensive dental services must be provided to children.  The current contract period

  between HFS and DentaQuest expires February 28, 2013.  There are no additional renewal options

  available under the current contract. Original estimated cost $17,200,00.00.

   Signed       Brett M. Cox, State Purchasing Officer

      Vendor   DentaQuest of Illinois                                                           Notary       2/22/2013

                                   Estimate                Actual                                       FY    QTR

      State               $37,700,000.00                  $0.00                                        14         4

      Federal Cost                 $0.00                  $0.00


                                   LIST OF EMERGENCY PURCHASE AFFIDAVITS

                              FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                              April 1, 2014 through June 30, 2014

  60     STATE POLICE, DEPARTMENT OF                                               File   6/24/2014

  Latest Filing - 6/24/2014:

  A letter was received on June 24, 2014 requesting an extension for 7/1/2014 to 9/30/2014 with an

  estimated cost of $36, 000.00.

 

  Third Filing - 12/27/2013: FY 14 Qtr 3 Item# 68:

  The final total cost of FY 13 Qtr 4 Item# 40 is $53,454.64.

 

  Second Filing - 8/13/2013: FY 14 Qtr 1 Item# 102:

  This extends the contract's time frame 8/1/2013 to 6/30/2014 with an estimated cost of $200,000.00.

 

  Original Filing - 05/14/2013: FY 13 Qtr 4 Item# 40:

  The Illinois State Police (ISP) requires a 90 day contract with Boland Enterprises for the keying and

  scanning of Firearm Owners Identification (FOID) card applications.  The current contract with vendor

  Rely Services Inc. which was established to include this time period, is being terminated early.  This

  emergency procurement is expected to start upon the effective date of termination of the current

  contract.  Until a new contract or alternative method is identified, there is a continued need for these

  services in order for ISP to meet its statutory mandate.  The Firearm Owners Identification Card Act, 430

  ILCS 65/5, states that the Department of State Police shall either approve or deny all FOID card

  applications within 30 days of receipt, and every applicant found qualified by the Department shall be

  entitled to the issuance of a FOID card.  Boland Enterprises has performed these services in the past and is

  a qualified vendor. The original cost is estimated at $290,000.00.

   Signed       Hiram Grau, Director

      Vendor   Boland Enterprises                                                               Notary       5/10/2013

                                   Estimate                Actual                                       FY    QTR

      State                   $526,000.00                                                                 14         4

      Federal Cost                 $0.00                  $0.00


                                   LIST OF EMERGENCY PURCHASE AFFIDAVITS

                              FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                              April 1, 2014 through June 30, 2014

  61     STATE POLICE, DEPARTMENT OF                                               File   4/16/2014

  Latest Filing – 4/16/2014:

  The Final Total Cost of FY 14 Qtr 1 Item# 37 is $193,761.66

 

  Original Filing – 8/16/2013: FY14 Qtr 1 Item# 37:

  This emergency purchase affidavit with LRS Consulting Services is to provide emergency contractual

  resources to automate the identification and entry of prohibited persons into the Nation Instant Criminal

  Background Check System. (NICS) and to assist with implementation of the Firearm Concealed Carry Act,

   which law went into effect July 17, 2013. This is for NARIP Phase 2. LRS Consulting Services to provide

  up to 14 contractual resources to automate the identification and entry of prohibited persons into the

  National Instant Criminal Background Check Systems (NICS). The original estimated cost is $175,000.00.

   Signed       Hiram Grau, Director

      Vendor   Levi, Ray and Shoup                                                            Notary       8/13/2013

                                   Estimate                Actual                                       FY    QTR

      State                   $175,000.00          $193,761.66                                        14         4

      Federal Cost                 $0.00                  $0.00


                                   LIST OF EMERGENCY PURCHASE AFFIDAVITS

                              FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                              April 1, 2014 through June 30, 2014

  62     STATE POLICE, DEPARTMENT OF                                               File   5/23/2014

  Latest Filing – 05/23/2014:

  The Final Total Cost of FY 14 Qtr 3 Item# 15 is $17,250.00.

 

  Original Filing – 12/18/2013: FY14 Qtr 3 Item# 15:

  The Illinois State Police (ISP) has been monitoring a new avenue source for funding cadet classes and has

  determined it has sufficient resources to move forward with another cadet class in fiscal year 2014. 

  Accordingly, the ISP needs to prepare for Cadet Class 124 to begin February 2, 2014.  Part of these

  preparations requires securing a contract for psychological testing of Cadet Candidates pursuant to the

  ISP's Occupational Medical Standards.  The ISP's currently developing a Request for Proposal (RFP) for a

  four-year contract for psychological testing but will not be able to complete that process in time for Cadet

   Class 124 as the established start date does not allow sufficient time to identify parameters for the

  contract, solicit bids, and identify a successful bidder.  Because of budget restrictions, the start date for the

  class cannot be changed.  Further psychological testing is required by the ISP's Occupational Medical

  Standards and has already been implemented for prior cadet classes.  Given the potential for liability both

  as it pertains to discrimination claims from past applicants and public safety claims, the ISP needs to

  secure an emergency contract.  The ISP recommends Campion-Barrow and Associates as they have

  provided such services for Cadet Class 123 and demonstrated an understanding of the ISP's Occupational

  Medical Standards as well as the relevant state and federal law.  The original estimated cost is $18,750.00.

   Signed       Hiram Grau, Director

      Vendor   Campion-Barrow and Associates                                              Notary       12/16/2013

                                   Estimate                Actual                                       FY    QTR

      State                    $18,750.00           $17,250.00                                        14         4

      Federal Cost                 $0.00                  $0.00


                                   LIST OF EMERGENCY PURCHASE AFFIDAVITS

                              FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                              April 1, 2014 through June 30, 2014

  63     STATE POLICE, DEPARTMENT OF                                               File   6/5/2014

  Latest Filing – 6/5/2014:

  The Final Total Cost of FY 14 Qtr 3 Item# 16 is $6,977.42.

 

  Original Filing – 2/28/2014: F14x Qtr 3 Item# 16:

  The Illinois State Police (ISP) is currently in the second year of a two-year avionics contract with JA

  Avionics in Aurora, Illinois.  The contract was originally obtained using the small purchase method.  The

  ISP is also currently in the third year of a three year maintenance contract with Klemm Aero Repair,

  which was publicly bid to begin in FY'12 (posting number 22021437).  A medical condition with Kerns

  Aero Repair mechanic has left him unable to perform some of the maintenance currently required for on

  of the ISP's airplanes. Therefore the ISP utilized the existing contract with JA Avionics to perform this

  work.  When taken to JA Avionics for the aircraft's annual inspection, it was found that a FAA mandated

  removal and repair of the exhaust systems is also required. 

 

  This unexpected repair will bring the repair to approximately $25,000 causing the ISP's exceed the

  $50,000 limit on the contract with JA Avionics.   The aircraft is used to provide critical aerial support for

  ISP and all other law enforcement agencies in Illinois.  Missions provided include missing person searches,

  surveillance of criminal suspects, aerial photography details, air speed checks, drug interdiction details, and

  transportation flights to more personnel for time sensitive reasons.  This aircraft is currently at JA

  Avionics and cannot be released from the facility until these repairs are made.

  The original estimated cost is $25,000.00.

   Signed       Hiram Grau, Director of the IL State Police

      Vendor   Joliet Avionics, Inc.                                                              Notary       2/26/2014

                                   Estimate                Actual                                       FY    QTR

      State                    $25,000.00             $6,977.42                                        14         4

      Federal Cost                 $0.00                  $0.00


                                   LIST OF EMERGENCY PURCHASE AFFIDAVITS

                              FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                              April 1, 2014 through June 30, 2014

  64     TRANSPORTATION, DEPARTMENT OF                                         File   4/23/2014

  Latest Filing – 4/23/2014:

  The Final Total Cost of FY 14 Qtr 3 Item# 17 is $34,400.55.

 

  Original Filing –12/27/2013: FY14 Qtr 3 Item# 17:

  Recent heavy rains followed by freezing temperatures have resulted in extensive pavement surface failures

  in the right lane of both northbound and southbound I-57 in Marion County from Jefferson County Line

  to approximately 9.5 miles north.  The proposed work consists of providing traffic control.  The

  Department received numerous reports of extensive pavement failures on December 21, 2013.  Upon

  inspection, the Sector lead worker reported the same.  District 8 Bureau of Operations did not have

  sufficient forces, equipment, and traffic control devices to address the issues and contacted Traffic Control

   Company to set-up lane closures and traffic control devices as required.  The traffic control will remain in

   place until the Department is able to retain a contractor to repair the pavement surface via emergency

  affidavit/contract.  Due to the emergency nature of the desired response is ensure the safety of the

  motoring public and emergency first responders, quotations were not solicited.  As the issues arose the

  Saturday before Christmas, Traffic Control Company was selected because they were first to respond to

  our calls, are pre-qualified and experienced, plus have the manpower, staffing and equipment to

  immediately mobilize and complete the project.  The original estimated cost is $200,000.00.

   Signed       Jeffery L. Klein, Deputy Director of Highways/Region 5

      Vendor   Traffic Control Company                                                       Notary       12/23/2013

                                   Estimate                Actual                                       FY    QTR

      State                   $200,000.00           $34,400.55                                        14         4

      Federal Cost                 $0.00                  $0.00


                                   LIST OF EMERGENCY PURCHASE AFFIDAVITS

                              FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                              April 1, 2014 through June 30, 2014

  65     TRANSPORTATION, DEPARTMENT OF                                         File   4/10/2014

  Latest Filing – 4/10/2014:

  The Final Total Cost of FY 14 Qtr 3 Item# 18 is $211,133.75.

 

  Original Filing – 1/8/2014: FY14 Qtr 3 Item# 18:

  The district has had several snow call-outs in a row.  The northern team sections are almost out of salt. 

  These units have ordered salt, but it is on backorder.  Our vendors have been less than responsive to our

  back-orders.  We need to move the salt that we have on hand from southern locations in the district to

  these northern locations.  We have been told that the salt companies will not be able to fulfill our back

  orders until next week.  We are expecting more snow on January 2, and through the weekend.  In order to

  accomplish this transfer, we are going to rent trucks from several trucking companies.  The original

  estimated cost is $75,000.00.

   Signed       John Fortmann, Deputy Director, District 1

      Vendor   BBD Trucking                                                                    Notary       1/2/2014

                                   Estimate                Actual                                       FY    QTR

      State                    $75,000.00          $211,133.75                                        14         4

      Federal Cost                 $0.00                  $0.00


                                   LIST OF EMERGENCY PURCHASE AFFIDAVITS

                              FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                              April 1, 2014 through June 30, 2014

  66     TRANSPORTATION, DEPARTMENT OF                                         File   5/12/2014

  Latest Filing – 5/12/2014:

  The Final Total Cost of FY 14 Qtr 3 Item# 19 is $3,154,009.87

 

  Original Filing – 1/16/2014: FY14 Qtr 3 Item# 19:

  Recent heavy rains followed by intense snow and freezing temperatures have resulted in extensive

  pavement surface failures in northbound and southbound I-57 within Marion County from the Jefferson

  County Line to approximately 9.6 miles north near US 50.  The proposed work will consist of proving

  traffic control, pavement rolling, partial depth patching, full-depth patching, asphalt resurfacing and

  pavement marking necessary to restore the pavement to safe operating condition.  The original estimated

   Signed       Jeffery L Kelm, Deputy Director of Highways/Region 5

      Vendor   Howell Paving, Inc.                                                              Notary       1/14/2014

                                   Estimate                Actual                                       FY    QTR

      State                 $4,000,000.00        $3,154,009.87                                        14         4

      Federal Cost                 $0.00                  $0.00

  67     TRANSPORTATION, DEPARTMENT OF                                         File   6/17/2014

  Latest Filing – 4/17/2014:

  The Final Total Cost of FY 14 Qtr 3 Item# 20 is $ 4,171,147.67.

 

  Original Filing – 1/17/2014: FY14 Qtr 3 Item# 20:

  The freeze thaw cycle with an approximate 40 degree temperature swing combined with the rain received

  on January 10, 2014 caused serious failure of approximately 9 miles of bituminous surface course on

  Interstate 80 between mile post 73 and mile post 97.  For the safety of the traveling public, maintenance

  forces have set up lane closures and continue to make temporary repairs with cold mix.  In order to

  protect public safety and preserve the interstate infrastructure the surface course will need to be removed

  and replaced in these areas.  The Department had solicited bids from local contractors.  The original

  estimated cost is $4,200,000.00.

   Signed       Paul A. Leole, Deputy Director - Region 2 Engineer

      Vendor   Advanced Asphalt Company                                                   Notary       1/15/2014

                                   Estimate                Actual                                       FY    QTR

      State                 $4,200,000.00        $4,171,147.67                                        14         4

      Federal Cost                 $0.00                  $0.00


                                   LIST OF EMERGENCY PURCHASE AFFIDAVITS

                              FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                              April 1, 2014 through June 30, 2014

  68     TRANSPORTATION, DEPARTMENT OF                                         File   6/24/2014

  Latest Filing – 6/24/2014:

  The Final Total Cost of FY 14 Qtr 3 Item# 22 is $672,828.94.

 

  Original Filing – 2/20/2014: FY14 Qtr 3 Item# 22:

  The condition of Interstate 74 in McLean, Piatt and Dewitt Counties, Mattis Avenue in the City of

  Champaign, and Springfield Avenue in the City of Champaign have deteriorated rapidly and unexpectedly

  over the winter of 2013-14.  The condition of these routes has deteriorated to the point that they are a

  hazard to the traveling public.  The temporary patching material available to the District Operations staff

  does not last more than a few days on any of these routes and the Department continues to spend

  resources and material trying to repair the same locations.  There have been crashes and vehicle damage

  claims on these routes that may be attributable to the condition of the roadway.  The original estimated

  cost is $657,517.35.

   Signed       Joseph E. Crowe, Deputy Director of Highways, Region 3

      Vendor   Cross Construction, Inc.                                                         Notary       2/18/2014

                                   Estimate                Actual                                       FY    QTR

      State                   $657,517.35          $672,828.94                                        14         4

      Federal Cost                 $0.00                  $0.00


                                   LIST OF EMERGENCY PURCHASE AFFIDAVITS

                              FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                              April 1, 2014 through June 30, 2014

  69     TRANSPORTATION, DEPARTMENT OF                                         File   5/21/2014

  Latest Filing – 5/21/2014:

  The Final Total Cost of FY 14 Qtr 3 Item# 23 is $552,846.31.

 

  Original Filing – 2/25/2014: FY14 Qtr 3 Item# 23:

  Extremely harsh winter conditions have nearly depleted IDOT's salt supply in District 1.  IDOT was able

  to obtain 5,000 tons of salt from a contract vendor.  The salt is located in Superior, WI.  Trucking

  services will be required to move the salt from Superior, WI to Oak Brook, IL.  Bids from the trucking

  services were solicited from 128 vendors listed in CMS's listing of Small Businesses, additional trucking

  associations in Minnesota, Wisconsin and Illinois were contacted and asked to solicit their members.  The

  original estimated cost is $544,306.50.

   Signed       James M. Reinhart, Deputy Director, IDOT Div. of Highways

      Vendor   Various                                                                             Notary       2/19/2014

                                   Estimate                Actual                                       FY    QTR

      State                   $544,306.50          $552,846.31                                        14         4

      Federal Cost                 $0.00                  $0.00


                                   LIST OF EMERGENCY PURCHASE AFFIDAVITS

                              FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                              April 1, 2014 through June 30, 2014

  70     CAPITAL DEVELOPMENT BOARD                                               File   5/30/2014

  Latest Filing – 5/30/2014:

  The Final Total Cost of FY 14 Qtr 1 Item# 40 is $208,424.00.

 

  Second Filing – 10/15/2013: FY14 Qtr 2 Item# 84:

  A letter was received on November 15, 2013 adding A & R Mechanical Contractors and increasing the

  estimated cost by additional $200,00.00.

 

  Original Filing – 9/26/2013: F14 Qtr 1 Item# 40:

  On 9-17-2013, the Department of Corrections (DOC) reported that the Danville Correctional Center

  underground piping that serves the Industries Building and Vehicle Maintenance Building ruptured in

  unknown locations leaving both buildings without heat or hot water. The rupture occurred on the evening

  of September 16th.The underground piping system has had small leaks, but the rupture has forced parts of

  the system to be shut down. The system has been in need of repairs but a repair project has not been

  authorized. A letter was received on Oct. 15, 2013 revising the original EP, A & R Mechanical

  Contractors has been added. The original estimated cost is $5,000.00.

   Signed       Gus Behnke, Chief Fiscal Officer

      Vendor   G H R Eng & Assoc & A & R Mechanical                                  Notary       9/24/2013

                                   Estimate                Actual                                       FY    QTR

      State                   $205,000.00          $208,424.00                                        14         4

      Federal Cost                 $0.00                  $0.00


                                   LIST OF EMERGENCY PURCHASE AFFIDAVITS

                              FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                              April 1, 2014 through June 30, 2014

  71     CAPITAL DEVELOPMENT BOARD                                               File   6/10/2014

  Latest Filing –6/10/2014:

  The Final Total Cost of FY 14 Qtr 3 Item# 24 is $15,190.00.

 

  Original Filing – 3/7/2014: FY14 Qtr 3 Item# 24:

  On February 15, 2014 the server for the building automation system controlling the security and HVAC

  systems of Alton Mental Health Center failed leaving facility staff with very little control over the

  systems.  The control center is not able to open doors in the event of an emergency and the HVAC

  system can only be monitored from the Chief Engineer's office.  Access and movement within the facility

  is now a manual function with additional staff being given keys to replace electronic security mechanisms.

   This has greatly disrupted normal operating procedures and increases the risk of harm to facility

  personnel and patients/residents, all of which is creating a serious disruption in critical state services.

 

  Vendor #1 has been selected to assess the current situation and recommend solutions restricted to critical

  components of the building automated system causing the disruption in normal state services to include

  lead times and estimated costs, and may include professional services to implement solutions necessary as

  they are a full service engineering firm.

 

  This project began through the emergency selection of an Architect/Engineer ("A/E") which exempts the

  selection from a 14-day solicitation required through Qualification-Based Selection ("QBS").  Considering

  the time frame needed for the selection, negotiation and execution of an A/E contract, an evaluation of

  the failed building automation and HVAC systems under the existing processes would likely not begin for

  several months.  For this reason, an emergency procurement is necessary to ensure that an assessment of

  the system failures take place immediately.  The original estimated cost is $20,000.00.

   Signed       Gus Behnke, Chief Fiscal Officer

      Vendor   Woolpert, Inc.                                                                    Notary       3/6/2014

                                   Estimate                Actual                                       FY    QTR

      State                    $20,000.00           $15,190.00                                        14         4

      Federal Cost                 $0.00                  $0.00


                                   LIST OF EMERGENCY PURCHASE AFFIDAVITS

                              FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                              April 1, 2014 through June 30, 2014

  72     TOLL HIGHWAY AUTHORITY, ILLINOIS STATE                              File   4/15/2014

  Latest Filing – 4/15/2014:

  The Final Total Cost of FY 14 Qtr 3 Item# 26 is $195,223.59.

 

  Original Filing – 1/13/2014: FY14 Qtr 3 Item# 26:

  The Illinois Tollway is currently without a Roadway Abrasives contract.  The previous contract expired

  December 2, 2013.  In November/December 2013 the Tollway had enough material on hand for a normal

  winter season, however, the near-record snowfall and extremely cold temperatures experienced so far and

  so early in this winter season have depleted our inventory.  A Small Purchase (13-0252) was executed for

  the previous immediate need, but it is not sufficient to provide enough material for the remainder of the

  2013-2014 winter season.  Thelen Material abrasives meet all product specifications.  Thelen was the

  vendor for the recent Small Purchase and was also the lowest most responsive bidder on a recent invitation

   for Bid issued by the Tollway (IPB reference #22031734).  The IFB is in the process of being awarded,

  however, it is not yet available for immediate use.

  Roadway abrasives are an integral part of the tollway's snow and ice control operation.  Using them

  ensures that the roads are clean and safe for paying customers, diminishing the possibility of increased

  accidents and lawsuits resulting from unsafe driving conditions.  Already this winter season, frequent snow

  storms in the Chicagoland area coupled with exceptionally cold weather have reduced inventory levels

  dramatically. This procurement is time-sensitive and critical to the mission of the Tollway by ensuring a

  safe driving surface on all toll roads during the winter season.  Abrasives, used in conjunction with other

  maintenance materials, help avoid any disruption to the free flow of traffic throughout the Tollway's

  system.  As more product is needed, it was recommended that an emergency purchase should accommodate

   all product demand for the remainder of the 2013-2014 winter season.  As soon as the new IFB contract

  (referenced above) is in place, the Tollway will stop using this emergency contract and will start using the

  new IFB contract.  The original estimated cost is $158,358.00.

   Signed       John Donato, Chief of Procurement

      Vendor   Thelen Materials, LLC                                                          Notary       1/6/2014

                                   Estimate                Actual                                       FY    QTR

      State                   $158,358.00          $195,223.59                                        14         4

      Federal Cost                 $0.00                  $0.00


                                   LIST OF EMERGENCY PURCHASE AFFIDAVITS

                              FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                              April 1, 2014 through June 30, 2014

  73     TOLL HIGHWAY AUTHORITY, ILLINOIS STATE                              File   5/14/2014

  Latest Filing – 6/19/2014:

  The Final Cost of FY 14 Qtr 3 Item # 27

  A letter was received on June 19, 2014 reporting the final cost of the original filing as $155,879.68.

 

  Second Filing -5/14/2014:FY 14 Qtr 4 Item# 27

  A letter was received on May 14, 2014 requesting an extension for May 17, 2014 to September 13, 2014.

 

  Estimated cost is $300,000.00.

 

  Original Filing – 2/21/2014: FY14 Qtr 3 Item# 27:

  The services provided by the vendor include the repair of critical traffic management and security

  infrastructure.  This infrastructure includes approximately 1,000 cameras monitoring 72 field sites and 286

   center-line miles of roadway, 250 roadside traffic sensors, 39 overhead Dynamic Message Signs and many

  other ancillary equipment items.  This equipment monitors Tollway property and records all cash-

  collection activity in the field for review by Tollway audit and security personnel.  Meade Electric

  Company was selected because they are the incumbent contractor performing this work for the past five

  years, they have available experienced field crews, equipment, spare parts, and special tools needed to

  perform the work with no mobilization effort, and they are willing to perform the work under the terms of

   the existing contract.  This critical infrastructure is comprised of thousands of individual pieces of

  equipment and requires constant repair services in order to maintain the highest level of operational status.

    Equipment failures occur at a frequency greater than one per day and at least two failures per week must

  be referred to the maintenance contractor for resolution.  Any single failure, depending upon its location,

  could disable one several, or even many cameras, traffic sensors, or Dynamic Message Signs, causing the

  potential loss of communication with the public or loss of the ability of Tollway audit and security

  personnel to maintain oversight over Tollway property or assets in the field.  The original estimated cost

   Signed       John Donato, Chief of Procurement

      Vendor   Meade Electric Company, Inc.                                                 Notary       2/14/2014

                                   Estimate                Actual                                       FY    QTR

      State                   $525,000.00                  $0.00                                        14         4

      Federal Cost                 $0.00                  $0.00


                                   LIST OF EMERGENCY PURCHASE AFFIDAVITS

                              FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                              April 1, 2014 through June 30, 2014

  74     UNIVERSITY OF ILLINOIS                                                         File   6/17/2014

  Latest Filing – 6/17/2014:

  A letter was received on June 17, 2014 requesting an extension for Oct 1, 2013 to June 30, 2014.

  Estimated amount is $54,633,750.00.

 

  Original Filing – 7/9/2013: FY14 Qtr 1 Item# 49:

  There is a need to provide pharmaceutical temporarily on an emergency basis at (9) University-operated

  pharmacies and clinics located on the UIC campus. These pharmacies as a whole provide an estimated

  20,000 prescriptions monthly to the community. The University needs State authority through a sole

  source process to purchase these pharmaceuticals utilizing Federally approved 340B pricing that is

  available through the wholesale supplier, McKesson Corp. The 340B drug pricing is controlled by the

  federal government so that all approved entities pay the same pricing. These drug supplies have previously

   been purchased through McKesson utilizing the UHC/Novation Group Purchasing Organization contract

  pricing, but changes in Federal regulations require the University to stop utilizing GPO contract pricing at

  these locations in order to receive 340B Federal pricing. The original estimated amount is $18,061,250.00.

   Signed       Heather Haberaecker, Exec Asst VP

      Vendor   McKesson Corp.                                                                  Notary       7/2/2013

                                   Estimate                Actual                                       FY    QTR

      State               $72,694,000.00                  $0.00                                        14         4

      Federal Cost                 $0.00                  $0.00


                                   LIST OF EMERGENCY PURCHASE AFFIDAVITS

                              FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                              April 1, 2014 through June 30, 2014

  75     UNIVERSITY OF ILLINOIS                                                         File   6/17/2014

  Latest Filing – 6/17/2014:

  The Final Total Cost of FY 14 Qtr 1 Item# 55 is $19,435.00.

 

  Original Filing – 7/9/2013: FY14 Qtr 1 Item# 55:

  There is a need for continual commodity purchase of natural gas for the UIC Campus buildings and power

  plants by the existing Authorized supplier, Peoples Gas, Light and Coke Co. University of IL utilities

  management is evaluating natural gas supply sourcing methods, including the State of IL CMS master

  contract. The original estimated cost is $150,000.00.

   Signed       Heather Haberaecker, Exec Asst VP

      Vendor   Peoples Gas, Light and Coke Co.                                              Notary       7/2/2013

                                   Estimate                Actual                                       FY    QTR

      State                   $150,000.00           $19,435.00                                        14         4

      Federal Cost                 $0.00                  $0.00

  76     UNIVERSITY OF ILLINOIS                                                         File   6/17/2014

  Latest Filing – 6/17/2014:

  The Final Total Cost of FY 14 Qtr 1 Item# 54 is $58,729.08.

 

  Original Filing – 7/9/2013: FY13 Qtr 1 Item# 54:

  There is a need for the continual commodity purchase of electricity for the UIC buildings and power plants

   by the existing authorized supplier, Commonwealth Edison. University of IL management is evaluating

  electricity supply sourcing methods, including the State of IL CMS master contract. The original estimated

   cost is $200,000.00.

   Signed       Heather Haberaecker, Exec Asst V P

      Vendor   Commonwealth Edison                                                          Notary       7/2/2013

                                   Estimate                Actual                                       FY    QTR

      State                   $200,000.00           $58,729.08                                        14         4

      Federal Cost                 $0.00                  $0.00


                                   LIST OF EMERGENCY PURCHASE AFFIDAVITS

                              FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                              April 1, 2014 through June 30, 2014

  77     UNIVERSITY OF ILLINOIS                                                         File   5/23/2014

  Latest Filing – 5/23/2014:

  The Final Total Cost of FY 14 Qtr 1 Item# 53 is $1,035,048.00.

 

  Original Filing – 7/9/2013: FY14 Qtr 1 Item# 53:

  Various medical supplies are patented and are required for use in surgical procedures in the University of IL

  Hospital and Health Sciences System.  Coronary stents, guidewires and catheters, Medtronic spine

  products, cardiac pacemakers and defibrillators and many others. Original estimated cost is $1,750,000.00.

   Signed       Heather Haberaecker, Executive Asst VP

      Vendor   Medtronic Sofamor Danek                                                      Notary       7/2/2013

                                   Estimate                Actual                                       FY    QTR

      State                 $1,750,000.00        $1,035,048.00                                        14         4

      Federal Cost                 $0.00                  $0.00

  78     UNIVERSITY OF ILLINOIS                                                         File   6/17/2014

  Latest Filing – 6/17/2014:

  A letter was received on June 17, 2014 requesting an extension for October 1, 2013 to June 30, 2014.

  Estimated amount is $4,950,000.00.

 

  Original Filing – 7/9/2013: F14 Qtr 1 Item# 48:

  There is a need to provide pharmaceuticals temporarily on an emergency basis to the UIC Cancer Center

  at the MacNeal Clinic located at 6801 W. 34th St., Berwyn, IL. The MacNeal Clinic offers Hematology

  and Medical Oncology services to the public. These drug supplies have previously been purchased through

  McKesson utilizing the UHC/Novation Group Organization contract pricing, but the specialty pricing is

  discounted below the level of the GPO contract and that lower pricing is needed to economically operate

  the MacNeal Clinic. The original estimated cost is $1,650,000.00.

   Signed       Heather Haberaecker, Exec Asst VP

      Vendor   McKesson Corp.                                                                  Notary       7/2/2013

                                   Estimate                Actual                                       FY    QTR

      State                 $6,600,000.00                  $0.00                                        14         4

      Federal Cost                 $0.00                  $0.00


                                   LIST OF EMERGENCY PURCHASE AFFIDAVITS

                              FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                              April 1, 2014 through June 30, 2014

  79     UNIVERSITY OF ILLINOIS                                                         File   6/18/2014

  Latest Filing – 6/18/2014:

  The Final Total Cost of FY 14 Qtr 2 Item# 20 is $95,142.73.

 

  Original Filing – 10/8/2013: FY14 Qtr 2 Item# 20:

  The ET24 Turbo charger unit started to disintegrate and sent metal flying out of the engine housing.

  Immediate shut down occurred and the OEM vendor Cameron, Turbo Compression Division was called to

  inspect the Zyglo turbine blades and impellers. Based upon the inspected damage, a decision was made to

  disassemble the Turbocharger and take it to the Cameron facility for thorough inspection and to undergo

  various testing of all components. On Oct. 1 the Physical Plant Administration notified Purchasing of

  their decision to purchase the Turbocharger repairs from the OEM vendor, Cameron and a Purchase Order

  was issued. The original estimated cost is $91,616.08.

   Signed       Kevin Fair, Dir of Purchasing

      Vendor   Cameron International Corp.                                                   Notary       10/8/2013

                                   Estimate                Actual                                       FY    QTR

      State                    $91,616.08           $95,142.73                                        14         4

      Federal Cost                 $0.00                  $0.00


                                   LIST OF EMERGENCY PURCHASE AFFIDAVITS

                              FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                              April 1, 2014 through June 30, 2014

  80     UNIVERSITY OF ILLINOIS                                                         File   6/18/2014

  Latest Filing – 6/18/2014:

  The Final Total Cost of FY 14 Qtr 2 Item# 23 is:$871,661.18.

 

  Original Filing – 10/18/2013: FY14 Qtr 2 Item# 23:

  This is for ongoing excavation work at the intersection of Polk and Wolcott on a compensation pipeline

  noted considerable rust and deterioration to the adjacent condition of the steam pipeline. Further

  excavation revealed that an estimated 200 feet of the steam pipeline showed considerable rust and

  deterioration. Considering the high cost of excavation, it was deemed fiscally responsible to replace the

  steam pipeline as it has the potential to be a life safety risk. The original estimated cost is $871,661.00.

   Signed       Kevin Fair, Interim Dir

      Vendor   Leopardo Co.                                                                     Notary       10/15/2013

                                   Estimate                Actual                                       FY    QTR

      State                   $871,661.00          $871,661.18                                        14         4

      Federal Cost                 $0.00                  $0.00

  81     UNIVERSITY OF ILLINOIS                                                         File   6/23/2014

  Latest Filing – 6/23/2014:

  The Final Total Cost of FY 14 Qtr 2 Item# 26 is $510,034.00.

 

  Original Filing – 11/15/2013: FY14 Qtr 2 Item# 26:

  The need for this emergency purchase is to purchase clinic cabinetry to complete the final phase of the

  renovation and re-equipping of the care clinics, where dental student clinical education and patient care

  occur. The original estimated cost is $864,755.00.

   Signed       Heather Haberaecker, Exec Asst Vice President

      Vendor   Pelton & Crane, Inc.                                                             Notary       11/12/2013

                                   Estimate                Actual                                       FY    QTR

      State                   $864,755.00          $510,034.00                                        14         4

      Federal Cost                 $0.00                  $0.00


                                   LIST OF EMERGENCY PURCHASE AFFIDAVITS

                              FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                              April 1, 2014 through June 30, 2014

  82     UNIVERSITY OF ILLINOIS                                                         File   6/17/2014

  Latest Filing – 3/27/2014:

  An extension request was made on 3/27/2014 for March 31, 2014 to July, 2014. Estimated cost is

  $119,849.00.

 

  Original Filing – 12/9/2013: FY14 Qtr 3 Item# 32:

  The University of Illinois Hospital & Health Sciences System (UIHHSS) utilizes 44 specialized X-Ray

  equipment items in diagnostic radiological patient treatment.  GE Healthcare, the original equipment

  manufacturer, has provided service, support and preventive maintenance for this equipment since 2007. 

  The current service contract expires on December 31, 2013.  This emergency procurement is needed to

  provide ongoing service until a competitive solicitation is completed and awarded.  GE Healthcare was

  selected because service protocols are inherently proprietary and ongoing maintenance and support is best

  provided by the original manufacturer.  The competitive solicitation is forthcoming. The original

  estimated cost is $359,548.44.

   Signed       Kevin Fair, Interim Director of Purchasing

      Vendor   GE Healthcare Inc.                                                               Notary       12/5/2013

                                   Estimate                Actual                                       FY    QTR

      State                   $479,397.00                  $0.00                                        14         4

      Federal Cost                 $0.00                  $0.00


                                   LIST OF EMERGENCY PURCHASE AFFIDAVITS

                              FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                              April 1, 2014 through June 30, 2014

  83     UNIVERSITY OF ILLINOIS                                                         File   6/3/2014

  Latest Filing – 6/3/2014:

  The Final Total Cost of FY 14 Qtr 3 Item# 35 is $295,577.00.

 

  Original Filing – 2/19/2014: FY14 Qtr 3 Item# 35:

  A broken overhead pipe in the GI Lab caused severe water damage to fluoroscopic equipment and rendered

  it beyond repair as its electronic cabinet and imaging system were deemed useless.  The fluoroscopic

  equipment is used for diagnosis and treatment of various gastrointestinal diseases including bile and

  pancreatic ducts such as tumors or stenosis; Double Balloon (treatment of gastrointestinal bleeding, mass,

  foreign body removal) and stenting (treatment of cancers) procedures.  Currently, all elective procedures

  have been cancelled until the equipment can be replaced.  The University of Illinois Hospital & Health

  Sciences System has similar equipment manufactured by both GE Healthcare and Siemens Medical in the

  Radiology unit but the equipment is 80%-90% fully utilized.  Consequently the emergency purchase to

  replace this equipment is necessary for patient care. The original estimated cost is $295,577.00.

 

  The Hospital staff have evaluated replacement equipment on the basis of accessibility and placement

  within the GI Lab and have determined that the purchase of the Siemens Medical equipment is appropriate.

   The original estimated cost is $295,577.00.

   Signed       Kevin Fair, Interim Director of Purchasing

      Vendor   Siemens Medical Solutions USA, Inc.                                        Notary       2/18/2014

                                   Estimate                Actual                                       FY    QTR

      State                   $295,577.00          $295,577.00                                        14         4

      Federal Cost                 $0.00                  $0.00


                                   LIST OF EMERGENCY PURCHASE AFFIDAVITS

                              FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                              April 1, 2014 through June 30, 2014

  84     UNIVERSITY OF ILLINOIS                                                         File   6/18/2014

  Latest Filing – 6/18/2014:

  The Final Total Cost of FY 14 Qtr 3 Item# 37 is $108,551.82.

 

  Original Filing – 3/18/2014: FY14 Qtr 3 Item# 37:

  Emergency purchase JCM318 was declared in order to purchase from Medivators Inc. a GI

  (Gastrointestinal) lab scope cleaning system for the University of Illinois Hospital.  This equipment is used

   to clean (and sterilize) GI Scope instrumentation after patient procedures.  The reasons for the emergency

   are as follows.  The GI Lab has been using a GI Lab Scope cleaning system that was at the end of its useful

  life.  The Hospital was awaiting delivery on a replacement system ordered eight months ago.  Two events

  occurred that contribute to this emergency condition are:  1)  The cleaning system was destroyed in a

  flood reported which occurred on February 19, 2014 (reference Emergency Procurement JCM 286);  2) 

  On February 28, 2014 the vendor holding the purchase order for the replacement system notified the

  Hospital that the long overdue order of the replacement had a defect/recall and could not be shipped to the

   Hospital.

 

  An interim solution involving the transport of contaminated scopes to and from the UI Hospital Central

  Sterile Department, two floors below the GI Lab is not an effective solution long term on account of risks

  of damage to this sensitive instrumentation during transport, for reasons of infection control and for

  turnaround time between procedures.  Consequently there is an immediate need for another cleaning

  system.

  The Emergency purchase price from Medivators Inc. is $110,068 plus shipping so this emergency request

   Signed       Kevin Fair, Interim Director of Purchasing

      Vendor   Medivators                                                                        Notary       3/14/2014

                                   Estimate                Actual                                       FY    QTR

      State                   $114,000.00          $108,551.82                                        14         4

      Federal Cost                 $0.00                  $0.00


                                   LIST OF EMERGENCY PURCHASE AFFIDAVITS

                              FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                              April 1, 2014 through June 30, 2014