1               CENTRAL MANAGEMENT SERVICES


File Date: 10/1/2014


IDES has occupied this leased facility since 1987. The existing lease will expire on September 30, 2014. CMS negotiated a new five-year term, which was signed by the Lessor, but was returned to CMS without the required financial disclosure forms. The forms have since been completed but were not provided to CMS in sufficient time to meet the 30-day IPB posting requirement. The proposed 1-month emergency lease will prevent  holdover and provide continued occupancy until the new long-term lease is properly processed. The Actual Total Cost of this Emergency Purchase is $13,910.00 for the dates of 10/01/2014 through 10/31/2014 is

$13,910.00.

Signed By: Rosalind Cook, Leasing Rep., CMS Property Management


Vendor: Burbank Manor LTD, II


Notary Date: 9/16/2014


 

 

Original

Revised

Paid To

Actual

 

 

State Cost:

Estimate

$0.00

Estimate

Date

$13,910.00

Final Cost

$13,910.00

FY  QTR

15      2

Federal Cost

$0.00

 

 

$0.00

 

 


 

2               CENTRAL MANAGEMENT SERVICES


File Date: 10/6/2014


DHS has occupied this leased location since 1976. The current lease expired on September 30, 2014. A five- year Alternate RFI Lease was published to the IPB on August 27th. On September 4th an Addendum was published which identified reduced office rent. During the September 10th meeting of the Procurement Policy Board, the proposed lease was rejected pending a further reduction in base rent. On September 29th, a second Addendum was published which identified addition reductions. CMS has been notified that no further action will be taken by the Board until its October meeting, the date is to be determined. The proposed 90-day emergency lease will prevent holdover and provide for continued occupancy until such time as the Board issues a determination. This Emergency Purchase has an expected start date of 10/01/2014 through 12/29/2014 with  an Actual Cost of $320,487.50.

Signed By: Jeffrey Miller, Leasing Rep., CMS, Property Management


Vendor: Cagnoni Reyhan Partnership


Notary Date: 10/1/2014


 

 

Original

Revised

Paid To

Actual

 

 

State Cost:

Estimate

$0.00

Estimate

Date

$320,487.50

Final Cost

$320,487.50

FY  QTR

15      2

Federal Cost

$0.00

 

 

$0.00

 


3               CENTRAL MANAGEMENT SERVICES


File Date: 12/19/2014


The Using Agency has occupied this location since 1984; the existing lease expires November 29, 2014. In August 2013 a RFP was published to the IPB. Two responsive offers were received and the incumbent Lessor has been selected as the lowest cost offer option. Negotiations for the new lease are nearing completion. This is a 90 day lease beginning 11/30/2014 through 02/27/2015 at an actual cost of $53,503.66.

Signed By: David Hernandez, Space Planner/Property Management


Vendor: American Asset Management Services Corp


Notary Date: 11/21/2014


 

 

Original

Revised

Paid To

Actual

 

 

State Cost:

Estimate

$0.00

Estimate

Date

$53,503.66

Final Cost

$53,503.66

FY  QTR

15      2

Federal Cost

$0.00

 

 

$0.00

 

 


 

4               CENTRAL MANAGEMENT SERVICES


File Date: 12/22/2014


This leased location has been occupied by the Department of Human Services since 1996. The existing lease will expire on December 31, 2014. due to the unexpected and prolonged medical absence of the sole Chicago Leasing Representative, CMS was unable to complete and publish a new 5 year lease in time to meet the required 30 day posting period. This proposed emergency lease will provide continued occupancy until the new 5 year lease can be completed. The expected start date is 01/01/2015 through 03/31/2015 with an actual cost of $36,049.29.

Signed By: David Hernandez, Leasing Representative-PM


Vendor: Illinois Institute of Technology


Notary Date: 12/15/2014


 

 

Original

Revised

Paid To

Actual

 

 

State Cost:

Estimate

$0.00

Estimate

Date

$36,049.29

Final Cost

$36,049.29

FY  QTR

15      2

Federal Cost

$0.00

 

 

$0.00

 


5               CHILDREN AND FAMILY SERVICES, DEPARTMENT OF


File Date: 10/31/2014


Chrysalis is the incumbent vendor providing the service of Data Collections Services that provide policy indicators for the State. The work performed under this contract is directly related to the mission of the Department of Children and Family Services. The final renewal of the original contract failed to be executed in a timely manner. The Department is in the process of a competitive RFP and required this emergency contract to continue services outlined in the current contract during this time period. This Emergency Purchase had      an expected start date of 01/15/2014 through 04/14/2014 with an Actual Cost of $244,204.00.

Signed By: Sharon Clanton, Senior State Purchasing Officer


Vendor: Chrysalis Consulting Group


Notary Date: 10/27/2014


 

 

Original

Revised

Paid To

Actual

 

 

State Cost:

Estimate

$0.00

Estimate

Date

$244,204.00

Final Cost

$244,204.00

FY  QTR

15      2

Federal Cost

$0.00

 

 

$0.00

 


6               NATURAL RESOURCES, DEPARTMENT OF


File Date: 10/6/2014


Second Filing - 11/24/2014:

A letter was received on November 24, 2014 reporting the actual cost expended of $56,147.43 for Campanella

& Sons Inc. for dates 05/13/2013 to 08/10/2013 leaving an estimated balance for Thelen Sand and Gravel, Inc. of $1,200,000.00.

 

Original Filing - 10/06/2014:

The Department of Natural Resources requires emergency services at Illinois Beach State Park, located in   Zion, Illinois. Stretching for 6.5 miles along the sandy shore of Lake Michigan in northeast Illinois, Illinois Beach State Park encompasses the only remaining beach ridge shoreline left in the State. The IL Beach State Park is divided into two units. The south unit contains the main beach with direct public access. Due to   weather conditions and the ebb and flow of the lake, the main beach is susceptible to erosion. Erosion became quite severe during late summer and a plan of work to nourish the beach with sand was being developed. The main water and sewer lines are located N-S along the shoreline, east of the main parking lot. On September 30, 2014, lake waves caused the waterline to break it in several pieces, leaving Illinois Beach State Park and Resort without water. Installation of a temporary 8' above ground waterline, expanding approximately 1,500 feet, began on September 30, 2014 by vendor, Campanella & Sons, Inc. at an estimated cost of $300,000.00 and Thelen Sand and Gravel Inc. at an estimated cost of $1,200,000.00. This Emergency Purchase has an expected start date of 09/30/2014 through 12/28/2014 with an original estimated cost of $1,500,000.00.

Signed By: Craig Foxall, SPO-Department of Natural Resources


Vendor: Campanella & Son, & Thelen Sand & Gravel


Notary Date: 10/3/2014


 

 

Original

Revised

Paid To

Actual

 

 

State Cost:

Estimate

$1,500,000.00

Estimate

$1,256,147.43

Date

$56,147.43

Final Cost

$0.00

FY  QTR

15      2

Federal Cost

$0.00

 

 

$0.00

 


7               NATURAL RESOURCES, DEPARTMENT OF


File Date: 10/8/2014


Latest Filing - 12/15/2014:

On December 15, 2014, a letter was received in the same filing quarter, reporting the actual cost expended for dates 10/14/2014 through 12/31/2014 is $281,485.00.

 

Original Filing - 10/08/2014:

The Department of Natural Resources requires emergency services of drilling and grouting on IL Highway 15 in St. Clair County. This project will abate the hazardous conditions under the roadway due to a pit-type subsidence. Mine voids in the area are believed to be approximately 55 feet deep relative to the road surface with the coal seam approximately 6 feet thick. This project shall consist of stage grouting of loose consolidated soils within the collapse zone and grout infill of mine voids in the vicinity of the pit collapse. The Department shall work with the IL Department of Transportation to coordinate the work schedule and the                 rerouting of traffic on IL Highway 15. The vendor selected, Rembco GeoTechnical Contractors, Inc. provided the lowest bid and is qualified to perform the services in the time frame required. Eight qualified vendors were contacted; three bids were received. This Emergency Purchase has an expected start date of 10/14/2014 through 12/31/2014 with an original estimated cost of $237,535.00.

Signed By: Craig Foxall, SPO-Department of Natural Resources


Vendor: Rembco GeoTechnical Contractors, Inc.


Notary Date: 10/6/2014


 

 

Original

Revised

Paid To

Actual

 

 

State Cost:

Estimate

$237,535.00

Estimate

Date

$281,485.00

Final Cost

$281,485.00

FY  QTR

15      2

Federal Cost

$0.00

 

 

$0.00

 

 


 

8               DEPARTMENT OF JUVENILE JUSTICE


File Date: 10/6/2014


The Illinois Department of Juvenile Justice is currently legally bound by a Federal Consent Decree that requires IDJJ to develop individualized case plans for each youth in the Department's custody. This emergency purchase will allow IDJJ to start utilizing the assessment tools and be in compliance with the consent decree              while pursuing a Request for Procurement for a multi-year contract. This Emergency Purchase has an expected start date of 09/25/2014 through 12/23/2014 with an original estimated cost of $75,000.00.

Signed By: Bryan Questelle, Business Administrator of IYC Harrisburg


Vendor: Orbis Partners Inc


Notary Date: 9/30/2014


 

 

Original

Revised

Paid To

Actual

 

 

State Cost:

Estimate

$75,000.00

Estimate

Date

$0.00

Final Cost

$0.00

FY  QTR

15      2

Federal Cost

$0.00

 

 

$0.00

 


9               CORRECTIONS - GENERAL OFFICE


File Date: 10/1/2014


On October 1, 2014 an Original Emergency Purchase Affidavit and a Final Actual Cost were received from the Department of Corrections for Pontiac Correctional Center for the dates of 11/06/2012 through 02/01/2013 stating the Actual Total Cost of this Emergency Purchase is $25,055.00.

 

Pontiac Correctional Center is a facility that houses some 1,200 maximum security and 500 medium security offenders. The facility has a water main break behind the Program Building and this repair needs to be done immediately to avoid further damage. This Emergency Purchase covers the date of 11/06/2012 through 02/01/2013 with an estimated cost of $25,055.00.

Signed By: Randy Pfister, Acting Warden of Pontiac CC


Vendor: NES Incorporated


Notary Date: 12/6/2012


 

 

Original

Revised

Paid To

Actual

 

 

State Cost:

Estimate

$25,055.00

Estimate

Date

$25,055.00

Final Cost

$25,055.00

FY  QTR

15      2

Federal Cost

$0.00

 

 

$0.00

 

 


 

10           CORRECTIONS - GENERAL OFFICE


File Date: 11/14/2014


On November 14, 2014 an Original Emergency Purchase Affidavit and a Final Actual Cost were received from the Department of Corrections for the dates of 07/01/2012 through 09/28/2012 stating the Actual Total Cost of this Emergency Purchase is $11,314.00.

 

Dwight Correctional Center housed approximately 1,000 offenders and through normal operations the facility generated a large amount of waste that had to be appropriately disposed with a responsive and responsible vendor. The vendor's contract (American Disposal Services #6007006) was scheduled to end June 30, 2012, however due to the scheduled closure of Dwight Correctional Center the contract was extended for 90 days. The facility was initially scheduled to close August 31, 2012, but that date was temporally delayed. This service was needed to prevent and minimize serious disruption of State services. The original estimated cost is

$8,000.00.

Signed By: Tim Wood, Business Administrator


Vendor: American Disposal


Notary Date: 10/28/2014


 

 

Original

Revised

Paid To

Actual

 

 

State Cost:

Estimate

$8,000.00

Estimate

Date

$11,314.00

Final Cost

$11,314.00

FY  QTR

15      2

Federal Cost

$0.00

 

 

$0.00

 


11           CORRECTIONS - GENERAL OFFICE


File Date: 11/14/2014


Latest Filing - 12/10/2014:

On December 10, 2014, a letter was received in the same reporting quarter, reporting the actual cost expended for dates 11/04/2014 through 02/02/2015 is $29,311.00.

 

Original Filing: 11/17/2014

This Emergency Purchase is for roof repair at Western Illinois Correctional Center/Clayton Work Camp. Many areas of the roof are loose, and this is causing excessive leaking, leading to microbiological growth. This is a safety issue for the inmates and employees. This Emergency Purchase has an expected start date of 11/04/2014 through 02/14/2015 with an original estimated cost of $29,311.00.

Signed By: Jeff Korte, Warden


Vendor: Trotter General Contracting Inc


Notary Date: 11/6/2014


 

 

Original

Revised

Paid To

Actual

 

 

State Cost:

Estimate

$29,311.00

Estimate

Date

$29,311.00

Final Cost

$29,311.00

FY  QTR

15      2

Federal Cost

$0.00

 

 

$0.00

 


12           CORRECTIONS - GENERAL OFFICE


File Date: 11/20/2014


The Vandalia Correction Center has a dedicated boiler room that feeds hot water throughout the Work Camp dormitories as well as the Administration Building. The hot water is used for heating all of these areas, showering, cleaning and in dietary. A leak has been detected in the line feeding the B North dormitory. First concern is that heat could be lost to B North and B South dormitory. This could create a serious safety concern for the 200 inmates housed in the dormitories. Secondly, approximately 30 gallons of chemically treated, heated water is being wasted per day. The water is purchased from the City of Vandalia and the chemicals from            a contractual vendor. The leak was detected by our maintenance staff who noticed an unusual increase in the usage of water and treatment chemicals. The Facility’s maintenance staff is able to provide the electrical excavating and painting work to prepare the site but requires an outside vendor to replace/repair and insulate the leaking pipe. Once these repairs are complete there will be no further expenditures associated with Emergency Purchase. This Emergency Purchase has an expected start date of 11/12/2014 through 02/09/2015 with            an original estimated cost of $13,230.00.

Signed By: James Luth, Warden


Vendor: Henson Robinson Company


Notary Date: 11/14/2014


 

 

Original

Revised

Paid To

Actual

 

 

State Cost:

Estimate

$13,230.00

Estimate

Date

$0.00

Final Cost

$0.00

FY  QTR

15      2

Federal Cost

$0.00

 

 

$0.00

 


13           HUMAN SERVICES, DEPARTMENT OF


File Date: 10/17/2014


DHS administers approximately 32,000 Providers who provide 165,000 children with child care at a cost of approximately $1 billion annually. Single female head of households make up 97% of the users of this child care. The Childcare Case Management System (CCMS) is a web-based statewide electronic document workflow system to assist in administering child care for the 32,000 Providers and 165,000 children. The CCMS              is designed to improve eligibility determination; provide electronic document image capture, storage, retrieval and management; ease reporting and correspondence management; and allow integration/interfacing             with the existing legacy system. The CCMS is integral to the documentation and processing of invoices for payment to the Child Care Providers. CCMS is currently experiencing severe operational delays and failures of key system components. Such delays and failures have the following consequences: DHS cannot process payment to the Child Care Providers in a timely or consistent manner; eligible recipients are at risk of losing critical childcare services which can adversely affect the children's health and safety; DHS risks the loss of Federal funds as documentation of services and eligibility requirements are reduced to the submittal of paper. The CCMS is in need of an independent review to determine what critical operational corrections are needed to allow Providers to process applications, redeterminations and case related actions in a timely and efficient manner to allow services to be provided and payments to be made to Providers. This Emergency Purchase has an expected start date of 10/09/2014 through 01/06/2015 with an original estimated cost of $150,000.00.

Signed By: William Strahle, Agency Procurement Officer


Vendor: Capitol Strategies Consulting, Inc


Notary Date: 10/9/2014


 

 

Original

Revised

Paid To

Actual

 

 

State Cost:

Estimate

$150,000.00

Estimate

Date

$0.00

Final Cost

$0.00

FY  QTR

15      2

Federal Cost

$0.00

 

 

$0.00

 

 


 

14           HUMAN SERVICES, DEPARTMENT OF


File Date: 11/21/2014


The Chester Mental Health Center in Chester, Illinois was stripping and waxing floors when floor tiles began popping up. Asbestos was discovered under the tiles. The asbestos needs to be abated before the tiles can be replaced. The original estimated cost is $75,000.00.

Signed By: William Strahle, DHS Procurement Officer


Vendor: Schemel-Tarrillion, Inc.


Notary Date: 11/20/2014


 

 

Original

Revised

Paid To

Actual

 

 

State Cost:

Estimate

$75,000.00

Estimate

Date

$0.00

Final Cost

$0.00

FY  QTR

15      2

Federal Cost

$0.00

 

 

$0.00

 


15           HUMAN SERVICES, DEPARTMENT OF


File Date: 11/21/2014


This contract is needed to provide survey, consultation and analysis of life safety issues noted in the recent Federal Centers for Medicare and Medicaid Services (CMS) survey. CMS conducted a survey of the facility in August 2014. Surveyors noted deficiencies of the sprinklers in patient wardrobe closets, wall penetrations and insufficient electric back-up systems. This vendor will conduct a fire certification survey to ensure the facility meets life safety codes. The Vendor will also perform an inventory of all wall penetrations that require immediate corrections and do a comprehensive analysis to determine if our back up electrical generator system is adequate to meet code and sufficient in responding to a facility emergency. This needs to be completed prior to CMS deadline of December 18, 2014 or Elgin Mental health Center may face decertification. The original estimated cost is $150,000.00.

Signed By: William Strahle, DHS Procurement Officer


Vendor: Kluber, Inc.


Notary Date: 11/20/2014


 

 

Original

Revised

Paid To

Actual

 

 

State Cost:

Estimate

$150,000.00

Estimate

Date

$0.00

Final Cost

$0.00

FY  QTR

15      2

Federal Cost

$0.00

 

 

$0.00

 

 


 

16           MILITARY AFFAIRS, DEPARTMENT OF


File Date: 11/10/2014


In accordance with standards set by procurement rule, the Department of Military Affairs requires an emergency procurement due to a need meeting the criteria of an emergency purchase. This procurement will provide two security guards at the East St. Louis Armory through mid-December. Additional time may be needed if threats persist and if that is the case, applicable procurement rules will be followed. This situation, while urgent, is expected to be temporary. This Emergency Purchase has an expected start date of 10/24/2014 through 12/12/2014 with an Estimated Cost of $120,000.00.

Signed By: Harold Wilson,


Vendor: Whelan Security


Notary Date: 10/28/2014


 

 

Original

Revised

Paid To

Actual

 

 

State Cost:

Estimate

$120,000.00

Estimate

Date

$0.00

Final Cost

$0.00

FY  QTR

15      2

Federal Cost

$0.00

 

 

$0.00

 


17           TRANSPORTATION, DEPARTMENT OF


File Date: 12/10/2014


The District was notified by Bureau of Bridges & Structures (BBS) on November 13, 2014, that the major bridge carrying US 67/IL 100 over the Illinois River at Beardstown appears to have unstable conditions at the rocker bearings. The bearings appear to be frozen and as a result of expansion and contraction, the angles supporting the verticals have cracked directly above the bearings. Due to this condition, the BBS required the District to post the bridge at a 15 ton limit until permanent repairs can be made. The District immediately contacted the Central Bureau of Operations and requested to proceed with an emergency contract and obtain emergency funding for necessary repairs to stabilize the bridge and make it safe for the traveling public and allowing legal loads. A press release was sent out the same day notifying the public of the proposed load restriction. Load Postings and truck detours were signed the following Monday. Since then IDOT has received numerous complaints on the social and economic impacts of the load posting. Our Day Labor forces are currently taking initial actions to stabilize the structure until this emergency contract can be initiated and get eight new bearings fabricated and installed as soon as possible. Utilizing the emergency procurement process will ensure the protection of life, health, and safety of the traveling public and prevent the future loss of state property. The original estimated cost is $1,000,000.00.

Signed By: Roger Driskell, Deputy Director, IDOT


Vendor: Sangamo Construction Co.


Notary Date: 12/5/2014


 

 

Original

Revised

Paid To

Actual

 

 

State Cost:

Estimate

$1,000,000.00

Estimate

Date

$0.00

Final Cost

$0.00

FY  QTR

15      2

Federal Cost

$0.00

 

 

$0.00

 


18           VETERANS' AFFAIRS - GENERAL OFFICE


File Date: 10/6/2014


October 6, 2014 an Original Emergency Purchase Affidavit and a Final Actual Cost were received from the Department of Veterans’ Affairs for the dates of 12/30/2012 through 06/30/2014 stating the Actual Total Cost of this Emergency Purchase is $74,059.41.

 

The original emergency start date of 10/01/2012 that was renewed and went through 06/30/2013 for necessary dairy products for the veterans at the Illinois Veteran Home in Quincy. The original affidavit and final 90 affidavits were both posted, but the affidavit and the posting notice for the final emergency extension was never completed. This affidavit is to post notice of estimated and final spend on the emergency extension. The Original 90 day period 10/02/2012 through 12/29/2012 had been finalized. This Emergency Purchase covers the date of 12/30/2012 through 06/30/2014 with estimated cost of $90,000.00.

Signed By: Deborah Miller, Chief Financial Officer


Vendor: Prairie Farms Dairy, Inc.


Notary Date: 10/3/2014


 

 

Original

Revised

Paid To

Actual

 

 

State Cost:

Estimate

$90,000.00

Estimate

Date

$74,059.41

Final Cost

$74,059.41

FY  QTR

15      2

Federal Cost

$0.00

 

 

$0.00

 


19           CAPITAL DEVELOPMENT BOARD


File Date: 10/27/2014


The built-up roof installed in 1987 on the Illinois State Police Facilities Building in Springfield is leaking in multiple areas. The low slope of the roof allowed water to pond in a large area between the drains, deteriorating the vapor barrier and roofing felts causing splits to occur. The water then migrated into openings in                the deck, such as the exhaust fan in the evidence room. The freeze/thaw cycle of the trapped water in the roofing system from this past winter likely accelerated the deterioration of the felts and vapor barrier. In May of 2014, Central Management Services procured a contractor to provide temporary patchwork. Heavy rains have caused the temporary patchwork to fail and additional leaks have surfaced. CDB roofing specialists have conducted site visits and agree that continued attempts to repair the roof is not in the States’ best interest and suggest a full replacement of the roof to ensure no future leaks occur. The area directly under the roof contains evidence for Illinois State Police criminal investigations. An emergency purchase is required to replace the roof before winter conditions ensue to protect the evidence and to prevent further loss of or damage to the building. Vendor #1, Designed Roofing Systems, Inc. was the lowest responsive and responsible bidder and                 will provide labor and material for the roofing replacement as specified by the Capital Development Board.

Several firms were invited to bid based on their availability, experience and location. The actual total cost is

$255,600.00.

Signed By: Gus Behnke, Chief Fiscal Officer


Vendor: Designed Roofing Systems, Inc.


Notary Date: 10/24/2014


 

 

Original

Revised

Paid To

Actual

 

 

State Cost:

Estimate

$0.00

Estimate

Date

$255,600.00

Final Cost

$255,600.00

FY  QTR

15      2

Federal Cost

$0.00

 

 

$0.00

 


20           TOLL HIGHWAY AUTHORITY, ILLINOIS STATE


File Date: 10/24/2014


On July 28, 2014, a low-boy truck on eastbound I-88 struck the west fascia girder of Bridge 20 that carries southbound I-294 traffic over I-88. The bottom flange of Girder 11 had been struck by a cylindrical metal component attached to the top of a 66,000 pound power generator at a location where it was previously struck and subsequently heat straightened in 2011. At the impact location, the girder exhibits a bent or “kink” in the bottom flange of approximately 2” to the east and the bottom flange is bent and twisted over a range of approximately 24” length. The bottom flange out-of-plane deformation is approximately 1” vertical. The bottom flange of the girder was pushed upward and has a 1” vertical crack on the outside edge of the flange. This emergency is required to repair the bridge before winter. In cold weather, heavy loads could cause the vertical crack to propagate throughout the beam resulting in the failure of the outside girder. The following contractors - Dunnet Bay, Lorig, Kenny, Herlihy, and Chicago Structures were contacted on October 3, 2014 to determine the contractor best suited to complete the repairs in the timeframe specified. Two contractors, Lorig and Herlihy responded with proposals. Lorig’s proposal was $142,000.00 and Herlihy’s proposal was

$295,120.78. The Tollway’s Consulting Engineer, AECOM, reviewed each proposal and recommended Lorig to perform the repair work. The Tollway’s Engineering Department concurred with this recommendation. The Tollway estimates seven weeks for the completion on the repair work. This Emergency Purchase has an expected start date of 20/24/2014 through 01/22/2015 with an original estimated cost of $142,000.00.

Signed By: John Donato, CPO


Vendor: Lorig Construction Company


Notary Date: 10/23/2014


 

 

Original

Revised

Paid To

Actual

 

 

State Cost:

Estimate

$142,000.00

Estimate

Date

$0.00

Final Cost

$0.00

FY  QTR

15      2

Federal Cost

$0.00

 

 

$0.00

 


21           NORTHERN ILLINOIS UNIVERSITY


File Date: 10/6/2014


Latest Filing - 11/17/14:

On November 17, 2014 a Final Actual Cost was received from the Northern Illinois University for the dates of 09/15/2014 through 10/15/2014 stating the Actual Total Cost of this Emergency Purchase is $80,650.00.

 

Original Filing - 10/06/14:

The lower main mechanical room at Huskie Stadium was flooded on 09/13/2014 due to a ruptured underground soft water line. Replacement of all pumps, motors, starters, valves, actuators, sensors, gauges, control       boards and insulation was immediately required to prevent further damage from mold, restore this area and provide heat and hot water to Huskie Stadium. Energy Systems Group was the vendor selected to perform the work, as this vendor had replaced the damaged items last summer and had the information, knowledge and subcontractors in place to expedite repairs from the flooding. This Emergency Purchase has an expected start date of 09/15/2014 through 10/15/2014 with an original estimated cost of $80,650.00.

Signed By: Kent Clapsaddle, Acting Co-Director of Procurement SVS.


Vendor: Energy Systems Group


Notary Date: 9/30/2014


 

 

Original

Revised

Paid To

Actual

 

 

State Cost:

Estimate

$80,650.00

Estimate

Date

$80,650.00

Final Cost

$80,650.00

FY  QTR

15      2

Federal Cost

$0.00

 

 

$0.00

 


22           NORTHERN ILLINOIS UNIVERSITY


File Date: 12/22/2014


Due to state appropriations dropping by $25 million between FY2002 and FY2014 and enrollment which has declined by 16% since FY2006, Northern Illinois University must increase enrollment by 400 students to stay flat in revenue. The University has conducted two failed personnel searches for an Associate Vice President for Enrollment Management within the last year and has also experienced a personnel change-over in the Admissions Group. These diminished internal resources demand that the University pursue other means to immediately improve enrollment numbers while the search for new leadership continues. Engagement with Lipman Hearne Inc. provides NIU needed strategic and operational leadership in enrollment management and admissions in the service of helping the University achieve its enrollment and retention goals, focusing on Spring 2015, Fall 2015, and Fall 2016 terms. This vendor was selected due to their experience with higher education institutions, especially within the State of Illinois. The results of the vendor's efforts with another state university help to validate their abilities and justify the expense of their offering. This Emergency Purchase has an expected start date of 12/15/2014 through 03/14/2015 with an Actual Cost of $814,000.00.

Signed By: Michele Danza, Director of Procurement


Vendor: Lipman Hearne, Inc.


Notary Date: 12/18/2014


 

 

Original

Revised

Paid To

Actual

 

 

State Cost:

Estimate

$0.00

Estimate

Date

$814,000.00

Final Cost

$814,000.00

FY  QTR

15      2

Federal Cost

$0.00

 

 

$0.00

 


23           UNIVERSITY OF ILLINOIS


File Date: 10/31/2014


On October 31, 2014 an Original Emergency Purchase Affidavit and a Final Actual Cost were received from the University of Illinois for the dates of 07/08/2014 through 08/30/2014 stating the Actual Total Cost of this Emergency Purchase is $134,000.00.

 

The University of Illinois Hospital Otolaryngology Surgeons has used Advanced Bionics HiReslolution, Sound and Harmony cochlea (ear) implant systems for patients with acute hearing since 2011. A sole source procurement for the hospital prospective requirement of this product is in the process of review. This emergency purchase is for an interim period until Sole Source Procurement # 284jCM is reviewed, approved and awarded. This emergency will accommodate three surgical procedures that are scheduled during the interim period. This Emergency Purchase covers the date of 07/08/2014 through 08/30/2014 with an estimated cost     of $200,000.00.

Signed By: Kevin Fair, Interim Director of Purchasing


Vendor: Advanced Bionics LLC


Notary Date: 7/8/2014


 

 

Original

Revised

Paid To

Actual

 

 

State Cost:

Estimate

$200,000.00

Estimate

Date

$134,000.00

Final Cost

$134,000.00

FY  QTR

15      2

Federal Cost

$0.00

 

 

$0.00

 


24           UNIVERSITY OF ILLINOIS


File Date: 10/31/2014


On October 31, 2014 an Original Emergency Purchase Affidavit and a Final Actual Cost were received from the University of Illinois for the dates of 07/07/2014 through 08/30/2014 stating the Actual Total Cost of this Emergency Purchase is $941,404.12.

 

The University awarded a contract for Specialty pharmaceuticals from McKesson. This emergency/quick purchase was required due to a situation in which immediate action was needed to prevent any disruption in University services. Three Ambulatory Care pharmacies, MacNeal Cancer Center; the Oncology Pharmacy and the Eye & Ear Infirmary utilize the McKesson Specialty pharmaceuticals for patient prescriptions. The emergency purchase request is for the period until sole source reference #384JCM is reviewed, approved and awarded. The specialty pharmaceuticals are differentiated from standard pharmaceuticals in three ways: Drug Cost, Limited Allocation, and FDA regulation protocols. This Emergency Purchase covers the date of 07/07/2014 through 08/30/2014 with an estimated cost of $900,000.00.

Signed By: Kevin Fair, Interim Director of Purchasing


Vendor: McKesson Specialty Division


Notary Date: 7/7/2014


 


Original Estimate

State Cost:       $900,000.00


Revised Estimate


Paid To

Date

$941,404.12


Actual Final Cost

$941,404.12


FY  QTR

15      2


Federal Cost


$0.00


$0.00


 

 

 

 

 

 

 

 

 

 

Updates To

Previously Filed Emergency Purchases


 


25           CENTRAL MANAGEMENT SERVICES


File Date: 12/10/2014


Latest Filing: 12/10/2014:

A letter was received on December 10, 2014 reporting the actual cost expended for dates 06/14/2011 through 06/13/2012 is $1,057,230.00.

 

Original Filing - 12/20/2011: FY12, Qtr 2, Item# 6:

Continued network and data communications to State agencies, boards and commissions and other constituents, including schools and libraries while services are transitioned to vendors under contract from the Statewide Telecom Network Voice & Data Services solicitation. The agency will transition services monthly, such that the actual cost will likely be substantially less than the estimated cost.

Signed By: Phillip Kaufmann, SPO


Vendor: Sprint


Notary Date: 12/15/2011


 

 

Original

Revised

Paid To

Actual

 

 

State Cost:

Estimate

$355,182.12

Estimate

Date

$1,057,230.00

Final Cost

$1,057,230.00

FY  QTR

15      2

Federal Cost

$0.00

 

 

$0.00

 

 


 

26           CENTRAL MANAGEMENT SERVICES


File Date: 12/10/2014


Latest Filing - 12/10/2014:

A letter was received on December 10, 2014 reporting the actual cost expended for dates 07/01/2012 through 12/27/2012 is $2,145,807.00.

 

Second Filing: 09/25/2012: FY13, Qtr 1, Item#20

Letter received extending this emergency purchase from 09/29/2012 to 12/27/2012.

 

Original Filing: 07-06-2012: FY12, Qtr 4, Item# 9:

This is a request to extend the current contract by 90 days for hardware maintenance and services currently provided under the IBM Technical Services program TSP which expires on 6-30-12.

Signed By: Kylie Leonard, State Purchasing Officer


Vendor: IBM Corp


Notary Date: 6/27/2012


 

 

Original

Revised

Paid To

Actual

 

 

State Cost:

Estimate

$6,000,000.00

Estimate

Date

$2,145,807.00

Final Cost

$2,145,807.00

FY  QTR

15      2

Federal Cost

$0.00

 

 

$0.00

 


27           CENTRAL MANAGEMENT SERVICES


File Date:


Latest Filing - 12/10/2014:

A letter was received on December 10, 2014 reporting the actual cost expended for dates 07/01/2012 through 09/28/2012 is $2,830.95.

 

Original Filing - 07/06/2012: FY12, Qtr 4, Item#12

Extend existing Contract CIC8270730 between CMS and American Surveying & Eng for 90 days. This will allow time for a new contract to be finalized and transitioned.

Signed By: Kylie Leonard, State Purchasing Officer


Vendor: American Surveying & Engineering


Notary Date: 6/28/2012


 

 

Original

Revised

Paid To

Actual

 

 

State Cost:

Estimate

$13,500.00

Estimate

Date

$2,830.95

Final Cost

$2,830.95

FY  QTR

15      2

Federal Cost

$0.00

 

 

$0.00

 

 


 

28           CENTRAL MANAGEMENT SERVICES


File Date: 12/10/2014


Latest Filing - 12/10/2014:

A letter was received on December 10, 2014 reporting the actual cost expended for dates 09/11/2012 through 12/09/2012 is $17,910.69.

 

Original Filing - 09/17/12: FY13, Qtr 1, Item# 18:

A 90 day emergency contract is requested due to the time frame needed to complete the RFP and award process and complexity of the vendor's need to engineer and integrate connectivity to the State's DMS100 switches and GX17 line cards.

Signed By: James Ellenberg, Strategic Manager


Vendor: Consolidated Call Center Service


Notary Date: 9/4/2012


 

 

Original

Revised

Paid To

Actual

 

 

State Cost:

Estimate

$35,000.00

Estimate

Date

$17,910.69

Final Cost

$17,910.69

FY  QTR

15      2

Federal Cost

$0.00

 

 

$0.00

 


29           CENTRAL MANAGEMENT SERVICES


File Date: 12/15/2014


Latest Filing - 12/15/2014:

A letter was received on December 15, 2014 reporting the actual cost expended for dates 09/20/2012 through 03/19/2013 is $113,400.00.

 

Original Filing - 09/17/2012: FY13, Qtr 1, Item# 19:

CMS needs two (2) Mainframe Developers to provide specialized technical services with specific experience in mainframe applications. Without the technical knowledge and expertise provided by the requested sources, BCCS will not be able to complete these projects by their mandated due dates, thus putting the State in a position of non-compliance with State and Federal law.

Signed By: James Ellenberg, Strategic Manager


Vendor: Capital Strategies, Inc.


Notary Date: 9/14/2012


 

 

Original

Revised

Paid To

Actual

 

 

State Cost:

Estimate

$108,000.00

Estimate

Date

$113,400.00

Final Cost

$113,400.00

FY  QTR

15      2

Federal Cost

$0.00

 

 

$0.00

 

 


 

30           CENTRAL MANAGEMENT SERVICES


File Date: 12/4/2014


Latest Filing - 12/04/2014:

A letter was received on 12/04/2014 reporting the actual cost expended for dates 11/26/2012 through 02/16/2013 is $98,823.15.

 

Original Filing - 01/17/2012: FY13, Qtr 2, Item# 9:

The State Of Illinois does not currently have a contract for Lubricants, Grease & Oil. A previous invitation for bid did not yield any responsive vendors. An emergency contract will be established until the state can put a contract in place.

Signed By: Dante Watson, Strategic Manager


Vendor: D A Lubricants


Notary Date: 11/29/2012


 

 

Original

Revised

Paid To

Actual

 

 

State Cost:

Estimate

$90,000.00

Estimate

Date

$98,823.15

Final Cost

$98,823.15

FY  QTR

15      2

Federal Cost

$0.00

 

 

$0.00

 


31           CENTRAL MANAGEMENT SERVICES


File Date: 12/15/2014


Latest Filing - 12/15/2014:

A letter was received on December 12, 2014 reporting the actual cost expended for dates 06/08/2013 through 02/06/2014 is $108,000.00.

 

Original Filing - 06/12/2013: FY13, Qtr 4, Item# 11:

CMS requires a vendor to provide fiber locating services at all times for our Statewide Fiber Network. This services is required as part of the Statewide Fiber Networks. CMS,BCCS maintains fiber networks that require a vendor to locate fiber on an as needed basis. Not having a vendor under contract to do this work will result in state owned fiber infrastructure not being located and therefore at risk for being damaged and disrupting critical data network communications for long periods of time. Damaged fiber would also result in costly repairs that could be avoided by correctly locating the fiber infrastructure.

Signed By: James Ellenberg, IT/Telecom Procurement Manager


Vendor: G4S


Notary Date: 6/10/2013


 

 

Original

Revised

Paid To

Actual

 

 

State Cost:

Estimate

$49,000.00

Estimate

Date

$108,000.00

Final Cost

$108,000.00

FY  QTR

15      2

Federal Cost

$0.00

 

 

$0.00

 


32           CENTRAL MANAGEMENT SERVICES


File Date: 12/10/2014


Latest Filing - 12/10/2014:

A letter was received on December 10, 2014 reporting the actual cost expended for dates 02/28/2014 through 08/30/2014 is $0.00.

 

Third Filing 4/14/2014:

The Total Cost of the Original Filing FY 14 Qtr 3 Item# 2 is $306,132.07. The Second Filing in the estimated amount of $750,000.00 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 By: Craig Holloway, Procurement Manager


Vendor: Motorola Solutions Inc.


Notary Date: 2/14/2014


 

 

Original

Revised

Paid To

Actual

 

 

State Cost:

Estimate

$375,000.00

Estimate

$1,125,000.00

Date

$306,132.07

Final Cost

$306,132.07

FY  QTR

15      2

Federal Cost

$0.00

 

 

$0.00

 


33           CENTRAL MANAGEMENT SERVICES


File Date: 12/1/2014


Latest Filing - 12/01/2014:

The Actual Total Cost of FY15, Qtr 1, Item# 2 is $268,246.47.

 

Original Filing - 08/11/2014: FY15, Qtr 1, Item# 2:

Agency started the process to get a Truck Fleet Overflow Contract bid on 12/13/2013 in order to get a contract in place by 7/1/2014. Agency submitted the IFB on 1/28/2014 to CPO for publication. CPO published bid       on 3/6/2014. Bid was due on 3/21/2014. The vendor added amendments to the contract. The amendments triggered additional and very extensive reviews, responses, and clarifications. All of these developments extended significantly the time needed to secure the FY 15 contract. This Emergency Purchase has an expected start date of 07/01/2014 through 07/14/2014 with an original estimated cost of $245,000.00.

Signed By: Jacob Johnson, Portfolio Manager, General Services


Vendor: Rush Trucks Centers of Illinois


Notary Date: 7/2/2014


 

 

Original

Revised

Paid To

Actual

 

 

State Cost:

Estimate

$245,000.00

Estimate

Date

$268,246.47

Final Cost

$268,246.47

FY  QTR

15      2

Federal Cost

$0.00

 

 

$0.00

 


34           CHILDREN AND FAMILY SERVICES, DEPARTMENT OF


File Date: 12/19/2014


Latest Filing - 12/19/2014:

The Actual Total Cost of FY15, Qtr 1, Item# 5 is $173,409.00.

 

Original Filing 09/03/2014: FY15, Qtr 1, Item# 5:

Medicaid Community Mental Health Services are provided to wards who have serious emotional disturbances and may be delivered on a daily basis. Federal guidelines require state oversight of the provisions of these services to ensure that services are provided in compliance with state and federal requirements. If a contract interruption occurs that results in suspension of these services, wards will not receive these necessary mental health services resulting in negative impacts to their overall mental health functioning, and well being is a basic tenet of child welfare services. Private agencies provide Medicaid Community Mental Health Services and submit billings for those services to DCFS. DCFS certifies, trains and oversees via Post Payment Reviews of the Medicaid Community Mental Health Services provided by private agencies. Because DCFS provides compliance oversight for the Medicaid Community Mental Health Services, DCFS is allowed to submit the services to the federal government to obtain federal financial participation (reimbursement) of $.50 for each dollar spent on Medicaid Community Mental Health Services. DCFS has a contract in place with IPI that expires on 08/31/2014. An RFP was done for services to be performed after that date and it awarded to the same vendor, IPI. However, the posting did not come down until 08/27/2014 and there was not sufficient time to issue the contract and obtain the signatures of both parties prior to 09/01/2014. Therefore, DCFS is requesting permission to extend the contract with the current vendor for up to 90 days to allow the continuation of Medicaid Certification Services as provided by contract. Because DCFS must be in compliance                with state and federal requirements regarding oversight and certification of Medicaid Community Mental Health Services, a contract interruption will result in private agencies having to cease providing those services and DCFS losing the associated federal financial participation. The federal financial participation/reimbursement annually for DCFS is $13 million, approximately $38,000 per day. Further,  DCFS is in a joint interagency agreement to perform these certifications so not having a contract in place would also impact DHS, HFS and DJJ. This Emergency Purchase has an expected start date of 09/01/2014 through 11/29/2014 with an original estimated cost of $398,286.00.

Signed By: Debra Matlock, APO of DCFS


Vendor: Infant Parent Institute (IPI)


Notary Date: 8/29/2014


 

 

Original

Revised

Paid To

Actual

 

 

State Cost:

Estimate

$398,286.00

Estimate

Date

$173,409.00

Final Cost

$173,409.00

FY  QTR

15      2

Federal Cost

$0.00

 

 

$0.00

 


35           CONSERVATION - NATURAL RESOURCES


File Date: 11/21/2014


Latest Filing - 11/21/14:

An Affidavit was received on November 21, 2014 reporting the actual total cost of $71,981.91 for dates 10/05/2011 to 10/26/2011.

 

Original Filing - 10/07/11: FY12, Qtr 2, Item# 20:

This emergency project will eliminate the severe public safety hazard presented by a failed main entrance shaft 6 feet by 12 feet which has collapsed forming a 30 foot in diameter pit over the shaft in the southwest rear corner under a residence on Rogers Drive in Freeburg, IL, in St. Clair County. The U.S. Department of the Interior, Office of Surface Mining has declared this site an AML emergency. Multiple qualified contractors were contacted, however, only one bid was received. Bid by per item prices based on engineer's

Signed By: Norm Dixon, SPO


Vendor: Suncon, Inc.


Notary Date: 10/7/2011


 

 

Original

Revised

Paid To

Actual

 

 

State Cost:

Estimate

$77,754.00

Estimate

Date

$71,981.91

Final Cost

$71,981.91

FY  QTR

15      2

Federal Cost

$0.00

 

 

$0.00

 


36           HUMAN SERVICES, DEPARTMENT OF


File Date: 11/5/2014


Latest Filing - 11/05/2014:

A letter was received on 11/05/2014, extending FY14, Qtr 1, Item# 30 for the time frame of 11/01/2014 through 02/27/2015 with an additional estimated cost of $310,000.00, bringing the current estimated total to

$1,589,290.00.

 

Fifth Filing - 09/30/2014: FY15, Qtr 1, Item #29:

A letter was received on 09/03/2014, with an actual total expenditure of $841,162.20 consisting of original emergency purchase, second filing and third filing which covers the dates beginning 07/01/2013 through 06/30/2014.

 

Fourth Filing - 08/14/2014: FY15, Qtr 1, Item #29:

A letter was received on 08/14/2014 extending FY14, Qtr 1, Item# 30 for the time frame of 07/01/2014 through 10/31/2014 with an additional estimated cost of $316,914.00, bringing the current estimated total to

$1,279,290.00.

 

Third Filing 01/02/2014: FY14, Qtr 3, Item# 59:

A letter was received on 01/02/2014 extending FY14, Qtr 1, Item# 30 for the time frame 12/28/2013 through 06/30/2014 with an additional estimated cost of $500,000.00, bringing the current estimated total to

$962,376.00.

 

Second Filing 9/30/2013: FY14, Qtr 1, Item# 30:

Letter was received on 09/30/2013 extending FY14, Qtr 1, Item# 30 for time frame 09/29/2013 through 12/27/2013 with an additional estimated cost of $231,188.00, bringing the current estimated total to

$462,237.00.

 

Original Filing 7/3/2013: FY14, Qtr 1, Item# 30:

On 04/01/2013 the Department posted a RFP seeking a vendor to provide focused and compliance monitoring services to support the Early Intervention System, which includes approximately 4,500 providers and regional intake entities to provide services to children birth to age three who have a developmental delay or disability or who are at risk of developmental delay. These services are primarily provided in families' homes.

Monitoring of services is required under State and Federal law, and the absence of these services could cause disruption to federal funding. The FY 13 vendor, Suburban Access, will provide these services for 90 days until RFP process can be completed. This Emergency Purchase has an expected start date of 07/01/2013 through 09//2013 with an original estimated cost of $231,188.00.

Signed By: Amy Tarr, Bureau Chief of Early Intervention


Vendor: Suburban Access


Notary Date: 6/28/2013


 

 

Original

Revised

Paid To

Actual

 

 

State Cost:

Estimate

$231,188.00

Estimate

$1,589,290.00

Date

$841,162.20

Final Cost

$0.00

FY  QTR

15      2

Federal Cost

$0.00

 

 

$0.00

 


 


37           STATE POLICE, DEPARTMENT OF


File Date: 11/25/2014


Latest Filing - 11/25/2014:

A letter was received on November 25, 2014 reporting the actual cost expended of $22,531.80 for dates 07/01/2014 to 09/30/2014 revising the total actual cost of this Emergency Purchase to $181,676.28.

 

Latest Filing - 10/16/2014:

A letter was received on October 16, 2014 reporting the actual cost expended of $105,689.84 for dates 08/11/2013 to 06/30/2014 leaving an estimated balance of $36,000.00.

 

Fourth Filing - 6/24/2014: FY14, Qtr 4, Item# 60:

A letter was received on June 24,2014 requesting an extension for dates starting 07/01/2014 to 09/30/2014 at an additional estimated cost of $36,000.00, bringing the total estimated cost to $326,000.00.

 

Third Filing - 12/27/2013: FY14, Qtr 3, Item# 68:

A letter was received on December 27, 2013 reporting the actual cost expended of $53,454.64 for dates 05/13/2013 to 08/10/2013 leaving an estimated balance of $200,000.00.

 

Second Filing - 8/13/2013: FY14, Qtr 1, Item# 102:

A letter was received on August 13, 2013 requesting an extension for dates starting 08/11/2013 to 06/30/2014 at an additional estimated cost of $200,000.00, bringing the total estimated cost to $290,000.00.

 

Original Filing - 05/14/2013: FY13, 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. This Emergency Purchase has an      expected start date of 05/13/2013 through 08/10/2013 with an original estimated cost of $90,000.00.

Signed By: Hiram Grau, Director


Vendor: Boland Enterprises


Notary Date: 5/10/2013


 

 

Original

Revised

Paid To

Actual

 

 

State Cost:

Estimate

$90,000.00

Estimate

$326,000.00

Date

$181,676.28

Final Cost

$181,676.28

FY  QTR

15      2

Federal Cost

$0.00

 

 

$0.00

 


38           STATE POLICE, DEPARTMENT OF


File Date: 10/29/2014


Latest Filing - 01/15/2015: FY14, Qtr 4, Item# 23:

A letter was received on January 14, 2015 reporting the actual cost expended for dates 08/04/2014 through 11/01/2014 is $101,640.00.

 

Second Filing 10/29/2014: FY15, Qtr 2, Item# 38:

A letter was received on October 29, 2014 requesting an extension for dates starting 11/02/2014 to 04/30/2015 at an additional estimated cost of $218,400.00, bringing the total estimated cost to $327,600.00.

 

Original Filing 06/11/2014: FY14, Qtr 4, Item# 23:

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 By: Hiram Grau, Director


Vendor: Information Builders, Inc.


Notary Date: 6/9/2014


 

 

Original

Revised

Paid To

Actual

 

 

State Cost:

Estimate

$109,200.00

Estimate

$327,600.00

Date

$0.00

Final Cost

$0.00

FY  QTR

15      2

Federal Cost

$0.00

 

 

$0.00

 


39           TRANSPORTATION, DEPARTMENT OF


File Date: 11/10/2014


Third Filing - 11/10/2014:

A letter was received on November 10, 2014 reporting the actual cost expended for dates 08/06/2014 through 11/04/2014 is $465,285.95.

 

Second Filing - 10/16/2014:

A letter was received on October 16, 2014 requesting an extension for dates starting 11/05/2014 to 03/31/2015 at an additional estimated cost of $0.00, keeping the original estimated cost of 5,400,000.00.

 

Original Filing - 08/12/2014: FY15, Qtr 1, Item# 14:

A harsh winter in 2013-2014 caused salt inventories for users and vendors of salt to be low in many areas. CMS bid salt for IDOT and local units of government. Many locations did not receive bids. The prices also increased significantly from last year. The price increase and lack of bids were attributed to a limited supply of salt. This created a market where a relatively large number of local units of government and private sector entities are competing for a limited quantity of salt available for this winter. IDOT decided to use an emergency purchase to acquire 51,880 tons in locations that did not receive bids when CMS bid salt. On July 30, IDOT sent a solicitation to all known salt vendors for locations where bids were not received. The bids were due on August 5. Four vendors responded. Award was made to the low bid vendor for each location. In all cases, that was Compass Minerals. This salt is required to ensure IDOT has an adequate supply to maintain safe roads during the upcoming winter. This Emergency Purchase has an expected start date of 08/06/2014 through 11/04/2014 with an original estimated cost of $5,400,000.00.

Signed By: Amy Eller, Acting Engineer of Operations


Vendor: Compass Minerals


Notary Date: 8/7/2014


 

 

Original

Revised

Paid To

Actual

 

 

State Cost:

Estimate

$5,400,000.00

Estimate

Date

$465,285.95

Final Cost

$0.00

FY  QTR

15      2

Federal Cost

$0.00

 

 

$0.00

 


40           TRANSPORTATION, DEPARTMENT OF


File Date: 12/17/2014


Latest Filing - 12/17/2014:

A letter was received on December 17, 2014 reporting the actual cost expended for dates 09/25/2014 through 10/31/2014 is $333,762.25.

 

Original Filing - 09/30/2014: FY15, Qtr 1, Item# 15:

In November of 2013 the IDOT took over maintenance of 26th Street from East End Avenue east to State Street in Chicago Heights. In August of 2014, the Department received a complaint from the local elected officials indicating that the condition of the storm sewer along 26th Street from Wallace Street to Stewart Avenue is causing homes in a section of Chicago Heights to flood. After investigating the location and attempting to clean and repair the storm sewer using in-house forces, it has been determined that the entire length of sewer      (1100 feet) needs to be replaced. This work is beyond the capability of State forces. The work needs to be completed as soon as possible, prior to additional rains and winter weather to prevent additional flooding in Chicago Heights, and to preserve the condition of the pavement along 26th Street. The low bid was

$268,760.50. At this time due to uncertainty in the exact quantities of pay items, the total cost of this emergency affidavit is being estimated at $350,000.00. This Emergency Purchase has an expected start date of 09/25/2014 through 10/31/2014 with an original estimated cost of $350,000.00.

Signed By: John Fortmann, Deputy Director Highways-Region One


Vendor: Benchmark Construction Company


Notary Date: 9/25/2014


 

 

Original

Revised

Paid To

Actual

 

 

State Cost:

Estimate

$350,000.00

Estimate

Date

$333,762.25

Final Cost

$333,762.25

FY  QTR

15      2

Federal Cost

$0.00

 

 

$0.00

 


41           VETERANS' AFFAIRS - GENERAL OFFICE


File Date: 10/6/2014


Latest Filing - 10/03/2014:

The Actual Total Cost of FY13, Qtr 3, Item# 65 is $280,038.83.

 

Original Filing - 01/30/2013: FY13, Qtr 3, Item# 65:

A hearing was held on January 16, 2013 to hear testimony and receive comments on the proposed contract extension of emergency contract for incontinent briefs and wipes. After a complete review of the circumstances relating to the need for extending the existing emergency contract, CPO approval was given to extend until June 30, 2013. If a master contract is executed prior to that date, the emergency contract will be terminated. This Emergency Purchase has an expected start date of 02/10/2012 through 06/30/2013 with an original estimated cost of $229,000.00.

Signed By: Deborah L. Miller, Chief Fiscal Officer


Vendor: Seneca Medical Inc.


Notary Date: 1/28/2013


 

 

Original

Revised

Paid To

Actual

 

 

State Cost:

Estimate

$229,000.00

Estimate

Date

$280,038.83

Final Cost

$280,038.83

FY  QTR

15      2

Federal Cost

$0.00

 

 

$0.00

 

 


 

42           VETERANS' AFFAIRS - GENERAL OFFICE


File Date: 10/23/2014


Latest Filing - 10/23/2014:

The Actual Total Cost of FY14, Qtr 4, Item# 26 is $38,146.00.

 

Original Filing - 05/15/2014: FY14, Qtr 4, Item# 26:

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 cost is $61,000.00.

Signed By: Deborah Miller, CFO


Vendor: Smart Wash, Inc.


Notary Date: 4/22/2014


 

 

Original

Revised

Paid To

Actual

 

 

State Cost:

Estimate

$61,000.00

Estimate

Date

$38,146.00

Final Cost

$38,146.00

FY  QTR

15      2

Federal Cost

$0.00

 

 

$0.00

 


43           CAPITAL DEVELOPMENT BOARD


File Date: 12/8/2014


Latest Filing: 12/08/2014:

A letter was received on December 8, 2014 reporting the costs expended for dates 06/21/2011 through 09/16/2011 for Geissler Roofing is $15,900.00 and for Heartland Mechanical is $27,457.22, bringing the actual cost to $43,357.22.

 

Original Filing - 08/02/2011: FY12, Qtr 1, Item# 61:

According to the Department of Corrections, major storm damage occurred at approximately 5:00 a.m. on June 19, 2011. The facility experienced power outages, lost one phase of the power and the emergency generator did not automatically start. The Dietary Building gas line supplying the make up air unit was broken off and leaking. The make up air unit and the exhaust hood unit was blown off the roof. Portions of the metal roof on the south dorm building and visiting area were damaged by the high wind. The communications tower was blown over and will need to be replaced. The kitchen ceiling has water damage due                        to the large opening where the exhaust and make up units were blown off. A few light fixtures have water inside. The ceiling in the visiting area has some water damage due to the roof panels that were blown off exposing the ceiling to the rain. The fire alarm was damaged when the exhaust hood was blown off leaving the fire alarm system completely shut down. Vendor #1, Geissler Roofing has an estimated cost of $29,000.00 and Heartland Mechanical has an estimated cost of $28,900.00.

Signed By: Gus Behnke, Chief Fiscal Officer


Vendor: Various


Notary Date: 6/23/2011


 

 

Original

Revised

Paid To

Actual

 

 

State Cost:

Estimate

$57,900.00

Estimate

Date

$43,357.22

Final Cost

$43,357.22

FY  QTR

15      2

Federal Cost

$0.00

 

 

$0.00

 


44           CAPITAL DEVELOPMENT BOARD


File Date: 12/8/2014


Latest Filing - 12/08/2014:

A letter was received on December 12, 2014 reporting the actual cost expended for dates 09/07/2012 through 12/06/2012 is $50,995.03.

 

Original Filing - 09/18/2012: FY13, Qtr 1, Item# 70:

The sanitary force main, northeast of Kelso Hollow is very fragile, failed and is exposed at several locations within at least 2 ravines. The existing sanitary systems is over 40 years old and due to the age and condition of the pipe, additional breaks may occur in different locations creating serious environmental and public health concerns. The scope provides for replacing the force main sewage pipe lift station to the Village sewer system. Also replacing one nonfunctioning force main pump and if necessary installing storm water culverts.

Signed By: Gus Behnke, Chief Fiscal Officer


Vendor: Petersburg Plumbing


Notary Date: 9/14/2012


 

 

Original

Revised

Paid To

Actual

 

 

State Cost:

Estimate

$50,000.00

Estimate

Date

$50,995.03

Final Cost

$50,995.03

FY  QTR

15      2

Federal Cost

$0.00

 

 

$0.00

 


45           CAPITAL DEVELOPMENT BOARD


File Date: 12/8/2014


Latest Filing - 12/08/2014:

A letter was received on December 8, 2014 reporting the cost expended for Allied Design is $33,500 for the dates 05/21/2014 through 08/18/2014 and $276,400.74 for Designed Roofing System, reporting a total actual cost of $309,900.74.

 

Original Filing: FY14, Qtr 4, Item# 28:

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 pubic 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. Vendor #1, Allied Design has an estimated cost of 33,500.00, Vendor #2, Designed Roofing Systems has an actual cost of $259,578.00. The original estimated cost is $293,078.00.

Signed By: Gus Behnke, CFO


Vendor: Allied Design/Designed Roofing System


Notary Date: 5/22/2014


 


Original Estimate

State Cost:       $293,078.00


Revised Estimate


Paid To

Date

$309,900.74


Actual Final Cost

$309,900.74


FY  QTR

15      2


Federal Cost


$0.00


$0.00


46           CAPITAL DEVELOPMENT BOARD


File Date: 12/8/2014


Latest Filing - 12/08/2014:

A letter was received on December 8, 2014 reporting the actual cost expended for dates 06/23/2014 through 09/20/2014 is $8,895.00.

 

Original Filing - 06/25/2014:FY14, Qtr 4, Item# 29:

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 By: Gus Behnke, CFO


Vendor: BRIC Partnership


Notary Date: 6/24/2014


 

 

Original

Revised

Paid To

Actual

 

 

State Cost:

Estimate

$15,000.00

Estimate

Date

$8,895.00

Final Cost

$8,895.00

FY  QTR

15      2

Federal Cost

$0.00

 

 

$0.00

 


47           MATHEMATICS AND SCIENCE ACADEMY, ILLINOIS


File Date: 10/14/2014


Latest Filing - 10/14/2014:

The Actual Total Cost of FY15, Qtr 1, Item# 18 is $99,651.35.

 

Original Filing - 08/04/2014: FY15, Qtr 1, Item# 18:

Illinois Mathematics & Science Academy is currently undergoing exterior Residence Hall renovations on seven (7) buildings Under CDB Project #805-030-017. A combination of rainy weather and construction equipment has seriously destroyed the grading and grass around the area of the Residence Halls. Immediate expenditure to repair the grading and grass around the seven Residence Halls is necessary to avoid potential health        and safety issues that could result from poor drainage, standing water, and unstable ground. Campus drainage issues will continue to decline due to the existing wear and damage. If the landscape is not repaired, there    will be further damage to the interior of the halls as a result of mud on sidewalks, surrounding the halls, being tracked into the buildings. The original date students were to begin moving in was August 12th, school is already being delayed one (1) week due to the construction project. The grading and grass must be repaired to prevent further delay in the start of school. We have chosen Semper Fi (registered veteran-owned small business) to award the project. We have utilized this vendor for projects in the past and found them responsive and responsible. Semper Fi is located close to campus and available to do the work within the time frame required. This Emergency Purchase has an expected start date of 08/04/2014 through 09/19/2014 with an original estimated cost of $95,000.00.

Signed By: Carla Carreno, Procurement Officer/Services Manager


Vendor: Semper Fi Yard Service, Inc.


Notary Date: 7/25/2014


 

 

Original

Revised

Paid To

Actual

 

 

State Cost:

Estimate

$95,000.00

Estimate

Date

$99,651.35

Final Cost

$99,651.35

FY  QTR

15      2

Federal Cost

$0.00

 

 

$0.00

 


48           TOLL HIGHWAY AUTHORITY, ILLINOIS STATE


File Date: 10/22/2014


Latest Filing - 10/22/14:

A letter was received on 10/22/14 reporting an actual cost of $250,182.83 for dates starting 05/17/24 through 09/13/2014.

 

Fourth Filing - 09/09/2014: FY15, Qtr 1, Item# 39

A letter was received on 09/09/2014 extending the dates from 09/14/2014 through 12/12/2014 with an actual cost of $0.00.

 

Third Filing - 06/19/2014: FY14, Qtr 4, Item # 73

A letter was received on 06/19/2014 reporting an actual cost of $155,879.68 for dates starting 02/16/2014 through 05/16/2014.

 

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 at an additional estimated cost of $300,000.00, bringing the total estimated cost to $525,000.

 

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. This Emergency Purchase has an estimated start date of 02/16/2014 through 05/16/2014 with an estimated cost of $225,000.00.

Signed By: John Donato, Chief of Procurement


Vendor: Meade Electric Company, Inc.


Notary Date: 2/14/2014


 

 

Original

Revised

Paid To

Actual

 

 

State Cost:

Estimate

$225,000.00

Estimate

$525,000.00

Date

$406,062.51

Final Cost

$0.00

FY  QTR

15      2

Federal Cost

$0.00

 

 

$0.00

 


49           TOLL HIGHWAY AUTHORITY, ILLINOIS STATE


File Date: 10/3/2014


Latest Filing - 10/03/2014:

The Actual Total Cost of FY14, Qtr 4, Item# 30 is $72,454.00.

 

Original Filing - 06/09/2014: FY14, Qtr 4, Item# 30:

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 in 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 through analysis of the required repair work was conducted by the Tollway's consultant.

This Emergency Purchase has an expected start date of 06/04/2014 through 09/01/2014 with an original estimated cost of $80,000.00.

Signed By: John Donato, Chief of Porcurement


Vendor: P and G Crane and Engineering


Notary Date: 6/3/2014


 

 

Original

Revised

Paid To

Actual

 

 

State Cost:

Estimate

$80,000.00

Estimate

Date

$72,454.00

Final Cost

$72,454.00

FY  QTR

15      2

Federal Cost

$0.00

 

 

$0.00

 


50           TOLL HIGHWAY AUTHORITY, ILLINOIS STATE


File Date: 12/8/2014


Second Filing - 12/08/2014:

A letter was received on December 8, 2014 requesting an extension for dates starting 12/30/2014 to 06/29/2015 at an additional; estimated cost of $450,000.00, bringing the total estimated cost to 950,000.00.

 

Original Filing - 08/05/2014: FY15, Qtr 1, Item# 20:

The existing ISTHA Contract No. 09-0065 expires on September 30, 2014, with no remaining renewal options. This emergency procurement is being requested to extend the current contract until the Request for Proposal ("RFP") process for a new contract is completed. The Tollway's current contract for collection and collection litigation services is with two collection agencies: Harris & Harris, Ltd. And NCO Financial Systems, Inc. If the existing contract were to lapse, collections would cease against approximately 1.2 billion violation accounts placed between each of the two collection agencies. This results in reduced recovery back to the Tollway. The two collection agencies have recovered approximately $15 million per year from violators over the last three years. The Tollway is requesting a 90-day extension to allow sufficient time to complete the bid and contract negotiation process on the new RFP, as well as process implementation and development, to ensure the continued collection services on bad debt accounts. This Emergency Purchase has an expected start date of 10/01/2014 through 12/29/2014 with an original estimated cost of $500,000.00.

Signed By: John Donato, Chief of Procurement


Vendor: NCO Financial Systems, Inc.


Notary Date: 7/22/2014


 

 

Original

Revised

Paid To

Actual

 

 

State Cost:

Estimate

$500,000.00

Estimate

$950,000.00

Date

$0.00

Final Cost

$0.00

FY  QTR

15      2

Federal Cost

$0.00

 

 

$0.00

 


51           CHICAGO STATE UNIVERSITY


File Date: 10/8/2014


Latest Filing - 10/08/2014:

The Actual Total Cost of FY14, Qtr 3, Item# 28 is $10,291.50.

 

Original Filing - 02/21/2014: FY14, Qtr 3, Item# 28:

Due to the unforeseen record number of snowfalls in this current fiscal year, the University is currently preparing a solicitation for the upcoming fiscal year for snow removal services. This Emergency Purchase has an original estimated cost of $70,000.00.

Signed By: Larry Pinkelton, Interim V.P. of Admin. And Finance


Vendor: Beverly Snow & Ice, Inc.


Notary Date: 2/19/2014


 

 

Original

Revised

Paid To

Actual

 

 

State Cost:

Estimate

$70,000.00

Estimate

Date

$10,291.50

Final Cost

$10,291.50

FY  QTR

15      2

Federal Cost

$0.00

 

 

$0.00

 

 


 

52           ILLINOIS STATE UNIVERSITY


File Date: 10/17/2014


Latest Filing - 10/17/2014:

The Actual Total Cost of FY12, Qtr 4, Item# 54 is $90,255.75.

 

Original Filing - 04/08/2012: FY12, Qtr 4, Item# 54:

Needing to replace a 23 year old wood floor in the Redbird Arena. The wood has begun to crack and raising in several places. This has been deemed dangerous. The original estimated cost is $90,000.00.

Signed By: Judy Johnson, Dir of Purchasing


Vendor: Connor Sports Flooring


Notary Date: 4/16/2012


 

 

Original

Revised

Paid To

Actual

 

 

State Cost:

Estimate

$90,000.00

Estimate

Date

$90,255.75

Final Cost

$90,255.75

FY  QTR

15      2

Federal Cost

$0.00

 

 

$0.00

 


53           UNIVERSITY OF ILLINOIS


File Date: 10/1/2014


Latest Filing 10/01/2014:

The Actual Total Cost of FY14, Qtr 4, Item # 33 is $103,640.01.

 

Original Filing - 06/10/2014: FY14, Qtr 4, Item# 33:

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 18, 2014 is held and the sole source is approved. This Emergency Purchase has an expected start date of 06/03/2014 through 08/03/2014 with an original estimated cost of $250,000.00.

Signed By: Kevin Fair, Interim Dir of Purchasing


Vendor: Esoterix Genetic Laboratories, LLC


Notary Date: 6/3/2014


 


Original Estimate

State Cost:       $250,000.00


Revised Estimate


Paid To

Date

$103,640.01


Actual Final Cost

$103,640.01


FY  QTR

15      2


Federal Cost


$0.00


$0.00


54           UNIVERSITY OF ILLINOIS


File Date: 10/1/2014


Latest Filing - 10/01/2014:

The Actual Total Cost of FY14, Qtr 4, Item# 36 is $191,661.00.

 

Original Filing - 06/30/2014: FY14, Qtr 4, Item# 36:

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. This Emergency Purchase has an expected start date of 06/25/2014 through 08/25/2014 with an original estimated cost of $250,000.00.

Signed By: Kevin Fair, Dir of Purchasing


Vendor: Accredo Health Group


Notary Date: 6/25/2014


 

 

Original

Revised

Paid To

Actual

 

 

State Cost:

Estimate

$250,000.00

Estimate

Date

$191,661.00

Final Cost

$191,661.00

FY  QTR

15      2

Federal Cost

$0.00

 

 

$0.00