1               CENTRAL MANAGEMENT SERVICES


File Date: 10/21/2015


Emergency Janitorial Services are needed at the James R. Thompson Center in Chicago Illinois. The current vendor chose to stop working under the current contract because of a lack of payment from the State. The emergency contract is necessary until a competitive bid can be completed. This Emergency Purchase has an expected start date of 10/16/2015 through 01/14/2016 with an Actual Cost of $132,094.35.

Signed By: James Preckwinkle, Portfolio Manager


Vendor: Smith Maintenance


Notary Date: 10/16/2015


 

 

Original

Revised

Paid To

Actual

 

 

State Cost:

Estimate

$0.00

Estimate

Date

$132,094.35

Final Cost

$132,094.35

FY  QTR

16      2

Federal Cost

$0.00

 

 

$0.00

 

 


 

2               CORRECTIONS - GENERAL OFFICE


File Date: 12/23/2015


Menard Correctional Center has four extractors and eleven dryers which are used to provide laundry services for approximately 3400 inmates once a week. Currently only one extractor and four dryers are operational. A facility of this size requires a minimum of 4 industrial extractors and 5 industrial dryers in order to adequately perform laundry operations. The existing extractors are 19 years old and the existing dryers are 36 years old. Replacement parts are becoming obsolete and difficult to procure. With the current situation of one working extractor the laundry process will be increased from a one week cycle to a 3 week cycle to process laundry for the facility, therefore inmates clothing will be laundered once every 3 weeks instead of once every week,  which jeopardizes the health, life and safety of the offenders and staff of this facility. This is a one-time emergency procurement. This Emergency Purchase has an expected start date of 12/23/2015 through 03/21/2016 with an Original Estimated Cost of $93,995.00.

Signed By: Cameron Watson, Assistant Warden


Vendor: Loomis Brother Equipment Company


Notary Date: 12/23/2015


 

 

Original

Revised

Paid To

Actual

 

 

State Cost:

Estimate

$93,995.00

Estimate

Date

$0.00

Final Cost

$0.00

FY  QTR

16      2

Federal Cost

$0.00

 

 

$0.00

 


3               HUMAN SERVICES, DEPARTMENT OF


File Date: 11/10/2015


The roof on the Engineering Building at the Shapiro Mental Health Center in Kankakee Illinois is failing. The leaks are endangering the central telecommunications boxes that feeds the entire telecommunications network for the Center. Repairs are needed to prevent failure of the telecommunications as well as further damage to the building. This Emergency Purchase has an expected start date of 11/05/2015 through 02/02/2016 with an Original Estimated Cost of $72,000.00.

Signed By: William Strahle, Procurement Officer


Vendor: Elens & Maichin Roofing and Sheet Metal Inc.


Notary Date: 11/9/2015


 

 

Original

Revised

Paid To

Actual

 

 

State Cost:

Estimate

$72,000.00

Estimate

Date

$0.00

Final Cost

$0.00

FY  QTR

16      2

Federal Cost

$0.00

 

 

$0.00

 

 


 

4               HUMAN SERVICES, DEPARTMENT OF


File Date: 12/31/2015


Desk audit reviews are required for Community Service Providers who have received funding from DHS, in compliance with Federal and State Rules and Regulations including the Uniform Administrative Requirements Cost Principles, and Audit Requirements for Federal Awards. Federal Regulations (Uniform Administrative Requirements, Cost Principles, and Audit Requirements for Federal Awards - 2 CFR 200) requires audits of non-Federal Entities that expend $750,000 or more during the non-Federal entity's fiscal year. An Emergency contract is necessary with the current vendor whose contract ends December 31, 2015. There have been administrative delays in the execution of a Request for Proposal due to evaluation and incorporation of new Federal and State regulations. The current RFP is published and has a due date of January 21, 2016. This Emergency Purchase has an expected start date of 01/01/2016 through 03/31/2016 with an Original Estimated Cost of $75,000.00.

Signed By: Pamela Enno, Procurement Officer


Vendor: Crowe Horwarth LLP DBA Crowe Chizek & Company


Notary Date: 12/30/2016


 

 

Original

Revised

Paid To

Actual

 

 

State Cost:

Estimate

$75,000.00

Estimate

Date

$0.00

Final Cost

$0.00

FY  QTR

16      2

Federal Cost

$0.00

 

 

$0.00

 


5               PUBLIC HEALTH, DEPARTMENT OF


File Date: 12/21/2015


The Department's Medical Director position has been vacant for approximately 3 months due to an unexpected retirement. A contract that will expire on December 21, 2015 was executed to continue services until the vacancy could be filled. Despite the Department's efforts, the vacancy remains unfilled. The emergency contract is necessary to continue medical leadership and guidance for programs and operations at the               Department that protect the health and safety of Illinoisans. In addition the contract will enable the Department to maintain compliance with 20 ILCS 5/5-235. This Emergency Purchase has an expected start date of 12/22/2015 through 03/20/2016 with an Actual Cost of $30,000.00.

Signed By: Michelle Gentry-Wiseman, Assistant Director


Vendor: Arthur F. Kohman, M.D.


Notary Date: 12/18/2015


 

 

Original

Revised

Paid To

Actual

 

 

State Cost:

Estimate

$0.00

Estimate

Date

$30,000.00

Final Cost

$30,000.00

FY  QTR

16      2

Federal Cost

$0.00

 

 

$0.00

 

 


 

6               STATE POLICE, MERIT BOARD


File Date: 12/28/2015


This Emergency Procurement is for the continued services of Poesgate & Denes (Jane Denes), a Hearing Officer who provided services to the Illinois State Police Merit Board in Case number 2015MR001065. The anticipated/contracted Small Purchase P & A expense has been reached and now the case has been appealed. Additional services will be required of this Hearing Officer until the appeal has been resolved through the courts. This Emergency Purchase has an expected start date of 01/01/2016 through 04/01/2016 with an Original Estimated Cost of $60,000.00.

Signed By: Ronald Cooley, Executive Director


Vendor: Posegate & Denes PC


Notary Date: 12/21/2015


 

 

Original

Revised

Paid To

Actual

 

 

State Cost:

Estimate

$60,000.00

Estimate

Date

$0.00

Final Cost

$0.00

FY  QTR

16      2

Federal Cost

$0.00

 

 

$0.00

 


7               TRANSPORTATION, DEPARTMENT OF


File Date: 10/14/2015


On November 18, 2015, a letter was received in the same filing quarter, reporting the Actual Total Cost of this Emergency Purchase is $24,210.00.

 

Original Filing - 10/14/2015:

An unstable bridge approach pavement exists at the south departing end of the structure carrying SB I-55 over BNSF RR north of Litchfield in Montgomery County. This unstable approach slab has necessitated the closure of the outside land of SB I-55 due to large trucks rocking the slab which could lead to complete slab failure and cause full closure of the SB 1-55 lanes at this location. We believe the best option is to pump polyurethane under the pavement for stabilization. We have contacted Uretek USA, Inc., the one company in Illinois that is known to do this type of specialized work. This Emergency Purchase has an expected start date of 10/13/2015 through 01/10/2016 with an Original Estimated Cost of $50,000.00.

Signed By: Roger Driskell, Deputy Director, IDOT


Vendor: Uretek USA, Inc


Notary Date: 10/13/2015


 

 

Original

Revised

Paid To

Actual

 

 

State Cost:

Estimate

$50,000.00

Estimate

Date

$24,210.00

Final Cost

$24,210.00

FY  QTR

16      2

Federal Cost

$0.00

 

 

$0.00

 


8               TRANSPORTATION, DEPARTMENT OF


File Date: 10/26/2015


Latest Filing - 01/05/2016:

The Actual Total Cost of FY16, Qtr 2, Item# 8 is $260,050.25.

 

Original Filing - 10/26/2015: FY16, Qtr 2, Item# 8:

The Department was notified of pavement issues on Eldred/Hillview Road north of IL Rte. 108 in Greene County. Upon investigation, it was found the Hot Mix Asphalt (HMA) surface lift had debonded from the Hot Mix Asphalt binder lift in both lanes beginning 5.7 miles north of IL Rte. 108 and continued for approximately

1.4 miles to the north. Cracks in the pavement as wide as 5 inches were documented. The proposed work will consist of providing traffic control, milling the existing surface lift approximately 1.5 inches thick, texture the binder lift, HMA resurfacing and pavement marking necessary to restore the pavement to a safe operating condition. The Department's District 8 Bureau of Operations does not have sufficient forces or equipment to accomplish the required work. As such, we solicited quotations based on plans and estimated quantities from five contractors for this work and have selected C.E. Mahoney Company. This Emergency Purchase has an expected start date of 10/21/2015 through 01/19/2016 with an Original Estimated Cost of $325,000.00.

Signed By: Bill Grunloh, Purchasing Officer


Vendor: C.E. Mahoney Company


Notary Date: 10/22/2015


 

 

Original

Revised

Paid To

Actual

 

 

State Cost:

Estimate

$325,000.00

Estimate

Date

$260,050.25

Final Cost

$260,050.25

FY  QTR

16      2

Federal Cost

$0.00

 

 

$0.00

 

 


 

9               TRANSPORTATION, DEPARTMENT OF


File Date: 11/12/2015


Henning Road in Vermillion County was damaged on September 28, 2015 by a farmer with his equipment. The condition of Henning Road at the damaged locations will not hold up over the winter. The roadway will deteriorate to a point that it is a hazard to the traveling public. The areas that need repaired will continue to grow at each location. Proceeding with an emergency contract will help limit the deterioration of adjacent pavement. This Emergency Purchase has an expected start date of 11/09/2015 through 02/06/2016 with an Original Estimated Cost of $60,000.00.

Signed By: Kensil Garnett, Deputy Director of Highways-Region Three


Vendor: Cross Construction


Notary Date: 11/6/2015


 

 

Original

Revised

Paid To

Actual

 

 

State Cost:

Estimate

$60,000.00

Estimate

Date

$0.00

Final Cost

$0.00

FY  QTR

16      2

Federal Cost

$0.00

 

 

$0.00

 


10           TRANSPORTATION, DEPARTMENT OF


File Date: 11/13/2015


The Department was notified of a pavement issue on Palmyra Road, 0.1 miles west of Peek Home in Lee County. Upon investigation a large hole/void in the pavement was caused by the failure of an old stone culvert over a drainage ditch. The District immediately placed a 5' x 8' steel plate over the hole to protect the motoring public. At this time the State is requesting an emergency purchase of the material to replace the culvert for the following reasons: 1) public safety, as a large steel plate in the middle of the roadway may cause motorists to lose control of their vehicle during snow, rain, or icing conditions; and, 2) damage to State snowplow trucks if they should hit the steel plate during snow removal. This Emergency Purchase has an expected start date of 11/10/2015 through 02/07/2016 with an Original Estimated Cost of $33,000.00.

Signed By: Aaron Weatherholt, Deputy Director of Highways


Vendor: Concrete Specialties


Notary Date: 11/10/2015


 

 

Original

Revised

Paid To

Actual

 

 

State Cost:

Estimate

$33,000.00

Estimate

Date

$0.00

Final Cost

$0.00

FY  QTR

16      2

Federal Cost

$0.00

 

 

$0.00

 

 


 

11           TRANSPORTATION, DEPARTMENT OF


File Date: 12/8/2015


On Wednesday, December 2, 2015, the salt dome at District One's Landscape maintenance Yard collapsed spreading debris around and on the dome site as well as standing the end loader at the top of the salt pile. The Maintenance Yard is located at 1260 W. Augusta near downtown Chicago. The dome is located in close proximity to the I-94 off ramp to Augusta Boulevard. State forces do not have the expertise to demolish this size of a collapsed building and State forces do not have the capacity to lower the end loader from the top of the salt pile without jeopardizing the motorists utilizing the I-94 ramp to Augusta Blvd. The Estimated Cost of this Emergency Purchase is $50,000.00.

Signed By: Ben Grunloh, Chief Procurement Officer


Vendor: Alpine Demolition Services


Notary Date:


 

 

Original

Revised

Paid To

Actual

 

 

State Cost:

Estimate

$50,000.00

Estimate

Date

$0.00

Final Cost

$0.00

FY  QTR

16      2

Federal Cost

$0.00

 

 

$0.00

 


12           TRANSPORTATION, DEPARTMENT OF


File Date: 12/22/2015


On Wednesday, December 2, 2015 the salt dome at Districts One's Landscape Maintenance Yard collapsed. The Landscape Maintenance Yard is located at 1260 W. Augusta Boulevard near downtown Chicago. The debris has been cleared and for the very short term the salt has been tarped. The District still faces environmental liabilities with the Illinois EPA. Due to the fact that the Eisenhower Maintenance Yard is being constructed, the Landscape Yard is serving more snow removal routes and cannot be scaled back. This facility traditionally handles the existing eastern half of the Kennedy Expressway and now must also handle the eastern half of the Eisenhower Expressway. This forces the District to utilize a tarping system that has to be placed, rolled back and replaced, all by hand, throughout storms, deliveries and stockpiling. The handling of the     tarps may create a safety hazard to the employees moving the tarps during storm events. The handling of the tarps also exposes the salt to rain and snow during the storms which create chloride releases into the environment which will be monitored by IEPA.

 

The district contacted the original 1993 company that constructed this salt dome, Bulk Storage Inc. Since the footings and the concrete walls were not damaged during the collapse and are 100 percent salvageable, Bulk Storage has indicated that they could rapidly replace the roof panels in kind with an estimated completion date of January 31, 2016. This Emergency Purchase has an expected completion date of 01/31/2016 with an Original Estimated Cost of $175,000.00.

Signed By: Bill Grunloh, Chief Procurement Officer


Vendor: Bulk Storage Inc


Notary Date:


 

 

Original

Revised

Paid To

Actual

 

 

State Cost:

Estimate

$175,000.00

Estimate

Date

$0.00

Final Cost

$0.00

FY  QTR

16      2

Federal Cost

$0.00

 

 

$0.00

 


13           VETERANS' AFFAIRS - GENERAL OFFICE


File Date: 10/2/2015


Latest Filing - 12/21/2015:

An Affidavit was received in the same filing quarter on December 21, 2015 stating the final total costs for this Emergency Purchase is $200,514.36 to Garratt Callahan Co. and $76,665.25 to Klinger & Associates P.C., making the Actual Total Cost $277,179.61.

 

Second Filing - 10/29/15:

An Affidavit was received in the same filing quarter on September 29, 2015, reporting a second vendor, Klingner & Associates, has been added to this Emergency Purchase, at an additional estimated cost of

$167,860.00. The revised estimated cost for this Emergency Purchase is $517,860.00.

 

Original Filing - 10/02/2015:

The outbreak of Legionella disease on the Quincy Veterans' Home campus required the water system pipes be flushed out with disinfectant and chemicals by a vendor qualified to perform such services. Remediation plan and costs estimates were delayed by concern for life/safety of residents and performing necessary testing for the disease. Identification of the source of outbreak made it problematic to determine a remediation plan. Until a remediation plan was complete cost estimates were unknown. Additionally due to the age, size and complexity of the facility coupled with the population of residents and employees had made it challenging for companies involved, as they do not have any past history to utilize. This Emergency Purchase has an expected start       date of 08/24/2015 through 11/21/2015 with an Original Estimated Cost of $350,000.00.

Signed By: Deborah Miller, Chief Fiscal Officer


Vendor: Garratt Callahan Co./ Klingner & Associates P.C.


Notary Date: 9/22/2015


 

 

Original

Revised

Paid To

Actual

 

 

State Cost:

Estimate

$350,000.00

Estimate

$517,860.00

Date

$277,179.61

Final Cost

$277,179.61

FY  QTR

16      2

Federal Cost

$0.00

 

 

$0.00

 


14           VETERANS' AFFAIRS - GENERAL OFFICE


File Date: 12/7/2015


Due to the outbreak of the Legionella disease at the Quincy Veterans Home campus, it is now required all of the bath tubs in all units be disinfected several times a day to eliminate the automatic disinfectant injector and tub water of the bacteria. This contract will only be for the mandated purchase of the Ecolab Pro Oasis 20 surface disinfectant, to use during this time. At this time the Department of Veteran's Affairs is unsure how long this disinfecting of the tubs will need to be done or how much product will be purchased. An average of 56 cases will be used a week. This will fluctuate each week depending on how soon the Legionnaire’s disease can be eliminated for a unit’s tubs. This Emergency Purchase has an expected start date of 11/19/2015 through 02/16/2016 with an Original Estimated Cost of $100,000.00.

Signed By: Deborah Miller, Chief Fiscal Officer


Vendor: Ecolab, Inc.


Notary Date: 11/24/2015


 

 

Original

Revised

Paid To

Actual

 

 

State Cost:

Estimate

$100,000.00

Estimate

Date

$0.00

Final Cost

$0.00

FY  QTR

16      2

Federal Cost

$0.00

 

 

$0.00

 


15           CAPITAL DEVELOPMENT BOARD


File Date: 10/16/2015


Second Filing - 12/02/2015:

On December 2, 2015, a letter was received in the same filing quarter, increasing the original estimated cost for BRIC Partnership LLC from $353,101.00 to $445,309.30, and the original estimated cost for Doyle Plumbing & Heating Company from, $1,866,000.00 to $3,970,000.00, increasing the Total Estimate Cost

$4,415,309.30.

 

Original Filing - 10/16/2015:

The Illinois Veterans’ Home in Quincy provides long term skilled nursing care to approximately 380 elderly persons and employs over 500 direct care and support staff. On August 23, 2015 the Home experienced its third confirmed case of Legionella, constituting an outbreak. To date there have been 12 deaths and 54 ill residents and employees at the Home. Emergency purchases are necessary in order to provide immediate upgrades to the domestic water system at the Home to alleviate the outbreak of Legionella, to further protect against the threat to public health and safety and to prevent or minimize serious disruption in critical State services.

 

BRIC Partnership LLC will provide limited design, including but not limited to photos, rough dimensions, and directives to identify and repair the domestic water system as outlined in the attached listing of work items required by the Illinois Department of Public Health and any other work items that the Illinois Department of Public Health or Department of Veterans’ Affairs deem necessary to identify and repair the emergency conditions.

 

Doyle Plumbing & Heating Company will provide labor and material to repair the domestic water system as directed by BRIC Partnership as required by the Illinois Department of Public Health (IDPH)and any other work items that IDPH or the Department of Veterans' Affairs deem necessary to identify and repair the emergency conditions.

 

This Emergency Purchase has an expected start date of 01/01/2015 through 12/29/2015 with an Original Estimated Cost for BRIC Partnership LLC of $353,101.00 and an Original Estimated Cost for Doyle Plumbing

& Heating Company of $1,866,000.00, making the Total Estimate Cost $2,219,101.00.

Signed By: Gus Behnke, Chief Fiscal Officer


Vendor: BRIC Partnership LLC & Doyle Plumbing & Heating Compa


Notary Date: 10/6/2015


 

 

Original

Revised

Paid To

Actual

 

 

State Cost:

Estimate

$2,219,101.00

Estimate

$4,415,309.30

Date

$0.00

Final Cost

$0.00

FY  QTR

16      2

Federal Cost

$0.00

 

 

$0.00

 


16           CAPITAL DEVELOPMENT BOARD


File Date: 12/1/2015


This emergency purchase is for the design of emergency structural replacements of the Coal Bunker rail delivery system located at the Warren G Murray Developmental Center in Centralia, IL. CDB has retained the architectural services of Hurst-Rosche, Inc. to design the structural replacements, as the existing architect selection process will not ensure a timely response. Murray Developmental Center uses a conveyor system to provide coal to the boilers. Failure of the conveyor system to provide coal to the boilers will result in steam loss for its residents. This Emergency Purchase has an expected start date of 11/24/2015 through 02/21/2016 with an Original Estimated Cost of $45,000.00.

Signed By: Gus Behnke, Chief Fiscal Officer


Vendor: Hurst-Rosche, Inc.


Notary Date: 11/24/2015


 

 

Original

Revised

Paid To

Actual

 

 

State Cost:

Estimate

$45,000.00

Estimate

Date

$0.00

Final Cost

$0.00

FY  QTR

16      2

Federal Cost

$0.00

 

 

$0.00

 

 


 

17           ILLINOIS FINANCE AUTHORITY


File Date: 11/10/2015


After previous competitive solicitation efforts did not result in a successful procurement in 2015, an emergency purchase is necessary to allow continued healthcare coverage and payroll services for Illinois Finance Authority employees. A new competitive RFP for these services will be developed by the agency if it is not able to timely procure services under an existing contract. ADP Total Source, Inc. is the current vendor and for services to continue uninterrupted for employees, the agreement must continue with the current provider. This Emergency Purchase has an expected start date of 11/01/2015 through 01/29/2016 with an Actual Cost of $74,850.00.

Signed By: Maye Kelsey, State Purchasing Officer


Vendor: ADP TotalSource, Inc.


Notary Date: 11/2/2015


 

 

Original

Revised

Paid To

Actual

 

 

State Cost:

Estimate

$0.00

Estimate

Date

$74,850.00

Final Cost

$74,850.00

FY  QTR

16      2

Federal Cost

$0.00

 

 

$0.00

 


18           GOVERNORS STATE UNIVERSITY


File Date: 12/14/2015


Flooding and temporary repair from a broken water main caused the University to close for the day on November 30, 2015. Repair to the plumbing, and replacement of aged pipes after investigation requires extensive removal of concrete and asphalt to access pipes, gaskets, etc. for removal and repair. This Emergency Purchase has an expected start date of 12/11/2015 through 12/31/2015 with an Original Estimated Cost of $184,000.00.

Signed By: Tracy Sullivan, Asst. Vice President of Procurement


Vendor: M & J Underground Inc


Notary Date: 12/11/2015


 

 

Original

Revised

Paid To

Actual

 

 

State Cost:

Estimate

$184,000.00

Estimate

Date

$0.00

Final Cost

$0.00

FY  QTR

16      2

Federal Cost

$0.00

 

 

$0.00

 

 


 

19           ILLINOIS STATE UNIVERSITY


File Date: 12/10/2015


The north gym flooring at Horton Field house was damaged beyond repair by a burst water line. The flooring needs to be replaced immediately in order to be completed by the time students return from winter break to resume classes on 01/11/2016. This Emergency Purchase has an expected start date of 12/07/2015 through 01/11/2016 with an Actual Cost of $187,910.00.

Signed By: Judy Johnson, Director of Purchases


Vendor: Kiefer Specialty Flooring, Inc.


Notary Date: 12/8/2015


 

 

Original

Revised

Paid To

Actual

 

 

State Cost:

Estimate

$0.00

Estimate

Date

$187,910.00

Final Cost

$187,910.00

FY  QTR

16      2

Federal Cost

$0.00

 

 

$0.00

 


20           NORTHERN ILLINOIS UNIVERSITY


File Date: 11/30/2015


An emergency purchase for consulting services for communications counsel for issue management and ongoing support in crisis communications to ensure the maintenance of the University's reputation and relationships with stakeholders and the community was required due to numerous recent events and lack of sufficient internal resources. Northern Illinois University required immediate crisis management services to mitigate negative perception of the University. An RFP is currently being developed to provide these services at the end of the emergency procurement period. This Emergency Purchase has an expected start date of 11/16/2015 through 02/13/2016 with an Original Estimated Cost of $50,000.00.

Signed By: Kent Clapsaddle, Manager of Procurement Services


Vendor: ASGK Public Strategies, LLC-dba-Kivvit


Notary Date: 11/25/2015


 

 

Original

Revised

Paid To

Actual

 

 

State Cost:

Estimate

$50,000.00

Estimate

Date

$0.00

Final Cost

$0.00

FY  QTR

16      2

Federal Cost

$0.00

 

 

$0.00

 

 


 

21           NORTHERN ILLINOIS UNIVERSITY


File Date: 12/28/2015


The NIU Football team is playing in the Poinsettia Bowl (San Diego, CA) on December 23, 2015, and air travel required for the band and Cheer Teams. Immediate action was required and not enough time was available     for a competitive source selection due to the timeline of the bowl game announcement and the actual bowl game. This Emergency Purchase has an expected start date of 12/11/2015 through 12/24/2015 with an Actual Cost of $77,128.41.

Signed By: Kent Clapsaddle, Manager of Procurement Services


Vendor: Anthony Travel Inc.


Notary Date: 12/21/2015


 

 

Original

Revised

Paid To

Actual

 

 

State Cost:

Estimate

$0.00

Estimate

Date

$77,128.41

Final Cost

$77,128.41

FY  QTR

16      2

Federal Cost

$0.00

 

 

$0.00

 


22           NORTHERN ILLINOIS UNIVERSITY


File Date: 12/28/2015


The services of Sheraton San Diego Hotel & Marina have been engaged for lodging, meeting rooms and catering for participation of the University football team in the Poinsettia Bowl in San Diego, CA, and December 23, 2015. This emergency/quick purchase was required due to a situation in which the need for services to protect or further University interests was immediate and use of other competitive source selection procedures under the Illinois Procurement Code could not have been accomplished without significant risk of causing disadvantages to the University. This Emergency Purchase has an expected start date of 12/19/2015 through 12/23/2015 with an Original Estimated Cost of $140,000.00.

Signed By: Kent Clapsaddle, Manager of Procurement Services


Vendor: Sheraton San Diego Hotel & Marina


Notary Date: 12/21/2015


 

 

Original

Revised

Paid To

Actual

 

 

State Cost:

Estimate

$140,000.00

Estimate

Date

$0.00

Final Cost

$0.00

FY  QTR

16      2

Federal Cost

$0.00

 

 

$0.00

 

 


 

23           SOUTHERN ILLINOIS UNIVERSITY


File Date: 10/2/2015


Given the limited supply of capable vendors and high demand, the vendor requires a minimum one year agreement. We attempted to negotiate this portion of the contract, but the vendor would not deviate. Because a 90-day emergency policy is not an option, the contract with Ethority LLC for a one-year contract is the permanent solution per RULE 4.2039(d). The November 1, 2015 start date is an estimated date that the    Vendor will begin implementation. However, data requirements and transfers in preparation for implementation is required to be performed by the University prior to the actual implementation date set by the                Vendor. During the next 12 months, SIU Carbondale will issue a competitive RFP for this type of service to continue to be ACA compliant. This Emergency Purchase has an expected start date of 11/01/2015 through 10/31/2016 with an Original Estimated Cost of $80,000.00.

Signed By: Debbie Abell, Director of Procurement


Vendor: Ethority LLC dab Talx Corporation


Notary Date: 9/28/2015


 

 

Original

Revised

Paid To

Actual

 

 

State Cost:

Estimate

$80,000.00

Estimate

Date

$0.00

Final Cost

$0.00

FY  QTR

16      2

Federal Cost

$0.00

 

 

$0.00

 


24           UNIVERSITY OF ILLINOIS


File Date: 10/5/2015


On August 28, 2015, the University published award of a competitive solicitation to multiple vendors for 9 categories of Patient Account Collection Services. On September 8, 2015 a protest was received protesting the award of category 2 of 9. Consequently, the award for category 2 of 9 is stayed until the protest is resolved.

This emergency procurement is required with the current contract holders so that uninterrupted services can continue for collection of the Hospital's patient accounts receivable for Category 2 of 9 during the protest resolution. A cessation of the patient accounts collection services would cause undo harm to the hospital revenue stream. This emergency purchase includes the following vendors at estimated costs: Nationwide Credit and Collection, Inc. at $150,000.00; Medical Business Bureau, LLC at $150,000.00 and Trustmark Recovery Services at $150,000.00. This Emergency Purchase has an expected start date of 10/01/2015 through 12/29/2015 with an Original Estimated Cost of $450,000.00.

Signed By: Debra Matlock,


Vendor: Various Vendors


Notary Date: 10/1/2015


 

 

Original

Revised

Paid To

Actual

 

 

State Cost:

Estimate

$450,000.00

Estimate

Date

$0.00

Final Cost

$0.00

FY  QTR

16      2

Federal Cost

$0.00

 

 

$0.00

 

 


 

25           UNIVERSITY OF ILLINOIS


File Date: 10/14/2015


The University awarded a contract for esophageal and 3D anorectal manometry system. This emergency/quick purchase was required due to failure of an existing system which was not economically repairable and immediate action was needed to prevent any disruption in University services. Patient testing has been postponed and/or cancelled and loss of revenue has resulted from the current inoperable instrument. In addition to the need to take immediate action, sound business judgment mandated a quick purchase to take advantage   of a limited time offer by the seller to deliver within seven to ten business days at a special discounted       price. In summary, patient testing has been postponed and/or cancelled and loss of revenue has resulted       from the current inoperable instrument. State services that affect Chicagoland healthcare can be expanded     and enhanced from this quick purchase. The Actual Total cost of this Emergency Purchase is

$118,744.41.

Signed By: Gary Reis, State Purchasing Officer


Vendor: Given Image Inc.


Notary Date:


 


Original Estimate

State Cost:       $119,535.60


Revised Estimate


Paid To

Date

$118,744.41


Actual Final Cost

$118,744.41


FY  QTR

16      2


Federal Cost


$0.00


$0.00


26           UNIVERSITY OF ILLINOIS


File Date: 10/14/2015


The University awarded a contract for Seahorse Bioscience XFe24 & XFp units. This emergency/quick purchase was required due to a situation in which items available on the spot market or at discounted prices were available for a limited time such that sound business judgment mandated a purchase immediately to take advantage of the availability and price. Purchase from Seahorse Bioscience Inc. for two Extracellular Flux Analyzers, both demonstration models: One XFe24 Extracellular Flux Analyzer unit manufactured in 2015 and one XFp Extracellular Flux Analyzer unit, manufactured in late 2014. The Purchase of these units includes an additional $8,000 in consumable reagent kits. Emergency/quick purchase was required due to a situation in which these Extracellular Flux Analyzers were available at a deep discounted price until June 29, 2014 on a first come basis. Sound business judgment mandated an immediate/quick purchase to take advantage of the availability and price. The first come offer is $158,000 that represent a discount of 26% as the original manufacturer price of $204,600 plus the complimentary reagent kits valued a $8,000. This deep discount and limited time offer qualifies this emergency as a quick purchase. The Actual Cost of this Emergency Purchase is $158,500.00

Signed By: Gary Reis, State Purchasing Officer


Vendor: Seahorse Bioscience Inc


Notary Date:


 


Original Estimate

State Cost:       $158,000.00


Revised Estimate


Paid To

Date

$158,500.00


Actual Final Cost

$158,500.00


FY  QTR

16      2


Federal Cost


$0.00


$0.00


27           UNIVERSITY OF ILLINOIS


File Date: 10/23/2015


This emergency/quick purchase was required due to a situation in which items available on the spot market or at discounted prices were available for a limited time such that sound business judgment mandated a purchase immediately to take advantage of the availability and price. Quick purchase of GE's refurbished BC X100  Gold Seal instrument that has the L1 sensor chip that is essential for Chemistry's membrane-protein binding assay research.

 

This emergency/quick purchase was required due to a situation in which this refurbished equipment was available at a deep discounted price for a limited time on a first come basis. Sound business judgment mandated an immediate/quick purchase to take advantage of the availability and price. The first come offer is

$ 80,000 that represents a discount of 25% as the original manufacturer price is $ 106,600. Therefore, this deep discount and the limited time offer qualifies this emergency as a quick purchase. .

 

Chemistry Department will utilize this equipment in the newly established laboratory for research to characterize the chemicals exchanged bacteria and cancer cells. This equipment and the associated imaging software will allow researchers to rapidly perform this characterization and analysis on a variety of samples under different biological conditions. The actual purchase price is $ 81,750 that includes one year warranty coverage including labor, parts and travel costs. Year.

Signed By: Debra Matlock, Purchasing Director


Vendor: GE Healthcare Bio-Sciences Corporation


Notary Date: 10/15/2015


 

 

Original

Revised

Paid To

Actual

 

 

State Cost:

Estimate

$0.00

Estimate

Date

$81,750.00

Final Cost

$81,750.00

FY  QTR

16      2

Federal Cost

$0.00

 

 

$0.00

 


28           UNIVERSITY OF ILLINOIS


File Date: 11/2/2015


This emergency/quick purchase was required due to a situation in which items available on the spot market or at discounted prices were available for a limited time such that sound business judgment mandated a purchase immediately to take advantage of the availability and price.

 

Oxford Instruments will manufacture the same instrument specifications that the Associate Professor of Bioengineering was utilizing as his previous institution. He just came to the University of Illinois at Chicago in September 2015. Therefore, this instrument has been configured/customized so that the ongoing research can be performed. This medical research involves studying molecular, membrane and cell mechanics, and   morphology, which will be related to pathology of neurodegenerative diseases.

 

The limited time offer is $179,345 that represents a discount of 18% as the original manufacturer price is

$217,545.00. The Actual Total Cost of this Emergency Purchase is $179,345.00, which includes a two year warranty parts and labor coverage including installation and training.

Signed By: Debra Matlock, Purchasing Director


Vendor: Asylum Research an Oxford Instruments Company


Notary Date:


 

 

Original

Revised

Paid To

Actual

 

 

State Cost:

Estimate

$0.00

Estimate

Date

$179,345.00

Final Cost

$179,345.00

FY  QTR

16      2

Federal Cost

$0.00

 

 

$0.00

 


29           UNIVERSITY OF ILLINOIS


File Date: 11/6/2015


The University awarded a contract for purchase of an IV drug, Lemtrada from Genyzme.

 

This emergency/quick purchase was required due to a situation in which immediate action was needed to prevent any disruption in University services.

 

The University awarded a contract with Genyzme Corporation for the IV drug Lemtrada which was prescribed for an MS outpatient in the Pharmacy Clinic. Genyzme is the manufacturer of this medication and direct purchase from Genyzme is the only method to obtain the product. They have no resellers or distributors. The cost is $19,750 per dose with most patients receiving 5 doses per course of therapy. A second course of therapy could be required one year later, depending on patient response, consisting of 3 additional doses. This emergency purchase was made as the patient will be administered the IV drug immediately. A sole source (607JCM) request is pending which will provide authority for future purchases. This Emergency Purchase has an expected start date of 10/29/2015 through 11/07/2015 with an Original Estimated Cost of $120,000.00.

Signed By: Debra Matlock, Purchasing Director


Vendor: Genyzme Corporation


Notary Date: 10/29/2015


 


Original Estimate

State Cost:       $120,000.00


Revised Estimate


Paid To

Date

$0.00


Actual Final Cost

$0.00


FY  QTR

16      2


Federal Cost


$0.00


$0.00


30           UNIVERSITY OF ILLINOIS


File Date: 12/14/2015


This emergency/quick purchase was required due to a situation in which immediate repairs were needed to prevent further loss or damage to University property. CUPPA Hall is the home to the College of Urban Planning and Public Administration and the building is used for teaching, research, and administrative offices for faculty, staff, and students. It is essential for the College that the building be reoccupied prior to first day of classes in August 2016. This affidavit supports the emergency purchase from Hayward Baker for construction services necessary to protect University property, University of Illinois at Chicago building CUPPA Hall located at 412 South Peoria Street, Chicago, from further loss or damage. Emergency repairs to CUPPA Hall are necessary to remediate damage to the building that resulted from nearby expressway work performed by the Illinois Department of Transportation (IDOT). This Emergency Purchase has an expected start date of 12/10/2015 through 06/07/2016 with an Original Estimated Cost of $2,321,640.00.

Signed By: Michael Bass, Sen. Assoc. Vice-President of Business


Vendor: Hayward Baker Inc.


Notary Date: 12/10/2015


 

 

Original

Revised

Paid To

Actual

 

 

State Cost:

Estimate

$2,321,640.00

Estimate

Date

$0.00

Final Cost

$0.00

FY  QTR

16      2

Federal Cost

$0.00

 

 

$0.00

 


31           UNIVERSITY OF ILLINOIS


File Date: 12/15/2015


This emergency/quick purchase was required due to a situation in which items available on the spot market or at discounted prices were available for a limited time such that sound business judgment mandated a purchase immediately to take advantage of the availability and price.

 

This emergency/quick purchase was required due to a situation in which a daVinci Xi Single Console Firefly Florescence Imaging Enabled Robotic System was available at a deep discounted price for a limited time, and must be ordered by 12/30/2015. Sound business judgment mandated an immediate/quick purchase to take advantage of the availability and price. The deep discount of $ 290,000 and the limited time offer that expires on December 30, 2015 qualifies this emergency as a quick purchase.

 

The Hospital's Surgical Services will utilize this robot to perform a variety of complex surgical procedures including robotic kidney transplants, nephrectomies & robotic gastrectomy sleeves. This Emergency Purchase has an expected purchase date of 12/08/2015 with an Original Estimated Cost of $3,821,000.00.

Signed By: Debra Matlock, Purchasing Director


Vendor: Intuitive Surgical, Inc.


Notary Date: 12/8/2015


 


Original Estimate

State Cost:     $3,821,000.00


Revised Estimate


Paid To

Date

$0.00


Actual Final Cost

$0.00


FY  QTR

16      2


Federal Cost


$0.00


$0.00

 

 

 

 


 

 

 

 

 

 

 

 

 

 

 

 

 

Updates to

Previously Filed

Emergency Purchases

 

 

 

 

 

 

 

 

 

 


 

 


32           NATURAL RESOURCES, DEPARTMENT OF


File Date: 8/16/2015


Latest Filing - 10/16/2015:

The Actual Total Cost of FY15, Qtr 4, Item# 8 is $1,216,137.77.

 

Original Filing - 06/08/2015: FY15, Qtr 4, Item# 8:

The Illinois Department of Natural Resources (IDNR) requires emergency services at the Hennepin Canal, located in Bureau County, near Tiskilwa, Illinois. The adjacent Bureau Creek has caused severe erosion into the canal's south earthen towpath embankment and is threatening its structural integrity. Immediate engineering and construction services are necessary to repair approximately 600 linear feet of the embankment to eliminate the threat to public safety, prevent further damage to the State asset, minimize further disruption to State park services, prevent the loss of the fisheries resource, and prevent damage to adjacent private property in the event the embankment would completely breach. Failure of the canal embankment is imminent. Construction services are required to drive approximately 14,000 sq. ft. of sheet piling, place approximately 7600 cu. Yd. of compacted earthen fill material and 3200 tons of RR5 riprap.

Once the embankment has been stabilized and restored, the trail shall be restored atop the embankment. Civil Constructors Inc. of East Moline, Illinois a CDB and IDOT prequalified vendor has the equipment, manpower and expertise to complete the project. The Vendor was available for immediate mobilization to undertake the emergency work. Engineering professional services shall be required by CDB and IDOT prequalified firm, Willett Hofmann & Associates Inc. of Dixon and Freeport, Illinois to oversee the construction efforts, provide technical support to DNR engineers and the contractor and provide compaction tests of the earthen embankment material. The estimated cost for Civil Constructors Inc. is $1,100,000.00 and the estimated cost  for Willett Hofmann and Associates Inc. is $25,000.00. This Emergency Purchase has an expected start date of 06/03/2015 through 08/30/2015 with an Original Estimated Cost of $1,125,000.00.

Signed By: Karen Rueter, Procurement Officer


Vendor: Civil Constructors Inc & Willett Hofmann and Associates, Inc


Notary Date: 6/5/2015


 

 

Original

Revised

Paid To

Actual

 

 

State Cost:

Estimate

$1,125,000.00

Estimate

Date

$1,216,137.77

Final Cost

$1,216,137.77

FY  QTR

16      2

Federal Cost

$0.00

 

 

$0.00

 


33           CORRECTIONS - GENERAL OFFICE


File Date: 10/15/2015


Latest Filing: 10/15/2015:

An affidavit was received reducing the original estimated cost of $110,400.00, for the time period of10/01/2015 through 12/30/2015, to the new estimated cost of $33,120.00.

 

Original Filing - 09/28/2015: FY 16, Qtr 1, Item# 8:

The Illinois Department of Corrections seeks to secure the services of one or more Department of Justice (DOJ)-Certified Prison Rape Elimination Act (PREA) Auditors to perform PREA audits at all IDOC Correction Facilities in order to bring the department into compliance under the Prison Rape Elimination Act of        2003. The initial audits must be completed by August 19, 2016 to be in compliance with the PREA requirements, and to avoid the possible loss of Federal funding. This Emergency Purchase has an expected start date of 10/01/2015 through 12/30/2015 with an Original Estimated Cost of $110,400.00.

Signed By: Michael Knauer, Procurement Officer


Vendor: The Nakamoto Group Inc.


Notary Date: 9/25/2015


 

 

Original

Revised

Paid To

Actual

 

 

State Cost:

Estimate

$110,400.00

Estimate

$33,120.00

Date

$0.00

Final Cost

$0.00

FY  QTR

16      2

Federal Cost

$0.00

 

 

$0.00

 


34           HUMAN SERVICES, DEPARTMENT OF


File Date: 8/21/2015


Latest Filing - 12/21/15:

A letter was received on December 21, 2015 requesting an extension for dates starting 01/01/2016 to 03/30/2016 at an additional estimated cost of $30,000.00, making a revised estimated cost of $80,000.00.

 

Second Filing - 08/21/2015: FY16, Qtr 1, Item# 44:

A letter was received on August 21, 2015 requesting an extension for dates starting 08/17/2015 to 12/31/2015 at an additional estimated cost of $30,000.00, making a revised estimated cost of $50,000.00.

 

Original Filing - 05/21/15: FY15, Qtr 4, Item# 12:

The Prescription Monitoring Program (PMP) website provides around the clock, 24/7 prescription information of individuals. This information allows medical personnel to make informed medical decisions.                   Over 27,000 PMP users query prescription drug data stored on the servers that provides critical drug information that allows them to make clinical decisions. If a website is not functioning, the physicians and pharmacists will not have access to this information. The Department of Human Services will also fail to meet federal grant obligations and will be forced to give funding back to federal agencies. The physicians, pharmacists and hospitals that rely on this program will lose important information that assists with clinical care of patients. This Emergency Purchase has an expected start date of 05/18/2015 through 08/16/2015 with an Original Estimated Cost of $20,000.00.

Signed By: William Strahle, Procurement Officer


Vendor: Hanson Information Systems, Inc.


Notary Date: 5/20/2015


 

 

Original

Revised

Paid To

Actual

 

 

State Cost:

Estimate

$20,000.00

Estimate

$80,000.00

Date

$0.00

Final Cost

$0.00

FY  QTR

16      2

Federal Cost

$0.00

 

 

$0.00

 


35           HUMAN SERVICES, DEPARTMENT OF


File Date: 11/25/2015


Latest Filing - 11/25/2015:

A letter was received on November 25, 2015 requesting an extension for dates starting 12/10/2015 to 04/30/2016 at an additional estimated cost of $0.00, keeping the original estimated cost of $850,000.00.

 

Second Filing - 08/26/2015: FY16, Qtr 1, Item# 46:

A letter was received on August 26, 2015 requesting an extension for dates starting 09/11/2015 to 12/09/2015 at an additional estimated cost of $0.00, keeping the original estimated cost of $850,000.00.

 

Original Filing - 05/21/2015: FY15, Qtr 4, Item# 17:

The Murray Developmental Center in Centralia Illinois has suffered a failure of three absorbers. Two residential buildings, the dietary building, and the Administration building are without cooling. One residential building was in use and the residents have been moved to another building. The other residential building       is used as a swing residence for use as needed and cooling is maintained to prevent deterioration of the building. The Administrative building is using a temporary chiller that was rented. Since the initial emergency declaration, the Dietary building's absorber has failed. A second temporary chiller is being rented to          cool the Administration and Dietary buildings. DHS is purchasing 4 absorbers for each of the buildings.

This Emergency Purchase has an expected start date of 06/11/2015 through 09/10/2015 with an Original Estimated Cost of $850,000.00.

Signed By: William Strahle, Procurement Officer


Vendor: Carrier Rental Systems & Johnson Controls/Behrmann Co


Notary Date: 9/23/2015


 

 

Original

Revised

Paid To

Actual

 

 

State Cost:

Estimate

$850,000.00

Estimate

Date

$0.00

Final Cost

$0.00

FY  QTR

16      2

Federal Cost

$0.00

 

 

$0.00

 


36           HUMAN SERVICES, DEPARTMENT OF


File Date: 10/2/2015


Latest Filing - 10/02/2015:

The Actual Total Cost of FY15, Qtr 1, Item# 11 is $54,934.33.

 

Original Filing-07/02/2015:FY16, Qtr 1, Item# 11:

The Illinois Department of Human Services is needing an emergency procurement of laundry services for its Murray Development Center in Centralia, IL. A solicitation was conducted with no responsive bids received. The services will be rebid. Until a contract is awarded, laundry services are needed. This Emergency Purchase has an expected start date of 07/01/2015 through 09/28/2015 with an Original Estimated Cost of

$120,000.00.

Signed By: William Strahle, Procurement Officer


Vendor: Aramark Uniform and Apparel LLC


Notary Date: 6/30/2015


 

 

Original

Revised

Paid To

Actual

 

 

State Cost:

Estimate

$120,000.00

Estimate

Date

$54,934.33

Final Cost

$54,934.33

FY  QTR

16      2

Federal Cost

$0.00

 

 

$0.00

 


37           HUMAN SERVICES, DEPARTMENT OF


File Date:


Latest Filing - 12/21/2015:

An Affidavit was received on December 21, 2015 reporting an extension for dates beginning 12/29/2015 to 02/29/2016 at an additional estimated cost of $290,000.00, making a revised estimated cost of $1,165,000.00.

 

Per the Illinois Procurement Bulletin an extension had been filed for the dates beginning 09/29/2015 to 12/27/2015 with an additional estimated cost of $437,500.00, making a revised estimated cost of $875,500.00.

 

Original Filing - 07/02/2015: FY16, Qtr 1, Item# 12:

The services continued by this emergency procurement develop instruction in policies and practices of the Women and Infant Children and Family Case Management programs are necessary to ensure the local service providers have the knowledge and skills required to meet state and federal program standards. Further,   federal funds will be lost if there is not a continuum of service provision. Finally, allowing for the completion of a request for proposal process, while preventing a gap in federal funds and badly needed services to local service providers will help insure that these agencies receive necessary training and support to effectively and efficiently provide comprehensive services to reduce infant mortality and child abuse/neglect, provide proper nutrition guidance and WIC food coupons, provide early intervention services, promote positive you development, ensure successful after school programs, reduce the number of youth sent to juvenile facilities and provide comprehensive case management to pregnant women and infants. This Emergency Purchase has an expected start date of 07/01/2015 through 09/28/2015 with an Original Estimated Cost of $437,500.00.

Signed By: William Strahle, Procurement Officer


Vendor: Springfield Urban League


Notary Date: 6/30/2015


 

 

Original

Revised

Paid To

Actual

 

 

State Cost:

Estimate

$437,500.00

Estimate

$1,165,000.00

Date

$0.00

Final Cost

$0.00

FY  QTR

16      2

Federal Cost

$0.00

 

 

$0.00

 


38           HUMAN SERVICES, DEPARTMENT OF


File Date: 10/5/2015


Latest Filing - 10/05/2015:

A letter was received on October 5, 2014 requesting an extension for dates starting 10/01/2015 to 02/12/2016 at an additional estimated cost of $0.00, keeping the original estimated cost of $600,000.00.

 

Original Filing - 07/09/2015: FY16, Qtr 1, Item# 13:

The Choate Developmental Mental health Center is needing repair of the #1 and #3 turbines which provides power to the Center. Choate has three turbines; two are down and Choate is now using back-up generators as one turbine cannot provide enough electricity for the entire facility. Repairs are underway on turbine #1 while the cause of the failure of #3 turbine has not been determined. This Emergency Purchase has an expected start date of 07/03/2015 through 09/30/2015 with an Original Estimated Cost of $600,000.00.

Signed By: William Strahle, Procurement Officer


Vendor: Alin Machining Co., Inc. dba Power Plant Services


Notary Date: 7/6/2015


 

 

Original

Revised

Paid To

Actual

 

 

State Cost:

Estimate

$600,000.00

Estimate

Date

$0.00

Final Cost

$0.00

FY  QTR

16      2

Federal Cost

$0.00

 

 

$0.00

 

 


 

39           HUMAN SERVICES, DEPARTMENT OF


File Date: 10/16/2015


Latest Filing - 10/26/2015:

An affidavit was received on October 16, 2015 requesting an extension for dates starting 10/19/2015 to 12/31/2015 at an additional estimated cost of $75,000.00, making the revised estimated total $275,000.00.

 

Original Filing - 07/28/2015: FY16, Qtr 1, Item# 14:

The Madden Mental Health Center, located in Hines, IL, has experienced the failure of an absorber and a back-up chiller in their HVAC system. A temporary chiller has been brought on-site until repairs are made to the absorber and chiller. This Emergency Purchase has an expected start date of 07/20/2015 through 10/18/2015 with an Original Estimated Cost of $200,000.00.

Signed By: William Strahle, Procurement Officer


Vendor: AMI-GSL Corporation


Notary Date: 7/24/2015


 

 

Original

Revised

Paid To

Actual

 

 

State Cost:

Estimate

$200,000.00

Estimate

$275,000.00

Date

$0.00

Final Cost

$0.00

FY  QTR

16      2

Federal Cost

$0.00

 

 

$0.00

 


40           STATE POLICE, DEPARTMENT OF


File Date: 11/24/2015


Latest Filing - 11/24/2015:

The Actual Total Cost of FY15, Qtr 4, Item# 19 is $63,424.49.

 

Original Filing - 06/19/2015: FY15, Qtr 4, Item#19:

The Illinois State Police (ISP) is mandated to approve or deny Firearm Owner’s Identification (FOID) applications and Firearm Concealed Cary License (FCCL) applications within mandated timeframes. In March 2015, the ISP transitioned the old FOID system into the same technology system as the Concealed              Carry License system including the internal printing of cards/licenses, denial/revocation letters, rejection letters and appeal letters. It was recently discovered that the number of FOID card applications, names and address changes and letters generated were underestimated for the remainder of the fiscal year. After a previous attempt to acquire supplies through a competitive bid process, it was determined that IdentiSys is the exclusive authorized vendor for Datacard printer supplies within the region covering Illinois. IdentiSys has indicated that Datacard certified supplies must be used to maintain the printers warranty and service agreement. The ISP, Firearms Services Bureau is in the process of pursuing a sole source contract with IdentiSys to meet the ongoing needs for these printing supplies. However, there is not sufficient time to finalize the sole source procurement process before current stock is depleted. An emergency purchase is necessary to process applications within the mandated timeframes. This Emergency Purchase has an expected start date of 06/18/2015 through 09/15/2015 with an Original Estimated Cost of $65,000.00.

Signed By: Leo Schmitz, Director


Vendor: IdentiSys


Notary Date: 6/16/2015


 

 

Original

Revised

Paid To

Actual

 

 

State Cost:

Estimate

$65,000.00

Estimate

Date

$63,424.49

Final Cost

$63,424.49

FY  QTR

16      2

Federal Cost

$0.00

 

 

$0.00

 


41           STATE POLICE, MERIT BOARD


File Date:


Latest Filing - 12/28/2015:

An Affidavit was received on December 28, 2015 requesting an extension for dates starting 01/01/2016 to 06/30/2016 at an additional, estimated cost of $60,000.00, bringing the total estimated cost to 170,000.00.

 

Second Filing: FY14, Qtr 4, Item# 20:

One June 1, 2015 an Affidavit was received in the same filing quarter reporting an extension for dates beginning 07/01/2015 to 01/01/2016 at an additional estimated cost of $80,000.00, making a revised estimated cost of 110,000.00.

 

Original Filing: FY14, Qtr 4, Item# 20:

This emergency purchase is for a law firm who provides in-house legal counsel services to the Illinois State Police Merit Board. The amount requested is needed to cover an increase in services/spend due to the additional legal services added by the additional amount of discipline cases in FY15 as well as other Merit Board expenses. The State Police Merit Board has exhausted the amount allowed under its present contract. If this emergency request is not approved it will cause serious disruption to the day to day operations of the State Police Merit Board. This Emergency Purchase has an expected start date of 04/20/2015 through 06/30/2015 with an Original Estimated Cost of $30,000.00. This Emergency Purchase has an expected start date               of 04/20/2015 through 06/30/2015 with an Original Estimated Cost of $30,000.00.

Signed By: Ronald Cooley, Executive Director


Vendor: Rammelkamp Bradney


Notary Date: 4/13/2015


 

 

Original

Revised

Paid To

Actual

 

 

State Cost:

Estimate

$30,000.00

Estimate

$170,000.00

Date

$0.00

Final Cost

$0.00

FY  QTR

16      2

Federal Cost

$0.00

 

 

$0.00

 


42           TRANSPORTATION, DEPARTMENT OF


File Date: 10/20/2015


Latest Filing - 10/20/2015:

The Actual Total Cost of FY16, Qtr 1, Item# 18 is $452,234.88.

 

Original Filing - 08/04/2015: FY16, Qtr 1, Item# 18:

This Emergency Purchase is for repair to Interstate 24 Bridge over the Ohio River in Massac County. This major river crossing has an average daily traffic count in excess of 25,000. During the summer of 2014 a new bituminous wearing surface was constructed over the existing water proofing membrane system. For unknown reasons the new wearing surface started debonding primarily along the centerline. These debonded have created large pot holes to a depth that is dangerous to the traveling public and is compromising the existing concrete deck. Temporary patching has been completed by operation forces. Due to the large number of existing temporary patches and potential patches an emergency contract is requested. To complicate matters, an existing bearing replacement contract has been executed with lane closures expected in late October of this year on this structure. This Emergency Purchase has an expected start date of 07/31/2015 through 10/28/2015 with an Original Estimated Cost of $800,000.00.

Signed By: Jeffrey Keirn, Deputy Director


Vendor: E.T. Simonds Construction


Notary Date: 7/30/2015


 

 

Original

Revised

Paid To

Actual

 

 

State Cost:

Estimate

$800,000.00

Estimate

Date

$452,234.88

Final Cost

$452,234.88

FY  QTR

16      2

Federal Cost

$0.00

 

 

$0.00

 


43           TRANSPORTATION, DEPARTMENT OF


File Date: 10/14/2015


Latest Filing - 10/14/2015:

The Actual Total Cost of FY16, Qtr 1, Item# 19 is $38,040.54.

 

In Spring of 2015, the Illinois State Police contacted the Operations Field Technician about an ongoing problem in the area where I 57 and I 70 merge. They noted that they were continually being called out because of drivers running off the road during heavy rain. It was found that the slope of the new pavement was incorrect. In two separate areas, it was discovered that pavement cross slope was actually inverted in an area covering approximately 300 feet. This was causing water to pool in the center of the north bound lanes of I 57. From July 2013 through December 2014 there have been 13 accidents through this area. This work needs to be completed as soon as possible, before any major accidents occur. The next letting available is in November and that would push work performed into the Spring of 2016. We do not feel that the pavement should go through another winter, especially with the amount of traffic in that area. This Emergency Purchase has an expected start date of 08/03/2015 through 10/31/2015 with an Original Estimated Cost of $37,000.00.

Signed By: Roger Driskell, Deputy Director Region 4 Engineer


Vendor: Quality Saw & Seal


Notary Date: 7/31/2015


 

 

Original

Revised

Paid To

Actual

 

 

State Cost:

Estimate

$37,000.00

Estimate

Date

$38,040.54

Final Cost

$38,040.54

FY  QTR

16      2

Federal Cost

$0.00

 

 

$0.00

 


44           CAPITAL DEVELOPMENT BOARD


File Date: 10/21/2015


Latest Filing - 10/21/2015:

The Actual Total Cost of FY16, Qtr 1, Item# 20 for Mechanical Concepts of IL is $103,432.70 and for Linear Electric, Inc. is $6,234.31, making the Total Actual Cost $109,668.01.

 

Original Filing - 08/24/2015: FY16, Qtr 1, Item# 20:

On August 17, 2015, heavy rains breached a temporary roofing system at the University of Illinois School of Dentistry in Chicago causing major flood damage. In order to protect against further loss and damage to the facility and to minimize a threat to public health and safety as a result of potential mold growth, an emergency purchase is necessary so that water remediation services and electrical repairs can take place immediately.

Mechanical Concepts of IL, Inc will provide all labor and material to remediate the water infiltration at an estimated cost of $171,000.00. Linear Electric Inc. will provide all labor and material for testing and repair of electrical fixtures and associated conduit lines as determined by the A/E of record at an estimated cost of

$20,000.00. This Emergency Purchase has an expected start date of 08/18/2015 through 11/15/2015 with an Original Estimated Cost of $191,000.00.

Signed By: Jodi Golden, Executive Director


Vendor: Mechanical Concepts IL Inc. & Linear Electric Inc.


Notary Date: 8/21/2015


 

 

Original

Revised

Paid To

Actual

 

 

State Cost:

Estimate

$191,000.00

Estimate

Date

$109,668.01

Final Cost

$109,668.01

FY  QTR

16      2

Federal Cost

$0.00

 

 

$0.00

 


45           TOLL HIGHWAY AUTHORITY, ILLINOIS STATE


File Date: 10/15/2015


Latest Filing - 10/15/2015:

The Total Cost of FY16, Qtr 4, Item# 45 is $558,451.60, making the Actual Total Cost of this Emergency Purchase $914,621.04.

 

Third Filing - 05/07/2015: FY 16, Qtr 4, Item# 45:

A letter was received on May 5, 2015 reporting the actual cost expended of $356,169.44 for dates 10/01/2014 to 12/29/2014 leaving an estimated balance of $450,000.00.

 

Second Filing - 12/08/2014: FY 15, Qtr 2, Item #50:

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

$914,621.04

Final Cost

$914,621.04

FY  QTR

16      2

Federal Cost

$0.00

 

 

$0.00

 


46           UNIVERSITY OF ILLINOIS


File Date: 10/19/2015


Latest Filing - 10/19/2015:

The Actual Total Cost of FY15, Qtr 4, Item# 28 is $163,540.00.

 

Original Filing - 06/12/2015: FY15, Qtr 4, Item# 28:

UIC's cooling tower repair is necessary because the Baltimore Aircoil Company (BAC) tower fill is deteriorated from UV exposure. The repair is urgent now because spring inspection revealed it will not endure a               few more years as previously expected. This tower fill is not only falling apart but plugging up the chillers that produce chilled water for the west campus. Without this repair the ability of the west chiller plant to      maintain cooling to the campus will be greatly reduced. That reduced cooling ability would impact required cooling needs at the hospital and other west campus facilities. The repair services include removal of all existing fill media and supports from the cooling tower cells and install an OEM-BA Cross II Wet Deck with integral drift eliminators and supports. This vendor is familiar with the UIC's cooling towers, UIC utility protocols and is the exclusive representative for BAC equipment and replacement parts in Northern Illinois.

This Emergency Purchase has an expected start date of 06/02/2015 through 08/02/2015 with an Estimated Cost of $160,400.00.

Signed By: Debra Matlock, Purchasing Director


Vendor: Imbert International Inc. dba Chicago Cooling Tower Co.


Notary Date: 6/2/2015


 

 

Original

Revised

Paid To

Actual

 

 

State Cost:

Estimate

$160,400.00

Estimate

Date

$163,540.00

Final Cost

$163,540.00

FY  QTR

16      2

Federal Cost

$0.00

 

 

$0.00

 


47           UNIVERSITY OF ILLINOIS


File Date: 11/24/2015


Latest Filing - 07/06/2015:

The Actual Total Cost of FY16, Qtr 1, Item# 26 is $123,824.00.

 

Original Filing -07/26/2015: FY16, Qtr 1, Item# 26:

University of Illinois services in the UI Health Sleep Science Center expired on 12/31/2014. Replacement RFP solicitation IJW019 was issued on 9/26/2014 but not awarded as a bid protest to clarify the RFP's Scope of Services occurred. A second RFP (IJW022) was issued on 12/08/2014 and is currently in the evaluation price negotiations process. An emergency purchase is necessary to continue these services until negotiations are completed for RFP # IJW002 and an award is made. An emergency purchase is necessary to continue these services until negotiations are completed for RFP# IJW022 and an award is made. This emergency contract term will bridge that gap. This Emergency Purchase has an expected start date of 07/01/2015 through 09/30/2015 with an Original Estimated Cost of $210,000.00.

Signed By: Debra Matlock, Purchasing Director-U of I Chicago


Vendor: SleepMed Incorporated


Notary Date: 6/30/2015


 


Original Estimate

State Cost:       $210,000.00


Revised Estimate


Paid To

Date

$123,824.00


Actual Final Cost

$123,824.00


FY  QTR

16      2


Federal Cost


$0.00


$0.00


48           UNIVERSITY OF ILLINOIS


File Date: 10/23/2015


Latest Filing - 10/23/2015:

An Affidavit was received on October 23, 2015 reporting an extension for dates beginning 10/16/2015 to 01/13/2016 revising the estimated cost to $180,000.00. This Emergency purchase was originally rendered under Emergency Procurement JCM558 but was not extended under that contract due to an administrative error. Consequently this contract has since been rendered under Emergency Procurement JCM604.

 

Original Filing - 07/20/2015: FY16, Qtr 1, Item# 27:

The University of Illinois Hospital & Health Sciences System (UIHHSS) operates a Transplant Kidney Program that is regulated by HHS Centers for Medicare & Medicaid Services (CMS). UIHHSS has received provisional authority to operate the Transplant Program until February 9, 2016. This authority is based upon certain program improvements formalized in a UIHHSS/CMS Systems Improvement Agreement including a proviso that the university contract with an independent transplant consultant team (Transplant Analytics, Inc.) to work onsite with the UIHHSS Transplant Program Administrator. Consequently, an emergency was declared so that Transplant Analytics can continue to work onsite with UIHHSS to provide technical guidance, professional insight, training, and feedback on an ongoing basis is necessary for the continual operations       of the Transplant Program. This Emergency Purchase has an expected start date of 07/14/2015 through 10/12/2015 with an Original Estimated Cost of $90,000.00.

Signed By: Debra Matlock, Purchasing Director-U of I Chicago


Vendor: Transplant Analytics


Notary Date: 7/14/2015


 

 

Original

Revised

Paid To

Actual

 

 

State Cost:

Estimate

$90,000.00

Estimate

$180,000.00

Date

$0.00

Final Cost

$0.00

FY  QTR

16      2

Federal Cost

$0.00

 

 

$0.00

 


49           UNIVERSITY OF ILLINOIS


File Date: 10/22/2015


Latest Filing - 10/22/2015:

This Emergency purchase was filed on 09/08/2015 with an Actual Total Cost of $153,524.00; however an affidavit was received on 10/22/2015 changing The Actual Total Cost of FY16, Qtr 1, Item# 28 to $153,868.91.

 

Original Filing - 09/08/2015: FY16, Qtr 1, Item# 28:

This emergency purchase was declared in order for the University of Illinois at Chicago, Mechanical & Industrial Engineering Department to purchase from TA Instruments-Waters LLC for a manufactured RSA-G2 Dynamic Mechanical Analyzer, a RSA-G2 Forced Convection Oven an HR-2 Discovery Hybrid Rheometer.

This emergency/quick purchase was required due to a situation in which this equipment was available at a deep discounted price for a limited time on a first come basis. Sound business judgment mandated an immediate/quick purchase to take advantage of the availability and price. The fist come offer is $153,524 that represents a discount of 36% as the original manufacturer price is $239,805. Therefore, this deep discount and limited time offer qualifies this emergency as a quick purchase. Mechanical & Industrial Engineering Department will utilize this equipment in the newly established laboratory for research to characterize the mechanical properties of biological materials with very low moduli. This equipment will allow to perform this characterization under different modes of deformation and while we could control their testing environment. This Emergency Purchase has an expected start date of 08/31/2015 through 09/22/2015 with an Actual Cost of

$153,524.00.

Signed By: Debra Matlock, Purchasing Director-U of I Chicago


Vendor: TA Instruments-Waters LLC


Notary Date: 8/31/2015


 

 

Original

Revised

Paid To

Actual

 

 

State Cost:

Estimate

$153,524.00

Estimate

Date

$153,868.91

Final Cost

$153,868.91

FY  QTR

16      2

Federal Cost

$0.00

 

 

$0.00