1               SECRETARY OF STATE


File Date: 10/5/2016


Original Filing - 10/05/2016:

Electric power was lost to Chicago heater feed water pumps on October 1st and 2nd. There was a loss of an electric feed earlier in the year to this unit and is running on a secondary circuit. Allowing the Stickle heater to continue to produce steam and running with this unit having a bad valve on the heater has resulted in blowing steam from the safety relief valves and putting live steam in a condensate line. We need to move forward with emergency repairs for these pumps as we do not have the time to wait on the normal procurement process.

Fans for the gas boilers come from the same motor control center and one of them was lost in August due to the age and condition of this equipment. We cannot run coal boilers until steam lines are repaired. SOS electricians looked at this and determined that the complete motor control center needs to be replaced. This cannot be accomplished in an accelerated timeframe, so they recommend that we have 5 variable frequency drives installed for a temporary fix to keep our feed water pumps and forced draft fans running. This Emergency Purchase has an expected start date of 10/05/2016 through 10/31/2016 with an Original Estimated Cost of $90,000.00.

Signed By: Michael Wojcik, Acting Director of Physical Services


Vendor: B & B Electric, Inc.


Notary Date: 10/4/2016


 

 

Original

Revised

Paid To

Actual

 

 

State Cost:

Estimate

$90,000.00

Estimate

Date

$0.00

Final Cost

$0.00

FY  QTR

17      2

Federal Cost

$0.00

 

 

$0.00

 


2               CORRECTIONS - GENERAL OFFICE


File Date: 10/6/2016


Original Filing - 10/06/2016:

During the past few years, DOC/DJJ/PRB/OSFM/ISP GAAP packages have been completed by in house staff with assistance of outside firms. Over 50% of our staff are no longer with IDOC which makes this necessary to procure to ensure timely submission. The emergency contract will be used to continue service from a CPA firm to complete the statutorily required GAAP packages for the agencies involved in the Public Safety Shared Services Center. The Original Estimated Cost is $51,000.00.

 

On November 15, 2016, an affidavit was received in the same filing quarter, reporting an extension for dates starting 12/30/2016 to 12/29/2017 at an additional estimated cost of $400,000.00, increasing the estimated cost to $451,000.00.

Signed By: Mike Knauer, Procurement Officer


Vendor: Crowe Horwath LLC


Notary Date: 10/4/2016


 

 

Original

Revised

Paid To

Actual

 

 

State Cost:

Estimate

$51,000.00

Estimate

$451,000.00

Date

$0.00

Final Cost

$0.00

FY  QTR

17      2

Federal Cost

$0.00

 

 

$0.00

 

 


 

3               CORRECTIONS - GENERAL OFFICE


File Date: 10/11/2016


Original Filing - 10/11/2016:

The current master contract vendor for Correctional Officer Uniforms is refusing to provide uniforms to staff. These security staff must be in like uniform with all other security staff. If they are not, it raises a public safety issue for those officers and others within the prison facility setting. This Emergency Purchase has an expected start date of 10/05/2016 through 01/02/2017 with an Original Estimated Cost of $200,000.00.

Signed By: Julie Kennedy, Purchasing Supervisor


Vendor: Ray O'Herron Co., Inc.


Notary Date: 10/6/2016


 

 

Original

Revised

Paid To

Actual

 

 

State Cost:

Estimate

$200,000.00

Estimate

Date

$0.00

Final Cost

$0.00

FY  QTR

17      2

Federal Cost

$0.00

 

 

$0.00

 


4               HEALTHCARE AND FAMILY SERVICES, DEPT. OF


File Date: 11/14/2016


Original Filing - 11/14/2016:

The State of Illinois, in accordance with Public Act 98-0008, was required to apply for participation in the Balancing Incentive Program (BIP). Under the BIP, the State received over $96 million in federal funding on the condition that it meets certain requirements, including the implementation of an assessment tool such as the interRAI CHA. The Federal deadline to spend this funding is September 2017. The Department needs to have an assessment tool in place quickly and has indicated to its federal liaisons that the rollout of the tool will begin in January 2017. Based on this timeline, utilization of a commercial vendor with a largely off-the-shelf software product is the only workable means of meeting the State’s BIP commitments. If the Department fails to implement the InterRAI CHA, the State risks losing $96 million in federal funds. This Emergency Purchase has an expected start date of 11/15/2016 through 02/13/2017 with an Original Estimated Cost of not to exceed

$2,250,000.00.

Signed By: Lynette Schafer, Agency Procurement Officer


Vendor: Momentum Heathware


Notary Date: 11/14/2016


 

 

Original

Revised

Paid To

Actual

 

 

State Cost:

Estimate

$2,250,000.00

Estimate

Date

$0.00

Final Cost

$0.00

FY  QTR

17      2

Federal Cost

$0.00

 

 

$0.00

 

 


 

5               PUBLIC HEALTH, DEPARTMENT OF


File Date: 10/4/2016


Original Filing - 10/04/2016:

Statewide resource for medical and social service providers caring for pregnant HIV positive women. The hotline provides up to date treatment recommendations for pregnant women and their HIV exposed infants.  The hotline is the official reporting mechanism for positive rapid HIV test performed on mothers and infants as mandated by the Illinois Perinatal HIV Prevention Act and it initiates follow-up and support for hospital rapid test reports. This Emergency Purchase has an expected start date of 09/29/2016 through 03/27/2017 with an Actual Cost of $101,687.34.

Signed By: David Culp, Ph.D., Deputy Director


Vendor: Pediatric AIDS Chicago Prevention Initiative


Notary Date: 9/26/2016


 

 

Original

Revised

Paid To

Actual

 

 

State Cost:

Estimate

$0.00

Estimate

Date

$101,687.34

Final Cost

$101,687.34

FY  QTR

17      2

Federal Cost

$0.00

 

 

$0.00

 


6               TRANSPORTATION, DEPARTMENT OF


File Date: 11/29/2016


Original Filing - 11/29/2016:

IDOT’s contract for Roadway Weather Information System Support expires 11/18/2016. The contract was originally awarded to Vaisala, Inc. The contract was novated to DBT Transportation Services LLC. This   vendor is not yet registered with the Secretary of State, but is expected to be in the next 30 days. This emergency contract will cover all the existing pavement temperature, subsurface temperature, atmospheric conditions, traffic counting sensor, and roadway video cameras for the network of fifty-eight Roadway and Weather Information Systems facilities. This contract will provide repair and maintenance to the existing systems which is imperative as the cold weather season approaches. It is important to note that DBT is the only vendor in Illinois certified to work on Vaisala’s equipment, thus it is imperative that they be selected to continue the maintenance and repair on this equipment. This Emergency Purchase has an expected start date of 11/19/2016 through 02/16/2017 with an Original Estimated Cost of $80,000.00.

Signed By: Aundra Williams, Agency Procurement Officer


Vendor: DBT Transportation Services LLC


Notary Date: 11/22/2016


 

 

Original

Revised

Paid To

Actual

 

 

State Cost:

Estimate

$80,000.00

Estimate

Date

$0.00

Final Cost

$0.00

FY  QTR

17      2

Federal Cost

$0.00

 

 

$0.00

 

 


 

7               TRANSPORTATION, DEPARTMENT OF


File Date: 11/29/2016


Original Filing - 11/29/2016:

Macon Resources Inc. (MRI), a sheltered workshop located in Decatur, IL has agreed to assume the existing Farmland Rest Area Maintenance Contract at the existing contract price of $36,010.55 per month beginning Monday, November 21, 2016. The District chose to offer the emergency contract to MRI based on their above average performance on the existing contract at Illini Prairie. This vendor is a large company with locally available resources and staff and they are located in close proximity to the rural Farmland rest area location. Maintenance services to the rest area are necessary in order to keep the location open and functional, especially during peak travel dates. This Emergency Purchase has an expected start date of 11/21/2016 through 02/18/2017 with an Original Estimated Cost of $90,000.00.

Signed By: Aundra Williams, Agency Procurement Officer


Vendor: Macon Resources


Notary Date: 11/23/2016


 

 

Original

Revised

Paid To

Actual

 

 

State Cost:

Estimate

$90,000.00

Estimate

Date

$0.00

Final Cost

$0.00

FY  QTR

17      2

Federal Cost

$0.00

 

 

$0.00

 


8               CAPITAL DEVELOPMENT BOARD


File Date: 10/3/2016


Original Filing - 10/03/2016:

The Fox Developmental Center has experienced numerous leaks as a result of a failed roofing system. The maintenance staff has made several attempts at short term repairs to keep rain water from entering the building, but the roofs continue to deteriorate causing interior damage to the building and the displacement of residents and closure of rooms. The exterior porches have been closed as a result of the plaster ceilings coming loose creating a safety concern for residents and staff. A portion of the front entrance decorative terra cotta has fallen off the building and maintenance staff has built a protective covered walkway to protect staff and             visitors entering the building. Repairs are needed immediately in order to prevent further damage to the building, to minimize serious disruption in critical state services and to protect against the threat to public safety. Vendor has been selected to provide an abbreviated specification and observation of construction for replacing approximately 22,628 square feet of roofing on two buildings, including porches and connecting corridors and the replacement and repairs of missing terra cotta. This Emergency Purchase has an expected start date of 09/22/2016 through 12/20/2016 with an Original Estimated Cost of $250,000.00.

 

On November 15, 2016, an affidavit was received in the same filing quarter, adding Union Roofing Co., Inc. to this Emergency Purchase. The estimated cost for adding Union Roofing Co., Inc. is $1,030,330.00, increasing the estimated cost to $1,280,330.00.

 

On November 28, 2016 an affidavit was received in the same filing quarter advising that the roof replacement will now be done in 2 phases. Phase 1 of this project will perform necessary roof repairs on the residential building only. Union Roofing Co., Inc.'s proposal for phase 1 is estimated at $335,500.00. Phase 2 of this project will now be competitively bid. The new total estimated cost for completion of phase 1 of this Emergency purchase is $585,500.00.

Signed By: Gus Behnke, Chief Fiscal Officer


Vendor: Farnsworth Group, Inc. & Union Roofing Co., Inc.


Notary Date: 9/22/2016


 

 

Original

Revised

Paid To

Actual

 

 

State Cost:

Estimate

$250,000.00

Estimate

$585,500.00

Date

$0.00

Final Cost

$0.00

FY  QTR

17      2

Federal Cost

$0.00

 

 

$0.00

 


9               CAPITAL DEVELOPMENT BOARD


File Date: 10/5/2016


Latest Filing - 12/19/2016:

An affidavit was received in the same filing quarter reporting the Actual Total Cost at $26.428.00.

 

Original Filing - 10/05/2016:

On September 29, 2016, the Illinois Department of Agriculture discovered that a laminated beam that supports a section of the roof had failed due to decomposing wood that had been exposed to moisture. CDB assessed the situation and suggested certain areas be closed off and an emergency project be declared to provide an assessment and repairs to the facility as soon as possible in order to minimize further damage to the facility and prevent a threat to public safety. This Emergency Purchase has an expected start date of 09/29/2016 through 12/27/2016 with an Original Estimated Cost of $25,000.00.

Signed By: Gus Behnke, Chief Fiscal Officer


Vendor: Hurst-Rosche, Inc.


Notary Date: 10/4/2016


 

 

Original

Revised

Paid To

Actual

 

 

State Cost:

Estimate

$25,000.00

Estimate

Date

$26,428.00

Final Cost

$26,428.00

FY  QTR

17      2

Federal Cost

$0.00

 

 

$0.00

 

 


 

10           CAPITAL DEVELOPMENT BOARD


File Date: 10/5/2016


Original Filing - 10/05/2016:

On or around August 12, 2016, the Illinois Youth Center in Harrisburg started experiencing multiple power outages, including lack of air conditioning and power outages in the administration building, school and housing units. Temporary measures have been implemented in order to provide power to the facility. However, immediate replacement of all high voltage cables is now necessary in order to ensure uninterrupted operations at the facility and to minimize any serious disruptions in critical state services that could affect the health and safety of the youth offenders and staff. This Emergency Purchase has an expected start date of 10/03/2016 through 12/31/2016 with an Original Estimated Cost of $194,455.00.

Signed By: Gus Behnke, Chief Fiscal Officer


Vendor: F. W. Electric Inc.


Notary Date: 10/3/2016


 

 

Original

Revised

Paid To

Actual

 

 

State Cost:

Estimate

$194,455.00

Estimate

Date

$0.00

Final Cost

$0.00

FY  QTR

17      2

Federal Cost

$0.00

 

 

$0.00

 


11           CAPITAL DEVELOPMENT BOARD


File Date: 11/4/2016


Original Filing - 11/04/2016:

The Sheridan Correctional Center is experiencing multiple water leaks in Building C-3 (Chapel/Health Care Unit/Offices/Records Room/Pharmacy) causing saturated and falling ceilings as well as leaking in light fixtures and electrical panels. Poor roofing conditions must be repaired immediately to avoid further structural damage as well as damage to interior furnishings inside the building. In addition, the continuance of water leaks    inside the building raises concerns over the health and safety of personnel and inmates. An emergency purchase is necessary to provide repair work before winter and to ensure uninterrupted operations at the facility.        This Emergency Purchase has an expected start date of 11/01/2016 through 01/29/2017 with an Original Estimated Cost of $600,000.00.

Signed By: Gus Behnke, Chief Fiscal Officer


Vendor: J.L. Adler Roofing & Sheet Metal, Inc.


Notary Date: 11/3/2016


 

 

Original

Revised

Paid To

Actual

 

 

State Cost:

Estimate

$600,000.00

Estimate

Date

$0.00

Final Cost

$0.00

FY  QTR

17      2

Federal Cost

$0.00

 

 

$0.00

 

 


 

12           CAPITAL DEVELOPMENT BOARD


File Date: 11/4/2016


Original Filing - 11/04/2016:

The Sheridan Correctional Center is experiencing multiple water leaks in Buildings C-15, C-17, C-19, C-21, C- 23 (Housing Units). Poor roofing conditions must be repaired immediately to avoid further structural damage as well as damage to interior furnishings inside the buildings. In addition, the continuance of water leaks inside the building raises concerns over the health and safety of personnel and inmates. An emergency purchase is necessary to provide repair work before winter and to ensure uninterrupted operations at the facility. This Emergency Purchase has an expected start date of 11/01/2016 through 01/29/2017 with an Original Estimated Cost of $1,000,000.00.

Signed By: Gus Behnke, Chief Fiscal Officer


Vendor: J.L. Adler Roofing & Sheet Metal, Inc.


Notary Date: 11/1/2016


 

 

Original

Revised

Paid To

Actual

 

 

State Cost:

Estimate

$1,000,000.00

Estimate

Date

$0.00

Final Cost

$0.00

FY  QTR

17      2

Federal Cost

$0.00

 

 

$0.00

 


13           HOUSING DEVELOPMENT AUTHORITY, ILLINOIS


File Date: 10/31/2016


Latest Filing - 12/12/2016:

An Affidavit was received on December 12, 2016 reporting the actual cost expended for dates 10/24/2016 through 11/30/2016 is $76,210.65.

 

Original Filing - 10/31/2016:

The Illinois Housing Development Authority was unable to utilize the Statewide Master Contract for Chicagoland Area Moving Services. The Master Contract does not contemplate union pricing and the Authority is required to use union labor for its move pursuant to both its current and new office space building requirements. The Authority issued an Invitation for Bid for Chicagoland Are Moving Services and received 1 response. Following award and contract execution, it was made evident to the Authority that the vendor, which the Authority contracted with was unable to meet certain building management requirements. The vendor was unable to cure the deficiency by the specified due date and time provided by the Authority and the contract   was terminated. The Authority's current lease requires that the space be vacated by or before November 6, 2016. Failure to timely vacate the premises subjects the Authority to costly holdover provisions within the lease.    This Emergency Purchase has an expected start date of 10/24/2016 through 11/30/2016 with an Original Estimated Cost of $76,210.65.

Signed By: Audra Hamernik,


Vendor: 3MD Relocation Services, LLC


Notary Date: 10/24/2016


 

 

Original

Revised

Paid To

Actual

 

 

State Cost:

Estimate

$76,210.65

Estimate

Date

$76,210.65

Final Cost

$76,210.65

FY  QTR

17      2

Federal Cost

$0.00

 

 

$0.00

 


14           TOLL HIGHWAY AUTHORITY, ILLINOIS STATE


File Date: 12/22/2016


Original Filing - 12/22/2016:

This emergency purchase is to provide for the continue maintenance and support of the Tollway's existing Oracle licenses. CMS published the award notice for this solicitation; but, as of 12/19/2016, the new CMS Master Contract has not been executed nor can CMS provide an estimated execution date. Since the contract for this service expires on 12/20/2016 the Tollway has no other option but to enter into an emergency procurement in order to continue uninterrupted the maintenance and support of the Tollway's existing Oracle licenses beyond the current contract's expiration date. This Emergency Purchase has an expected start date of 12/21/2016 through 03/21/2017 with an Actual Cost of $294,345.89.

Signed By: John Donato, Chief Procurement Officer


Vendor: Mythics, Inc.


Notary Date: 12/19/2016


 

 

Original

Revised

Paid To

Actual

 

 

State Cost:

Estimate

$0.00

Estimate

Date

$294,345.89

Final Cost

$294,345.89

FY  QTR

17      2

Federal Cost

$0.00

 

 

$0.00

 

 


 

15           CHICAGO STATE UNIVERSITY


File Date: 12/14/2016


Original Filing - 12/14/2016:

A boiler failure occurred on 12/10/2016 affecting main buildings at Chicago State University Campus. Failure required students at Residence Hall to be relocated. The estimated cost for Anchor Mechanical is $250,000.00 and the estimated cost for Chicago South Loop Hotel is $7,000.00. This Emergency Purchase has an expected start date of 12/10/2016 through 02/10/2017 for Anchor Mechanical and an expected start date of 12/10/2016 through 12/15/2016 for Chicago South Loop Hotel, making the Original Estimated Cost at $257,000.00.

Signed By: Cecil Lucy, Asst. Director Physical Facilities


Vendor: Anchor Mechanical and Chicago South Loop Hotel


Notary Date: 12/13/2016


 

 

Original

Revised

Paid To

Actual

 

 

State Cost:

Estimate

$257,000.00

Estimate

Date

$0.00

Final Cost

$0.00

FY  QTR

17      2

Federal Cost

$0.00

 

 

$0.00

 


16           UNIVERSITY OF ILLINOIS


File Date: 10/17/2016


Original Filing - 10/17/2016:

The University awarded a contract for Hospital Pharmacy pharmaceutical orders. This emergency/quick purchase was required due to a situation in which immediate action was needed to prevent any disruption in University services. The Hospital Pharmacy has pharmaceuticals orders as prescribed for patients on an ongoing basis. McKesson has the existing protocols and processing mechanism in place for continual orders. The Novation, now Vizient National Pharmacy Distribution Contract reference number DPMCK has been utilized for many years and was approved via Group # 5 in 2015. Vizient has since entered into a new Pharmacy Distribution contract effective through April 30, 2020. This Emergency Purchase is required for the Hospital Pharmacy pending CPO approval of the new Vizient contract, and award and contract under competitive solicitation reference # IJW037 for both Ambulatory Care Pharmacy and Hospital Pharmacy which was submitted to the SPO for posting on 6/27/16. On October 17, 2016, an Announcement of an Emergency Award/Quick Purchase was received from IBHE reporting an Actual Cost $472,060.00 for dates 07/01/2016 to 07/15/2016.

 

An Original Emergency Purchase Affidavit for this Emergency Purchase was not filed.

Signed By: John Meehan, Assistant Director


Vendor: McKesson Corporation


Notary Date: 6/29/2016


 

 

Original

Revised

Paid To

Actual

 

 

State Cost:

Estimate

$6,000,000.00

Estimate

Date

$472,060.00

Final Cost

$472,060.00

FY  QTR

17      2

Federal Cost

$0.00

 

 

$0.00

 


17           UNIVERSITY OF ILLINOIS


File Date: 10/18/2016


Original Filing - 10/18/2016:

The University awarded a contract for Hospital Pharmacy issued pharmaceuticals orders. This emergency/quick purchase was required due to a situation in which immediate action was needed to prevent any             disruption in University services. The Hospital Pharmacy has pharmaceuticals orders as prescribed for patients on an ongoing basis. ASD Specialty Healthcare has the existing protocols and processing mechanism in      place for continual orders. The Novation, now Vizient National Pharmacy Distribution Contract reference number RX0533 has been utilized for many years and was approved via Group # 9 in 2015. Vizient has since entered into a new Pharmacy Distribution contract effective through April 30, 2020. This Emergency Purchase is required for the Hospital Pharmacy pending CPO approval of the new Vizient contract, and award and contract under competitive solicitation reference # IJW037 for both Ambulatory Care Pharmacy and Hospital Pharmacy which was submitted to the SPO for posting on 6/27/16. On October 18, 2016, an Announcement of an Emergency Award/Quick Purchase was received from IBHE reporting an Actual Cost $1,387,198.00 for dates 07/01/2016 to 09/29/2016.

 

An Original Emergency Purchase Affidavit for this Emergency Purchase was not filed.

Signed By: Lee Saulter, SPO


Vendor: ASD Specialty Healthcare Inc.


Notary Date:


 

 

Original

Revised

Paid To

Actual

 

 

State Cost:

Estimate

$3,000,000.00

Estimate

Date

$1,387,198.00

Final Cost

$1,387,198.00

FY  QTR

17      2

Federal Cost

$0.00

 

 

$0.00

 


18           UNIVERSITY OF ILLINOIS


File Date: 10/19/2016


Original Filing - 10/19/2016:

The University awarded a contract for Penumbra Revascularization System. This emergency/quick purchase was required due to a situation in which immediate action was needed to prevent any disruption in University services. University of Illinois Hospital and Health Sciences System, on behalf of the Hospital Radiology department conducts neurointerventional procedures of the human brain caused by Ischemic Stroke (a stroke resulting from an obstruction within a blood vessel supplying blood to the brain). The Penumbra System is a thromboembolic removal system for treating ischemic stroke, consisting of a guide and occlusion catheter, a delivery and aspiration catheter, an aspiration pump, a thromboembolic receiver, and a thromboembolic separator. Only the Penumbra System has the patented specifications in their product that can fulfill the surgeon requirements. Without access to the Penumbra System patient care is diminished. Another added benefit to the Penumbra Revascularization System is that it is a consigned product. We keep supply on hand, but are not charged, until it is used. All stock for the Penumbra Revascularization System is maintained by a Penumbra representative that comes in weekly to monitor supply levels. The per unit costs varies between

$1,771 and $2,539 based upon mainly size specifications. Multiple units are needed for each surgical procedure. A sole source request will be forthcoming. This is an emergency request as the last consigned products        were utilized for surgery and additional units have to be ordered in case a surgical case arises. The patient clinical evaluation and surgeon requirements determine the potential need for the Penumbra System.             This Emergency Purchase has an expected start date of 10/14/2016 through 01/12/2017 with a Total Estimated Cost of $250,000.00.

Signed By: Debra Matlock, Purchasing Director


Vendor: Penumbra, Inc.


Notary Date: 10/14/2016


 

 

Original

Revised

Paid To

Actual

 

 

State Cost:

Estimate

$250,000.00

Estimate

Date

$0.00

Final Cost

$0.00

FY  QTR

17      2

Federal Cost

$0.00

 

 

$0.00

 


19           UNIVERSITY OF ILLINOIS


File Date: 12/7/2016


Original Filing - 12/07/2016:

This emergency/quick purchase was required due to a situation in which immediate action was needed to prevent any disruption in University services. For many years the Hospital utilizes a Novation/Vizient vendor for sterilization of surgical trays and implantable devices. On average the sterilization process takes around six hours for surgical trays and up to eight hours for implantable. The sterilization process consists of on-site vendor staff that perform cleaning, steaming, organizing and wrapping the trays and implantable devices. On a typical day the vendor processes an estimated 350 trays/implantable devices and up to 7,000 per month. The cost to sterilize a tray/implant comes out to $37.27 per tray. This emergency request is needed as the vendor has refused to perform the sterilization services due to unpaid invoices. A Ratification request is forthcoming. Hospital purchases per Vizient contract reference number SV0050 with a term of 7/20/2011 through 7/19/2017 is awaiting SPO/CPO approval. The Procurement Bulletin reference number is 202IDM. On December 7, 2016, an Announcement of an Emergency Award/Quick Purchase was received from IBHE reporting an Actual     Cost $906,653.00 for dates 08/24/2016 to 11/21/2016.

 

An Original Emergency Purchase Affidavit for this Emergency Purchase was not filed.

Signed By: Lee Saulter, State Purchasing Officer


Vendor: Integrated Medical Systems International Inc.


Notary Date:


 

 

Original

Revised

Paid To

Actual

 

 

State Cost:

Estimate

$800,000.00

Estimate

Date

$906,653.00

Final Cost

$906,653.00

FY  QTR

17      2

Federal Cost

$0.00

 

 

$0.00

 


20           UNIVERSITY OF ILLINOIS


File Date: 12/12/2016


Original Filing - 12/12/2016:

The University awarded a contract for purchase of medical forms and patient ID bands. This emergency/quick purchase was required due to a situation in which immediate action was needed to prevent any disruption in University services. For many years the Hospital utilizes a Novation/Vizient vendor for many medical forms and patient ID bands. These multi-ply carbonless forms and patient bands are stored at the vendor’s site and delivered on an as needed basis. The volume fluctuates based upon staff and patient usage. Examples of the forms are: Consent to Anesthesia; Consent for Performance of Operation; and Surgical/Procedural Discharge Instructions. Examples of two patient bands are for: green for fall precautions and red bands for allergy alert.

 

This emergency request is needed as the vendor has refused to fill pending orders due to non-payment. The Hospital has been submitting medical forms and patient band orders without authority. Consequently, a Ratification request will be forthcoming.

 

Vizient contract reference number BP91043 with a term of 12/1/2009 through 12/31/2016 has not been submitted to the SPO/CPO for approval. On December 12, 2016, an Announcement of an Emergency Award/Quick Purchase was received from IBHE reporting an Actual Cost $108,260.04 for dates 08/23/2016 to 11/20/2016.

 

An Original Emergency Purchase Affidavit for this Emergency Purchase was not filed.

Signed By: Lee Saulter, State Purchasing Officer


Vendor: Taylor Corporation


Notary Date:


 

 

Original

Revised

Paid To

Actual

 

 

State Cost:

Estimate

$170,000.00

Estimate

Date

$108,260.04

Final Cost

$108,260.04

FY  QTR

17      2

Federal Cost

$0.00

 

 

$0.00

 


21           UNIVERSITY OF ILLINOIS


File Date: 12/12/2016


Original Filing - 12/12/2016:

The University awarded a contract for on-site linen and laundry services. This emergency/quick purchase was required due to a situation in which immediate action was needed to prevent any disruption in University services. For many years the Hospital utilizes a Novation/Vizient vendor for on-site linen and other item laundry services. Each day (and sometime several per day) vendor staff pick-up from each of the sixteen units on the Hospital's eight floors the used linen for laundry services provided at the vendor site. Next day delivery and drop off of the laundered linen items at each of the sixteen unit locations is made. Linen items include: towels, sheets, blankets, scrubs, pillow cases, patient gowns. The vendor, Standard Textile charges per pound an estimated $ .06 per lb. The linen weight varies based upon patient volume. For July 2016, the vendor laundered 245,356 lbs. On December 12, 2016, an Announcement of an Emergency Award/Quick Purchase was received from IBHE reporting an Actual Cost $320,077.00 for dates 08/23/2016 to 11/21/2016.

 

An Original Emergency Purchase Affidavit for this Emergency Purchase was not filed.

Signed By: Lee Saulter, State Purchasing Officer


Vendor: Standard Textile Company, Inc.


Notary Date:


 

 

Original

Revised

Paid To

Actual

 

 

State Cost:

Estimate

$90,000.00

Estimate

Date

$320,077.00

Final Cost

$320,077.00

FY  QTR

17      2

Federal Cost

$0.00

 

 

$0.00

 


22           UNIVERSITY OF ILLINOIS


File Date: 12/12/2016


Original Filing - 12/12/2016:

The University awarded a contract for Fluarix Quadrivalent flu vaccine. 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 of Illinois Hospital and Health Sciences System (UIHHSS) on behalf of its Ambulatory Care Pharmacy require the purchase of various flu vaccine products (Fluarix Quadrivalent, Tri- valent, High Dose, Pediatric Doses and Cell-based) for the health and well-being of patients, students, staff and faculty. There are a few Flu Vaccine manufacturers, however based on past procurement history, it is best practice to pre-book vaccines with more than one vendor to avoid potential shortages due to production issues. For this reason, Ambulatory Care Pharmacy pre-booked Flu vaccines with GlaxoSmithKline and Sanofi Pasteur in the summer for the Flu Season (August 2016 through January 2017) based on previous season's     utilization.

 

GlaxoSmithKline is the predominant vendor because this manufacturer has more production lines making it the most reliable source and offers a lower priced quadrivalent (4strain) vaccine. Sanofi Pasteur provides high- dose vaccines for patients over 65 years old and pediatric doses. Novartis product has trace thimerosal which should be avoided in patients under 4 years and pregnant women and therefore was not ordered.

 

There is an emergency need for the 2016/17 flu season as the first lot orders will be shipped next week.

 

On December 12, 2016, an Announcement of an Emergency Award/Quick Purchase was received from IBHE reporting an Actual Cost $369,951.54 for dates 08/05/2016 to 11/03/2016. The Actual Cost for Sanofi Pasteur Inc. is $32,959.06, and the Actual Cost for GlaxoSmithKline is $336,992.48.

 

An Original Emergency Purchase Affidavit or for this Emergency Purchase was not filed.

Signed By: Lee Saulter, State Purchasing Officer


Vendor: Sanofi Pasteur Inc. & GlaxoSmithKline Pharmaceuticals Inc.


Notary Date:


 

 

Original

Revised

Paid To

Actual

 

 

State Cost:

Estimate

$475,000.00

Estimate

Date

$369,951.54

Final Cost

$369,951.54

FY  QTR

17      2

Federal Cost

$0.00

 

 

$0.00

 


 

 

 

Updates To

Previously Filed Emergency Purchases


 


23           AGRICULTURE - GENERAL OFFICE


File Date: 11/17/2016


Latest Filing - 1/17/2016:

The Actual Total Cost of FY17, Qtr 1, Item# 3 is $209,290.25.

 

Original Filing - 07/13/2016: FY17, Qtr 1, Item# 3:

These services were bid as an IFB on 02/11/2016 and the awarded vendor is terminating the contract. There is not adequate time to conduct an IFB because the IL State Fair horse shows are occurring now and the 2016 IL State Fair begins in August. These services are necessary to maintain clean fairgrounds and to protect the health of exhibitors and their animals. This emergency purchase will allow the Department to continue hosting non-fair livestock events and the 2016 IL State Fair to generate revenue while the services are rebid. If these services are not provided the events and fair cannot take place due to public health concerns. This Emergency Purchase has an expected start date of 07/13/2016 through 10/10/2016 with an Original Estimated Cost of

$275,000.00.

Signed By: Laurie Leuenberger, Procurement Officer


Vendor: Donley Trucking, Inc.


Notary Date: 7/12/2016


 


Original Estimate

State Cost:       $275,000.00


Revised Estimate


Paid To

Date

$209,290.25


Actual Final Cost

$209,290.25


FY  QTR

17      2


Federal Cost


$0.00


$0.00


24           NATURAL RESOURCES, DEPARTMENT OF


File Date: 11/30/2016


Latest Filing - 11/30/2016:

The Actual Total Cost of FY17, Qtr 1, Item# 4 is $93,077.00.

 

Original Filing - 09/22/2016: FY17, Qtr 1, Item# 4:

The Department of Natural Resources requires emergency construction services to eliminate the severe public safety hazard due to an abandoned coal mine pit subsidence in Spillertown, Williamson County. The existing hole from the pit subsidence is approximately 50 feet in diameter and 23 feet deep adjacent to an existing lake and near a private residence. The lake was constructed as part of a previous strip mine reclamation project. A hydrologic connection exists between the lake and this pit collapse. The project shall include installing a concrete plug and soil within the collapse zone and constructing a new slope to provide safe lake access from the adjacent property. This Emergency Purchase has an expected start date of 09/14/2016 through 12/11/2016 with an Original Estimated Cost of $81,420.00.

Signed By: Paula Martel, Procurement Officer


Vendor: Gibbs Construction Inc.


Notary Date: 9/16/2016


 

 

Original

Revised

Paid To

Actual

 

 

State Cost:

Estimate

$81,420.00

Estimate

Date

$93,077.00

Final Cost

$93,077.00

FY  QTR

17      2

Federal Cost

$0.00

 

 

$0.00

 


25           CORRECTIONS - GENERAL OFFICE


File Date: 11/2/2016


Latest Filing - 11/02/2016:

A letter was received on November 2, 2016 requesting an extension for dates starting 11/30/2016 to 05/30/2017 at an additional estimated cost of $0.00, keeping the original estimated cost of $88,250.00.

 

Original Filing - 09/06/2016: FY17, Qtr 1, Item# 5:

There is a need to replace the damaged high voltage electrical cables that supply power to the Program Center, Health Care Unit and Housing Unit #3. The high voltage transformer at the Program Center will also need to be replaced. The generator we currently have running to power the Program Center, runs only 10 hours a day at $2 per gallon, not including oil and fuel filter changes. Starting later this month the generator will need to run 24/7, which will cost twice as much. This emergency purchase is needed to prevent further loss or damage to the Facility and threat to public safety of the inmates and staff. This Emergency Purchase has   an expected start date of 08/30/2016 through 11/29/2016 with an Original Estimated Cost of $88,250.00.

Signed By: Margaret Burke, Acting Warden-Logan Correctional Center


Vendor: Egizii Electric Inc


Notary Date:


 

 

Original

Revised

Paid To

Actual

 

 

State Cost:

Estimate

$88,250.00

Estimate

Date

$0.00

Final Cost

$0.00

FY  QTR

17      2

Federal Cost

$0.00

 

 

$0.00

 


26           CORRECTIONS - GENERAL OFFICE


File Date: 11/10/2016


Latest Filing - 11/10/2016:

On November 11, 2016, an affidavit was received reporting an extension for dates starting 12/18/2016 to 03/18/2017 at an additional estimated cost of $500,000.00, increasing the estimated cost to $1,000,000.00.

 

Original Filing - 09/20/2016: FY17, Qtr 1, Item# 6:

ICI-Hill milk production is not operational due to failed components. IDOC needs to purchase milk and juice from a vendor for the offender population. The vendor has agreed to supply these products for the agency to avoid disruption of supply at IDOC locations. This Emergency Purchase has an expected start date of 09/19/2016 through 12/17/2016 with an Original Estimated Cost of $500,000.00.

Signed By: Justin Weigler, Procurement Liaison - ICI


Vendor: M J Kellner


Notary Date: 9/15/2016


 

 

Original

Revised

Paid To

Actual

 

 

State Cost:

Estimate

$500,000.00

Estimate

$1,000,000.00

Date

$0.00

Final Cost

$0.00

FY  QTR

17      2

Federal Cost

$0.00

 

 

$0.00

 

 


 

27           CORRECTIONS - GENERAL OFFICE


File Date: 11/10/2016


Latest Filing - 11/10/2016:

A letter was received on November 10, 2016 requesting an extension for dates starting 12/13/2016 to 03/11/2017 at an additional estimated cost of $0.00, keeping the original estimated cost of $54,000.00

 

Original Filing - 09/20/2016: FY17, Qtr 1, Item# 7:

The chiller coil at ICI-Hill has a leak and cannot perform the necessary function to produce milk and juice that is used by IDOC offenders as well as other ICI customers. This leak is not repairable and the replacement parts must be ordered and installed to resume production. The two vendors are qualified to perform the work due     to the specialized nature of the repair and part replacement. The estimated amount for Imbert International, Inc. is $16,000.00 and the estimated amount for Mechanical Services, Inc. is $38,000.00. This Emergency Purchase has an expected start date of 09/14/2016 through 12/12/2016 with an Original Estimated

Signed By: Justin Weigler, ICI - Procurement Liaison


Vendor: Imbert International, Inc. & Mechanical Service, Inc.


Notary Date: 9/15/2016


 

 

Original

Revised

Paid To

Actual

 

 

State Cost:

Estimate

$54,000.00

Estimate

Date

$0.00

Final Cost

$0.00

FY  QTR

17      2

Federal Cost

$0.00

 

 

$0.00

 


28           HUMAN SERVICES, DEPARTMENT OF


File Date: 10/20/2016


Latest Filing - 10/20/2016:

The Actual Total Cost of FY15, Qtr 1, Item# 10 is $116,285.50.

 

Second Filing - 09/29/2015: FY16, Qtr 1, Item#10:

A letter was received on September 29, 2015 requesting an extension for dates starting 08/29/2015 to 12/27/2015 at an estimated cost of $0.00, keeping the total estimated cost at $150,000.00

 

Original Filing - 07/02/2015:FY16, Qtr 1, Item#10:

Generally Accepted Accounting Principles (GAAP) assistance services are needed to comply with Federal Grantor Agency Guidelines, State of Illinois Auditor General auditing requirements and Illinois Office of the Comptroller financial statement preparation requirements. These services ensure that the GAAP Reporting Packages and departmental financial statements are submitted with accurate and timely information within a two month timeframe to the reporting deadline. Failure to submit accurate information in a timely manner can result in audit finding, no qualifies opinion for DHS's departmental financial statements, and loss of federal funding. These services are being solicited through a Request for Proposal. This Emergency Purchase has an expected start date of 07/01/2015 through 09/28/2015 with an Original Estimated Cost of $150,000.00.

Signed By: William Strahle, Procurement Officer


Vendor: Crowe Horwath LLP


Notary Date: 6/30/2015


 

 

Original

Revised

Paid To

Actual

 

 

State Cost:

Estimate

$150,000.00

Estimate

Date

$116,285.50

Final Cost

$116,285.50

FY  QTR

17      2

Federal Cost

$0.00

 

 

$0.00

 


29           HUMAN SERVICES, DEPARTMENT OF


File Date: 10/19/2016


Latest Filing - 10/16/2016:

The Actual Total Cost of FY16, Qtr 1, Item# 14 is $212,350.00. This leaves a remaining Estimated Cost for dates 10/19/2015 to 12/31/2015 at $75,000.00.

 

Second Filing - 10/26/2015: FY 16, Qtr 2, Item #39:

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 Estimate

State Cost:       $200,000.00


Revised Estimate

$275,000.00


Paid To

Date

$212,350.00


Actual Final Cost

$0.00


FY  QTR

17      2


Federal Cost


$0.00


$0.00


30           HUMAN SERVICES, DEPARTMENT OF


File Date: 10/19/2016


Latest Filing - 10/19/2016:

The Actual Total Cost of FY16, Qtr 2, Item# 4 is $74,750.00.

 

Original Purchase - 01/04/2016: FY16, Qtr 2, Item# 4:

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: 12/30/2015


 

 

Original

Revised

Paid To

Actual

 

 

State Cost:

Estimate

$75,000.00

Estimate

Date

$74,750.00

Final Cost

$74,750.00

FY  QTR

17      2

Federal Cost

$0.00

 

 

$0.00

 


31           PUBLIC HEALTH, DEPARTMENT OF


File Date: 12/5/2016


Second Filing - 12/05/2016: FY17, Qtr 1, Item # 11:

An affidavit was received on December 5, 2016 requesting an extension for dates starting 12/01/2016 to 10/31/2017 at an additional estimated cost of $1,170,450.00, bringing the total estimated cost to

$1,482,408.00.

 

Original Filing - 09/09/2016: FY17, Qtr 1, Item# 11:

Department of Public Health (IDPH) has executed two sole source contracts with MicroPact Global, Inc. to implement a statewide medical cannabis registry system to meet the needs of the IDPH, Department of Agriculture and Department of Financial & Professional Regulation. Without this emergency procurement, it is likely the agencies impacted by this program will not be able to continue to implement the program requirements for this fiscal year and key data and information will not be relayed through agencies, causing potential security and mandatory reporting issues. This Emergency Purchase has an expected start date of

Signed By: Conny Moody, Deputy Director


Vendor: MicroPact Global, Inc.


Notary Date: 8/29/2016


 


Original Estimate

State Cost:       $311,958.00


Revised Estimate

$1,482,408.00


Paid To

Date

$0.00


Actual Final Cost

$0.00


FY  QTR

17      2


Federal Cost


$0.00


$0.00


32           STATE POLICE, DEPARTMENT OF


File Date: 11/2/2016


Latest Filing - 11/02/2016:

The Actual Total Cost of FY17, Qtr 1, Item# 12 is $56,835.90.

 

Original Filing - 09/12/2016: FY17, Qtr 1, Item# 12:

The Illinois State Police (ISP) is mandated to approve or deny Firearms Owners Identification (FOID) applications and Concealed Carry Licenses (CCL) applications with mandated timeframes. The FOID Act requires applications to be processed within 30 days and CCL Act requires processing within 90-120 days. In March 2015, the ISP transitioned the old FOID system into the same technology and the Concealed Carry License system including the internal printing of cards/licenses. Due to an unanticipated greater need, the ISP is projected to deplete the current inventory of cardstock at the end of September. The limitations of the current small purchase contract will not allow another purchase of FOID/CCL cards. The ISP intends to solicit          an Invitation for Bid to address future needs on a long term basis. This Emergency Purchase has an expected start date of 09/08/2016 through 12/06/2016 with an Original Estimated Cost of $70,000.00.

Signed By: Leo Schmitz,


Vendor: Retrieval Business Systems


Notary Date: 9/7/2016


 

 

Original

Revised

Paid To

Actual

 

 

State Cost:

Estimate

$70,000.00

Estimate

Date

$56,835.90

Final Cost

$56,835.90

FY  QTR

17      2

Federal Cost

$0.00

 

 

$0.00

 


33           STATE POLICE, MERIT BOARD


File Date: 12/1/2016


Latest Filing - 12/01/2016:

On December 1, 2016, 3 affidavits were received reporting the Total Actual Cost for dates 04/20/2015 to 06/30/2015 at $30,740.12; for dates 07/01/2015 to 01/01/2016 at $23,073.39; and, for dates 01/02/2016 to 06/30/2016 at $29,975.11. This leaves a remaining Estimated Cost for dates 07/01/2016 to 06/30/2017 at

$40,000.00.

 

Fourth Filing - 07/26/2016: FY17, Qtr 1, Item # 44:

An affidavit was received reporting an extension for dates starting 07/01/2016 to 06/30/2017 at an additional estimated cost of $40,000.00, increasing the estimated cost to $210,000.00.

 

Third Filing - 12/28/2015: FY16, Qtr 2, Item # 41

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

$210,000.00

Date

$83,788.62

Final Cost

$0.00

FY  QTR

17      2

Federal Cost

$0.00

 

 

$0.00

 


34           TRANSPORTATION, DEPARTMENT OF


File Date: 11/29/2016


Latest Filing - 11/29/2016:

On November 29, 2016, a letter was received Amending the Total Actual Cost of FY17, Qtr 1, Item# 13 to

$240,231.49.

 

Original Filing - 08/23/2016: FY17, Qtr 1, Item# 13

Due to the delayed approval of the IDOT's FY2016 budget, payments to the company with the Master Contract for Sand Barrels were delayed. Due to the delayed payments, the vendor did not provide the sand barrels in accordance with the contract provisions and as such, District 1 exhausted the entire inventory of sand barrels as well as all of the components. Subsequent to the Illinois Legislature approving the budget, the CMS Master Contract for Sand Barrels #7017717 expired. Sand Barrel Arrays are used frequently along the roadside to protect the motoring public from fixed hazards, such as the ends of concrete walls or light towers. Since the District has exhausted its supply of sand barrels the lack of a valid contract for sand barrels has left numerous roadside hazards unprotected. Based on the anticipated approval time for a new contract to be developed,    bid, posted and approved; the Department is seeking enough sand barrels to repair the locations currently damaged. This Emergency Purchase has an expected start date of 08/18/2016 through 10/30/2016 with           an Actual Cost of $240,266.18.

Signed By: Aundra Williams, Agency Purchasing Officer


Vendor: Energy Absorption Systems Incorporated


Notary Date: 8/19/2016


 

 

Original

Revised

Paid To

Actual

 

 

State Cost:

Estimate

$0.00

Estimate

Date

$240,231.49

Final Cost

$240,231.49

FY  QTR

17      2

Federal Cost

$0.00

 

 

$0.00

 


35           TRANSPORTATION, DEPARTMENT OF


File Date: 11/16/2016


Latest Filing - 11/16/2016:

The Actual Total Cost of FY17, Qtr 1, Item# 14 is $269,002.47.

 

Original Filing - 08/29/2016: FY17, Qtr 1, Item# 14:

On July 25, 2016 an accident involving 3 cars and 2 trucks occurred on the outbound lanes of the Stevenson Expressway (I-55), near Cicero Avenue. Vehicles were burned and caused the surface of the roadway to become burned and distressed. This roadway must be repaired to remain open. This Emergency Purchase has an expected start date of 08/23/2016 through 11/20/2016 with an Original Estimated Cost of $325,000.00.

Signed By: John Fortmann, Regional Engineer, Region One


Vendor: K-Five


Notary Date:


 

 

Original

Revised

Paid To

Actual

 

 

State Cost:

Estimate

$325,000.00

Estimate

Date

$269,002.47

Final Cost

$269,002.47

FY  QTR

17      2

Federal Cost

$0.00

 

 

$0.00

 


36           CAPITAL DEVELOPMENT BOARD


File Date: 11/28/2016


Latest Filing - 11/28/2016:

The Actual Total Cost of FY16, Qtr 3, Item# 9 is $36,442.41 to Henneman Engineering, Inc. and $594,192.84 to Ideal Heating Company, making the Total Actual Total Cost of this Emergency Purchase at $630,635.25.

 

Original Filing - 03/14/2016: FY16, Qtr 3, Item #9:

The cooling system at the James R. Thompson Center has failed on numerous occasions and can no longer be sufficiently maintained. If additional cooling pumps fail, the building will not be cooled during the impending summer months and potentially cause a building-wide shut down as well as damage to IT systems. An emergency purchase is necessary in order to expedite a review of all repair options in order to have a reliable system as soon as possible. Vendor will provide an evaluation of the system, recommend solutions, including cost estimates, and an expedited design and observation of repairs. This Emergency Purchase has an expected start date of 03/07/2016 through 06/04/2016 with an Original Estimated Cost of $67,500.00.

 

On March 29, 2016, an affidavit was received in the same filing quarter, adding Ideal Heating Company as a second vendor to this Emergency Purchase. The Estimated Cost for Henneman Engineering is now $38,500.00 and the Estimated Cost for Ideal Heating Company is $380,000.00, increasing the estimated cost to

$418,500.00.

Signed By: Gus Behnke, Chief Fiscal Officer


Vendor: Henneman Engineering Inc. & Ideal Heating Company


Notary Date: 3/8/2016


 

 

Original

Revised

Paid To

Actual

 

 

State Cost:

Estimate

$67,500.00

Estimate

$418,500.00

Date

$630,635.25

Final Cost

$630,635.25

FY  QTR

17      2

Federal Cost

$0.00

 

 

$0.00

 


37           CAPITAL DEVELOPMENT BOARD


File Date: 12/12/2016


Latest Filing - 12/12/2016:

The Actual Total Cost of FY17, Qtr 1, Item# 15 is $22,800.00.

 

Original Filing - 07/24/2016: FY17, Qtr 1, Item# 15:

The A/C unit for the administration building at the Danville Correctional Center has completely failed. The unit is approximately 35 years old and over the past several years the Department of Corrections has spent thousands of dollars in repairs costs and thousands more for water to be continuously poured over the condensing units to keep the unit limping along. The Administration Building houses management staff, the business office, records office, armory, offender visiting room and the health care unit. It is imperative that a chiller be procured and installed as expeditiously as possible. The scope of work provides for labor and material to provide a temporary cooling unit in order to insure cooling of the building while permanent repairs are taking place. This vendor was selected based on how quickly they could be on site as well as having the lowest quote. This Emergency Purchase has an expected start date of 07/20/2016 through 10/17/2016 with an Original Estimated Cost of $35,000.00.

Signed By: Gus Behnke, Chief Fiscal Officer


Vendor: Carrier Rental Systems


Notary Date: 7/21/2016


 

 

Original

Revised

Paid To

Actual

 

 

State Cost:

Estimate

$35,000.00

Estimate

Date

$22,800.00

Final Cost

$22,800.00

FY  QTR

17      2

Federal Cost

$0.00

 

 

$0.00

 


38           CAPITAL DEVELOPMENT BOARD


File Date: 11/30/2016


Latest Filing - 11/08/2016:

The Actual Total Cost of FY17, Qtr 1, Item# 17 is $219,750.16.

 

Original Filing - 08/16/2016: FY17, Qtr 1, Item# 17:

Illinois State Police District 7 Headquarters located in East Moline, Illinois is experiencing multiple water leaks in the deteriorated roof. Poor roofing conditions, inadequate guttering, and flashing failures must be fixed immediately to avoid significant damage. Recently, the water leaks soaked the District Commander's Office, including his desk, table and large section of the carpeted floor. Carlile Architects LLC has been selected to provide an abbreviated specification and observation of construction for the removal and replace of approximately 20,800 square feet of architectural style shingles, underlayment, trim, flashings, gutters and downspouts as well as provide 12 square feet of brick tuck pointing at an estimated cost of $20,000.00. Hein Construction will provide labor and material for roofing replacement work as specified at an estimated cost of

$200,000.00. This Emergency Purchase has an expected start date of 08/12/2016 through 11/09/2016 with an Original Estimated Cost of $220,000.00.

Signed By: Gus Behnke, Chief Fiscal Officer


Vendor: Carlile Architects LLC & Hein Construction Co., Inc.


Notary Date: 8/12/2016


 

 

Original

Revised

Paid To

Actual

 

 

State Cost:

Estimate

$220,000.00

Estimate

Date

$219,750.16

Final Cost

$219,750.16

FY  QTR

17      2

Federal Cost

$0.00

 

 

$0.00

 


39           CAPITAL DEVELOPMENT BOARD


File Date: 11/7/2016


Latest Filing - 11/07/2016:

The Actual Total Cost of FY17, Qtr 1, Item# 18 is $287,600.00.

 

Original Filing - 09/21/2016: FY17, Qtr 1, Item# 18:

The roof of the Central Dietary Building at Shapiro Mental Health Center sustained damage that caused extensive leaking. On the morning of 09/08/2016, Central Dietary reported that the office, kitchen, and cooking area were completely flooded, sustaining 4 inches of rain overnight with high wind gusts. The high winds     tore the flashings off of the building and blew under the rubber roof causing the rubber roof to fold over and tear away from the building and termination bars. When the rubber roof folded over, the insulation pulled away from the decking causing the roof to buckle. Repairs are need immediately to prevent further damage and disruption to critical State services. This Emergency Purchase has an expected start date of 09/15/2016 through 12/13/2016 with an Original Estimated Cost of $225,300.00.

Signed By: Gus Behnke, Chief Fiscal Officer


Vendor: Elens & Maichin Roofing & Sheet Metal, Inc.


Notary Date: 9/19/2016


 


Original Estimate

State Cost:       $225,300.00


Revised Estimate


Paid To

Date

$287,600.00


Actual Final Cost

$287,600.00


FY  QTR

17      2


Federal Cost


$0.00


$0.00


40           CHICAGO STATE UNIVERSITY


File Date: 12/14/2016


Latest Filing - 12/14/2016:

On December 14, 2016, 5 Affidavits were received for this Emergency Purchase using an expected start date of 12/12/2016 through 12/16/2016 with an Original Estimated Cost of $746,000.00 to Amber Mechanical and the following 4 additional vendors: $229,800.00 to Anchor Mechanical, $1,500.00 to Underground Imaging,

$3,295.00 to C. J. Erickson Plumbing, and $1,090.00 to United Rent a Fence, making the revised total Estimated Cost at $981,685.00.

 

Original Filing - 09/26/2016: FY17, Qtr 1, Item# 20:

This emergency was required to quickly repair the formation of a sink hole caused by the corrosion and break of the main underground high temperature hot water piping that serves hot water and heat to the Residence Hall and Student Union Building, including the Cafeteria on campus with the loss of water to the campus system. The sink hole corrosion have been deemed to post a high risk to the public health and safety of the University community. This Emergency Purchase has an expected start date of 09/12/2016 through 10/10/2016 with an Original Estimated Cost of $746,000.00.

Signed By: Cecil Lucy, Interim Vice-President-Administration


Vendor: Amber Mechanical


Notary Date: 9/12/2016


 

 

Original

Revised

Paid To

Actual

 

 

State Cost:

Estimate

$746,000.00

Estimate

$981,685.00

Date

$0.00

Final Cost

$0.00

FY  QTR

17      2

Federal Cost

$0.00

 

 

$0.00

 


41           EASTERN ILLINOIS UNIVERSITY


File Date: 11/11/2016


Latest Filing - 11 /11/2016:

An Affidavit was received on November 11, 2016 reporting the Actual Total Cost expended for the third quarter payment of four quarterly payments due at $299,075.10.

 

Fourth Filing - 08/03/2016: FY17, Qtr 1, Item# 48:

An Affidavit was received on August 3, 2016 reporting the Actual Total Cost expended for the second quarter payment of four quarterly payments due at $244,434.76

 

Third Filing - 05/19/2016: FY16, Qtr 4, Item# 33:

An Affidavit was received on May 19, 2016 reporting the Actual Total Cost expended for the first quarter payment of four quarterly payments due at $249,677.66.

 

Second Filing - 01/18/2016: FY16, Qtr 4, Item# 33:

A letter was received in the same filing quarter on January 8, 2016, requesting an extension for dates starting 01/31/2016 to 12/31/2016 at an additional estimated cost of $5,500,000.00, increasing the original estimated cost to $5,850,000.00.

 

Original Filing - 01/06/2016: FY16, Qtr 3, Item# 12:

The federal Patient Protection Affordable Care Act (ACA) imposed new mandates on employers to offer affordable health insurance to their full-time employees, or be subject to significant penalties. The existing SEGIP eligibility requirements are established by statute, and the current eligibility criteria does not extend coverage to certain University employee groups required under the ACA. Under the ACA, coverage is required to be offered by January 1, 2016. To date, no legislative solution has been offered to extend SEGIP coverage   to the employee groups, and to our knowledge, no current plans to amend legislation exist. As such, IPHEC   has engaged in a two-year process to try and identify an insurance solution to offer affordable health insurance coverage to the groups that meet the employer obligations under the ACA Employer Shared Responsibility. After three failed solicitations, the University consulted with the Chief Procurement Officer regarding            the best approach to address this compliance mandate and determined that procuring coverage for the           key population on an emergency basis was necessary in order to meet the January 1 deadline. Once required coverage is in place, the University will continue to explore available methods to address requirements            of the employer mandate and coverage options for our employees. This Emergency Purchase has an      expected start date of 11/02/2015 through 01/01/2016 with an Estimated Cost of $350,000.00.

Signed By: Aaron Carter, Executive Director IPHEC


Vendor: Mercer Health & Benefits LLC


Notary Date: 11/2/2016


 

 

Original

Revised

Paid To

Actual

 

 

State Cost:

Estimate

$350,000.00

Estimate

$5,850,000.00

Date

$793,187.52

Final Cost

$0.00

FY  QTR

17      2

Federal Cost

$0.00

 

 

$0.00

 


42           ILLINOIS STATE UNIVERSITY


File Date: 8/16/2016


Latest Filing - 11/16/2016:

The Actual Total Cost of FY16, Qtr 4, Item# 20 is $140,671.00.

(This letter indicated that the August 3, 2016 extension had an increase in the estimated cost $71,233.00 making the total estimated cost of for this Emergency Purchase at $147,526.00. The increased estimated cost for that extension was not included in the paperwork we received on 08/03/2016.)

 

Second Filing - 08/03/2016: FY17, Qtr 1, Item# 49:

A letter was received on August 3, 2016 requesting an extension for dates starting 08/08/2016 to 11/05/2016 at an additional estimated cost of $0.00, keeping the original estimated cost of $76,293.00.

 

Original Filing - 05/12/2016: FY16, Qtr 4, Item#20:

The chiller plant at ISU experienced a fire on 04/28/2016. This chiller plant provides cooling to both academic and administrative offices. The extent of the damage is still being determined. This contract provides temporary chiller equipment to keep buildings functional during the summer months until permanent repairs can              be made. This Emergency Purchase has an expected start date of 05/10/2016 through 08/07/2016 with an Original Estimated Cost of $76,293.00.

Signed By: Judy Johnson, Director of Purchasing


Vendor: Carrier Rental System


Notary Date: 5/10/2016


 

 

Original

Revised

Paid To

Actual

 

 

State Cost:

Estimate

$76,293.00

Estimate

$147,526.00

Date

$140,671.00

Final Cost

$140,671.00

FY  QTR

17      2

Federal Cost

$0.00

 

 

$0.00

 


43           ILLINOIS STATE UNIVERSITY


File Date: 10/24/2016


Latest Filing - 12/27/2016:

The Actual Total Cost of FY17, Qtr 1, Item# 21 is $211,478.00.

 

Second Filing - 10/24/2016: FY17, Qtr 1, Item# 21:

A letter was received on October 24, 2016 requesting an extension for dates starting 10/25/2016 to 01/21/2017 at an additional estimated cost of $0.00, keeping the original estimated cost of $211,478.00.

 

Original Filing - 07/18/2016: FY17, Qtr 1, Item# 21:

The Chiller Plant at ISU experienced a fire on 04/28/016. This chiller plant provides cooling to both academic and administrative offices. This contract provides parts and services to repair the damaged chiller. The required GE parts and services are only available from a single vendor due to equipment compatibility and Crescent Electric is the designated dealer for the area. This Emergency Purchase has an expected start date of 07/07/2016 through 10/05/2016 with an Original Estimated Cost of $211,478.00.

Signed By: Judy Johnson, Director of Purchases


Vendor: Crescent Electric Supply Company


Notary Date: 7/8/2016


 


Original Estimate

State Cost:       $211,478.00


Revised Estimate


Paid To

Date

$211,478.00


Actual Final Cost

$211,478.00


FY  QTR

17      2


Federal Cost


$0.00


$0.00