LIST OF EMERGENCY PURCHASE STATEMENTS

                                 FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                                    July 1, 2021 through September 30, 2021

  1       Comptroller - Fiscal Officer, Office of the                                                 File Date:  6/30/2021

  Original Filing - 6/30/2021 - FY22, Qtr 1 Item #1:

  The Springfield lease is located at 325 W. Adams St., Springfield, IL. The IOC has occupied this location for

  more than 40 years. The IOC has issues a RFI for a new building lease contract. Negotiations are still in process

  at this time. IOC operations will be disrupted if emergency lease is not executed to complete the new leasing

  process. The facility is the central office location for IOC operations. IOC is responsible for issuing warrants for

   the State. These services are critical to the State.

  This Emergency Purchase has an expected start date of 07/01/2021 through 09/28/2021 with an Original

  Estimated Cost of $366,830.16.

   Signed By:  Megan Seitzinger, Chief Procurement Officer

       Vendor:  325 W. Adams St., LLC                                                               Notary Date:   6/30/2021

                                      Original                   Revised                Paid To                    Actual

                                     Estimate                 Estimate                     Date              Final Cost        FY   QTR

        State Cost:        $366,830.16                                                   $0.00                      $0.00       22      1

    Federal                           $0.00                                                                                  $0.00


                                       LIST OF EMERGENCY PURCHASE STATEMENTS

                                 FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                                    July 1, 2021 through September 30, 2021

  2       Agriculture, Department of                                                                        File Date:  6/23/2021

 

  Second Filing - 09/16/2021:

  An Emergency Purchase Extension was received on September 16, 2021 requesting an extension for dates

  starting 09/17/2021 to 11/15/2021 at an additional estimated cost of $100,000.00, revising the total estimated

  cost to $426,000.00.

 

  Original Filing – 06-23-2021 FY22, Qtr 1, Item #2:

  Vendor is capable of providing all services including labor and removal of all manure  and provide Feed and

  Bedding for the 90 day emergency request. The vendor selected was the previous contracted vendor and is

  known to provide services.  The removal, hauling and disposal of manure and bedding generated by the Illinois

  State Fair, IL State Fair horse shows, non-fair livestock events, and the backstretch to prevent pest and odor

  problems.

 

This procurement was competitively bid twice and had one emergency already filed. 

21-

  406AGR-FRHRS-B-19422

21-406AGR-PROC4-B-19829

21-406AGR-FRHRS-B-20730 - previous

  Emergency, vendor could no longer provide services past the 90 days forcing us to file another emergency.

21-

  406AGR-FRHRS-R-89910/21-406AGR-FRHRS-B-21674 - Gone to bid.  Currently legal is negotiating exceptions

   with vendor which will provide a lapse in service therefore the emergency is needed.  This Emergency Purchase

   has an expected start date of 06/18/2021 through09/16/2021 with an Original Estimated Cost of $325,000.00.

   Signed By:  Michelle Grimsley, Agency Procurement Officer

       Vendor:  Rex Evans                                                                                    Notary Date:   6/23/2021

                                      Original                   Revised                Paid To                    Actual

                                     Estimate                 Estimate                     Date              Final Cost        FY   QTR

        State Cost:        $325,000.00           $426,000.00                    $0.00                      $0.00       22      1

    Federal                           $0.00                                                                                  $0.00


                                       LIST OF EMERGENCY PURCHASE STATEMENTS

                                 FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                                    July 1, 2021 through September 30, 2021

  3       Central Management Services, Department of                                          File Date:  6/30/2021

  Original Filing – 06/30/2021 FY22, Qtr 1, Item #3:

  There is no existing contract in place.  The previous contract for repair and maintenance (CIP8103910) (P-8299)

   was awarded to Parkway Elevators Inc. It expired on 06-30-2020. While we are waiting for the new solicitation

   to be opened and processed, we need someone who knows the elevator to take care of immediate needs on this

  elevators that are used for the public and state employees.  We have had some immediate emergency repairs in

  the last few months and this Vendor can start immediately will all knowledge required.CMS believes the need for

  a dedicated elevator repair foreman is warranted. The elevator repair foreman must be on-site immediately, five

  days a week, eight hours a day in case either of the two working elevators breaks down, or involves an

  entrapment of a citizen.. An emergency solicitation is the only procurement methodology that will allow for an

  emergency  need. The estimated cost is $103,468.80. This will cover the foreman and all materials required for

  any repairs or maintenance necessary. Contract term is June 28, 2021 through September 26, 2021, or the

  execution of contract P-27898, whichever is earlier.

  This Emergency Purchase has an expected start date of 06/28/2021 through 09/26/2021 with an Original

  Estimated Cost of $103,468.00.

   Signed By:  Krystiana Rinaldi, APO

       Vendor:  Parkway Elevators Inc.                                                                 Notary Date:   6/30/2021

                                      Original                   Revised                Paid To                    Actual

                                     Estimate                 Estimate                     Date              Final Cost        FY   QTR

        State Cost:        $103,468.80                                                   $0.00                      $0.00       22      1

    Federal                           $0.00                                                                                  $0.00


                                       LIST OF EMERGENCY PURCHASE STATEMENTS

                                 FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                                    July 1, 2021 through September 30, 2021

  4       Central Management Services, Department of                                          File Date:  7/7/2021

  Original Filing – 07/07/2021 FY22, Qtr 1, Item #4:

  The original contract term form 7/1/2016 to 06-30-2021 was not re-bid.  The proposed six-month extension was

   denied by the State Purchasing Officer, as a result Central Management Services is declaring this 90-day

  emergency.  There is no existing contract in place.  The previous contract for HVAC For Sangamon County 18-

  416CMS-BOPM4-P-1261 was awarded to Henson Robinson Company.  As the previous incumbent vendor,

  Henson Robinson Company has had 5 years experience with the HVAC services issues in Sangamon County.

  Failure to execute this emergency contract would result in cooling and ventilation service problems not be

  corrected in a timely manner. This would result in the dangerously high temperatures during the months this

  emergency contract would cover.  There are several high profile The locations include the Governor’s Mansion,

  Central Management Services, Illinois Departments of Transportation, Revenue, Health and Human Services that

  could be severely impacted if we do not have a contract in place for use in emergencies as well as repair and

  maintenance. In addition, this is the season for many county fairs that would require these services. Henson

  Robinson Company will provide general and emergency service for repair, maintenance and minor alterations to

  the heating, ventilating and air conditioning systems. Including, but not limited to distribution systems, chiller,

  absorption machines, air cooled air conditioner units, heating and roof top units, water and air condensers,

  evaporators, air handling units, high and low pressure steam boilers, hot water boilers, centrifugal, circulating

  condensate pumps, heat exchangers/converters, exhaust/ventilator fans, pressure reducing valve stations,

  operating controllers, temperature control systems at State occupied facilities in Sangamon County. The

  emergency term is July 1, 2021 through September 29, 2021, or the execution of a statewide master contract.

  This Emergency Purchase has an expected start date of 07/01/2021 through 09/29/2021 with an Original

  Estimated Cost of $98,727.00.

   Signed By:  Martha Blackwell, Strategic Sourcing Manager

       Vendor:  Henson Robinson Company                                                         Notary Date:     7/7/2021

                                      Original                   Revised                Paid To                    Actual

                                     Estimate                 Estimate                     Date              Final Cost        FY   QTR

        State Cost:          $98,727.00                                                   $0.00                      $0.00       22      1

    Federal                           $0.00                                                                                  $0.00


                                       LIST OF EMERGENCY PURCHASE STATEMENTS

                                 FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                                    July 1, 2021 through September 30, 2021

  5       Central Management Services, Department of                                          File Date:  7/7/2021

  Original Filing – 07/07/2021 FY22, Qtr 1, Item #5:

  The Stone Group, Inc.  will provide general and emergency service for electrical systems, including, but not

  limited to, distribution system, wiring, fixtures, panels, breakers, equipment for facilities located in the city of

  Chicago, and all counties that include and that are north of Interstate 80. The estimated cost is $52,903.00 The

  emergency term is July 1, 2021 through September 29, 2021, or the execution of a statewide master contract.

  This Emergency Purchase has an expected start date of 07/01/2021 through 09/29/2021 with an Original

  Estimated Cost of $52,903.00.

   Signed By:  Martha Blackwell, Strategic Sourcing Manager

       Vendor:  The Stone Group, Inc.                                                                  Notary Date:

                                      Original                   Revised                Paid To                    Actual

                                     Estimate                 Estimate                     Date              Final Cost        FY   QTR

        State Cost:          $52,903.00                                                   $0.00                      $0.00       22      1

    Federal                           $0.00                                                                                  $0.00

  6       Central Management Services, Department of                                          File Date:  7/15/2021

  Original Filing – 07/15/2021 FY22, Qtr 1 , Item #6:

  Wissehr Electric Inc  will provide general and emergency service for electrical systems, including, but not limited

   to, distribution system, wiring, fixtures, panels, breakers, equipment for facilities located in counties immediately

   south of counties that include Interstate 70. The estimated cost is $96,480.00. The emergency term is July 1,

  2021 through September 29, 2021, or the execution of a statewide master contract.

  This Emergency Purchase has an expected start date of 07/01/2021 through 09/29/2021 with an Original

  Estimated Cost of $96,480.00.

   Signed By:  Martha Blackwell, APO

       Vendor:  Wissehr Electric Inc. dba Wissehr Electrical Contractors              Notary Date:   7/15/2021

                                      Original                   Revised                Paid To                    Actual

                                     Estimate                 Estimate                     Date              Final Cost        FY   QTR

        State Cost:          $96,480.00                                                   $0.00                      $0.00       22      1

    Federal                           $0.00                                                                                  $0.00


                                       LIST OF EMERGENCY PURCHASE STATEMENTS

                                 FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                                    July 1, 2021 through September 30, 2021

  7       Central Management Services, Department of                                          File Date:  7/7/2021

  Original Filing – 7/07/2021 FY22, Qtr 1, Item #7:

  Kone Inc. will provide full coverage maintenance services, including the furnishing of all labor, materials and

  equipment necessary to provide a high quality maintenance program for the traction cable elevators, hydraulic

  elevators and escalators at 10 location in the central and south regions of the state. The emergency term is July

  1, 2021 through September 29, 2021, or the execution of a statewide master contract.

  This Emergency Purchase has an expected start date of 07/01/2021 through 09/29/2021 with an Original

  Estimated Cost of $56,700.00.

   Signed By:  Martha Blackwell, APO

       Vendor:  Kone, Inc.                                                                                    Notary Date:     7/7/2021

                                      Original                   Revised                Paid To                    Actual

                                     Estimate                 Estimate                     Date              Final Cost        FY   QTR

        State Cost:          $56,700.00                                                   $0.00                      $0.00       22      1

    Federal                           $0.00                                                                                  $0.00


                                       LIST OF EMERGENCY PURCHASE STATEMENTS

                                 FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                                    July 1, 2021 through September 30, 2021

  8       Central Management Services, Department of                                          File Date:  7/8/2021

  Original Filing – 7/07/2021 FY22, Qtr 1, Item #8:

  The original contract term for 19-416CMS-BOPM4-P-8310 J0951 Elevator Maint 9511 Harrison St Des Plaines

  (CIP7995950) was from 2-9-2017 to 06-30-2021 and was not re-bid. 

  The proposed six-month extension was denied by the State Purchasing Officer, as a result Central Management

  Services is declaring this 90-day emergency.  There is no existing contract in place.  The previous contract was

  awarded to Kone Inc.  As the previous incumbent vendor, Kone Inc. has had 5 years experience with the

  elevator services issues at the Des Plaines Location. Failure to execute this emergency contract would result in

  elevator service problems not be corrected in a timely manner. This could result in trapped passengers. The Des

  Plaines location houses over 20 distinct agencies. There are several high profile locations,  such as, the Illinois

  Commerce Commission, Cook County Emergency Telephone System Board - 911 Call Center, Department of

  Human Services, and the Illinois Office of the Inspector General  that could be severely impacted if we do not

  have a contract in place for use in emergencies as well as repair and maintenance.

  Kone Inc. will regularly and systematically examine, clean, adjust, lubricate and provide repairs, as needed to the

  facility traction cable elevators, hydraulic elevators, and  escalators. The emergency term is July 1, 2021 through

   September 29, 2021, or the execution of a statewide master contract.

  This Emergency Purchase has an expected start date of 07/01/2021 through 09/29/2021 with an Original

  Estimated Cost of $69,127.99.

   Signed By:  Martha Blackwell, APO

       Vendor:  Kone, Inc.                                                                                    Notary Date:     7/7/2021

                                      Original                   Revised                Paid To                    Actual

                                     Estimate                 Estimate                     Date              Final Cost        FY   QTR

        State Cost:          $69,127.99                                                   $0.00                      $0.00       22      1

    Federal                           $0.00                                                                                  $0.00


                                       LIST OF EMERGENCY PURCHASE STATEMENTS

                                 FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                                    July 1, 2021 through September 30, 2021

  9       Innovation & Technology, Department of                                                 File Date:  7/26/2021

  Original Filing – 7/26/2021 FY22, Qtr 1, Item #9:

  There is no existing master contract for Crowdstrike licenses and services.  CDWG is an authorized reseller for

  Crowdstrike licenses and services.

  7500 units of Part#: CS.FCSD.SOLN.T8.12M Falcon Complete with Threat Graph Standard - subscription

  license (1 year)

 

7500 units of Part#: CS.INSIGHTB.SOLN.T10.1M

 

7500 units of Part#: CS.PREVENTB.SOLN.T10.1M

 

7500 units of Part#: CS.DISCB.SOLN.T10.1M

 

7500 units of Part#: CS.FALCOMPS.SC

 

7500 units of Part#: CS.OWB.SVC.T10.1M

 

7500 units of Part#: CS.TGB.TD

 

1 unit of Part#: CS.FALCOMPONBC.SOL12M

 

20 units of Part#: RR.PSO.ENPASS

  This Emergency Purchase has an expected start date of 07/23/2021 through 10/20/2021 with an Actual Cost of

  $787,500.00.

   Signed By:  Patrick Kelleher, Acting APO

       Vendor:  CDWG                                                                                         Notary Date:

                                      Original                   Revised                Paid To                    Actual

                                     Estimate                 Estimate                     Date              Final Cost        FY   QTR

        State Cost:        $787,500.00                                                   $0.00                                      22      1

    Federal                           $0.00                                                                                  $0.00


                                       LIST OF EMERGENCY PURCHASE STATEMENTS

                                 FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                                    July 1, 2021 through September 30, 2021

  10     Innovation & Technology, Department of                                                 File Date:  7/7/2021

  Original Filing – 7/07/2021 FY22, Qtr 1, Item #10:

  There is no existing master contract for BeyondTrust licenses and services.  CDWG is an authorized reseller for

  BeyondTrust and is utilizing Revere Consulting Company, Inc, a BEP-certified vendor for project management

  services.

  1 unit of BTU_PM_WINDOWS_ADMIN_COURSE "Privilege Management for Windows Administration Private

  Course"

 

1 unit of BTU_PS_ADMIN_COURSE Password Safe Administrator Private Course

 

10 units of BTU_PS_USER_ELEARN Password Safe Us eLearning Course

 

1 unit of BTU_PRA_ADMIN_COURSE "Privileged Remote Access for Administrator Private Course

 

10 units of BTU_PRA_USER_ELEARN Privileged RemotAccess Console eLearning

 

55,000 units of PM-WinDesktop-CLOUD "Privilege Management for Windows Desktop - Per Asset Cloud"

 

5,000 units of PS-CLOUD Password SafPer Asset Cloud

 

1,000 units of PRAA-CLOUD Privileged Remote Access Per Ast Cloud

 

1 units of TAM-ENTERPRISE Enterprise Technical Accnt Manager

 

 

 

1,040 units of Engineer -  Hour  XMS

 

160 units of Project Manager Per Hour XMS

 

1800 units of Project Manager - Per Hour BEP

  This Emergency Purchase has an expected start date of 07/03/2021 through 09/30/2021 with an Actual Cost of

  $1,365,200.00.

   Signed By:  Dante Watson, APO

       Vendor:  CDWG                                                                                         Notary Date:     7/7/2021

                                      Original                   Revised                Paid To                    Actual

                                     Estimate                 Estimate                     Date              Final Cost        FY   QTR

        State Cost:     $1,365,200.00                                                   $0.00                                      22      1

    Federal                           $0.00                                                                                  $0.00


                                       LIST OF EMERGENCY PURCHASE STATEMENTS

                                 FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                                    July 1, 2021 through September 30, 2021

  11     Innovation & Technology, Department of                                                 File Date:  7/23/2021

  Original Filing – 7/23/2021 FY22, Qtr 1, Item #11:

  There is no existing master contract for Quest licenses and services.  Novanis is an authorized BEP reseller for

  Quest licenses and services.

  55000 units of part number OFB-QOD-SAAS-247 ON DEMAND AUDIT FOR OFFICE 365 PER MANAGED

  PERSON 10 YEARS MAX RETENTION AA-ON 24X7 SAAS

 

55000 units of part number EPP-DMX-TB-247 ENTERPRISE REPORTER SUITE PER MANAGED PERSON

   24X7 TERM LICENSE/MAINT

 

55000 units of part number AAQ-QOD-SK-HYB-247 RECOVERY MANAGER FOR AD DISASTER

  RECOVERY EDITION HYBRID SUITE WITH TEAMS PER MANAGED PERSON 24X7 HYBRID

  SUBSCRIPTON PACK

 

1 unit  of part number BTM-BNT-FF BINARY TREE MICROSOFT ACTIVE DIRECTORY MIGRATION

  FIXED FEE

 

155000 units of part number ABQ-BNT-PK-247 QUEST & BINARY TREE ACTIVE DIRECTORY

  MIGRATION SUITE W/FILE SERVERS LICENSE/24X7 MAINT PACK

 

55000 units of part number CMU-MLX-PB-247 METALOGIX CONTENT MATRIX PER MANAGED

  PERSON LICENSE/24X7 MAINT

 

55000 units of part number EOF-MLX-PB-247 METALOGIX ESSENTIALS FOR OFFICE 365

  ENTERPRISE W/MIGRATION PER MANAGED PERSON LICENSE/24X7 MAINT

  This Emergency Purchase has an expected start date of 07/23/2021 through 10/20/2021 with an Actual Cost of

  $2,579,307.80.

   Signed By:  Reginald Lampkin, SPSA Procurement BEP Manager

       Vendor:  Novanis                                                                                        Notary Date:   7/23/2021

                                      Original                   Revised                Paid To                    Actual

                                     Estimate                 Estimate                     Date              Final Cost        FY   QTR

        State Cost:                                                                 $2,579,307.80        $2,579,307.80       22      1

    Federal                           $0.00                                                                                  $0.00


                                       LIST OF EMERGENCY PURCHASE STATEMENTS

                                 FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                                    July 1, 2021 through September 30, 2021

  12     Innovation & Technology, Department of                                                 File Date:  7/13/2021

  Original Filing – 7/13/2021 FY22, Qtr 1, Item #12.:

 

  This is the current vendor that has been providing these services to multiple agencies for several years. They

  have the staff trained to handle the agency needs, and knowledge of the existing systems to keep them

  operational.

  This contract will be a JPMC available to governmental units or qualified not-for-profit for the products

  categories below -

 

 

• Document and drawing scanning/imaging that comply with the State’s Enterprise Docuware requirements and

  controls.

 

• Transferring the scanned images to microfilm.

• Provide user agency document transportation, storage, and

  destruction.

 

• Storing images into the appropriate Docuware file cabins.

 

• Assessment of the users’ imaging requirements and provide specific details of configuration specifications for

  their organization which include Docuware file cabinet specifications, user role defining, etc.

 

• Provide training and technical support for the user agencies regarding document handling, batching documents,

  and local scanning.

 

• Assist the DoIT technical staff with maintaining the Enterprise Docuware platform.

  This Emergency Purchase has an expected start date of 07/17/2021 through 10/14/2021 with an Original

  Estimated Cost of $100,000.00.

   Signed By:  Dante Watson, APO

       Vendor:  Com Mircofilm Company                                                            Notary Date:   7/13/2021

                                      Original                   Revised                Paid To                    Actual

                                     Estimate                 Estimate                     Date              Final Cost        FY   QTR

        State Cost:        $100,000.00                                                   $0.00                      $0.00       22      1

    Federal                           $0.00                                                                                  $0.00


                                       LIST OF EMERGENCY PURCHASE STATEMENTS

                                 FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                                    July 1, 2021 through September 30, 2021

  13     Innovation & Technology, Department of                                                 File Date:  7/7/2021

  Original Filing – 7/07/2021 FY22, Qtr 1, Item #13:

 

  This contract will be a JPMC available to governmental units or qualified not-for-profit for the products

  categories below -

 

Cisco SmartNet Maintenance coverage for hardware 12 months

 

Enterprise License Agreements for DoIT Security division f 12 months

 

Enterprise License Agreements for Illinois Century Network (ICN) 12 months

 

  The contract with the current vendor expires 6/30/21 and will not be renewed.   This contract was a JPMC.  We

   are seeking an emergency JPMC  with this vendor to cover the supples and services listed above.   This

  contract will be available to used by governmental units or qualified not-for-profit.

 

  This Emergency Purchase has an expected start date of 07-03-2021 through 09-30-2021 with an Original

  Estimated Cost of $8,000,000.00.

   Signed By:  Dante Watson, APO

       Vendor:  Presidio Networked Solutions Group, LLC                                   Notary Date:     7/7/2021

                                      Original                   Revised                Paid To                    Actual

                                     Estimate                 Estimate                     Date              Final Cost        FY   QTR

        State Cost:     $8,000,000.00                                                   $0.00                      $0.00       22      1

    Federal                           $0.00                                                                                  $0.00


                                       LIST OF EMERGENCY PURCHASE STATEMENTS

                                 FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                                    July 1, 2021 through September 30, 2021

  14     Human Services, Department of                                                                 File Date:  7/2/2021

  Original Filing – 7/02/2021 FY22, Qtr 1, Item #14:

  The vendor was selected via a competitive bidding process. The BidBuy Renewal was not completed by end of

  June 2021 due to difficulties with the interface between Bidbuy and SAP.   Until a new competitive bid can be

  completed, the Emergency procurement will continue services required, e.g., Inter-office delivery services for

  mail, CTA Transit Cards, and Pace Bus Tickets in the Chicagoland area.

  Services required for the Inter-office delivery services for mail, CTA Transit Cards, and Pace Bus Tickets in the

  Chicagoland area.

 

  This Emergency Purchase has an expected start date of 07/02/2021 through 09/30/2021 with an Original

  Estimated Cost of $66,000.00.

   Signed By:  Jean Sandstrom, APO

       Vendor:  IGOR The Watchdog Corp.                                                          Notary Date:     7/2/2021

                                      Original                   Revised                Paid To                    Actual

                                     Estimate                 Estimate                     Date              Final Cost        FY   QTR

        State Cost:          $66,000.00                                                   $0.00                      $0.00       22      1

    Federal                           $0.00                                                                                  $0.00


                                       LIST OF EMERGENCY PURCHASE STATEMENTS

                                 FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                                    July 1, 2021 through September 30, 2021

  15     Human Services, Department of                                                                 File Date:  6/9/2021

  Original Filing –   6/09/2021 FY22, Qtr 1, Item #15:

  In March of 2020, utilizing the Emergency Declaration issued by the Governor in response to the COVID-19

  outbreak, Peerless Cleaners, Inc., agreed to provide emergency/on-demand cleaning services for DHS locations

  where a COVID positive exposure was identified.  This emergency contract was quoted at time and materials

  and the new contract we are seeking to establish will be quoted the same.  Other state agencies that entered into

  agreements with Peerless Cleaners, Inc., were quoted charges by the square foot - this method of billing would

  more than double the costs of these critical cleanings.  In order to provide emergency COVID related cleanings

  at the best possible rates for the DHS and the State, it is imperative that we execute this emergency contract

  under the time and materials quote utilized in the initial agreement.

  Procuring services to clean various DHS office locations to prevent contagious infections meeting applicable

  standards and compliance requirement including but not limited to those by the Centers for Disease Control and

  Prevention.

 

  This Emergency Purchase has an expected start date of 07/01/2021 through 09/30/2021 with an Original

  Estimated Cost of $750,000.00.

   Signed By:  Paul Hartman, Jr., Dir., Office of Business Services

       Vendor:  Peerless Cleaners, Inc.                                                                  Notary Date:     6/9/2021

                                      Original                   Revised                Paid To                    Actual

                                     Estimate                 Estimate                     Date              Final Cost        FY   QTR

        State Cost:        $750,000.00                                                   $0.00                      $0.00       22      1

    Federal                           $0.00                                                                                  $0.00


                                       LIST OF EMERGENCY PURCHASE STATEMENTS

                                 FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                                    July 1, 2021 through September 30, 2021

  16     Human Services, Department of                                                                 File Date:  6/9/2021

  Original Filing – 6/09/2021 FY22, Qtr 1, Item #16:

 

  In March of 2020, utilizing the Emergency Declaration issued by the Governor in response to the COVID-19

  outbreak, DSI Holdings Corp dba ServiceMaster Recovery, agreed to provide emergency/on-demand cleaning

  services for DHS locations where a COVID positive exposure was identified.  This emergency contract was

  quoted at time and materials and the new contract we are seeking to establish will be quoted the same.  Other

  state agencies that entered into agreements with DSI Holdings Corp dba ServiceMaster Recovery, were quoted

  charges by the square foot - this method of billing would more than double the costs of these critical cleanings. 

  In order to provide emergency COVID related cleanings at the best possible rates for the DHS and the State, it is

  imperative that we execute this emergency contract under the time and materials quote utilized in the initial

  agreement.Procuring services to clean various DHS office locations to prevent contagious infections meeting

  applicable standards and compliance requirement including but not limited to those by the Centers for Disease

  Control and Prevention.

 

  This Emergency Purchase has an expected start date of 07/01/2021 through 09/30/2021 with an Original

  Estimated Cost of $1,500,000.00.

   Signed By:  Paul Hartman, Jr., Dir., Office of Business Services

       Vendor:  DSI Holdings Corp dba ServiceMaster Recovery                         Notary Date:     6/9/2021

                                      Original                   Revised                Paid To                    Actual

                                     Estimate                 Estimate                     Date              Final Cost        FY   QTR

        State Cost:     $1,500,000.00                                                   $0.00                      $0.00       22      1

    Federal                           $0.00                                                                                  $0.00


                                       LIST OF EMERGENCY PURCHASE STATEMENTS

                                 FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                                    July 1, 2021 through September 30, 2021

  17     Human Services, Department of                                                                 File Date:  7/23/2021

  Original Filing – 7/23/2021 FY22, Qtr 1, Item #17:

 

  The selected vendor has the current Boiler Repair and Maintenance contract at Elgin Mental Health Center--P-

  6649 which was competitively bid. The vendor is familiar with our boilers and can supply stationary engineers

  with the experience required to operate them.  Elgin Mental Health Center ("EMHC") is budgeted for 8 stationary

  engineers and 1 chief engineer. Five stationary engineer positions are currently vacant.  Engineers are working

  112 hours of overtime each, per month. This is due to the fact that EMHC has a Powerhouse that is required to

  be staffed 24 hours a day along with staff doing maintenance and repairs throughout our 104-acre facility.  The

  vacancies occurred over a period of time where our engineers were CMS employees and were transferred to

  DHS employment pursuant to Executive Order 2020-75.  As of July 1, 2021, all five vacancies have been posted

  but it will take several months to complete the hiring and training process.

 

Vendor will supply 3 stationary

  engineers to work 40 regular work hours per week for 90 days--12 weeks and 6 days.  That will total 1584

  hours at $93.75/hour.

 

  This Emergency Purchase has an expected start date of 07/26/2021 through 10/24/2021 with an Original

  Estimated Cost of $148,500.00.

   Signed By:  Jean Sandstrom, APO

       Vendor:  The Stone Group                                                                          Notary Date:   7/23/2021

                                      Original                   Revised                Paid To                    Actual

                                     Estimate                 Estimate                     Date              Final Cost        FY   QTR

        State Cost:        $148,500.00                                                   $0.00                      $0.00       22      1

    Federal                           $0.00                                                                                  $0.00


                                       LIST OF EMERGENCY PURCHASE STATEMENTS

                                 FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                                    July 1, 2021 through September 30, 2021

  18     Public Health, Department of                                                                     File Date:  7/6/2021

  Original Filing – 7/06/2021 FY22, Qtr 1, Item #18:

 

  The Illinois Department of Public Health's (IDPH) current vendor, Pool Administrators Inc. provides the services

   for the Program. IDPH is currently in the active procurement process that has not been completed to date and

  this Emergency 90-day contract is being requested to ensure continuity of critical services being provided to HIV

   positive Illinoisans during the RFP process. The Illinois Department of Public Health administers the Ryan White

   Part B Program that houses the Continuation of Health Insurance Coverage (CHIC) Program and the CARE

  Program with federal Ryan White Care Act funds.  The purpose of the CHIC Program is to assist eligible

  individuals who are infected with HIV/AIDS to maintain their insurance coverage (i.e., COBRA, Medicare Part

  D, Illinois Marketplace plans, and/or commercial health insurance coverage approved by the state) by assisting

  with the payment of the approved monthly premium plan payments. The Ryan White CARE Unit provides an

  array of CORE and Supportive Services authorized through the federal Health Resources and Services

  Administration (HRSA), of which one CORE Service assists with outpatient medical ambulatory cost for

  individuals who are infected with HIV/AIDS. Under Title XXVI of Public Health Service (PHS) Act as amended

  by the Ryan White HIV/AIDS Treatment Extension Act of 2009, IDPH needs to provide these services.

 

  This Emergency Purchase has an expected start date of 07/01/2021 through 09/29/2021 with an Original

  Estimated Cost of $6,000,000.00.

   Signed By:  Sarina O'Malley, APO

       Vendor:  Pool Administrators Incorperate                                                   Notary Date:     7/6/2021

                                      Original                   Revised                Paid To                    Actual

                                     Estimate                 Estimate                     Date              Final Cost        FY   QTR

        State Cost:                                                                               $0.00                      $0.00       22      1

    Federal             $6,000,000.00                                                                                  $0.00


                                       LIST OF EMERGENCY PURCHASE STATEMENTS

                                 FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                                    July 1, 2021 through September 30, 2021

  19     Transportation, Department of                                                                  File Date:  7/8/2021

  Original Filing – 7/08/2021 FY22, Qtr 1, Item #19:

  Informal bids were solicited from 6 contractors who have done similar work in McLean County. One bid was

  received from Stork Excavating for $177,779.00. Therefore Stark was selected to do the work.  Overnight June

  25 to 26, 2021 a significant rain event caused flood damage at Structures 057-0160 and

  057-0159, the dual structures carrying l-55 over Timber Creek just north of the Funks Grove Rest Area. This led

   to damage of the shoulders and floodplains under the bridges.

 

  This Emergency Purchase has an expected start date of 07/06/2021 through 10/04/2021 with an Original

  Estimated Cost of $300,000.00.

   Signed By:  Kensil Garnett, CPO

       Vendor:  Stark Excavating                                                                           Notary Date:     7/8/2021

                                      Original                   Revised                Paid To                    Actual

                                     Estimate                 Estimate                     Date              Final Cost        FY   QTR

        State Cost:        $300,000.00                                                   $0.00                      $0.00       22      1

    Federal                           $0.00                                                                                  $0.00


                                       LIST OF EMERGENCY PURCHASE STATEMENTS

                                 FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                                    July 1, 2021 through September 30, 2021

  20     Transportation, Department of                                                                  File Date:  7/20/2021

  Original Filing – 7/20/2021 FY22, Qtr 1, Item #20:

 

  Traffic Control Company was selected to perform the installation of the temporary bridgo traffic signals. They

  can respond quickly, have the equipment and the experience to complete all required work in the condensed time

  frame. Traffic Control Company was notified to proceed via e-mail on July 16, 2021. Due to weather conditions,

   they could not start with the installation of the temporary traffic signals until July 19, 2021.

  Contractors contacted and their bids are:

  Traffic Control Company $12,833.05

  Warning Lites of Illinois $15,050.00

  John Thomas, Inc. No Bid submitted

 

  The Bureau of Bridges and Structures is concerned for the overall stability of structure 082-0098, IL 111 over

  CSX Railroad. Their recommendation is to reduce traffic to one lane to minimize volumes and loads with the

  installation of temporary bridge signals to be installed on July 16, 2021. The District Is currently working with

  the railroad for access to complete the necessary bridge repairs The District 8 Sign Shop will be providing tho

  necessary pavement markings and advance traffic control slgriaye for this work.

  This Emergency Purchase has an expected start date of 07/16/2021 through 10/14/2021 with an Original

  Estimated Cost of $100,000.00.

   Signed By:  Joseph Moroe, CPO

       Vendor:  Traffic Control Company                                                             Notary Date:   7/20/2021

                                      Original                   Revised                Paid To                    Actual

                                     Estimate                 Estimate                     Date              Final Cost        FY   QTR

        State Cost:        $100,000.00                                                   $0.00                      $0.00       22      1

    Federal                           $0.00                                                                                  $0.00


                                       LIST OF EMERGENCY PURCHASE STATEMENTS

                                 FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                                    July 1, 2021 through September 30, 2021

  21     Capital Development Board                                                                        File Date:  6/30/2021

  Second Filing - 09/16/2021

  An Emergency Purchase Extension was received on September 16, 2021 requesting an extension for dates

  starting 09/16/2021 to 06/30/2022. The extension expenditure is not assessed and will be charged for time only.

 

 

  Original Filing – 06/30/2021 FY22, Qtr 1, Item #22:

  The scope of work provides for replacement, repairs, and upgrades to the fire alarm and fire sprinkler systems in

   multiple buildings at the DuQuoin State Fairgrounds to bring the facilities into compliance with code. The fire

  alarm scope provides for replacing all fire alarm devices, panels, wiring etc. at the Grandstand, Million Dollar

  Barn and Main Gate with fully code compliant systems. The panel at the Main Gate should be updated with

  current software and hardware modules (or replaced). The scope also provides for installing a new fiber optic

  backbone to interconnect the fire alarm panels and allow for connection of panels in other buildings in future

  projects. The fire sprinkler scope includes replacement of existing systems, installation of new sprinkler systems,

   new water services, and any incidental or related general, civil, plumbing, electrical, or other work.

  Incorporated documents include the March 2009 Standard Documents for Construction & Supplement and the

  March 2009 Design and Construction Manual & Supplement. Basic Architectural Services provided under this

  procurement should not exceed $125,000.00, which is a place-holder prior to the negotiation of a Professional

  Services Agreement, without prior authorization from the Capital Development Board in consultation with the

  Chief Procurement Office. Final Actual Costs will be reported upon project completion and project close-out.

  In accordance with 30 ILCS 500/50-35, all contractors, and each subcontractor to be used whose

  contract/subcontract exceeds an annual value of $50,000, shall submit financial disclosures and certifications as

  a material term of the contract. In accordance with section 00 21 50 of the Standard Documents for

  Construction, the General Contractor shall perform no less than 20% of work with its own staff. Each other

  trade shall perform no less than 40% of work with its own staff. Work with own staff includes direct labor and

  supervision, as well as material purchases where the material is installed by the contractor.

 

  This Emergency Purchase has an expected start date of 06/30/2031 through 09/27/2021 with an Original

  Estimated Cost of $125,000.00.

   Signed By:  Chris Miles, Executive II

       Vendor:  White & Borgognoni Architects, P.C. (4424)                                Notary Date:   6/30/2021

                                      Original                   Revised                Paid To                    Actual

                                     Estimate                 Estimate                     Date              Final Cost        FY   QTR

        State Cost:        $125,000.00                                                   $0.00                      $0.00       22      1

    Federal                           $0.00                                                                                  $0.00


                                       LIST OF EMERGENCY PURCHASE STATEMENTS

                                 FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                                    July 1, 2021 through September 30, 2021

  22     Toll Highway Authority, Illinois State                                                        File Date:  7/26/2021

  Original Filing – 7/26/2021 FY22, Qtr 1, Item #23:

 

  The Vendor performed similar work for the Tollway in 2018 (P-7109) and their performance was satisfactory.

 

 

 

An Emergency Contract with Fence Masters, Inc. is required so that the work may proceed for the

  immediate repair to damaged guardrails at multiple sites along the Illinois Tollway system.  

   

  Furnishing, delivery, and repair of guardrail, including traffic barrier terminals and energy attenuators.

 

  This Emergency Purchase has an expected start date of 07/26/2021 through 10/23/2021 with an Original

  Estimated Cost of $789,661.00.

   Signed By:  Eric Occomy, APO

       Vendor:  Fence Masters, Inc.                                                                       Notary Date:   7/26/2021

                                      Original                   Revised                Paid To                    Actual

                                     Estimate                 Estimate                     Date              Final Cost        FY   QTR

        State Cost:        $789,661.00                                                   $0.00                      $0.00       22      1

    Federal                           $0.00                                                                                  $0.00

  23     Governors State University                                                                        File Date:  7/16/2021

  Original Filing – 7/16/2021 FY22, Qtr 1, Item #24:

 

  The work includes, but is not limited to the removal & repair of failing coffers within the ceilings of D wing. The

   award includes the removal and repair of failing coffers in the identified ceilings. Contractor will be responsible

  for all removal of debris, barricades, and lifts needed. All repairs, drywall and painting as proposed are included

  in the proposal.

 

  This Emergency Purchase has an expected start date of 07/19/2021 through 08/20/2021 with an Original

  Estimated Cost of $173,750.00.

   Signed By:  Tracy Sullivan, Asst Vice President

       Vendor:  Cosgrove Construction                                                                 Notary Date:   7/16/2021

                                      Original                   Revised                Paid To                    Actual

                                     Estimate                 Estimate                     Date              Final Cost        FY   QTR

        State Cost:        $173,750.00                                                   $0.00                      $0.00       22      1

    Federal                           $0.00                                                                                  $0.00


                                       LIST OF EMERGENCY PURCHASE STATEMENTS

                                 FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                                    July 1, 2021 through September 30, 2021

  24     Northern Illinois University                                                                        File Date:  7/16/2021

  Final Cost

  Latest Filing - 09/02/2021:

  An Actual Total Cost of $248,976.00 was reported in the same filing quarter.

 

  Original Filing – 7/16/2021 FY22, Qtr 1, Item #25:

  This equipment was determined to be needed by faculty for face to face instruction in classrooms due to

  COVID-19 before the beginning of the fall semester. This need supports the Illinois Board of Higher Education

  (IBHE) COVID-19 Guidance. NIU made contact with several vendors for pricing of same or similar products

  and Occupational Training and Supply (Certified Business Enterprise Program (BEP) vendor was determined to

  have immediate availability for the quantity needed and best price point when compared to others solicited

  vendors.

 

  Supply of portable HEPA filtration air scrubber machines and associated replacement filters for campus

  classroom spaces.

 

  This Emergency Purchase has an expected start date of 07/16/2021 through 08/16/2021 with an Original

  Estimated Cost of $248,976.00.

   Signed By:  Antoinette Bridges, Director

       Vendor:  Occupational Training & Supply                                                  Notary Date:   7/16/2021

                                      Original                   Revised                Paid To                    Actual

                                     Estimate                 Estimate                     Date              Final Cost        FY   QTR

        State Cost:        $248,976.00                                        $248,976.00           $248,976.00       22      1

    Federal                           $0.00                                                                                  $0.00


                                       LIST OF EMERGENCY PURCHASE STATEMENTS

                                 FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                                    July 1, 2021 through September 30, 2021

  25     University of Illinois                                                                                    File Date:  7/1/2021

  Original Filing – 7/01/2021 FY22, Qtr 1, Item #27:

  Innovista Health Solutions, is our current vendor for the management of services for processing the in network

  and out of network claims and payments for Campuscare program, BCBS HMOI, Blue Advantage and Blue

  Precision plans. The University did not include the appropriate funds for out-of-network claims in the original

  RFP award #MEC218. We need an Emergency while we appropriately amend the RFP# MEC218, during which

  time services must continue; there was an increase in out-of-network claims due to COVID-19 since students

  were sent home and unable to use in-network providers at UI Health which caused an exhaustion of awarded

  funds; Managed Care will be subject to penalties if they do not pay Innovista timely for their Managed Services

  responsibilities for adjudicating and paying claims.

 

  Innovista Health Solutions will administrative and manage services for CampusCare, a full risk self-funded

  student health plan, and for the Managed Care Blue Cross and Blue Shield of Illinois HMOs (BCBSIL HMOs)

  Risk agreement. The services will include payments to our out of network providers.

 

  This Emergency Purchase has an expected start date of 07/01/2021 through 09/28/2021 with an Original

  Estimated Cost of $650,000.00.

   Signed By:  Debra Matlock, Exec. Dir., UIC Purchasing

       Vendor:  Innovista Health Solutions                                                            Notary Date:     7/1/2021

                                      Original                   Revised                Paid To                    Actual

                                     Estimate                 Estimate                     Date              Final Cost        FY   QTR

        State Cost:        $650,000.00                                                   $0.00                      $0.00       22      1

    Federal                           $0.00                                                                                  $0.00


                                       LIST OF EMERGENCY PURCHASE STATEMENTS

                                 FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                                    July 1, 2021 through September 30, 2021

  26     Innovation & Technology, Department of                                                 File Date:  8/6/2021

  Original Filing – 8/06/2021 FY22, Qtr 1, Item #28:

 

  The American Rescue Plan Act provided new funds to states to improve their administration of the Supplemental

   Nutrition Assistance Program (SNAP).  Illinois will receive $13.3 million for FFY21 that must be allocated by

  September 30, 2021. The USDA Food and Nutrition Services has approved Illinois’ spending plan which

  included 1500 new laptop bundles for SNAP eligibility staff.  If not spent, the state will lose the funding.  This

  vendor is able to meet the quantity bundle requirements  in the allotted time frame.

 

  These models are not available on any contract the State has.

 

 

1500 Mfg. Part#: 20W00090US Lenovo ThinkPad T14 Gen 2 - 14" - Core i5 1135G7 - 8 GB RAM - 256 GB

   SSD

 

1500 Mfg. Part#: 5WS0A14086 Lenovo 3Y Onsite upgrade from 1Y Depot/CI

 

1500 Mfg. Part#: 5PS0A23278 Lenovo 3Y Keep Your Drivedd On

  1500 Mfg. Part#: 40AY0090US Lenovo ThinkPad Universal USB-C Dock - docking station - USB-C - HDMI, 2

  x

 

1500 Mfg. Part#: 4X30M39458 UNSPSC: 43211706 Lenovo Essential Wireless Combo - keyboard and mouse

  set - US

 

  CDS is unable to fill the order within the time restraints for the American Rescue Plan Act  new funds to states

  to improve their administration of the Supplemental Nutrition Assistance Program (SNAP). llinois will receive

  $13.3 million for FFY21 that must be allocated by September 30, 2021. Due to CDS being unable to fulfill the

  order, the Agency is exercising the Quick Purchase Rule 1.2030 (5) immediate action is necessary to avoid

  lapsing or loss or federal or donated funds. CDW-G has confirmed that they are able to fulfill the order and have

  equipment in stock and ready.

 

  This Emergency Purchase has an expected start date of 08/06/2021 through 09/30/2021 with an Original

  Estimated Cost of $2,901,000.00.

   Signed By:  Patrick Kelleher, Acting APO

       Vendor:  CDW-G                                                                                        Notary Date:     8/6/2021

                                      Original                   Revised                Paid To                    Actual

                                     Estimate                 Estimate                     Date              Final Cost        FY   QTR

        State Cost:                   $0.00                                                   $0.00                      $0.00       22      1

    Federal             $2,901,000.00                                                                                  $0.00


                                       LIST OF EMERGENCY PURCHASE STATEMENTS

                                 FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                                    July 1, 2021 through September 30, 2021

  27     Financial and Professional Regulation, Department of                              File Date:  7/27/2021

  Original Filing – 7/27/2021 FY22, Qtr 1, Item #29:

 

  Vendor shall provide licensing, maintenance, and hosting of the state's Seed to Sale (S2S) Inventory Tracking

  System.  The S2S system is a cloud-based vendor-hosted centralized system solution that tracks the state's

  regulated cannabis products from 'seed' and a licensed cultivator to 'sale' at a licensed dispensary.  The S2S

  system also tracks the inventory purchases/transactions.  If Medical cannabis inventory, patient and/or caregiver

  status validation must provided along with the permitted amount of cannabis available for purchase.  Cannabis

  transportation information and shipping manifests will also be tracked and accepted.  Inventory registrations,

  data reporting, audit trail, and training to system users will be provided.

 

  This Emergency Purchase has an expected start date of 08/01/2021 through 10/29/2021 with an Original

  Estimated Cost of $75,000.00.

   Signed By:  Brandon Purcell, APO

       Vendor:  BiotrackTHC dba Bio-Tech Medical Software                             Notary Date:   7/27/2021

                                      Original                   Revised                Paid To                    Actual

                                     Estimate                 Estimate                     Date              Final Cost        FY   QTR

        State Cost:          $75,000.00                                                   $0.00                      $0.00       22      1

    Federal                           $0.00                                                                                  $0.00


                                       LIST OF EMERGENCY PURCHASE STATEMENTS

                                 FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                                    July 1, 2021 through September 30, 2021

  28     Corrections, Department of                                                                        File Date:  8/23/2021

  Original Filing – 8/23/2021 FY22, Qtr 1, Item #35:

 

  The vendor currently supplies the needed commissary items to Illinois Department of Corrections facilities. 

 

  The vendor will provide approved commissary items that will allow for the continued sales of food, clothing,

  health/beauty, sundries and electronics to individuals in custody.

 

  This Emergency Purchase has an expected start date of 08/20/2021 through 11/18/2021 with an Original

  Estimated Cost of $6,275,000.00.

   Signed By:  Jacenta Wilson, APO

       Vendor:  Keefe Group                                                                                Notary Date:   8/23/2021

                                      Original                   Revised                Paid To                    Actual

                                     Estimate                 Estimate                     Date              Final Cost        FY   QTR

        State Cost:     $6,275,000.00                                                   $0.00                      $0.00       22      1

    Federal                           $0.00                                                                                  $0.00


                                       LIST OF EMERGENCY PURCHASE STATEMENTS

                                 FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                                    July 1, 2021 through September 30, 2021

  29     Innovation & Technology, Department of                                                 File Date:  8/24/2021

  Original Filing – 8/24/2021 FY22, Qtr 1, Item #36

 

  There is currently a world wide computer chip shortage.  While this purchase is with our current laptop vendor,

  they cannot meet quantity need at the contract prices.  The manufactures of computer equipment continue to

  raise base rates due to the chip shortage and high demand.  As the State seeks to replace approximately 8500

  aging devices that are currently running on out dated and unsupported operating systems our vendor is has some

   stock available that meets our system specification at comparable market rates and with the continues shortage

  we need procure stock to meet initiatives, at current market rates.:

 

  262 Mfg. Part#: 20X3006YUS Lenovo ThinkPad L15 Gen 2 20X3 Core i7 1165G7 / 2.8 GHz - Win 10 Pro 64-

  bit - 16 GB RAM - 512 GB SSD TCG Opal Encryption 2, NVMe - 15.6" IPS 1920 x 1080 (Full HD) - Iris Xe

  Graphics - Wi-Fi 6, Bluetooth - black - kbd: English

262 Mfg. Part#: 55WS0A14086 Lenovo 3Y Onsite upgrade

   from 1Y Depot

262 Mfg. Part#: 5PS0A23278 Lenovo 3Y Keep Your Drive Add On

 

  This Emergency Purchase has an expected start date of 08/24/2021 through 11/21/2021 with an Original

  Estimated Cost of $405,704.38.

   Signed By:  Reginald Lampkin, APO

       Vendor:  CDS                                                                                              Notary Date:   8/24/2021

                                      Original                   Revised                Paid To                    Actual

                                     Estimate                 Estimate                     Date              Final Cost        FY   QTR

        State Cost:        $405,704.38                                                   $0.00                      $0.00       22      1

    Federal                           $0.00                                                                                  $0.00


                                       LIST OF EMERGENCY PURCHASE STATEMENTS

                                 FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                                    July 1, 2021 through September 30, 2021

  30     Central Management Services, Department of                                          File Date:  8/26/2021

  Original Filing – 8/26/2021 FY22, Qtr 1, Item #37:

 

  Due to the protest for our bid for JPMC Chicago Carpentry B-21123; we must declare an emergency for 90

  days for these services for the following reasons:

 

 

1) We have projects in the works at several locations including the need for an Emergency Egress door

  access per OSFM at 1642 W 59th Street and a cubicle wall removal project to create and ADA opening in an

  intake area at 11203 S Ellis.

 

2) Several buildings still need some plexi-glass/partitions installed due to COVID-19 issues as people are

  returning to offices

 

3) Windo and door installations/replacement.

 

4) Framings for move outs from JRTC and into 55building.

 

5) Break-ins, floods, fires, social unrest issues and vacant facilities that havproblems

 

 

This vendor, is the incumbent vendor. Their existing contract ends today, 8-26-21. The vendor is uniquely

  qualified to perform this emergency contract work because they have successfully been performing to the

  contract standards since 2016. 

 

  The Vendor will provide minor carpentry service repairs and/or alterations to interior and exterior structures,

  including, but not limited to:

 

A. Exterior surface

  B. Dry Wall and Patching

 

C. Windows – pane replacement, fme repairs

 

D. Roof – small patches, eave repair, nt repair/ seal

  E. Interior floors, wall, ceilings, partitions

  F. Carpet, vinyl composistion tile (VCT), ceramic tile, millwork

 

G. All types of wood, metal, swinsliding and power accessible doors

 

H. Hardware and repairs to hardwar including new door handles/locks

 

 

 

The emergency term is August 27, 2021 through November 25, 2021 or the execution of a statewide master

  contract based upon IFB B-21123.

 

  This Emergency Purchase has an expected start date of 08/27/2021 through 11/25/2021 with an Original

  Estimated Cost of $269,511.40.

   Signed By:  Martha Blackwell, APO

       Vendor:  C&W Building Services, Inc.                                                        Notary Date:   8/26/2021

                                      Original                   Revised                Paid To                    Actual

                                     Estimate                 Estimate                     Date              Final Cost        FY   QTR

        State Cost:        $269,511.40                                                   $0.00                      $0.00       22      1

    Federal                           $0.00                                                                                  $0.00


                                       LIST OF EMERGENCY PURCHASE STATEMENTS

                                 FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                                    July 1, 2021 through September 30, 2021

  31     Innovation & Technology, Department of                                                 File Date:  8/27/2021

  Original Filing – 8/27/2021 FY22, Qtr 1, Item 38:

 

  The Illinois Department of Innovation and Technology currently has a contract with SEPS, Inc  CIC2456240 /

  P-858 for: power, generator, UPS, and maintenance needs. Contract CIC2456240 / P-858 is set to expire on

  September 14, 2021, with no remaining renewals on the contract. The contract was competitively bid ensuring

  the most competitive pricing within the market at the inception of the contract in 2011. This vendor is familiar

  with all of the DoIT/ICN sites across the state of Illinois and has installed the majority of the equipment in use at

  these locations. This vendor also has security clearance to enter and perform work at these locations. This

  vendor has staff that are certified and licensed to do highly skilled work including but not limited to: install

  power, remove corrosive batteries, and perform maintenance.

 

  The contract will allow DoIT to engineer, furnish and install new uninterruptible power supply (“UPS”) systems,

   generators, and related equipment as needed. The resulting contract will also provide the following services:

  power installation, maintenance, emergency maintenance, and preventative maintenance at locations statewide.

  Maintenance and emergency maintenance are crucial to keep critical state services working in case of power

  outages.

 

  This Emergency Purchase has an expected start date of 09/15/2021 through 12/13/2021 with an Original

  Estimated Cost of $102,000.00.

   Signed By:  Reginald Lampkin, APO

       Vendor:  SEPS, Inc                                                                                      Notary Date:   8/27/2021

                                      Original                   Revised                Paid To                    Actual

                                     Estimate                 Estimate                     Date              Final Cost        FY   QTR

        State Cost:        $102,000.00                                                   $0.00                      $0.00       22      1

    Federal                           $0.00                                                                                  $0.00


                                       LIST OF EMERGENCY PURCHASE STATEMENTS

                                 FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                                    July 1, 2021 through September 30, 2021

  32     Natural Resources, Department of                                                             File Date:  8/30/2021

  Original Filing – 8/30/2021 FY22, Qtr 1, Item #39:

 

  White Construction is currently working at Kickapoo State Park on a project for Abandoned Mines &

  Reclamation.  They have the equipment necessary to complete the work in the next few weeks and there will not

   be any mobilization costs for the heavy equipment since it is already on-site.

 

  White Construction will remove a large log jam which has formed on the upstream end of three center piers

  located within the Vermilion River.  The bulk of the timber and debris will be removed from the River Channel,

  hauled up the steep embankment, and stockpiled in an open field.  Site staff will burn the stockpiled debris later

  this fall once it dries out.  Several loads of rock and rip rap will be required to build a temporary causeway get

  heavy equipment into the River Channel.  Once the log jam has been removed, the temporary causeway will also

  need to be removed from the River Channel. 

 

  This Emergency Purchase has an expected start date of 08/30/2021 through 11/27/2021 with an Original

  Estimated Cost of $120,000.00.

   Signed By:  Dale Brockamp, Manager, Field Operations, ORCP

       Vendor:  White Construction                                                                       Notary Date:   8/30/2021

                                      Original                   Revised                Paid To                    Actual

                                     Estimate                 Estimate                     Date              Final Cost        FY   QTR

        State Cost:        $120,000.00                                                   $0.00                      $0.00       22      1

    Federal                           $0.00                                                                                  $0.00


                                       LIST OF EMERGENCY PURCHASE STATEMENTS

                                 FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                                    July 1, 2021 through September 30, 2021

  33     Innovation & Technology, Department of                                                 File Date:  8/30/2021

  Original Filing – 08/30/2021 FY22, Qtr 1, Item #40:

 

  Motorola Solutions Inc. can provide the support for Joint Purchase Master Contract Statewide Radio

  Maintenance, Installation and Repair Services as required by all governmental units and qualified not-for-profit

  entities.  Motorola Solutions Inc. has agreed to maintain current pricing for the Emergency contract.

 

  This contract will be a Joint Purchase Master Contract available to all governmental units or qualified not-for-

  profit entities for the products categories below -

 

Statewide Radio Maintenance, Installation and Repair 

  support services which provides State of Illinois entities (Illinois State Police, Local Law Enforcement,

  Emergency Medical Services, Department of Corrections, Department of Transportation) the ability to procure

  radio maintenance, installation and repair support services which is critical in support emergency

  communications equipment used by emergency communication agencies throughout the state.   The support

  services include radio support, repair, installation, radio tower site infrastructure for life saving communication

  services.  These services provide an essential support service to the State of Illinois valuable emergency services

  communication using radio and if not supported would cause loss of life or injury.  

 

  This Emergency Purchase has an expected start date of 09/01/2021 through 11/29/2021 with an Original

  Estimated Cost of $500,000.00.

   Signed By:  Reginald Lampkin, APO

       Vendor:  Motorola Solutions Inc.                                                                Notary Date:   8/30/2021

                                      Original                   Revised                Paid To                    Actual

                                     Estimate                 Estimate                     Date              Final Cost        FY   QTR

        State Cost:        $500,000.00                                                   $0.00                      $0.00       22      1

    Federal                           $0.00                                                                                  $0.00


                                       LIST OF EMERGENCY PURCHASE STATEMENTS

                                 FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                                    July 1, 2021 through September 30, 2021

  34     Capital Development Board                                                                        File Date:  8/31/2021

  Original Filing – 08/31/2021 FY22, Qtr 1, Item #41:

 

  The Department of Human Services ("DHS") notified the Capital Development Board ("CDB") that on August 2,

  2021 the Alton Mental Health Hospital had a power outage. During this outage the Locust Cottage (BD013),

  which is a patient living unit, did not have power because the emergency generator failed.  A temporary rental

  emergency generator was located and brought to Locust and installed.  Alton staff had an electrical contractor

  look at the older generator and it was found to have major engine problems and was releasing oil and water into

  the generator motor.  This generator was installed in 1992.   DHS requests that CDB declare an emergency to

  replace the emergency generator at Locust Cottage as soon as possible to avoid further power outages without a

  permanent functioning emergency generator.  The Alton Hospital will be responsible for the $3,750 monthly

  rental until the generator is replaced.  

  The scope of work provides for design services to replace the existing failed emergency generator with a code

  compliant emergency generator at Alton Mental Health Hospital's Locust Cottage, including all ancillary

  components.  

   

 

Incorporated documents include the March 2009 Standard Documents for Construction & Supplement and

  the March 2009 Design and Construction Manual & Supplement.  Basic Architectural Services provided under

  this procurement should not exceed $100,000.00, which is a place-holder prior to the negotiation of a

  Professional Services Agreement, without prior authorization from the Capital Development Board in consultation

   with the Chief Procurement Office.  Final Actual Costs will be reported upon project completion and project

  close-out. 

 

In accordance with 30 ILCS 500/50-35, all contractors, and each subcontractor to be used

  whose contract/subcontract exceeds an annual value of $50,000, shall submit financial disclosures and

  certifications as a material term of the contract.

   In accordance with section 00 21 50 of the Standard Documents for Construction, the General Contractor shall

  perform no less than 20% of work with its own staff. Each other trade shall perform no less than 40% of work

  with its own staff.  Work with own staff includes direct labor and supervision, as well as material purchases

  where the material is installed by the contractor.

 

  This Emergency Purchase has an expected start date of 08/31/2021 through 11/28/2021 with an Original

  Estimated Cost of $100,000.00.

   Signed By:  Chris Miles, Exec II

       Vendor:  Ross & Baruzzini, Inc.                                                                 Notary Date:   8/31/2021

                                      Original                   Revised                Paid To                    Actual

                                     Estimate                 Estimate                     Date              Final Cost        FY   QTR

        State Cost:        $100,000.00                                                   $0.00                      $0.00       22      1

    Federal                           $0.00                                                                                  $0.00


                                       LIST OF EMERGENCY PURCHASE STATEMENTS

                                 FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                                    July 1, 2021 through September 30, 2021

  35     Department of Juvenile Justice                                                                   File Date:  9/1/2021

  Original Filing – 9/01/2021 FY22, Qtr 1, Item #42:

 

  The Illinois Department of Corrections and Illinois Department of Juvenile Justice held a joint contract with

  Protocol Criminal Justice Inc for a Communications Center and Monitoring services for persons in DOC custody

   and youth in DJJ custody.  The contract lapsed before a new one could be put in place and DJJ seeks to

  continue using the same vendor which will allow the Agency time to put a new contract out for bid.  The Web

  Based Interface with the IDOC/IDJJ System of Record allowing parole agents and other personnel access to gail

   access via laptops or land-line computer.  

 

  Protocol Criminal Justice Inc. provides to DJJ the following services;  A Communications and Control Center

  with related web-based community supervision and management services, reporting services, offend or

  movement and scheduling, verifiable emergencies, equipment failure,  drug test results information, warrants, 

  law enforcement inquiries, serious incident reporting, curfews, messages, etc...  The Center is located in the

  State of Illinois and provides 24 hour assistance to the IL Dept. of Corrections and the IL Dept. of Juvenile

  Justice in a call center environment. 

 

  This Emergency Purchase has an expected start date of 09/01/2021 through 11/29/2021 with an Original

  Estimated Cost of $53,000.00.

   Signed By:  Andrew Munemoto, CFO

       Vendor:  Protocol Criminal Justice                                                              Notary Date:     9/1/2021

                                      Original                   Revised                Paid To                    Actual

                                     Estimate                 Estimate                     Date              Final Cost        FY   QTR

        State Cost:          $53,000.00                                                   $0.00                      $0.00       22      1

    Federal                           $0.00                                                                                  $0.00


                                       LIST OF EMERGENCY PURCHASE STATEMENTS

                                 FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                                    July 1, 2021 through September 30, 2021

  36     Innovation & Technology, Department of                                                 File Date:  8/13/2021

  Original Filing – 08/13/2021 FY22, Qtr 1, Item #30:

 

  There is currently a world wide computer chip shortage.  Our current laptop vendor cannot meet quantity needs

  as the State seeks to replace approximately 8500 aging devices that are currently running on out dated and

  unsupported operating systems.  Unsupported operating systems are highly vulnerable to cyber security breaches

   and there has been rise in frequency of cyber attacks and security breaches , it is imperative that we get these

  devices replaced as quickly as possible.  This vendor is has quantity available and are able to meet our

  requirements in quantity where our current vendor cannot.

 

  1300 Mfg. Part#: 20X3006YUS Lenovo ThinkPad L15 Gen 2 - 15.6" - Core i7 1165G7 - 16 GB RAM - 256 GB

  SSD

 

1300 Mfg. Part#: 5WS0A23006Lenovo 3Y Onsite upgrade from 1Y Dep/CI

 

1300 Mfg. Part#: 5PS0A23278 Lenovo 3Y Keep Your Dri Add On                                                

1300

  Mfg. Part#: 40AY0090US Lenovo ThinkPad Universal USB-C Dock - docking station - USB-C - HDMI, 2 x

 

1300 Mfg. Part#: 4X30M39458 Lenovo Essential Wireless Combo - keyboard and mouse set - US

 

  There is currently a world wide computer chip shortage.  Our current laptop vendor cannot meet quantity needs.

 

 

  This Emergency Purchase has an expected start date of 08/12/2021 through 11/09/2021 with an Actual Cost of

  $2,152,800.00.

   Signed By:  Dante Watson, APO

       Vendor:  CDW-G                                                                                        Notary Date:   8/13/2021

                                      Original                   Revised                Paid To                    Actual

                                     Estimate                 Estimate                     Date              Final Cost        FY   QTR

        State Cost:     $2,152,800.00                                                   $0.00                                      22      1

    Federal                           $0.00                                                                                  $0.00


                                       LIST OF EMERGENCY PURCHASE STATEMENTS

                                 FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                                    July 1, 2021 through September 30, 2021

  37     State Police, Illinois                                                                                     File Date:  8/11/2021

  Original Filing – 08/11/2021 FY22, Qtr 1, Item #31:

 

  On-Line Security Systems has been in contract with the Illinois State Police since 2015 for armed services. The

  vendor personnel has been fully vetted, and has passed all background checks required to provide armed services

   for the Forensic Science Center at Chicago (FSCC). This vendor has proven that they are capable of providing

  safety services for the staff and building.

 

  Security personnel are needed to provide armed security protection, personal escort services for staff and

  reception services for the FSC-C. In order to fully protect the FSC-C staff, property, and in-custody evidence,

  the vendor must have a minimum of one year experience providing a twenty four hour, seven day a week fully

  armed security force.

 

  This Emergency Purchase has an expected start date of 08/17/2021 through 11/14/2021 with an Original

  Estimated Cost of $55,000.00.

   Signed By:  Debra Logan, APO

       Vendor:  On-Line Security Systems                                                            Notary Date:   8/11/2021

                                      Original                   Revised                Paid To                    Actual

                                     Estimate                 Estimate                     Date              Final Cost        FY   QTR

        State Cost:          $55,000.00                                                   $0.00                      $0.00       22      1

    Federal                           $0.00                                                                                  $0.00


                                       LIST OF EMERGENCY PURCHASE STATEMENTS

                                 FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                                    July 1, 2021 through September 30, 2021

  38     Innovation & Technology, Department of                                                 File Date:  8/18/2021

 

  On September 10, 2021, an Emergency Purchase was received in the same filing quarter, requesting an

  extension for dates starting 08/18/2021 to 11/18/2021 at an additional estimated cost of $188,106.00, bringing

  the total estimated cost to $578,062.38.

 

  Original Filing – 08/18/2021 FY22, Qtr 1, Item #32:

 

  IDPH has an existing implementation of GL Suites software to support a variety of licensing applications.  The

  existing implementation is deployed on Windows 2003 Servers which have been unsupported by Microsoft since

   2015.  These servers require insecure protocols which place DPH and other State agencies at high risk of

  ransomware attacks.  There is no existing master contract for GL Suites licenses and services, no BEP vendor

  or reseller for this product and services exists.

 

  This contract will be an Emergency Joint Purchase Master Contract available for use by the Department of

  Public Health (DPH). DPH will be the only entity purchasing against the resulting contract.

 

 

 

GL Suit

 

 

 

Migration of Environment Health Data Base - 32 business proc/websites

 

Migration of Plumbing Data Base - 25 business proceswebsites

 

Hosting of updated and secured web applications withicloud infrastructure

 

 

 

This contract will be executed by DoIT and cost recovered from DPH

  .

  This Emergency Purchase has an expected start date of 08/18/2021 through 11/15/2021 with an Actual Cost of

  $389,956.38.

   Signed By:  Dante Watson, APO

       Vendor:  GL Suites, Inc.                                                                              Notary Date:   8/18/2021

                                      Original                   Revised                Paid To                    Actual

                                     Estimate                 Estimate                     Date              Final Cost        FY   QTR

        State Cost:        $389,956.38           $578,062.38                    $0.00                                      22      1

    Federal                           $0.00                                                                                  $0.00


                                       LIST OF EMERGENCY PURCHASE STATEMENTS

                                 FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                                    July 1, 2021 through September 30, 2021

  39     Innovation & Technology, Department of                                                 File Date:  7/1/2021

  Original Filing – 7/01/2021 FY22, Qtr 1, Item #33:

 

  The Agency is being provided the same terms and conditions as set forth in Agency Contract Micro Focus

  CMT0111013 which provides deep discounts of (34%) off Micro Focus Novell products based on the

  established Master License Agreement. Micro Focus is currently under a major revamping of products lines

  which includes developing new SKUs across the product lines. The CMT0111013 contract is a sole source

  contract which was unable to be reestablished under sole source conditions due to Micro Focus's new business

  model of selling through Micro Focus Certified Resellers. Due to the Micro Focus major revamping of product

  lines with new SKUs, the reestablishment is delayed. The Emergency contract will allow the Agency to maintain

  the deep discounts off critical requirements required by both Agency and JPMC entities. The Emergency

  Contract will be made available to all governmental units and qualified not-for-profit entities.

  The current EAS applications and projects require the software and services that is provided by Micro Focus. 

  Without approval of this these applications, the agency is left without any options to continue with these critical

  services.  Some of the software is the original NetWare and eDirectory that a couple of agencies are still using.  

  Open Enterprise Server (OES) is software that is used to allow Linux servers to be managed with Microsoft

  Active Directory.  SUSE Linux is our standard Linux operating system (this is on here because DoIt upgraded

  the NetWare licenses to Linux).  The Print solution is Doit's enterprise solution for printing.  DoIt requires the

  ability to get MicroFocus Novell Maintenance/Support to cover the existing installed base, otherwise agencies

  will lose the ability to get support and the access to vendor patching including critical security patches. DoIt still

  has 18,000 users at DHS and DPH (including external users) that are dependent on Novell for network file and

  print service access.   Additionally, the printing software, supports 50k desktops for printing services. Agency

  and JPMC Entities Micro Focus Novell products which are embedded into the infrastructure include: Novell

  Access Manager, Novell Border Manager, GroupWise, Novell Identity Manager, Novell Cluster Services for

  NetWare,  Novell Open Enterprise Server, ZenWorks 10 Configuration Management Advanced, ZenWorks 10

  Configuration Management Standard, Novell Access Manager, and SUSE Linux Server.

 

  This Emergency Purchase has an expected start date of 07/01/2021 through 09/28/2021 with an Original

  Estimated Cost of $533,615.02

   Signed By:  Dante Watson, APO

       Vendor:  Micro Focus Software Inc.                                                           Notary Date:     7/1/2021

                                      Original                   Revised                Paid To                    Actual

                                     Estimate                 Estimate                     Date              Final Cost        FY   QTR

        State Cost:        $533,615.02                                                   $0.00                      $0.00       22      1

    Federal                           $0.00                                                                                  $0.00


                                       LIST OF EMERGENCY PURCHASE STATEMENTS

                                 FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                                    July 1, 2021 through September 30, 2021

  40     Capital Development Board                                                                        File Date:  7/29/2021

  Original Filing – 7/29/2021 FY22, Qtr 1, Item #34:

 

  The sewer line from the main campus of the Illinois Veterans' Home at Quincy, running directly under the BNSF

  and

  AMTRAK railroad tracks to the north portion of the campus, has collapsed and is washing away the railroad

  ballast. The railroad tracks are active with up to 26 trains per day going over the affected area. The area has been

   filled with rock several times in order to provide stabilization. However, there is a threat that further deterioration

   of the area caused by the collapsed sewer line poses a danger to railroad activity. Additionally, this storm line

  incorporates the outdoor drains near the powerhouse. The gravel added by BNSF has begun to function as a

  filter, preventing water coming through the pipe to empty efficiently, causing it to back up, flooding the

  powerhouse each rain as water cannot get through the collapsed portion quickly. Therefore, an emergency

  declaration is necessary in order to assess and provide immediate repair work to the storm sewer line, in order to

   prevent the threat to public health and safety and to prevent further damage to buildings due to backflow issues.

  GSG Consultants, Inc. was chosen for this emergency work as they are familiar with the storm sewer line and

  scope of work, and they can respond immediately to this request for emergency services.

 

  The scope of work provides for replacing approximately 400 feet of existing clay tile storm sewer. This line runs

   under the BNSF Railroad and is subject to permitting and design approval. This work also includes, but is not

  limited to, investigating and locating all other utilities under the railroad for permitting by BNSF and the

  installation of a utility conveyance duct for future utility needs. The design may also require USDVA approval.

  Incorporated documents include the March 2009 Standard Documents for Construction & Supplement and

  March 2009 Design & Construction Manual and Supplement. Services provided under this procurement should

  not exceed $100,00.00, prior to entering into a Professional Services Agreement, without prior authorization

  from the Capital Development Board. Final Actual Costs will be reported upon project completion and project

  close-out. In accordance with 30 ILCS 500/50-35, all contractors, and each subcontractor to be used whose

  contract/subcontract exceeds an annual value of $50,000, shall submit financial disclosures and certifications as

  a material term of the contract. In accordance with section 00 21 50 of the Standard Documents for

  Construction, the General Contractor shall perform no less than 20% of work with its own staff. Each other

  trade shall perform no less than 40% of work with its own staff. Work with own staff includes direct labor and

  supervision, as well as material purchases where the material is installed by the contractor.

 

  This Emergency Purchase has an expected start date of 07/29/2021 with an Original Estimated Cost of

  $100,000.00.

   Signed By:  Chris Miles, Executive II

       Vendor:  GSG Consultants, Inc                                                                   Notary Date:   7/29/2021

                                      Original                   Revised                Paid To                    Actual

                                     Estimate                 Estimate                     Date              Final Cost        FY   QTR

        State Cost:        $100,000.00                                                   $0.00                      $0.00       22      1


                                       LIST OF EMERGENCY PURCHASE STATEMENTS

                                 FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                                    July 1, 2021 through September 30, 2021

    Federal                           $0.00                                                                                  $0.00

  41     University of Illinois                                                                                    File Date:  9/6/2021

  Original Filing – 09/06/2021 FY22, Qtr 1, Item #43:

 

  This vendor has submitted a thorough proposal to perform the entire required scope of work and shows a

  detailed understanding of the requirements and ancillary support systems (boiler pumps and insulation

  installation). This vendor knows the campus mechanical systems very well and have a reputable standing in

  central Illinois regarding work well done. Inclusive costs are less than bids from alternate vendor when pump

  and boiler scope was included.

 

  Disconnect and remove 3 existing boilers that provide the only heat source for climate control and hot water for

  the primary educational facility on campus. Provide and install three (3) new condensing boilers. Revise and

  install all required hot water, drain, and gas piping. New hot water piping layout for primary/secondary operation

  with new primary pump installation of one (1) per boiler. Provide and install all required piping insulation. Provide

   and install new vent and combustion piping as needed. Provide startup and check out.

 

  This Emergency Purchase has an expected start date of 10/01/2021 through 10/29/2021 with an Original

  Estimated Cost of $152,998.00.

   Signed By:  Jill Menezes, Dir. Of Purchase

       Vendor:  Henson Robinson Co.                                                                  Notary Date:     9/6/2021

                                      Original                   Revised                Paid To                    Actual

                                     Estimate                 Estimate                     Date              Final Cost        FY   QTR

        State Cost:        $152,998.00                                                   $0.00                      $0.00       22      1

    Federal                           $0.00                                                                                  $0.00


                                       LIST OF EMERGENCY PURCHASE STATEMENTS

                                 FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                                    July 1, 2021 through September 30, 2021

  42     Corrections, Department of                                                                        File Date:  9/2/2021

  Original Filing – 09/02/2021 FY22, Qtr 1, Item #44:

 

  The vendor has extensive experience in recruitment and staffing of medical field professionals in both private and

   government sectors.

 

  Favorite Healthcare Staffing Inc will provide multiple skill levels of nursing staff that will be placed statewide in

  correctional facilities for the Illinois Department of Corrections.

 

 

  This Emergency Purchase has an expected start date of 09/03/2021 through 12/02/2021 with an Original

  Estimated Cost of $3,500,000.

   Signed By:  Jacenta Wilson, APO

       Vendor:  Favorite Healthcare Staffing                                                         Notary Date:     9/2/2021

                                      Original                   Revised                Paid To                    Actual

                                     Estimate                 Estimate                     Date              Final Cost        FY   QTR

        State Cost:     $3,500,000.00                                                   $0.00                      $0.00       22      1

    Federal                           $0.00                                                                                  $0.00


                                       LIST OF EMERGENCY PURCHASE STATEMENTS

                                 FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                                    July 1, 2021 through September 30, 2021

  43     Innovation & Technology, Department of                                                 File Date:  9/1/2021

  Original Filing – 09/01/2021 FY22, Qtr 1, Item #45:

 

  AssetWorks is the current vendor providing these services under a sole source contract expiring 8/31/2021.

 

 

This contract is inherent to the work that CMS Surplus Property does in correlation to the Central

  Management System.  Asset Works is a fully customized program which maintains and hosts the Illinois iBid

  System for State Surplus.  Federal and State Surplus Systems account for 3.5 to 4.5 million dollars annually for

  the tax payers of the State of Illinois.  The contract is essential to the State and Federal Surplus programs

  maintain a revenue stream to fund the programs and to adhere to Title 44 of the Administrative Code.  Without

  this contract our mission to administer and dispose of all surplus property generated by state agencies, boards,

  commissions, universities, and constitutional office-holders, and excess/surplus property no longer needed by the

   U.S. Government would be greatly diminished.

This specifically customized technology employed by Surplus

  Property and developed by this vendor is the quintessential element utilized for the iBid system.  Without this

  technology, the ability to itemize, inventory, list and sell assets in the best cost-efficient method would be greatly

  diminished, forcing Surplus Property to utilize manual effort in the conducting of its duties and creating

  exponential waste and far less cost effective.

 

 

CMS Bureau of Agency Services, Surplus Property Division is tasked to dispose of State and Federal Assets

  valuing annually between 3.5 and 4.5 million dollars.  In conjunction with Title 44, of the Administrative Code,

  the software and systems utilized under this contract are essential to the State of Illinois and Federal Surplus

  programs maintaining a revenue stream to otherwise fund these programs.  Without this contract the mission of

  the State and Federal Surplus programs would be critically diminished. Surplus Property utilizes predominantly,

  the online auction side iBid for accomplishing this task.  Asset Works is the vendor who provides the services

  (Software hosting, etc.) associated with iBid.

 

 

iBid online auction has contracts with municipalities and State agencies, including the Treasurer’s office, to have

  auctions though autonomous storefronts for the conduction of their Surplus Property liquidation, from which

  Surplus Property will generate a 2% usage fee per sale.  The contract with Asset Works, provides the software

  and services needed in order to host the programs and online auction system (iBid).

 

 

CMS Surplus Property maintains a virtual warehouse to which State agencies can pass any surplus items. 

  This program also belongs to Asset Works and is seamlessly tied to the auction program eliminating duplication

  of work resulting in better efficiency while prevention errors.  Once this period allowed for other State agencies

  for requesting any item has expired, items would migrate to the iBid auction module.

   

  AssetWorks maintains a complex searchable State and Federal surplus inventory database and virtual warehouses

   to which entities can transfer single or multiple surplus assets, which is also seamlessly tied to the iBid auction

  program, eliminating duplication of work, resulting in better efficiency while preventing errors.  AssetWorks also

   allows custom Counter Sales to qualifying entities, based on assed surplus date and account priority settings

  allowed.

  .

 

AssetWorks iBid auction system allows for unlimited autonomous agency, school, city, county, township,

  etc. storefronts, each with custom auction templates, for the condution of their own surplus property liquidation,

   from which Surplus Property will generate a 2% usage fee per sale and eliminating transportation cost for

  agencies as they do not have to physically move items to the Surplus Property warehouse location.  This is

  especially true with IDOT saving hundreds of thousands of dollars as the surplus items are uploaded into the

  system with delivery to the bidder at the location where the item is located.

 

 

 

  This contract will be a Joint Purchase Master Contract available to DoIT and CMS for the items below -


                                       LIST OF EMERGENCY PURCHASE STATEMENTS

                                 FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                                    July 1, 2021 through September 30, 2021

 

 

 

AssetWorks Surplus Management Suite (SMS) Software Subscription and Support (includes maintenance,

  hosting and support) for AssetWorks' InCircuit SMS for Service Period 9/1/2021 to 8/31/2022 Price includes all

  SMS modules including: State Surplus Management Federal Surplus Management Online Auction Module (iBid)

  Web Surplus Wireless Warehouse Price assumes an extension of service for all existing IL CMS software,

  maintenance, hosting and support in place at contract expiration date of 8/31/2021. All Licensing, Terms &

  Conditions apply

  .

 

The emergency is needed to provide electronic inventory tracking and host state surplus auctions.  This will

  allow DoIT time to publish a new RFP (Request for Proposal), award, and execute a contract.  The State of

  Illinois continues working diligently in finalizing and getting approvals to publish the RFP to competitively bid

  these services for future needs.  Due to circumstances beyond our control, DoIT hasn't been able to finalize the

  document appropriately to publish this RFP.  The goal is to publish this RFP solicitation by the end of September

   2021.

   

 

Without this contract the mission of the State and Federal Surplus programs would be critically diminished. 

  Surplus Property currently utilizes solely, the online auction site iBid for accomplishing this task.  Asset Works is

   the vendor who provides the services (software, hosting, etc.) associated with iBid.

   

 

The contract with Asset Works, provides the software and services needed in order to host the programs

  and online auction system (iBid).

 

  This Emergency Purchase has an expected start date of 09/01/2021 through 11/29/2021 with an Original

  Estimated Cost of $134,695.00.

   Signed By:  Dante Waston, APO

       Vendor:  AssetWorks LLC                                                                          Notary Date:     9/1/2021

                                      Original                   Revised                Paid To                    Actual

                                     Estimate                 Estimate                     Date              Final Cost        FY   QTR

        State Cost:        $134,695.00                                                   $0.00                      $0.00       22      1

    Federal                           $0.00                                                                                  $0.00


                                       LIST OF EMERGENCY PURCHASE STATEMENTS

                                 FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                                    July 1, 2021 through September 30, 2021

  44     Capital Development Board                                                                        File Date:  9/1/2021

  Original Filing – 09/01/2021 FY22, Qtr 1, Item #46:

 

  The Department of Corrections notified the Capital Development Board that the transformer that supports the

  Dixon Correctional Center Warehouse Building failed. This transformer supplies electrical power for office

  equipment, lights, freezers, coolers, an elevator, loading dock doors and chillers. The transformer is almost 60

  years old and beyond its useful life. Normal life expectancy for a transformer is 30 years. Without some

  emergency support, there is a possibility of losing almost $200,000 in frozen and refrigerated product used for

  making daily meals. The facility warehouse has partial power now by utilizing an emergency generator, but the

  electrical needs have exceeded its capacity. An additional generator is to be brought to the site for additional

  power as the freezers, which are the main concern, are not able to be hooked up to the initial emergency

  generator. The Department of Corrections has requested that CDB declare an emergency to assist with the

  assessment of the transformer failure, recommendations and guidance for temporary solutions, and design and

  construction services for the replacement of the failed transformer.

    This project began through the emergency selection of an Architect/Engineer (“A/E”); this exempts the

  selection from a 14-day solicitation required through Qualifications-Based Selection (“QBS”). Considering the

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

  award procedures, an assessment of the failed transformer followed by recommendations, design and

  replacement of the transformer under the existing processes would likely not begin for several months. For this

  reason, emergency purchases are necessary to assess and replace the transformer as quickly as possible in order

   to protect against the threat to public health and safety, to protect against further loss or damage and to prevent

  or minimize serious disruption in critical State services. Stanley Consultants, Inc., located in Chicago, IL, was

  selected because they are relatively in close proximity to the site, they are familiar with the facility as they have

  an additional but unrelated project at the site, they have the expertise and experience to complete the work, and

  they can respond immediately to this request for emergency services.

 

  The scope of work provides for engineering services to diagnose the cause of the Warehouse (General Stores)

  transformer failure, provide solutions to repair/replace the transformer, and to assist with design of a temporary

  generator installation to power the building until repairs are made. Incorporated documents include the March

  2009 Standard Documents for Construction & Supplement and the March 2009 Design and Construction Manual

   & Supplement. Basic Architectural Services provided under this procurement should not exceed $100,000.00,

  which is a place-holder prior to the negotiation of a Professional Services Agreement, without prior authorization

  from the Capital Development Board in consultation with the Chief Procurement Office. Final Actual Costs will

  be reported upon project completion and project close-out.

    In accordance with 30 ILCS 500/50-35, all contractors, and each subcontractor to be used whose

  contract/subcontract exceeds an annual value of $50,000, shall submit financial disclosures and certifications as

  a material term of the contract. In accordance with section 00 21 50 of the Standard Documents for

  Construction, the General Contractor shall perform no less than 20% of work with its own staff. Each other

  trade shall perform no less than 40% of work with its own staff. Work with own staff includes direct labor and

  supervision, as well as material purchases where the material is installed by the contractor.

 

  This Emergency Purchase has an expected start date of 08/31/2021 through 11/28/2021 with an Original

  Estimated Cost of $100,000.00.


                                       LIST OF EMERGENCY PURCHASE STATEMENTS

                                 FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                                    July 1, 2021 through September 30, 2021

   Signed By:  Chris Miles, Exec II

       Vendor:  Stanley Consultants, Inc                                                               Notary Date:     9/1/2021

                                      Original                   Revised                Paid To                    Actual

                                     Estimate                 Estimate                     Date              Final Cost        FY   QTR

        State Cost:        $100,000.00                                                   $0.00                      $0.00       22      1

    Federal                           $0.00                                                                                  $0.00


                                       LIST OF EMERGENCY PURCHASE STATEMENTS

                                 FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                                    July 1, 2021 through September 30, 2021

  45     Capital Development Board                                                                        File Date:  9/8/2021

  Original Filing –09/08/2021 FY22, Qtr 1, Item #47

 

  The Illinois Department of Corrections ("IDOC") has notified the Capital Development Board ("CDB") that the

  Rotunda Building roof has exceeded its life span and is currently leaking in multiple areas. The leaks are causing

  damage and mold in many of the offices in the Rotunda Building which means they need to be vacated for health

  and safety concerns. This is creating hardship on facility staff and their daily operations. Therefore, the IDOC is

  requesting emergency repairs be performed at select areas of the Rotunda Building roof which is allowing water

  infiltration inside the building and causing damage to masonry walls adjacent to these areas.

    This project began through the selection of an Architect/Engineer under the Qualifications Based Selection

  process to replace the entire roofing system. Although selected, the A/E is not currently under contract.

  However, because of the extensive leaks in the building, the A/E was procured under a separate small purchase

  to provide a quick assessment and recommendations for interim solutions until the

  overall project can be designed and bid through regular processes. CDB and IDOC feel that interim solutions to

  stop the leaks should be implemented prior to the onset of winter conditions to prevent further damage to the

  building. Therefore, an emergency declaration is necessary in order to provide interim solutions as recommended

   by the A/E to include repairs to select areas of the Rotunda Building's

  roof and masonry walls adjacent to these areas as soon as possible in order to prevent the threat to public safety,

   to prevent further loss or damage and to prevent serious disruption to critical State services.

    Seal Tight Exteriors, Inc., located in Steger, IL was selected to provide limited roofing work and masonry

  stabilization because they are relatively in close proximity to the site, have the expertise to provide the services

  being requested, and they can respond immediately to this request for emergency services.

 

  The scope of work provides for emergency repairs to the Rotunda Building to include limited roofing work and

  removal and/or stabilization of masonry walls as recommended by the Architect/Engineer of record.

  Incorporated documents include the March 2009 Standard Documents for Construction & Supplement. Services

   provided under this procurement should not exceed $185,000.00, prior to entering into a Construction Contract,

   without prior authorization from the Capital Development Board in consultation with the Chief Procurement

  Office. Final Actual Costs will be reported upon project completion and project close-out.

   In accordance with 30 ILCS 500/50-35, all contractors, and each subcontractor to be used whose

  contract/subcontract exceeds an annual value of $50,000, shall submit financial disclosures and certifications as

  a material term of the contract. In accordance with section 00 21 50 of the Standard Documents for

  Construction, the General Contractor shall perform no less than 20% of work with its

  own staff. Each other trade shall perform no less than 40% of work with its own staff. Work with own staff

  includes direct labor and supervision, as well as material purchases where the material is installed by the

  contractor.

 

  This Emergency Purchase has an expected start date of 09/08/2021 through 12/06/2021 with an Original

  Estimated Cost of $185,000.00.

 

 

 

  :


                                       LIST OF EMERGENCY PURCHASE STATEMENTS

                                 FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                                    July 1, 2021 through September 30, 2021

   Signed By:  Chris Miles, Exec II

       Vendor:  Seal Tight Exteriors, Inc.                                                              Notary Date:     9/8/2021

                                      Original                   Revised                Paid To                    Actual

                                     Estimate                 Estimate                     Date              Final Cost        FY   QTR

        State Cost:        $185,000.00                                                   $0.00                      $0.00       22      1

    Federal                           $0.00                                                                                  $0.00


                                       LIST OF EMERGENCY PURCHASE STATEMENTS

                                 FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                                    July 1, 2021 through September 30, 2021

  46     Capital Development Board                                                                        File Date:  9/2/2021

  Original Filing – 09/02/2021 FY22, Qtr 1, Item #48:

 

  The Department of Corrections notified the Capital Development Board that the transformer that supports the

  Dixon Correctional Center Warehouse Building failed. This transformer supplies electrical power for office

  equipment, lights, freezers, coolers, an elevator, loading dock doors and chillers. The transformer is almost 60

  years old and beyond its useful life. Normal life expectancy for a transformer is 30 years. Without some

  emergency support, there is a possibility of losing almost $200,000 in frozen and refrigerated

  product used for making daily meals. The facility warehouse has partial power now by utilizing an emergency

  generator, but the electrical needs have exceeded its capacity. A borrowed additional generator has also been

  brought to the site for additional power as the freezers, which are the main concern, are not able to be hooked up

   to the initial emergency generator. The Department of Corrections has requested that CDB declare an

  emergency to assist with the assessment of the transformer failure, to provide recommendations and guidance

  for temporary solutions, and to provide design and construction services for the replacement of the failed

  transformer.

    This project began through the emergency selection of an Architect/Engineer (“A/E”); this exempts the

  selection from a 14-day solicitation required through Qualifications-Based Selection (“QBS”). Considering the

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

  award procedures, an assessment of the failed transformer followed by temporary solutions and the design and

  replacement of the failed transformer under the existing processes would likely not begin for

  several months. For this reason, emergency purchases are necessary to assess, provide temporary solutions

  such as renting a temporary generator and/or a temporary transformer, followed by replacing the failed

  transformer as quickly as possible in order to protect against the threat to public health and safety, to protect

  against further loss or damage and to prevent or minimize serious disruption in critical State services. Block

  Electric Co., Inc., located in Niles, IL, was selected because they are relatively in close proximity to the site, they

   have the expertise and experience to complete the work, and they can respond immediately to this request for

  emergency services.

 

    The scope of work provides for supplying and installing a minimum 750 kVA, 208/120V, 3 phase rental

  generator to supply power to the building until a rental transformer can be installed. The scope also provides for

  supplying and installing a 750kVA, 2400V PRI, 208/120V SEC, 3 phase rental transformer until a permanent

  transformer is installed in a future project. All related cabling, conduits, and generator fuel are to be included.

  Incorporated documents include the March 2009 Standard Documents for construction & Supplement. Services

  provided under this procurement should not exceed $100,000.00, which is a place-holder prior to entering into a

  Construction Contract, without prior authorization from the Capital Development Board in consultation with the

  Chief Procurement Office. Final Actual Costs will be reported upon project completion and project close-out.

    In accordance with 30 ILCS 500/50-35, all contractors, and each subcontractor to be used whose

  contract/subcontract exceeds an annual value of $50,000, shall submit financial disclosures and certifications as

  a material term of the contract. In accordance with section 00 21 50 of the Standard Documents for

  Construction, the General Contractor shall perform no less than 20% of work with its

  own staff. Each other trade shall perform no less than 40% of work with its own staff. Work with own staff

  includes direct labor and supervision, as well as material purchases where the material is installed by the

  contractor.

  This Emergency Purchase has an expected start date of 09/01/2021 through 11/29/2021 with an Original

  Estimated Cost of $100,000.00.


                                       LIST OF EMERGENCY PURCHASE STATEMENTS

                                 FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                                    July 1, 2021 through September 30, 2021

   Signed By:  Chris Miles, Exec II

       Vendor:  Block Electric Co.                                                                        Notary Date:     9/2/2021

                                      Original                   Revised                Paid To                    Actual

                                     Estimate                 Estimate                     Date              Final Cost        FY   QTR

        State Cost:        $100,000.00                                                   $0.00                      $0.00       22      1

    Federal                           $0.00                                                                                  $0.00

  47     University of Illinois                                                                                    File Date:  7/21/2021

  Original Filing – 7/21/2021 FY22, Qtr 1, Item #26:

 

  R.B. Hayward is the preferred vendor by the Hospital due to their knowledge and compliance of the Joint

  Commission standards and recordings. The inspection and testing of 263 fire dampers is required by the Joint

  Commission to keep the Hospital in compliance. We must have all 263 dampers inspected before the end of the

  calendar year. The vendor is prepared to complete the inspection and testing within the Hospital's timeline before

  the compliance lapses at end of this calendar year.

   Inspection and testing of 263 fire dampers on floors 2, 5, 7 and 8 of the hospital with patient care access and

  infection control standards applied. Testing will include removing the link and cycling each damper to make sure

  there are no obstructions, visual inspection of the blades and retaining angles, replacement of fusible links as

  necessary, installation of retaining angles on floors 2 and 5, provide the pictures and report to Hospital

  Administration.

  This Emergency Purchase has an expected start date of 07/21/2021 through10/19/2021 with an Original

  Estimated Cost of $142,000.00.

   Signed By:  Debra Matlock, Exec Dir, UIC Purchasing

       Vendor:  R.B. Hayward                                                                               Notary Date:   7/21/2021

                                      Original                   Revised                Paid To                    Actual

                                     Estimate                 Estimate                     Date              Final Cost        FY   QTR

        State Cost:        $142,000.00                                                   $0.00                      $0.00       22      1

    Federal                           $0.00                                                                                  $0.00


                                       LIST OF EMERGENCY PURCHASE STATEMENTS

                                 FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                                    July 1, 2021 through September 30, 2021

  48     Public Health, Department of                                                                     File Date:  6/17/2021

  Original Filing –06/17/2021 FY22, Qtr 1, Item #51:

 

  This business need is currently being met through contract with IPRO (contract number CIC1548750) from a

  prior RFP that received multiple bids. The prior RFP facilitated the initial development and implementation of the

  Illinois Hospital Report Card and Consumer

Guide to Health Care website. The current contract expires June

  30, 2021 with no further option for renewal. The Department is developing a new competitive solicitation to

  enhance and expand the current web reporting system in order to maintain alignment with new national quality

  improvement objectives.  The request for proposal should be published soon, but there is not sufficient time to

  get a contract in place before the current contract ends June 30, 2021.

 

  .Data transfer and management process for consolidation of various data, as well as standardization of hospital

  and ambulatory surgery center discharge and administrative data according to mandated and evidence-based

  methods, within mandated time periods. This Emergency Purchase has an expected start date of 07/01/2021

  through 09/28/2021 with an Original Estimated Cost of $55,014.00.

   Signed By:  Sarina O'Malley, APO

       Vendor:  Island Peer Review Org.                                                               Notary Date:   6/17/2021

                                      Original                   Revised                Paid To                    Actual

                                     Estimate                 Estimate                     Date              Final Cost        FY   QTR

        State Cost:          $55,014.00                                                   $0.00                      $0.00       22      1

    Federal                           $0.00                                                                                  $0.00


                                       LIST OF EMERGENCY PURCHASE STATEMENTS

                                 FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                                    July 1, 2021 through September 30, 2021

  49     Capital Development Board                                                                        File Date:  9/9/2021

  Original Filing – 09/09/2021 FY22, Qtr 1, Item #52:

 

  The Educational Resource Center (ERC) at Rock Valley College is a high traffic area, and currently 50% of the

  entrances are closed because of the deteriorating concrete stairs. Due to the cracked concrete, crumbling

  cement, decaying handrails and loose rail footings, there is an unsafe and hazardous threat to the public.

  Additionally, the current conditions are limiting the use of ADA accessible areas and building egress. Should an

  emergency exit be required, the College would be at risk for injury due to a lack of adequate space for exiting the

   premises. Additionally, both sets of stairs have electric snow melt systems so a temporary solution is not

  adequate.

   The scope of work provides for, but is not limited to, the replacement and expansion of the staircase, patio and

  ADA ramp systems and sidewalk entryway surrounding the Educational Resource Center. The work also

  includes the rehabilitation/replacement of bituminous and concrete sidewalk systems in front of the Educational

  Resource Center and Classroom Building 1, improved way finding signage and landscape improvements within

  the project area as previously advertised. Incorporated documents include the March 2009 Standard Documents

  for Construction & Supplement, design documents provided by the architect/engineer of record, and quote

  provided by Sjostrom & Sons, Inc. Services provided under this procurement should not exceed $297,629.00,

  prior to entering into a Construction Contract, without prior authorization from the Capital Development Board in

   consultation with the Chief Procurement Office. Final Actual Costs will be reported upon project completion and

   project close-out.

  This Emergency Purchase has an expected start date of 09/09/2021 through 12/7/2021 with an Original

  Estimated Cost of $297,629.00.

   Signed By:  Chris Miles, Exec II

       Vendor:  Sjostrom & Sons, inc.                                                                   Notary Date:     9/9/2021

                                      Original                   Revised                Paid To                    Actual

                                     Estimate                 Estimate                     Date              Final Cost        FY   QTR

        State Cost:        $297,629.00                                                   $0.00                      $0.00       22      1

    Federal                           $0.00                                                                                  $0.00


                                       LIST OF EMERGENCY PURCHASE STATEMENTS

                                 FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                                    July 1, 2021 through September 30, 2021

  50     Military Affairs, Department of                                                                 File Date:  9/8/2021

  Original Filing – 09/08/2021 FY22, Qtr 1, Item #53:

  The selected vendor has the needed equipment and is readily available to fix the sewer break in a timely manner.

  This vendor was also able to get there the quickest to handle the threat to public health as well as public safety.

  A sewer line break occurred at our Sycamore Readiness Center causing a sink hole and issues with the the

  sewage draining. The vendor will be providing the labor and material to televise the collapsed 6" clay storm

  sewer from the outlet. As long as the pipe is in good condition there will be a 10' section installed to replaced the

  damaged portion. This replacement will also include a cleanout and tee, to aid in the prevention of something like

  this happening again.  This Emergency Purchase has an expected start date of 09/02/2021 through 09/17/2021

  with an Original Estimated Cost of $49,036.00.

   Signed By:  Logan Lehman, Procurement Exec 1

       Vendor:  T & J Plumbing, Inc.                                                                    Notary Date:     9/8/2021

                                      Original                   Revised                Paid To                    Actual

                                     Estimate                 Estimate                     Date              Final Cost        FY   QTR

        State Cost:                                                                               $0.00                      $0.00       22      1

    Federal                  $49,036.00                                                                                  $0.00


                                       LIST OF EMERGENCY PURCHASE STATEMENTS

                                 FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                                    July 1, 2021 through September 30, 2021

  51     Natural Resources, Department of                                                             File Date:  9/7/2021

  Original Filing –09/07/2021 FY22, Qtr 1, Item #62:

 

  Ruyle is a small business vendor and is certified by the State of Illinois Fire Marshall for Boilers and Pressure

  Vessel Safety.  Ruyle was contacted as the maintenance contractor to repair the boiler.  When it was determined

  that the boiler could not be repaired and needed to be replaced, Ruyle was able to inspect and give an quote

  immediately on site, avoiding any delays.

 

  Lockout/tagout and disconnect electrical and gas supply, disconnect supply and return lines, stack and flue,

  remove unrepairable boiler and dispose of, supply and set new energy efficient hot water natural gas boiler,

  supply sheet metal to reconnect stack and flue, repipe the supply and water return lines to new boiler, reconnect

  electrical and gas supply, start boiler and analyze the boiler/burner for best operating efficiency, contact the State

   Fire Marshall's office for initial inspection. There is an approximate 12 week lead time to get the boiler due to

  shipping and production issues. An emergency needs declared to place the order, allow time for

  shipping/production of the boiler and installation before cold winter weather arrives and pipes can freeze.  This

  Emergency Purchase has an expected start date of 09/10/2021 through 12/09/2021 with an Original Estimated

  Cost of $112,400.00.

   Signed By:  Diane Shasteen, Site Manager I

       Vendor:  Ruyle Mechanical Services                                                           Notary Date:     9/7/2021

                                      Original                   Revised                Paid To                    Actual

                                     Estimate                 Estimate                     Date              Final Cost        FY   QTR

        State Cost:        $112,400.00                                                   $0.00                      $0.00       22      1

    Federal                           $0.00                                                                                  $0.00


                                       LIST OF EMERGENCY PURCHASE STATEMENTS

                                 FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                                    July 1, 2021 through September 30, 2021

  52     University of Illinois                                                                                    File Date:  9/9/2021

  Original Filing – 09/09/2021 FY22, Qtr 1, Item #63:

 

  Contractors Power and Lighting specialize in this type of work. We have successfully used them on similar

  projects. They are also available to mobilize right away for this emergency work.

  Soil boring samples were being taken in the Quad, East Campus, near Lecture Center B. These bores are 15 feet

  deep and damaged the feeder cable for Lecture Center D, causing it to lose power. The damage was to the

  feeder, EM line and a open spare that were encased in a concrete duct bank.  Contractor Power and Lighting will

   use the one remaining spare conduit and pull a new 250mcm cable so that the lecture center can be re-livened

  and allowed to be back in service. This Emergency Purchase has an expected start date of 09/09/2021 through

  12/08/2021 with an Original Estimated Cost of $200,000.00.

   Signed By:  Debra Matlock, Executive Director

       Vendor:  Contractors Power & Light Co                                                      Notary Date:     9/9/2021

                                      Original                   Revised                Paid To                    Actual

                                     Estimate                 Estimate                     Date              Final Cost        FY   QTR

        State Cost:        $200,000.00                                                   $0.00                      $0.00       22      1

    Federal                           $0.00                                                                                  $0.00


                                       LIST OF EMERGENCY PURCHASE STATEMENTS

                                 FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                                    July 1, 2021 through September 30, 2021

  53     Military Affairs, Department of                                                                 File Date:  9/14/2021

  Original Filing – 09/14/2021 FY22, Qtr 1, Item #64:

  Previous awarded contract (21P27777) to Konoval was cancelled on 9/10/21 because vendor could not perform

  as the contract was written.  They had requested an increase to the contract which was denied.  We do not have

   enough time to put out a new IFB, so we are entering into an emergency contract with Executive Wood

  Products who was the second low bidder on the previous solicitation for the Ballistic Panels. 

  Procure Ballistic Panels in order to meet anti-terrorism and force protection needs for store-front recruiting

  offices, throughout the state of Illinois.  The ballistic panels are used to protect personnel and recruits from

  shooting threats.  These panels will be employed in the newly constructed store-front recruiting offices

  throughout the state.  This project has been approved by Agency head and is 100% FEDERALLY FUNDED. 

  Funding for this project is provided through the Master Cooperative Agreement between the National Guard

  Bureau and the State of Illinois Department of Military Affairs.

  This Emergency Purchase has an expected start date of 09/17/2021 through 12/15/2021 with an Original

  Estimated Cost of $2,000,000.00.

   Signed By:  Leesa Seitz, APO

       Vendor:  Executive Wood Products                                                            Notary Date:   9/14/2021

                                      Original                   Revised                Paid To                    Actual

                                     Estimate                 Estimate                     Date              Final Cost        FY   QTR

        State Cost:                   $0.00                                                   $0.00                      $0.00       22      1

    Federal             $2,000,000.00                                                                                  $0.00


                                       LIST OF EMERGENCY PURCHASE STATEMENTS

                                 FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                                    July 1, 2021 through September 30, 2021

  54     Human Services, Department of                                                                 File Date:  6/28/2021

  Original Filing – 06/28/2021 FY22, Qtr 1, Item #65:

  This was the only vendor contacted that can provide these titles for all the State of Illinois 24/7 facilities and

  schools.

  DHS intends to procure under an emergency contract temporary staffing assistance for non-medical staff such

  as housekeeping, dietary, laundry and data entry staff for the Department's 24/7 facilities in the Division of

  Developmental Disabilities and schools in  the Division of Rehabilitative Services.

  This Emergency Purchase has an expected start date of 07/01/2021 through 09/28/2021 with an Original

  Estimated Cost of $350,000.00.

   Signed By:  John Baumgartner, Exec I

       Vendor:  Favorite Healthcare Staffing                                                         Notary Date:   6/28/2021

                                      Original                   Revised                Paid To                    Actual

                                     Estimate                 Estimate                     Date              Final Cost        FY   QTR

        State Cost:        $350,000.00                                                   $0.00                      $0.00       22      1

    Federal                                                                                                                      $0.00


                                       LIST OF EMERGENCY PURCHASE STATEMENTS

                                 FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                                    July 1, 2021 through September 30, 2021

  55     Public Health, Department of                                                                     File Date:  9/16/2021

  Original Filing – 10/16/2021 FY22, Qtr 1, Item #66:

  Illinois has a robust perinatal regionalization system that includes 10 Administrative Perinatal Centers that

  supervise 122 obstetric hospitals in Illinois. This regionalized network of hospitals helps to provide quality care to

   perinatal patients in Illinois. To monitor the hospitals and the quality of care they provide to perinatal patients in

  Illinois, the Office of Women’s Health intends to procure a one-year contract with JEMM Technologies for

  annual licenses, storage and ongoing maintenance of the system. More specifically, JEMM Technologies will

  provide database development services for the proprietary ePeriNet MIS system. This management information

  system allows the State to collect data from network hospitals serving mothers and infants at risk of

  experiencing poor health outcomes. Access to this data increases the State's capacity to monitor and provide

  technical assistance to improve the quality of care provided these populations during the birthing process. Failure

   to enter into this contract could have a significant negative impact on the State's ability to monitor and provide

  assistance to hospitals, and subsequently, place mothers and infants at additional risk. There are no other vendors

   who could seamlessly provide this service between the time their current contract ends and a new contract

  begins.

OWHFS is preparing a sole source contract. Unfortunately, we will not be able to complete the review

  and approval process for this new contract in enough time to prevent a disturbance to data collection and the

  quality monitoring process.

  This Emergency Purchase has an expected start date of 09/15/2021 through 12/14/2021 with an Original

  Estimated Cost of $54.750.00.

   Signed By:  Vicki Wilson, Deputy Director

       Vendor:  JEMM Tech                                                                                  Notary Date:   9/16/2021

                                      Original                   Revised                Paid To                    Actual

                                     Estimate                 Estimate                     Date              Final Cost        FY   QTR

        State Cost:                   $0.00                                                   $0.00                      $0.00       22      1

    Federal                  $54,750.00                                                                                  $0.00


                                       LIST OF EMERGENCY PURCHASE STATEMENTS

                                 FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                                    July 1, 2021 through September 30, 2021

  56     Employment Security, Department of                                                        File Date:  9/18/2021

  Original Filing – 09/18/2021: FY22, Qtr 1, Item# 75

 

  IDES currently has an Emergency Contract with KeyBank National Association ("KeyBank") for benefit banking

  services that will expire on December 31, 2021 ("current Emergency Contract") and it is unlikely that KeyBank

  will agree to another extension.  IDES cannot be without benefit banking services as these are critical to the

  Agency's mission. A competitive RFP has yet to be completed, and with the current emergency contract ending

  soon, IDES was left with no other option than to pursue a new emergency contract. IDES completed a goal

  setting worksheet for determining if the emergency contract would require a Business Enterprise Program (BEP)

   goal. After review and consultation with CMS BEP, it was determined that no goal would be required.

   

 

In an effort to have as much competition as possible, on August 17, 2021, IDES contacted five vendors

  about possibly providing the benefit banking services beginning January 1, 2022. The five vendors contacted are

  Conduent Bank, US Bank, Central Bank, Wells Fargo, and JP Morgan Chase Bank. IDES did not receive a

  response from Wells Fargo or Central Bank. Conduent Bank responded that there would not be enough time to

  implement the system, and therefore they would not be submitting a quote. US Bank and JP Morgan Chase Bank

  did provide a response.

   

 

Regarding the Quote submitted by US Bank, IDES does not believe that US Bank is able to implement all the

  required benefit banking services by December 31, 2021. Especially, since we are already in the window of US

  Bank’s proposed timeline. Hence, there would be a high probability of a gap in benefit banking services if IDES

  accepts the Quote submitted by US Bank. 

   

 

Regarding the Quote submitted by JPMC, JPMC did not offer debit card services but did offer check

  writing services that can be implemented by December 31, 2021.  Under the current Emergency Contract, JPMC

   serves as a subcontractor providing LockBox Services including, but not limited to, maintaining all required

  IDES accounts, demand deposit and investment accounts, lockbox processing, archive digital images of lockbox

   materials, and staff online banking related portal and reporting ("LockBox Services"). Since JPMC is currently

  administering IDES' Lockbox Services, there will be no need to implement a new lockbox solution (i.e. no gap in

   Lockbox Services). While IDES prefers debit card services over check writing services, IDES is willing to

  accept the check writing services to avoid a gap in services.  

 

  The benefit banking services include two core components: (1) a Benefit Payment Component for the

  distribution of unemployment insurance benefits to eligible claimants; and (2) a Lockbox Component for the

  administration of the lockbox operations. 

   

 

Under the Benefit Payment Component, the vendor is required, in part, to provide eligible claimants with

  access to their benefit payments by direct deposit or checks. In addition, the Benefit Payment Component

  includes, but not limited to, Automated Clearing House (ACH) transfers from individuals’ accounts, issuance of

  employer refunds via check or ACH, other funds disbursements, the acceptance of benefit reimbursement

  repayments, fraud prevention and detection services, claimant customer support services, secure portal for IDES

   staff, and transaction information analysis and reporting.   Further, the vendor must implement the check

  writing/printing services before December 31, 2021.

  This Emergency Purchase has an expected start date of 09/20/2021 through 12/18/2021 with an Original

  Estimated Cost of $500,000.00, using Federal Funds.

   Signed By:  Kristin Richards, Acting Director


                                       LIST OF EMERGENCY PURCHASE STATEMENTS

                                 FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                                    July 1, 2021 through September 30, 2021

       Vendor:  JP Morgan Chase Bank                                                                 Notary Date:   9/18/2021

                                      Original                   Revised                Paid To                    Actual

                                     Estimate                 Estimate                     Date              Final Cost        FY   QTR

        State Cost:                   $0.00                                                   $0.00                      $0.00       22      1

    Federal                $500,000.00                                                                                  $0.00

  57     Corrections, Department of                                                                        File Date:  9/23/2021

  Final Cost

  Lastest Filing

  On September 23, 2021, a letter was received in the same filing quarter, reporting the Actual Total Cost

  expended for dates 06/25/2021 through 09/23/2021 is $90,000.00.

 

  Original Filing – 06/25/2021: FY22, Qtr 1, Item# 76

 

  This vendor is the incumbent. The agency has awarded a contract to service to a new vendor, however, due to

  the complexity of the cut over process the agency needs to have retain this vendor for there to prevent a

  disruption in critical state (Individual in Custody) services.

 

  Network Maintenance, Video Visitation, Tablet Access, Personal Entertainment, Learning Opportunities

 

  This Emergency Purchase has an expected start date of 01/26/2021 through 09/23/2021 with an Original Actual

  Cost of $90,000.00, This is a $0.00 dollar contract.  All expenses are incurred by the offenders

   Signed By:  Jacenta Wilson, APO

       Vendor:  Global Tel Link                                                                            Notary Date:   9/23/2021

                                      Original                   Revised                Paid To                    Actual

                                     Estimate                 Estimate                     Date              Final Cost        FY   QTR

        State Cost:                   $0.00                                          $90,000.00             $90,000.00       22      1

    Federal                           $0.00                                                                                  $0.00


                                       LIST OF EMERGENCY PURCHASE STATEMENTS

                                 FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                                    July 1, 2021 through September 30, 2021

  58     Corrections, Department of                                                                        File Date:  9/23/2021

  Original Filing – 09/23/2021: FY22, Qtr 1, Item# 77

 

  The agency previously awarded a contract to new vendor but the contract had to be terminated.  The new

  vendor was a previous incumbent with direct experience with the agency and manages the current network

  system so there will be no disruption of services as the agency develops an RFP for long term contract.

 

  Network Maintenance, Video Visitation, Tablet Access, Personal Entertainment, Learning Opportunities

 

  This Emergency Purchase has an expected start date of 09/24/2021 through 12/23/2021 with an Actual Cost of

  $90,000.00. This is a $0.00 dollar contract, All expenses are incurred by the offenders.

   Signed By:  Jacenta Wilson, APO

       Vendor:  Global Tel Link                                                                            Notary Date:   9/23/2021

                                      Original                   Revised                Paid To                    Actual

                                     Estimate                 Estimate                     Date              Final Cost        FY   QTR

        State Cost:                   $0.00                                          $90,000.00             $90,000.00       22      1

    Federal                           $0.00                                                                                  $0.00


 

 

 

Updates

To

Previously Filed

Emergency Purchases

 

 

 

 

 

 


                                       LIST OF EMERGENCY PURCHASE STATEMENTS

                                 FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                                    July 1, 2021 through September 30, 2021

  59     Natural Resources, Department of                                                             File Date:  7/9/2021

  Final Cost

  Latest Filing - 06/28/2021:

  The Actual Total Cost of FY22, Qtr 13, Item# 49 is $80,100.00.

 

 

  Original Filing- 4-1-2021: FY21, Qtr 4, Item #11:

  The Department of Natural Resources is declaring an emergency for replacement of two (2) existing cooling

  towers located at the Old State Capitol that have been leaking for several months.  This Emergency Purchase has

   an expected start date of 03-29-21 through 06-26-2021 with an original estimated cost of $98,609.00.

   Signed By:  Erick Huck, Manager of Statewide Operations

       Vendor:  Henson Robinson Company                                                         Notary Date:   4/30/2021

                                      Original                   Revised                Paid To                    Actual

                                     Estimate                 Estimate                     Date              Final Cost        FY   QTR

        State Cost:          $98,609.00                                          $80,100.00             $80,100.00       22      1

    Federal                           $0.00                                                                                  $0.00

  60     Capital Development Board                                                                        File Date:  8/17/2021

  Second Filing - 08/17/2021:

  An Emergency Purchase Extension was received on August 17, 2021 requesting an extension for dates starting

  08/17/2021 to 11/01/2021. The extension expenditure is not assessed and will be charged for time

 

  Original Filing - 05-28-2021, FY21, Qtr4, Item #24:

  The vendor will provide services for an evaluation of the existing elevators in the Healthcare Unit and immediate

  design services for expedited replacement work to provide reliable code compliant elevators. This Emergency

  Purchase has an expected start date of 05-28-2021 through 08-25-2021 with an original estimated cost of

  $250,000.00.

   Signed By:  Chris Miles, Executive II

       Vendor:  IMEG Corp                                                                                   Notary Date:

                                      Original                   Revised                Paid To                    Actual

                                     Estimate                 Estimate                     Date              Final Cost        FY   QTR

        State Cost:        $250,000.00                                                   $0.00                      $0.00       22      1

    Federal                           $0.00                                                                                  $0.00


                                       LIST OF EMERGENCY PURCHASE STATEMENTS

                                 FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                                    July 1, 2021 through September 30, 2021

  61     Capital Development Board                                                                        File Date:  8/2/2021

  Second Filing - 08/02/2021:

  An Emergency Purchase Extension was received on August 2, 2021 requesting an extension for dates starting

  08/17/2021 to 04/30/2022. The extension expenditure is not assessed and will be charged for time only.

 

  Original Filing -  06-21-2021: FY21, Qtr 4, Item #23:

  Vendors scope of work provides for the replacement of the Carriage House roof and certain ancillary

  components, and limited repairs to interior damage. Work also includes demolition of existing two flat roofs,

  replacement gutter, downspouts and flashing with work in the attic. Asbestos abatement if needed. Masonry

  repairs. Historical preservation and asbestos testing and abatement is required.

  This Emergency Purchase has an expected start date of 06-21-0221 through 09-18-2021 with an original

  estimated cost of $639,169.00.

   Signed By:  Chris Miles, Executive II

       Vendor:  Henson Robinson Company                                                         Notary Date:

                                      Original                   Revised                Paid To                    Actual

                                     Estimate                 Estimate                     Date              Final Cost        FY   QTR

        State Cost:        $639,169.00                                                   $0.00                      $0.00       22      1

    Federal                           $0.00                                                                                  $0.00


                                       LIST OF EMERGENCY PURCHASE STATEMENTS

                                 FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                                    July 1, 2021 through September 30, 2021

  62     Capital Development Board                                                                        File Date:  8/20/2021

 

  Third Filing - 8/20/2021

  An Emergency Purchase Extension was received on August 20, 2021 requesting an extension for dates starting

  08/17//2021 to 04/30/2022. The extension expenditure is not assessed and will be charged for time only.

 

  Second Filing - 02/17/2021:

  An Emergency Purchase Extension was received on February 17, 2021 requesting an extension for dates starting

   03/18/2021 to 07/31/2021. The extension expenditure is not assessed and will be charged for time only.

 

  Original Filing - 01/07/2021:

  The scope of work provides for a written assessment of the Carriage House roof and interior damage caused by

  water infiltration to include cost estimates, and recommendations on immediate needs to prevent further loss or

  damage and to prevent the threat to public safety. Additionally, the scope of work includes expedited design

  services for the replacement of the Carriage House roof to include gutters, flashing, downspouts, and any other

  agreed upon but necessary ancillary components. Design services also include limited repairs to interior

  finishes/systems damaged by water infiltration. Historical preservation and asbestos testing and abatement may

  be required. This Emergency Purchase has an expected start date of 01/07/2021 through 04/06/2021 with an

  Original Estimated Cost of $100,000.00.

   Signed By:  Chris Miles, Executive II

       Vendor:  Vinci/Hamp Architects, Inc.                                                         Notary Date:

                                      Original                   Revised                Paid To                    Actual

                                     Estimate                 Estimate                     Date              Final Cost        FY   QTR

        State Cost:        $100,000.00                                                   $0.00                      $0.00       22      1

    Federal                           $0.00                                                                                  $0.00


                                       LIST OF EMERGENCY PURCHASE STATEMENTS

                                 FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                                    July 1, 2021 through September 30, 2021

  63     University of Illinois                                                                                    File Date:  7/20/2021

  Final Cost

  Latest Filing – 07/20/2021:

  The Actual Total Cost of FY22, Qtr 1, Item# 58 is $28,5975.26.

 

  Original Filing - 03/27/2020:

  Refuse and recycling cardboard collection and disposal or all UIC East and West campus facilities currently

  serviced by UIC Facilities Management Transportation. This Emergency Purchase has an expected start date of

  03/25/2020 through 06/23/2020 with an Original Estimated Cost of $200,000.00

   Signed By:  Debra Matlock, Director

       Vendor:  Allied Waste/Republic Service Inc.                                              Notary Date:

                                      Original                   Revised                Paid To                    Actual

                                     Estimate                 Estimate                     Date              Final Cost        FY   QTR

        State Cost:        $200,000.00                                          $28,597.26             $28,597.26       22      1

    Federal                           $0.00                                                                                  $0.00


                                       LIST OF EMERGENCY PURCHASE STATEMENTS

                                 FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                                    July 1, 2021 through September 30, 2021

  64     Public Health, Department of                                                                     File Date:  7/14/2021

  Final Cost

  Latest Filing – 07/14/2021:

  The Actual Total Cost of FY22, Qtr 1, Item# 59 is $38,020.86.

 

  Second Filing - 03/27/2020:

  An Emergency Purchase Extension was received on March 27, 2020, requesting an extension for dates starting

  04/01/2020 to 06/30/2020 at an additional estimated cost of $0.00, keeping the estimated cost at $82,468.00.

 

  Original Filing - 12/27/2019:

  IDPH DOL is in the process of posting a Request for Proposal (RFP) for a new 10-year LIMS contract. It is

  unknown at this time when the RFP will be posted and what vendors will bid on the contract. After posting,

  review of bids, demonstration, and award, IDPH DOL is looking at 12-24 months to have a new, fully

  functioning LIMS system. In the meantime, the DOL must have the ability to make improvements, to keep the

  database up to date and properly functioning as well as save legacy data from another system to meet legal and

  regulatory requirements. Local lab staff need assistance from Abbott Informatics to set up these modules in

  STARLIMS. This Emergency Purchase has an expected start date of 01/02/2019 through 03/31/2020 with an

  Original Estimated Cost of $82,468.00.

   Signed By:  Vicki Wilson, Deputy Director Finance & Administration

       Vendor:  Abbott Informatics Corporation                                                   Notary Date:

                                      Original                   Revised                Paid To                    Actual

                                     Estimate                 Estimate                     Date              Final Cost        FY   QTR

        State Cost:          $82,468.00                                          $38,020.86             $38,020.86       22      1

    Federal                           $0.00                                                                                  $0.00


                                       LIST OF EMERGENCY PURCHASE STATEMENTS

                                 FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                                    July 1, 2021 through September 30, 2021

  65     Capital Development Board                                                                        File Date:  7/28/2021

  Second Filing - 12/10/2020:

  An Emergency Purchase Extension was received on December 20, 2020, in the same filing quarter, requesting

  an extension to 04/30/2021. The extension expenditure is not assessed and will be charged for time only.

 

  Original Filing - 11/16/2020:

  The scope of services provides for testing of the failed boiler as directed by the Architect/Engineer of record,

  with the potential for temporary repair work and maintenance of the boiler through the winter months, if the

  results of the testing find that the boiler is repairable, to include a response time of under 2 hours should any

  further failures of the boiler occur. This Emergency Purchase has an expected start date of 11/16/2020 through

  01/12/2021 with an Original Estimated Cost of $200,000.00.

   Signed By:  Chris Miles, Executive II

       Vendor:  Voris Mechanical, Inc. & Nest Builders                                       Notary Date:

                                      Original                   Revised                Paid To                    Actual

                                     Estimate                 Estimate                     Date              Final Cost        FY   QTR

        State Cost:        $200,000.00                                          $11,643.64             $11,643.64       22      1

    Federal                           $0.00                                                                                  $0.00


                                       LIST OF EMERGENCY PURCHASE STATEMENTS

                                 FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                                    July 1, 2021 through September 30, 2021

  66     Southern Illinois University                                                                        File Date:  8/4/2021

  Final Cost

  Latest Filing – 08/04/21:

  The Actual Total Cost of FY22, Qtr 1, Item# 61 is $290,000.00.

 

  Original Filing - 04-21-2021; FY21, Qtr 4, Item #30:

  This quick purchase is needed because the market research has only currently turned up this one used aircraft. 

  Van Bortel is offering the only Cessna 172 S model currently on the market that is equipped similarly to our fleet.

   Fleet commonality is an important consideration for the flight training aircraft based on FAA Curricular and

  maintenance requirements. There is not enough time for a bid or sole source to guarantee this one would still

  available.  There is a need to act now to have something in place for the fall semester. Cessna 172 S Model

  aircraft with less than 5,000 hours airframe total time, 2003 or later, and an engine less than time-based-

  overhaul, equipped with a Garmin G1000 avionics package. This Emergency Purchase/ Quick Purchase was

  received with an expected start date of 04/19/2021 through 04/23/2021 with an Original Estimated Cost of

  $290,000.00..

   Signed By:  Deborah Abell, Procurement Officers

       Vendor:  Van Bortel Aircraft Incorporated                                                  Notary Date:   4/20/2021

                                      Original                   Revised                Paid To                    Actual

                                     Estimate                 Estimate                     Date              Final Cost        FY   QTR

        State Cost:        $290,000.00                                        $290,000.00           $290,000.00       22      1

    Federal                           $0.00                                                                                  $0.00


                                       LIST OF EMERGENCY PURCHASE STATEMENTS

                                 FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                                    July 1, 2021 through September 30, 2021

  67     Housing Development Authority                                                                File Date:  6/28/2021

  Final Cost

  Latest Filing – 04/27/2021:

  The Actual Total Cost of FY22, Qtr 1, Item# 67 is $1,448,474.93.

 

  Second Filing - 10/30/2020:

  An Emergency Purchase Extension was received on October 30, 2020, revising the original estimated cost to

  $3.046,263.04; and, requesting an extension for dates starting 10/22/2020 to 03/31/2021 at an additional

  estimated cost of $29,473.60, revising the total estimated cost to $3,075,736.64.

 

  Original Filing - 07/28/2020:

  The Illinois Housing Development Authority (“Authority”) intends to use DocuSign to collect application

  information for the Emergency Rental Assistance and Emergency Mortgage Assistance programs (“the

  Programs”).  DocuSign is cloud-based software that IHDA will utilize as a service, and it supports the collection

  of information, the uploading and management of documents, and the legal execution of documents satisfying

  the legal requirements related to the Programs. It also allows applicants to interact with the system on a variety

  of platforms including, computers, tablets, and smartphones.  DocuSign is the leading document execution and

  management software available today and supports orders of magnitude more volume of processing on a daily

  basis than IHDA expects to be generated by the Programs. This Emergency Purchase has an expected start date

  of 07/23/2020 through 10/21/2020 with an Original Estimated Cost of $1,306,000.00.

   Signed By:  Kristin Faust, Executive Director

       Vendor:  Carahsoft Technology Corporation                                              Notary Date:

                                      Original                   Revised                Paid To                    Actual

                                     Estimate                 Estimate                     Date              Final Cost        FY   QTR

        State Cost:                   $0.00                                                   $0.00                                      22      1

    Federal             $1,306,000.00                                                                    $1,448,474.93


                                       LIST OF EMERGENCY PURCHASE STATEMENTS

                                 FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                                    July 1, 2021 through September 30, 2021

  68     University of Illinois                                                                                    File Date:  7/15/2021

  Final Cost

  Latest Filing – 07/15/2021:

  The Actual Total Cost of FY22, Qtr 1, Item# 68 is $6,334,924.12.

 

  Second Filing - 06/17/2020:

  An Emergency Purchase Extension was received on June 17, 2020 requesting an extension for dates starting

  06/17/2020 to 06/16/2021 at an additional estimated cost of $995,000.00, revising the total estimated cost to

  $1,245,000.00.

 

  Original Filing: 03/23/2020:

  COVID 19-Cleaning and sanitizing services as needed for UIC campus facilities during COVID-19 health crisis.

  This Emergency Purchase has an expected start date of 03/19/2020 through 06/17/2020 with an Original

  Estimated Cost of $250,000.00.

   Signed By:  Debra Matlock, Director Of Purchasing

       Vendor:  BMS CATBMS Enterprises LLC                                                   Notary Date:

                                      Original                   Revised                Paid To                    Actual

                                     Estimate                 Estimate                     Date              Final Cost        FY   QTR

        State Cost:        $250,000.00        $1,245,000.00      $6,334,924.12        $6,334,924.12       22      1

    Federal                           $0.00                                                                                  $0.00


                                       LIST OF EMERGENCY PURCHASE STATEMENTS

                                 FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                                    July 1, 2021 through September 30, 2021

  69     University of Illinois                                                                                    File Date:  7/15/2021

  Final Cost

  Latest Filing – 07/15/2021:

  The Actual Total Cost of FY22, Qtr 1, Item# 69 is $609,534.00.

 

  Original Filing - 11/24/2020:

  Reagents and consumables used in the operation of the Abbott m2000 testing platform. This instrument allows

  the Laboratory to perform COVID-19 PCR testing for UI Health patients.  There exists a continuous need for

  testing especially as a new surge works its way through the population. This Emergency Purchase has an

  expected start date of 11/19/2020 through 02/13/2021 with an Original Estimated Cost of $990,000.00.

   Signed By:  Debra Matlock, Executive Director, UIC Purchasing

       Vendor:  Abbott Laboratories, Inc.                                                              Notary Date: 11/23/2020

                                      Original                   Revised                Paid To                    Actual

                                     Estimate                 Estimate                     Date              Final Cost        FY   QTR

        State Cost:        $990,000.00                                        $609,534.00           $609,534.00       22      1

    Federal                           $0.00                                                                                  $0.00


                                       LIST OF EMERGENCY PURCHASE STATEMENTS

                                 FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                                    July 1, 2021 through September 30, 2021

  70     University of Illinois                                                                                    File Date:  7/15/2021

  Final Cost

  Latest Filing – 07/15/2021:

  The Actual Total Cost of FY22, Qtr 1, Item# 70 is $188,335.97.

 

  Second Filing - 01/22/2021: FY21, Qtr 3, Item# 38:

  An Emergency Purchase Extension was received on December 18, 2020 requesting an extension for dates

  starting 03/07/2021 to 09/02/2021 at an additional estimated cost of $240,000.00, revising the total estimated

  cost to $360,000.00.

 

  Original Filing - 12/07/2020: FY21, Qtr 3, Item# 38:

  Provide Agency employees who work in the capacity of food service sanitation laborers (FSSLs) or cooks. An

  FSSL is expected to assemble patient meal trays according to prescribed menus created by a registered dietitian.

  This Emergency Purchase has an expected start date of 12/07/2020 through 03/06/2021 with an Original

  Estimated Cost of $120,000.00.

   Signed By:  Debra Matlock, Executive Director, UIC Purchasing

       Vendor:  Impact Group LLC                                                                       Notary Date:   12/7/2020

                                      Original                   Revised                Paid To                    Actual

                                     Estimate                 Estimate                     Date              Final Cost        FY   QTR

        State Cost:        $120,000.00           $360,000.00         $188,335.97           $188,335.97       22      1

    Federal                           $0.00                                                                                  $0.00


                                       LIST OF EMERGENCY PURCHASE STATEMENTS

                                 FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                                    July 1, 2021 through September 30, 2021

  71     Chicago State University                                                                           File Date:  8/18/2021

  Final Cost

  Latest Filing – 08/18/2021:

  The Actual Total Cost of FY22, Qtr 1, Item# 71 is $24,500.00. Final term of contract 11/25/2020 - 6/30/2021

 

  Second Filing - 12/21/2020:

  An Emergency Purchase Extension was received on December 21, 2020 requesting an extension for dates

  starting 02/23/2021 to 06/30/2021 at an additional estimated cost of $84,375.00, revising the total estimated cost

  to $135,000.00.

 

  Original Filing - 11/24/2020:

  The vendor will deliver to the University multi-year financial projection forecasting models that will allow CSU to

   holistically explore various scenarios based on the data and factors provided or adjusted by the University. This

  Emergency Purchase has an expected start date of 11/25/2020 through 02/22/2021 with an Original Estimated

  Cost of $50,625.00.

   Signed By:  Kent Clapsaddle, Director of Purchasing

       Vendor:  Afton Partners LLC                                                                      Notary Date:

                                      Original                   Revised                Paid To                    Actual

                                     Estimate                 Estimate                     Date              Final Cost        FY   QTR

        State Cost:          $50,625.00           $135,000.00           $24,500.00             $24,500.00       22      1

    Federal                           $0.00                                                                                  $0.00


                                       LIST OF EMERGENCY PURCHASE STATEMENTS

                                 FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                                    July 1, 2021 through September 30, 2021

  72     State Police, Illinois                                                                                     File Date:  9/13/2021

 

  Final Cost

  Latest Filing – 09/13/2021:

  The Actual Total Cost of FY22, Qtr 1, Item# 73 is $2,970.00

 

  Original Filing- 06-2-2021, FY21, Qtr 4, Item #20;

  Harvey Thomas will provide technical support for the -cut-over for LEADS 3.0 through the new system rollout.

  He will provide support for 150 hrs at a rate of $220. per hour. He is the creator of the current LEADS and the

  only one who has the technical. This Emergency Purchase has an expected start date of 06-04-2021 through 09-

  01-2021 with an original estimated cost of $33,000.00.

   Signed By:  Isaiah Vega, Deputy Director

       Vendor:  Levis, Ray & Shoup                                                                     Notary Date:   5/25/2021

                                      Original                   Revised                Paid To                    Actual

                                     Estimate                 Estimate                     Date              Final Cost        FY   QTR

        State Cost:          $33,000.00                                            $2,970.00               $2,970.00       22      1

    Federal                           $0.00                                                                                  $0.00


                                       LIST OF EMERGENCY PURCHASE STATEMENTS

                                 FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                                    July 1, 2021 through September 30, 2021

  73     Capital Development Board                                                                        File Date:  7/15/2021

  Final Cost

  Latest Filing – 07/15/2021:

  The Actual Total Cost of FY22, Qtr 1, Item# 74 is $24,600.00.

 

  Fourth Filing - 11/02/2018: FY 17, Qtr 1, Item# 16:

  An Emergency Purchase Extension was received extending GHR Engineers & Associates, Inc.'s contract for

  dates 09/19/2019 to 03/31/2020. There was no additional cost reported.

 

  Third Filing - 11/02/2018: FY 17, Qtr 1, Item# 16:

  An Emergency Purchase Extension was received extending GHR Engineers & Associates, Inc.'s contract for

  dates 12/04/2018 to 06/30/2019. There was no additional cost reported.

 

  Second Filing - 08/02/2018: FY 17, Qtr 1, Item# 16:

  An Emergency Purchase Extension was received extending GHR Engineers & Associates, Inc.'s contract not to

  exceed 153 days. There was no additional cost reported.

 

  Original Filing - 07/29/2016: FY 17, Qtr 1, Item# 16:

  The cooling system at the Administration Building of the Danville Correctional Center has failed and can no

  longer be maintained. The unit is approximately 35 years old and all three compressors are no longer functioning.

   The Administration Building houses management staff, the business office, records office, armory, offender

  visiting room and the health care unit. The building is no longer being cooled causing a potential threat to public

  safety, loss of or damage to state property and disruption in critical State services. Arrangements are being made

   to temporarily move all inmates in the building to other locations. An emergency purchase is necessary in order

  to expedite a design for the replacement of the cooling unit. This vendor will provide an evaluation of the system,

   recommendations for solutions, including cost estimates and lead times, and an expedited design and observation

   of the replacement of the cooling unit. This vendor was chosen because they are familiar with and in close

  proximity to the site, and they have extensive CDB project experience with positive results and can respond

  immediately to this request for emergency services. This Emergency Purchase has an expected start date of

  07/21/2016 through 10/18/2016 with an Original Estimated Cost of $30,000.00.

   Signed By:  Gus Behnke, Chief Fiscal Officer

       Vendor:  GHR Engineers & Associates, Inc.                                               Notary Date:   7/25/2016

                                      Original                   Revised                Paid To                    Actual

                                     Estimate                 Estimate                     Date              Final Cost        FY   QTR

        State Cost:          $30,000.00                                          $24,600.00             $24,600.00       22      1

    Federal                           $0.00                                                                                  $0.00


                                       LIST OF EMERGENCY PURCHASE STATEMENTS

                                 FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                                    July 1, 2021 through September 30, 2021

  74     Capital Development Board                                                                        File Date:  7/6/2021

  Final Cost

  Latest Filing – 07/06/2021:

  The Actual Total Cost of FY22, Qtr 1, Item# 50 is $273,822.00.

 

  Original Filing - 12/09/2019:

  The Pontiac Correctional Center is an 83 building facility established in 1892. The heating system for the North

  Cell House has failed and is beyond economic repair. A survey has been conducted to replace the heating system

  at an estimated construction cost of $6.1 million. The existing unit heaters are only at 50% capacity because the

  failed steam traps will not stop the flow of steam in the appliance in order to allow it to work properly, and as a

  result, the unit will not give off the rated amount of BTU. Facility staff has tried numerous temporary measures

  including the use of portable electric heaters to the entrances and office areas of the cell house as well as

  providing temporary propane heaters. However, the propane tanks are a fire hazard and put off CO2 causing

  safety issues and potential grievances from the occupants. Additionally, the hoses for the fuel are accessible to

  the occupants which creates additional security threats. Also, there is no readily available electric power in the

  cell house to provide anything beyond small electric heaters. The Illinois Department of Corrections has

  requested that CDB procure vendors under an emergency declaration to assess and provide immediate temporary

   heat before the onset of consistently low temperatures. The lack of a properly functioning heating system is

  putting the facility’s operations at risk and temporary measures need to be put in place before the overall heating

  system replacement project can be implemented. This project will utilize an IDIQ contract for Architect/Engineer

   (“A/E”) design services. Considering the time frames needed for the award of a construction contract for

  temporary heating at Pontiac Correctional Center's North Cell House under normal processes would likely not

  begin for several months, emergency purchases are necessary to protect against the threat to public health and

  safety and to prevent or minimize serious disruption in critical State services. A & R Mechanical Contractors,

  Inc. was selected to provide construction services because they are familiar with the site having recently

  completed a project at Pontiac CC, have the necessary security clearances in place, and they can respond

  immediately to this request for emergency services. This Emergency Purchase has an expected start date of

  12/09/2019 through 03/07/2020 with an Original Estimated Cost of $100,000.00.

   Signed By:  Chris Miles, Executive II

       Vendor:  A & R Mechanical Contractors, Inc.                                             Notary Date:     7/6/2021

                                      Original                   Revised                Paid To                    Actual

                                     Estimate                 Estimate                     Date              Final Cost        FY   QTR

        State Cost:        $100,000.00                                        $273,822.11           $273,822.11       22      1

    Federal                           $0.00                                                                                  $0.00


                                       LIST OF EMERGENCY PURCHASE STATEMENTS

                                 FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                                    July 1, 2021 through September 30, 2021

  75     Innovation & Technology, Department of                                                 File Date:  8/23/2021

  Final Cost

  Latest Filing – 08/23/2021:

  The Actual Total Cost of FY22, Qtr 1, Item# 72 is $2,322,073.87.

 

  Second Filing - 12/18/2020:

  An Emergency Purchase Extension was received on December 18, 2020 requesting an extension for dates

  starting 12/28/2020 to 03/31/2021 at an additional estimated cost of $2,000,000.00, revising the total estimated

  cost to $4,000,000.00.

 

  Original Filing - 06/29/2020:

  This emergency is to continue services under the Oracle Software Master contract for annual maintenance and

  support of Oracle hardware and software, until the new master contract is negotiated and executed. The current

  emergency contract expires 9/28/2020.  This new emergency will be the same terms and conditions as the

  current emergency contract. Failure to purchase ongoing maintenance on this software places the State at risk

  for the product to stop working or extended service interruptions as a result of the loss of vendor upgrades or

  software patches, vendor provided technical support, etc. This Emergency Purchase has an expected start date

  of 09/29/2020 through 12/27/2020 with an Original Estimated Cost of $2,000,000.00.

   Signed By:  Dante Watson, APO

       Vendor:  Mythics, Inc.                                                                                Notary Date:

                                      Original                   Revised                Paid To                    Actual

                                     Estimate                 Estimate                     Date              Final Cost        FY   QTR

        State Cost:     $2,000,000.00        $4,000,000.00      $2,322,073.87        $2,322,073.87       22      1

    Federal                           $0.00                                                                                  $0.00


                                       LIST OF EMERGENCY PURCHASE STATEMENTS

                                 FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                                    July 1, 2021 through September 30, 2021