LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                               April 1,2025 through June 30, 2025

  100   Capital Development Board                                                                    File Date:  4/17/2025

  Original Filing – 4/17/2025: FY25, Qtr 4, Item# 100

 

  The scope of work provides for the rental of vacuum trucks to pump sewage from the clarifier in its entirety to

  access and replace the failed bearing, valves, and other undiscovered failing components once the clarifier is

  drained. These repairs may also necessitate the rental of temporary storage tanks and trucking of excess sewage

   to local treatment plants.

 

  Incorporated documents include the 2025 January Standard Documents for Construction. Section 01 29 00

  PAYMENT PROCEDURES, will be strictly followed and adhered to. The sum of all items listed in the

  Contractor Schedule of Values should equal the contract award amount. Payment amounts will be approved

  based on proof of work actually performed and materials actually used. Construction

  services provided under this procurement should not exceed $500,000.00, which is a place-holder prior 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 04/17/2025 through 07/15/2025 with an Original

  Estimated Cost of $500,000.00.

   Signed By:  Chris Miles, Exec II

      Vendor:  River City Construction LLC                                                       Notary Date:           4/17/2025

                                Original                Revised              Paid To                Actual

                                Estimate               Estimate                  Date                  Final Cost                                 FY                    QTR

      State Cost:                      $500,000.00                                           $0.00                   $0.00      25 4

   Federal                        $0.00                                                                   $0.00


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                               April 1,2025 through June 30, 2025

  101   Capital Development Board                                                                    File Date:  4/1/2025

  Original Filing – 4/1/2025: FY25, Qtr 4, Item# 101

 

  The scope of work includes emergency design services and assistance with the emergency purchase and

  installation of a 1000HP diesel boiler unit, the purchase and installation of an 800hp Propane Boiler to provide

  redundancy to the heating system, and the rental and any necessary hook-up of a 500 hp diesel boiler to reduce

  the workload of the current propane boiler unit struggling to provide sufficient steam. Increasing the size of the

  current gas-line, and a new Deaeration tank is also required. The existing water softeners are to be inspected to

  verify they can provide sustained operations and the existing water heaters are to be repaired to be fully

  functional. To provide sufficient space to install the new permanent propane boilers, the demolition of the

  inoperable coil-fired boilers and associated equipment will be required. Abatement of hazardous materials are not

   anticipated at this time but may be required. The

  replacement or repairs of all necessary ancillary components shall be included to provide a fully functional and

  redundant boiler plant (to be used in conjunction with the mobile diesel boiler).

 

  Incorporated documents include the January 2025 Standard Documents for Construction and the January 2025

  Design and Construction Manual. Basic Architectural Services provided under this procurement should not

  exceed $250,000.00, which is a placeholder 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

 

  This Emergency Purchase has an expected start date of 04/01/2025 through 06/29/2025 with an Original

  Estimated Cost of $250,000.00.

   Signed By:  Chris Miles, Exec II

      Vendor:  Henneman Engineering, Inc.                                                        Notary Date:           4/1/2025

                                Original                Revised              Paid To                Actual

                                Estimate               Estimate                  Date                  Final Cost                                 FY                    QTR

      State Cost:                      $250,000.00                                           $0.00                   $0.00      25 4

   Federal                        $0.00                                                                   $0.00


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                               April 1,2025 through June 30, 2025

  102   Capital Development Board                                                                    File Date:  5/5/2025

  Original Filing – 5/5/2025: FY25, Qtr 4, Item# 102

 

  The scope of work provides for removing and replacing two (2) centrifugal liquid chillers in the penthouse

  mechanical room, four (4) rooftop cooling towers including structural supports, nine (9) associated primary,

  secondary, and condensing water pumps, three (3) variable frequency drives, any necessary piping

  modifications and associated electrical and controls work. The work will require the removal and replacement of

   a portion of the existing exterior masonry wall of the penthouse to provide necessary access for removal and

  installation of equipment. Provisions shall be made to maintain the integrity of the roof during construction. The

  scope shall also include provisions for a temporary chiller while the work is being completed.

 

  Incorporated documents include the 2025 January Standard Documents for Construction and any design

  documents provided by the architect/engineer of record. Section 01 29 00 PAYMENT PROCEDURES, will be

  strictly followed and adhered to. The sum of all items listed in the Contractor Schedule of Values should equal

  the contract award amount. Payment amounts will be approved based on proof of work actually performed and

  materials actually used. Construction services provided under this procurement should not

  exceed $4,000,000.00, which is a place-holder prior 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 05/05/2025 through 08/02/2025 with an Original

  Estimated Cost of $4,000,000.00.

   Signed By:  Chris Miles, Exec II

      Vendor:  Henson Robison Co.                                                                  Notary Date:           5/5/2025

                                Original                Revised              Paid To                Actual

                                Estimate               Estimate                  Date                  Final Cost                                 FY                    QTR

      State Cost:                    $4,000,000.00                                           $0.00                   $0.00      25 4

   Federal                        $0.00                                                                   $0.00


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                               April 1,2025 through June 30, 2025

  103   Capital Development Board                                                                    File Date:  5/5/2025

  Original Filing – 5/5/2025: FY25, Qtr 4, Item# 103

 

  The scope of work provides for removing and replacing two (2) centrifugal liquid chillers in the penthouse

  mechanical room, four (4) rooftop cooling towers including structural supports, nine (9) associated primary,

  secondary, and condensing water pumps, three (3) variable frequency drives, any necessary piping

  modifications and associated electrical and controls work. The work will require the removal and replacement of

   a portion of the existing exterior masonry wall of the penthouse to provide necessary access for removal and

  installation of equipment. Provisions shall be made to maintain the integrity of the roof during construction. The

  scope shall also include provisions for a temporary chiller while the work is being completed.

 

  Incorporated documents include the January 2025 Standard Documents for Construction and the January 2025

  Design and Construction Manual. Basic Architectural Services provided under this procurement should not

  exceed $500,000.00, which is a placeholder 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.

 

  This Emergency Purchase has an expected start date of 05/05/2025 through 08/02/2025 with an Original

  Estimated Cost of $500,000.00.

   Signed By:  Chris Miles, Exec II

      Vendor:  RTM Engineering Consultants LLC                                               Notary Date:           5/5/2025

                                Original                Revised              Paid To                Actual

                                Estimate               Estimate                  Date                  Final Cost                                 FY                    QTR

      State Cost:                      $500,000.00                                           $0.00                   $0.00      25 4

   Federal                        $0.00                                                                   $0.00


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                               April 1,2025 through June 30, 2025

  104   Natural Resources, Department of                                                           File Date:  3/20/2025

  Original Filing – 3/20/2025: FY25, Qtr 4, Item# 104

 

  Illinois Department of Natural Resources  staff found that one of the inflatable Obermeyer bags present in Gate

  3 at the Sinnissippi Dam in Rock Falls would no longer inflate, allowing a section of Gate 3 to be lower than the

  other gate sections.  With this section of gate lower than the other gate sections, it is allowing water to flow

  uncontrolled through this area.  The IDNR is required to maintain a minimum pool elevation of 636.1’ upstream

  of the Sinnissippi Dam to supply water to the Hennepin Canal and to the Rock Falls Hydro-electric plant.  Since

  this section of gate has failed, the IDNR will be unable to properly control the upstream pool elevation, and

  maintain the minimum required elevation, especially during periods of drought and lower river flows.   The

  uncontrolled flow of water though this section could also put undo stresses and strains on other gate sections

  which could lead to an even larger failure of the dam.  Stop logs are large sections of steel that are placed in the

  gate bays that can stop the flow of water through the gate section.  The IDNR needs to purchase 4 additional

  stop logs so they can be placed upstream of Gate 3 to stop the flow of water through the gate.  This will allow

  the IDNR to maintain the upstream pool elevation at the required elevation until the gate can be examined and a

  permanent repair is made.The vendor is fabricating a total of 4 stop logs that will be delivered to the Sinnissippi

  Dam.  Once delivered the stop logs will be placed in the Gate 3 Bay to stop the uncontrolled leakage of water

  through the gate.

 

  This Emergency Purchase has an expected start date of 3/20/2025 through 06/20/2025 with an Original

  Estimated Cost of $179,530.00.

   Signed By:  Maurice Mosley, APO

      Vendor:  Orsolini Welding Fabricators                                                       Notary Date:           3/20/2025

                                Original                Revised              Paid To                Actual

                                Estimate               Estimate                  Date                  Final Cost                                 FY                    QTR

      State Cost:                      $179,530.00                                           $0.00                   $0.00      25 4

   Federal                        $0.00                                                                   $0.00


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                               April 1,2025 through June 30, 2025

  105   Natural Resources, Department of                                                           File Date:  4/11/2025

  Original Filing – 4/11/2025: FY25, Qtr 4, Item# 105

 

  The vendor (contractor) was selected to perform work associated with the emergency.  Contractor was

  awarded a small purchase competitive solicitation for remediation work at this site.  Due to unforeseen

  circumstances, the mine subsidence has expanded, affecting a residence.

 

  Mine subsidence reclamation, including residential building stabilization.

 

  This Emergency Purchase has an expected start date of 04/11/2025 through 07/10/2025 with an Original

  Estimated Cost of $51,825.00, using Federal Funds.

   Signed By:  Lance Range, AML Div Manager

      Vendor:  Mott Excavating                                                                       Notary Date:           4/11/2025

                                Original                Revised              Paid To                Actual

                                Estimate               Estimate                  Date                  Final Cost                                 FY                    QTR

      State Cost:                               $0.00                                           $0.00                   $0.00      25 4

   Federal                 $51,825.00                                                                   $0.00


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                               April 1,2025 through June 30, 2025

  106   Natural Resources, Department of                                                           File Date:  3/21/2025

  Original Filing – 3/21/2025: FY25, Qtr 4, Item# 106

 

  Quick Electrical Contractors, Inc. has been identified as having the required expertise and equipment, has

  knowledge and experience with the Banner Marsh SFWa and can mobilize swiftly from nearby Fairview, IL). 

  Quick Electrical Contractors, Inc. is a local Small Business Set -Aside (already registered in the State's bid buy

  system).  Given the emergency criteria on this project, the Agency has identified Quick Electrical Contractors,

  Inc. as best suited to expeditiously repair th epump station electrical system.

 

  The Agency would like to move forward with repairing the pump station to restore operation of the 100 hp

  motor and pump as soon as possible. Work will include all labor and materials including new wiring, 800 amp

  main distribution panel, surge protection, start up, programming, testing, coordination with Ameren, and demo

  of existing damaged equipment and wiring.

 

  Given the Emergency Criteria, the Agency has prioritized resolving the Criteria as swiftly as possible. Quick

  Electrical Contractors, Inc. has been identified as having the required expertise and equipment, has knowledge

  and experience with the Banner Marsh SFWA, and can mobilize swiftly (from nearby Fairview, IL). Quick

  Electrical Contractors, Inc. is a local Small Business Set-Aside (already registered in the State’s BidBuy system).

   Given the Emergency Criteria on this project, the Agency has identified Quick Electrical Contractors, Inc. as

  best suited to expeditiously repair the pump station electrical system.

 

  This Emergency Purchase has an expected start date of 03/21/2025 through 06/19/2025 with an Original

  Estimated Cost of $77,200.00.

   Signed By:  Joseph Lenkaitis, Regional Land Manager

      Vendor:  Quick Electrical Contractors, Inc.                                                  Notary Date:           3/21/2025

                                Original                Revised              Paid To                Actual

                                Estimate               Estimate                  Date                  Final Cost                                 FY                    QTR

      State Cost:                        $77,200.00                                           $0.00                   $0.00      25 4

   Federal                        $0.00                                                                   $0.00


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                               April 1,2025 through June 30, 2025

  107   Central Management Services, Department of                                            File Date:  4/2/2025

  Original Filing – 4/2/2025: FY25, Qtr 4, Item# 107

 

  Current generator vendor for this location through a small purchase with sole source conditions but current

  BOA did not cover services needed.  The vendor was called because any other vendor working on this

  generator would have voided the warranty of the generator.

 

  The vendor has and will continue to investigate why the system did not sync properly when switching from

  generator to utility power.  The power did not transition properly back from generator power to utility.  The

  vendor is the generator vendor who completed the installation and is investigated why this failed to occur.

 

  This need occurred after hours and was due to storm activity (lightning strike).  Due to the the circumstances,

  the current contract vendor was contacted to complete this work due to familiarity with the system.  The

  estimated value of this procurement is under the normal threshold for a BEP goal and due to the quick need, a

  vendor with familiarity of the current system was chosen.

 

  This Emergency Purchase has an expected start date of 04/02/2025 through 06/30/2025 with an Original

  Estimated Cost of $10,000.00.

   Signed By:  David Thomas, APO

      Vendor:  Altorfer Inc.                                                                            Notary Date:           4/2/2025

                                Original                Revised              Paid To                Actual

                                Estimate               Estimate                  Date                  Final Cost                                 FY                    QTR

      State Cost:                        $10,000.00                                           $0.00                   $0.00      25 4

   Federal                        $0.00                                                                   $0.00


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                               April 1,2025 through June 30, 2025

  108   Central Management Services, Department of                                            File Date:  4/2/2025

  Original Filing – 4/2/2025: FY25, Qtr 4, Item# 108

 

  The vendor has and will continue assist in identifying and repairing the power plant of the facility.  The power

  plant had a malfunctioning main which left the facility with one functioning main without a backup on utility

  power.  The vendor was called because this vendor completed the original wiring and the main needs to be

  operational as soon as possible.

 

  This need occurred after hours and was due to storm activity (lightning strike).  Due to the the circumstances,

  the current vendor was contacted to complete this work due to familiarity with the system.  The estimated value

   of this procurement is under the normal threshold for a BEP goal and due to the quick need, a vendor with

  familiarity of the current system was chosen.

 

  This Emergency Purchase has an expected start date of 04/02/2025 through 06/30/2025 with an Original

  Estimated Cost of $10,000.00.

   Signed By:  David Thomas, APO

      Vendor:  B & B Elec                                                                             Notary Date:           4/2/2025

                                Original                Revised              Paid To                Actual

                                Estimate               Estimate                  Date                  Final Cost                                 FY                    QTR

      State Cost:                        $10,000.00                                           $0.00                   $0.00      25 4

   Federal                        $0.00                                                                   $0.00


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                               April 1,2025 through June 30, 2025

  109   Southern Illinois University                                                                    File Date:  4/16/2025

  Original Filing – 4/16/2025: FY25, Qtr 4, Item# 109

 

  This was posted as SS 6322, but has shifted to Emergency Posting 6325. We must act immediately to secure an

   installation date before the funds become unavailable.

Vendor offers specialized service, compatibility,

  urgency, standardization, proven supplier performance, and is cost-effective.

 

  For Control Room: Three new 44U racks w/ power and UPS (uninterrupted power supplies), new video router

  w/ advanced connectivity and new video switcher.  This will include new touch control panels,

  displays/monitors, multiviewers, video playout and ingest server, graphics character generator and digital audio

  upgrades.  OpenGear terminal equipment necessary for frame sync, distribution, master reference and test

  signal generation is included. 

For Studio:  Three new tripod systems for existing Blackmagic studio cameras,

  rack based CCUs (camera control units), operator control panels, and 164' of SMPTE fiber cables for each

  camera.

Includes installation and commissioning of equipment.

 

  This Emergency Purchase has an expected start date of 04/16/2025 through 06/30/2025 with an Original

  Estimated Cost of $194,032.00.

   Signed By:  Matt Brown, Dir of Purchases

      Vendor:  Modern Communications                                                            Notary Date:           4/16/2025

                                Original                Revised              Paid To                Actual

                                Estimate               Estimate                  Date                  Final Cost                                 FY                    QTR

      State Cost:                      $194,032.00                                           $0.00                   $0.00      25 4

   Federal                        $0.00                                                                   $0.00


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                               April 1,2025 through June 30, 2025

  110   Illinois State University                                                                         File Date:  4/14/2025

  Original Filing – 4/14/2025: FY25, Qtr 4, Item# 110

 

  Recent structural evaluations and an increased frequency in interior damage caused by water intrusion, ISU is

  seeking an expeditious approval and execution of the project to improve the integrity of the building exterior to

  include sealants and associated infrastructure to make the building more water tight.  Water intrusion into a

  building is often a catalyst for conditions that compromise building materials as well as creating negative impacts

   to indoor air quality.  Illinois State University's Environmental Health and Safety (EHS) has responded to

  numerous occupant concerns/complaints regarding water damage to the exterior walls and surfaces around the

  windows.    In most cases, EHS has utilized indoor air quality monitoring equipment to verify water intrusion

  conditions from the migration of water into the building from the outside.  In several of those situations, EHS

  has had to direct Building Mechanics to remove drywall and other impacted building materials due to water

  damage and pervasive mold spore colonization.  In 2024 Western Waterproofing provided the lowest cost and

  most competitive quote for the replacement of the exterior facade sealants and a water repellent application and

  they are willing to honor the 2024 unit pricing with for this project. In the spring of 2024, FPDC requested

  quotes from Western Waterproofing, Otto Baum, Armor Seal, and Kedmont where we sent out the scope of

  work (joint sealants and water repellent) for the Wilkins Hall – South elevation (it was leaking the worst). 

  Western Waterproofing was the low quote so they were issued a contract.  Over the summer of 2024 the work

  was completed and since then, measures were taken to confirm the effectiveness of prescribed repairs.  The

  effort was a success.  The plan now is to perform the same repairs to the remainder of the elevations on

  Wilkins, Haynie, and Wright dormitories. 

 

  Replacement of the exterior pre-cast concrete panel to panel sealants and panel to window sealants along with a

  water repellent application. [please see attachment for additional details]

 

  This Emergency Purchase has an expected start date of 04/14/2025 through 11/01/2025 with an Original

  Estimated Cost of $727,860.00, using Bond Reserve Account Funds.

   Signed By:  Stacy Brown, Interm Dir of Purchases

      Vendor:  Western Waterproofing Co. dba Western Specialty                            Notary Date:           4/14/2025

                                Original                Revised              Paid To                Actual

                                Estimate               Estimate                  Date                  Final Cost                                 FY                    QTR

      State Cost:                      $727,860.00                                           $0.00                   $0.00      25 4

   Federal                        $0.00                                                                   $0.00


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                               April 1,2025 through June 30, 2025

  111   University of Illinois Chicago                                                                  File Date:  3/31/2025

  Original Filing – 3/31/2025: FY25, Qtr 4, Item# 111

 

  MindPower/Staffing Team Inc is providing temporary staffing for UIC and UI Health HR under an emergency

  purchase #VLH345 that will term on March 30, 2025.   These temporary employees provided clinical and non-

  clinical support in areas with staffing shortages, open positions or have been hired due to a critical, short-term

  need. We are currently engaged in a new RFP process to secure outside agency vendors under RFP #PPA109. 

  UIC HR is requesting an emergency for temporary staffing services until the competitive solicitation for RFP

  #PPA109 has been awarded and a fully executed contract is in place. 

 

  Staffing Team will provide temporary, agency hires to fill a variety of clinical and non-clinical positions at UIC

  and UIH.

 

  This Emergency Purchase has an expected start date of 3/31/2025 through 06/28/2025 with an Original

  Estimated Cost of $975,000.00.

   Signed By:  Aaron Rosenthal, Assist Vice Chancellor

      Vendor:  MindPower/Staffing Team Inc.                                                     Notary Date:           3/31/2025

                                Original                Revised              Paid To                Actual

                                Estimate               Estimate                  Date                  Final Cost                                 FY                    QTR

      State Cost:                      $975,000.00                                           $0.00                   $0.00      25 4

   Federal                        $0.00                                                                   $0.00


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                               April 1,2025 through June 30, 2025

  112   University of Illinois Chicago                                                                  File Date:  4/24/2025

  Original Filing – 4/24/2025: FY25, Qtr 4, Item# 112

 

  Due to the Change Healthcare/Optum cyberattack, the Hospital's information systems shut down some of our

  systems. This included the Computer Assisted Coding (CAC) Optum coding platform that was not available to

  the coders to complete coding for several days. This system disruption led to the coding backlog.  The vendor,

  AAPC is being utilized for coding and auditing services by our Compliance Department.  The vendor has

  experienced hospital coders that can be assigned to our site relatively quickly. HIM Department has been

  leveraging coding staffing services from AAPC. Currently we are in the process of changing the Computer

  Assisted Coding system from Optum 360 to Solventum with an estimated date to go live of June 24th.  In

  addition, the coding staff is undergoing extensive Vizient training as part of the Coding, Clinical Documentation

  Improvement (CDI) and Quality engagement. We need agency staff to cover coding during our transitional staff

   training.  There is currently no coding agency staffing contract available. We are requesting a new emergency 

  to continue the medical coding services until the competitive solicitation RFP #PPA109  is awarded, fully

  executed contract, and staff transition is completed. 

 

  Medical coding services for hospital inpatient and outpatient accounts.

 

  This Emergency Purchase has an expected start date of 07/01/2025 through 09/28/2025 with an Original

  Estimated Cost of $150,000.00, using hospital self-supported funds.

   Signed By:  Aaron Rosenthal, Assist Vice Chancellor

      Vendor:  American Academy of Professional Coders Serv                                Notary Date:           4/24/2025

                                Original                Revised              Paid To                Actual

                                Estimate               Estimate                  Date                  Final Cost                                 FY                    QTR

      State Cost:                      $150,000.00                                           $0.00                   $0.00      25 4

   Federal                        $0.00                                                                   $0.00


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                               April 1,2025 through June 30, 2025

  113   State Police, Illinois                                                                              File Date:  4/15/2025

  Original Filing – 4/15/2025: FY25, Qtr 4, Item# 113

 

  The Illinois State Police (ISP) Training Academy has an immediate need for an on-site food service vendor

  under a contractual agreement. The current contract is being canceled because it does not include language

  allowing for price increases related to prevailing wage adjustments. Due to these issues and to ensure the

  fairness and transparency of the procurement process, the existing contract must be canceled and a new

  solicitation initiated.

 

 

 

Given the ISP Training Academy's ongoing operations—with two Cadet classes currently in-house and four

  more incoming—the need for uninterrupted food service is critical. DAT is working to issue a new multi-year

  IFB during this emergency period. Arena Food Service, the current contractor and long-time service provider,

  has supported the Academy for many years. To avoid disruption of essential services, ISP is requesting to

  continue emergency service with Arena until a new competitively awarded contract is established.

 

  This Academy is residential, law enforcement training facility and an integral part of the operation is dependent

  upon food service.  During training, officers are engaged in strenuous physical training endeavors as well as an

  intensive study program.  Team building is a major component of the training and there is no time scheduled for

  students to leave the Academy for meals.  The intensive training requires special consideration to ensure that

  nutritionally balanced meals are served in a timely manner to all students.  The ISP is seeking to secure an

  emergency three (3) month procurement for food service contract until a new contract can be established.

 

  This Emergency Purchase has an expected start date of 04/17/2025 through 07/15/2025 with an Original

  Estimated Cost of $433,028.16.

   Signed By:  Jasmin Dixon, Exec Dir

      Vendor:  Arena Food Services                                                                 Notary Date:           4/15/2025

                                Original                Revised              Paid To                Actual

                                Estimate               Estimate                  Date                  Final Cost                                 FY                    QTR

      State Cost:                      $433,028.16                                           $0.00                   $0.00      25 4

   Federal                        $0.00                                                                   $0.00


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                               April 1,2025 through June 30, 2025

  114   Finance Authority, Illinois                                                                      File Date:  4/15/2025

  Original Filing – 4/15/2025: FY25, Qtr 4, Item# 114

 

  The focus of the scope of the engagement will be due diligence and valuation of companies in connection with

  determining finance options in connection with IFA’s economic development objectives, whether through public

   finance, an IFA participation loan with a private lender, or an IFA direct loan with balance sheet funds. For the

  IFA, public finance solutions (private activity bonds, taxable conduit bonds, and Commercial Property Assessed

  Clean Energy “C-PACE”) are always the initial threshold analysis and then participation and direct lending. The

  vendor's services are needed to ensure IFA is positioned to respond to time-sensitive requests in an uncertain

  market.

 

  This Emergency Purchase has an expected start date of 04/11/2025 through 07/10/2025 with an Original

  Estimated Cost of $500,000.00,  IFA is a self-funded public entity.

   Signed By:  Chris Meister, Exec Dir

      Vendor:  Loop Capital, LLC                                                                    Notary Date:           4/15/2025

                                Original                Revised              Paid To                Actual

                                Estimate               Estimate                  Date                  Final Cost                                 FY                    QTR

      State Cost:                      $500,000.00                                           $0.00                   $0.00      25 4

   Federal                        $0.00                                                                   $0.00


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                               April 1,2025 through June 30, 2025

  115   Property Tax Appeal Board                                                                   File Date:  3/21/2025

  Original Filing – 3/21/2025: FY25, Qtr 4, Item# 115

 

  3 gas-powered 2025 Ford Explorer SUVs.

 

  PTAB has subsequently identified Ford Explorers available on master contract 22-416CMS-BOSS4-P-41049. 

  The 2025 Ford Explorer offers an Eco boost engine and gets similar fuel efficiency as the previously,

  discontinued 2024 flex fuel model available on the previous master contract to state agencies. It also has the

  AWD functionality that the agency requires . Subsequently this master contract was identified as only for

  agencies with law a enforcement component. The vendor will extend the contracted amount outside of a release

   off the master. The agency intends to proceed with a quick purchase using the master contract vendor in order

   to obtain the state negotiated rate per vehicle.

 

  This Emergency Purchase has an expected start date of 3/21/2025 through 06/10/2025 with an Original

  Estimated Cost of $125,883.00.

   Signed By:  Daniel Sronce, Chief iscal Officer

      Vendor:  Sutton Ford Inc.                                                                       Notary Date:           3/21/2025

                                Original                Revised              Paid To                Actual

                                Estimate               Estimate                  Date                  Final Cost                                 FY                    QTR

      State Cost:                      $125,883.00                                           $0.00                   $0.00      25 4

   Federal                        $0.00                                                                   $0.00


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                               April 1,2025 through June 30, 2025

  116   Public Health, Department of                                                                  File Date:  4/1/2025

  Original Filing – 4/1/2025: FY25, Qtr 4, Item# 116

 

  The State of Illinois has previously utilized VitalCheck services for the past 20 years that provide vital records

  for State of Illinois customers under a service agreement that expired in May 2024. VitalChek provides a

  convenient service that allows customers to quickly and securely order official copies or replacements of

  government-issued birth, death, marriage, and divorce records. In addition to very substantial customer

  convenience, working with VitalChek protects individuals from predatory online services that charge exorbitant

  fees without providing legitimate services. VitalChek has been providing these services in Illinois under multiple

  agreements since 2003. The last agreement with VitalChek expired in May 2024. The Office of Vital Records

  needs to continue providing these services so that customers can order an expedited request online rather than

  by mail, which could take weeks to process.

 

  Vitalchek offers online ordering that includes an identity authentication mechanism, expedited delivery, and the

  ability to pay for records by credit card. Not provided by the Division of Vital Records, these services will be

  available to customers willing to pay any associated Vendor fees. The convenience and timeliness of ordering

  through VitalChek obviates customers having to travel to obtain records or to wait 8-12 weeks for the IDPH to

  process the order via mail. VitalChek also provides two VitalChek staff members in-house to process the orders

  from this service.

 

  This Emergency Purchase has an expected start date of 04/01/2025 through 06/29/2025 with an Original

  Estimated Cost of $294,000.00, No State funds are being expended.

   Signed By:  Mike Caceres, APO

      Vendor:  VitalChek Network Inc.                                                              Notary Date:           4/1/2025

                                Original                Revised              Paid To                Actual

                                Estimate               Estimate                  Date                  Final Cost                                 FY                    QTR

      State Cost:                      $294,000.00                                           $0.00                   $0.00      25 4

   Federal                        $0.00                                                                   $0.00


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                               April 1,2025 through June 30, 2025

  117   Transportation, Department of                                                               File Date:  4/14/2025

 

  Final Cost Statement

  Latest Filing – 05/3/25: FY25, Qtr 4, Item # 351

  The Actual Total Cost of FY25, Qtr 4, Item# 351  is $260,595.10, with a final contract term ending.

 

  Original Filing – 4/14/2025: FY25, Qtr 4, Item# 117

 

 

  The Illinois Department of Transportation seeks a contractor to perform emergency Interstate repairs on I-55

  near mile marker 130 in Logan County, including pavement removal and replacement as well as drainage

  improvements including removal and replacement of underdrains and underdrain outlets. All work shall follow

  applicable Traffic Control Standards and Illinois Department of Transportation Standard Specifications.

 

  This Emergency Purchase has an expected start date of 04/14/2025 through 07/12/2025 with an Original

  Estimated Cost of $450,000.00.

   Signed By:  Brian Galloway, Maintenance Field Engineer

      Vendor:  Kinney Contractors                                                                   Notary Date:           4/14/2025

                                Original                Revised              Paid To                Actual

                                Estimate               Estimate                  Date                  Final Cost                                 FY                    QTR

      State Cost:                      $450,000.00                                   $260,595.10           $260,595.10      25 4

   Federal                        $0.00                                                                   $0.00


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                               April 1,2025 through June 30, 2025

  118   Human Services, Department of                                                              File Date:  3/20/2025

  Original Filing – 3/20/2025: FY25, Qtr 4, Item# 118

 

  Nichols Enterprises, LLC is a ServPro vendor experienced in mold and water remediation. This is a continuation

   of the previous emergency because the first emergency was declared late and there was not enough time to

  process an extension; and there was not enough time to extend the second emergency due to delays in

  approvals.

 

  The vendor will provide temporary kitchen trailers while performing water and mold remediation in the existing

  Kitchen area.

 

  This Emergency Purchase has an expected start date of 03/17/2025 through 06/14/2025 with an Original

  Estimated Cost of $227,593.52.

   Signed By:  Jean Sandstrom, APO

      Vendor:  Nichols Enterprises, LLC                                                            Notary Date:           3/20/2025

                                Original                Revised              Paid To                Actual

                                Estimate               Estimate                  Date                  Final Cost                                 FY                    QTR

      State Cost:                      $227,593.52                                           $0.00                   $0.00      25 4

   Federal                        $0.00                                                                   $0.00


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                               April 1,2025 through June 30, 2025

  119   Innovation & Technology, Department of                                                  File Date:  5/1/2025

  Original Filing –5/1/2025: FY25, Qtr 4, Item# 119

 

  The majority of the analog phone systems still in place are in locations such as Department of Correction

  penitentiaries and Department of Human Services facilities. The loss of phone systems risks both residents and

  state staff. This vendor has historically held this contract and is able to continue these services while the state

  issues a competitive solution. This vendor already has required security clearances to enter the locations with

  analog phone systems in place.

 

  Installation/Move, Add, Change (MAC) requests and Maintenance services for the states remaining analog phone

   systems listed in Attachment A. This includes warranty, replacement, and move, add, change request. The

  vendor will handle all facets of maintenance for the systems.

 

  This Emergency Purchase has an expected start date of 05/01/2025 through 07/30/2025 with an Original

  Estimated Cost of $688,055.75.

   Signed By:  Chris Brinkmeyer, APO

      Vendor:  Ficek Elec & Communication Systems, Inc.                                     Notary Date:           5/1/2025

                                Original                Revised              Paid To                Actual

                                Estimate               Estimate                  Date                  Final Cost                                 FY                    QTR

      State Cost:                      $688,055.75                                           $0.00                   $0.00      25 4

   Federal                        $0.00                                                                   $0.00


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                               April 1,2025 through June 30, 2025

  120   Revenue, Department of (Lottery)                                                            File Date:  4/30/2025

  Original Filing – 4/30/2025: FY25, Qtr 4, Item# 120

 

  Freedom Chevrolet was the only vendor that could provide the Department of Lottery with 8 Chrysler Pacificas.

   Finding a vendor to provide inventory has been extremely difficult. The Department of Lottery has done

  research to find a vendor and Freedom Chevrolet has the inventory to meet the agency's needs.

 

  The Department of Lottery has been needing and searching for vehicles for our Lottery Sales Representatives

  who must be able to travel throughout the State of Illinois. The fleet has been diminished due to recent wrecks

  and damages. Most recently Lottery has had two vehicles that were deemed totaled and another damaged due to

   a hit-and-run.  One of the concerns is the agency would not be able provide its sales representatives with

  working vehicles in order to do their daily tasks. The Department of Lottery has new sales representative

  starting in May 1st and the Department does not have enough vehicles for new reps to use.  Section 20-30(d) of

   the Illinois Procurement Code and the CPO-GS Administrative Rules [44ILL. Adm. Code 1.2030(c)] provide

  that the use of the Emergency method of source selection may be used to make a "quick purchase" in situations

  when "items are available on the spot market or at discounted prices for a limited time so that good business

  judgment mandates a "quick purchase" immediately to take advantage of the availability and price". The

  emergency spot market method of procurement was chosen over a competitive solicitation because of the

  amount of time a competitive selection could take and given the current market environment, vehicle dealerships

   are unlikely to hold multiple vehicles on their lots without a guarantee of award. The Department of Lottery has

  done extensive research and made and effort to utilize the master contract. However, the vendor on the master

  contract did not have the inventory in stock (email attached in BidBuy attachments tab). 

 

  This Emergency Purchase has an expected start date of 04/30/2025 through 07/28/2025 with an Original

  Estimated Cost of $357,556.60.

   Signed By:  Ryan Schone, APO

      Vendor:  Freedom Chevrolet                                                                   Notary Date:           4/30/2025

                                Original                Revised              Paid To                Actual

                                Estimate               Estimate                  Date                  Final Cost                                 FY                    QTR

      State Cost:                      $357,556.60                                           $0.00                   $0.00      25 4

   Federal                        $0.00                                                                   $0.00


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                               April 1,2025 through June 30, 2025

  121   Agriculture, Department of                                                                    File Date:  5/28/2025

  Original Filing – 5/28/2025: FY25, Qtr 4, Item# 121

 

  Vendor supply the labor and the material to remove the broken pumps and install the new one. First, vendor will

  install temporary pumps till the new pumps are shipped. The new pumps will take 4 to 6 weeks, therefore,

  temporary rental pumps need to be installed first. These diesel pumps are equipped with hoses, floats and

  adapters. These temporary pumps will be set up for two months. The vendor will remove the old station lift and

   will replace it with duplex pump station assembled with control panel. The vendor will provide the vac trailer to

  clean out the old station lift. Installation of drain and water lines will occur together with the two new RV dump

  stations. There will be a tracer installed with water lines and a rock back filled as it is required for plumbing and

  electrical excavations. The new RV dump stations will have with concrete pads with curbs, locking sanitary

  hatches, and 2 non potable wands mounted to concrete pad extensions. The vendor will do a demo existing lift

  station controller, outdoor panel, and shower house panel. The vendor will also install Nema 3r 30 circuit 100

  AMP panel, new controller under plumbing scope, new conduit to supply the 100 AMP Panel, a new splice box

  at the shower house, and all the required conduit and coper wires to make the new pump run.

 

 

  This Emergency Purchase has an expected start date of 05/01/2025 through 07/31/2025 with an Original

  Estimated Cost of $103,797.92.

   Signed By:  Michelle Grimsley, SPSA

      Vendor:  F.W. Electric                                                                           Notary Date:           5/28/2025

                                Original                Revised              Paid To                Actual

                                Estimate               Estimate                  Date                  Final Cost                                 FY                    QTR

      State Cost:                      $103,797.92                                           $0.00                   $0.00      25 4

   Federal                        $0.00                                                                   $0.00


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                               April 1,2025 through June 30, 2025

  122   Central Management Services, Department of                                            File Date:  5/20/2025

  Original Filing – 5/20/2025: FY25, Qtr 4, Item# 122

 

  The Fire Alarm and FM200 system alarms are going off at G1306, 1391 S. Washington St., DuQuoin, IL

  62832. The Facility Manager on site has tried resetting the system and it is okay for a small amount of time but

  then the alarms re-activate. Currently they have 2 devices in alarm and if the 3rd device alarms, the FM200

  system will trigger the release of chemical agent believing there is a fire. If it activates, it will shut down the 911

   center and the center will have to be professional cleaned before staff can return. They have tried manually to

  reset the system but to no avail. They need to call in a specialized company to correct the issue.

 

 

  This Emergency Purchase has an expected start date of 05/16/2025 through 08/16/2025 with an Original

  Estimated Cost of $6,000.00.

   Signed By:  Martha Blackwell, Manager

      Vendor:  Tech Electronics                                                                      Notary Date:           5/20/2025

                                Original                Revised              Paid To                Actual

                                Estimate               Estimate                  Date                  Final Cost                                 FY                    QTR

      State Cost:                         $6,000.00                                           $0.00                   $0.00      25 4

   Federal                        $0.00                                                                   $0.00


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                               April 1,2025 through June 30, 2025

  123   Corrections, Department of                                                                    File Date:  5/28/2025

  Original Filing – 5/28/2025: FY25, Qtr 4, Item# 123

 

  The Vendor is able to provide needed commissary items to the Illinois Department of Corrections for its

  Individual in Custody and Correctional Facility Employees.

 

  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 and Correctional Facility Employees

 

  The short-term nature of our current purchasing cycle does not allow vendors to secure reliable supply chains

  or establish partnerships with BEP certified businesses. Vendors provide new pricing every 4 to 6 weeks and

  must respond quickly to shifting product availability. Without long-term volume commitments, it is not practical

  for the vendors to formalize subcontractor relationships or guarantee consistent opportunities for BEP

  participation. We will continue to pursue BEP inclusion as market conditions stabilize and we realize our

  competitive solicitation for a long-term contract.

 

  This is a zero dollar contract, the State does not fund the expenses.

 

  This Emergency Purchase has an expected start date of 05/25/2025 through 08/22/2025 with an Original

  Estimated Cost of $6,000,000.00, using Other Funds.

   Signed By:  Jared Brunk, CAO

      Vendor:  Performance Food Group dba Vistar                                              Notary Date:           5/28/2025

                                Original                Revised              Paid To                Actual

                                Estimate               Estimate                  Date                  Final Cost                                 FY                    QTR

      State Cost:                    $6,000,000.00                                           $0.00                   $0.00      25 4

   Federal                        $0.00                                                                   $0.00


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                               April 1,2025 through June 30, 2025

  124   Human Services, Department of                                                              File Date:  5/30/2025

  Original Filing – 5/30/2025: FY25, Qtr 4, Item# 124

 

  The Illinois School for the Visually Impaired located at 658 E. State St., Jacksonville, IL is seeking a vendor for

  the immediate abatement of asbestos floor tiles, mastic, carpet, underlayment, cove molding, etc. in select office

   areas of the Main building (Building #1). Approximately 7115- 8432 square foot. Vendor will be responsible for

  the complete removal and proper disposal of the existing tile, carpet, mastic, molding, etc. Vendor will be

  responsible for following all proper procedures, methods of containment, and abatement. Vendor is responsible

  for obtaining all necessary permits- including permits from Regional Office of Education (ROE) or Illinois State

  Board of Education (ISBE). Vendor to coordinate with carpet installers to have abatement done and install of

  new flooring done concurrently if possible. Vendor to take in consideration that this is a school for visually

  impaired students and extra caution is to be taken while working on the school's campus - including setting up a

   safe work area blocked off for safety of staff and students.

 

  This Emergency Purchase has an expected start date of 06/02/2025 through 06/30/2025 with an Original

  Estimated Cost of $94,320.00.

   Signed By:  Jean Sandstrom, APO

      Vendor:  AC Envirnomental, Inc.                                                              Notary Date:           5/30/2025

                                Original                Revised              Paid To                Actual

                                Estimate               Estimate                  Date                  Final Cost                                 FY                    QTR

      State Cost:                        $94,320.00                                           $0.00                   $0.00      25 4

   Federal                        $0.00                                                                   $0.00


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                               April 1,2025 through June 30, 2025

  125   Toll Highway Authority, Illinois State                                                       File Date:  5/29/2025

  Original Filing – 5/29/2025: FY25, Qtr 4, Item# 125

 

  ***The Illinois Tollway is a user-free system and receives no state or federal funds for maintenance and

  operations.

 

  Perform structural repairs, including bridge beam replacement; removal and replacement of bridge deck and

  pavement, parapets, and raised median, pavement marking, and maintenance of traffic, including temporary

  concrete barrier. The underside of the Illinois Route 83 (IL 83) bridge over I-88 was struck by a construction

  excavator being hauled by a truck/trailer traveling westbound on I-88. The impact caused severe damage to the

  bridge, resulting in lane closures on IL 83 and I-88.

 

  This Emergency Purchase has an expected start date of 5/30/2025 through 08/27/2025 with an Original

  Estimated Cost of $2,000,000.00, using Other Funds.

   Signed By:  Eric Occomy, Chief Contract Services

      Vendor:  Loring Construction Co.                                                             Notary Date:           5/29/2025

                                Original                Revised              Paid To                Actual

                                Estimate               Estimate                  Date                  Final Cost                                 FY                    QTR

      State Cost:                    $2,000,000.00                                           $0.00                   $0.00      25 4

   Federal                        $0.00                                                                   $0.00


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                               April 1,2025 through June 30, 2025

  126   Capital Development Board                                                                    File Date:  6/3/2025

  Original Filing – 6/03/2025: FY25, Qtr 4, Item# 126

 

  The project provides for improving drainage systems at the East Moline Correctional Center. The upgrades will

  focus on key areas such as storm sewers, curbs, replacement of security fence with lighting, embankments,

  and erosion control to prevent flooding, stabilize slopes, and enhance stormwater management. These

  improvements are crucial for preventing ongoing flooding issues and protecting

  the infrastructure at the facility.

 

  Incorporated documents include the January 2025 Standard Documents for Construction and any design

  documents provided by the Architect/Engineer of record. Section 01 29 00 PAYMENT PROCEDURES, will be

  strictly followed and adhered to. The sum of all items listed in the Contractor Schedule of Values should equal

  the contract award amount. Payment amounts will be approved based onproof of work actually performed and

  materials actually used. Construction services provided under this procurement should not

  exceed $1,078,410.00, which is a place-holder prior 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. Monthly Progress Status Reports

  and all pay applications will be provided to CDB and the CPO.

 

  This Emergency Purchase has an expected start date of 06/03/2025 through 08/31/2025 with an Original

  Estimated Cost of $1,078,410.00.

   Signed By:  Chris Miles, Exec II

      Vendor:  Miller Trucking & Excavating Co.                                                 Notary Date:           6/3/2025

                                Original                Revised              Paid To                Actual

                                Estimate               Estimate                  Date                  Final Cost                                 FY                    QTR

      State Cost:                    $1,078,410.00                                           $0.00                   $0.00      25 4

   Federal                        $0.00                                                                   $0.00


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                               April 1,2025 through June 30, 2025

  127   Public Health, Department of                                                                  File Date:  6/2/2025

  Original Filing – 06/2/2025: FY25, Qtr 4, Item# 127

 

  The Illinois Department of Public Health (IDPH) is seeking an emergency purchase to sustain a service

  agreement for the administrative and logistical management of the State’s ventilator device and supply cache,

  housed at the State Strategic National Stockpile (SNS) Regional Storage Site (RSS) warehouse. This service

  includes the coordination of preventive maintenance and repair activities in accordance with the manufacturer’s

  guidelines for ventilator devices.

 

The goal is to ensure that all ventilator units in the State’s cache are maintained

  to meet the manufacturer’s standards, thereby guaranteeing their readiness for deployment during emergency

  operations across Illinois. These ventilator devices were originally purchased by the Illinois Emergency

  Management Agency (IEMA) and are now under the responsibility of the Illinois Department of Public Health

  (IDPH), as established by the IDPH-IEMA Intergovernmental Agreement.

 

Specifically, the scope includes the

   repair and preparation of 365 ventilator units. These units must be serviced, repaired as necessary, and shipped

  either directly to Illinois hospitals or returned to the State cache, fully operational and ready for immediate

  deployment in emergency response situations.

 

  Department of Public Health (IDPH), as established by the IDPH-IEMA Intergovernmental Agreement.

 

 

  Specifically, the scope includes the repair and preparation of 365 ventilator units. These units must be serviced,

  repaired as necessary, and shipped either directly to Illinois hospitals or returned to the State cache, fully

  operational and ready for immediate deployment in emergency response situations.

 

  This Emergency Purchase has an expected start date of 06/01/2025 through 08/09/2025 with an Original

  Estimated Cost of $518,938.96.

   Signed By:  Mike Caceres, APO

      Vendor:  Agiliti Health                                                                          Notary Date:           6/2/2025

                                Original                Revised              Paid To                Actual

                                Estimate               Estimate                  Date                  Final Cost                                 FY                    QTR

      State Cost:                      $518,938.96                                           $0.00                   $0.00      25 4

   Federal                        $0.00                                                                   $0.00


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                               April 1,2025 through June 30, 2025

  128   Agriculture, Department of                                                                    File Date:  6/4/2025

  Original Filing – 06/04/2025: FY25, Qtr 4, Item# 128

 

  This is revenue generating contact. - Other Funds

 

  Vendor will have the exclusive privilege and rights to pour and distribute alcohol beverages at State Fair

  Grandstand Building and Multipurpose Arena on the Illinois fairgrounds during the 11-day fair. The hours of

  operation will be from 12:00 PM to Midnight. All the alcohol pouring areas will open and close at that time,

  unless is differently specified by the agency. Vendor will follow the laws and not sell any alcohol beverage to

  people under 21, while at the same time monitoring that people under 21 do not enter the tent, unless

  accompanied by their parents. Alcohol must be sold in sealed containers, such as, aluminum cans, plastic

  bottlers and plastic cups. Glass and Styrofoam are not allowed. Only plastic cups will be allowed on the

  Track/SRO area. Vendor will have to pay the Illinois Department of Agriculture, a percentage made by the

  alcohol sales.

 

  This Emergency Purchase has an expected start date of 05/29/2025 through 08/26/2025 with an Original

  Estimated Cost of $350,000.00, using Other Funds.

   This is a revenue generating contract.

   Signed By:  Michelle Grimsley, SPSA

      Vendor:  National Ambus dba American Business Club                                   Notary Date:           6/4/2025

                                Original                Revised              Paid To                Actual

                                Estimate               Estimate                  Date                  Final Cost                                 FY                    QTR

      State Cost:                      $350,000.00                                           $0.00                   $0.00      25 4

   Federal                        $0.00                                                                   $0.00


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                               April 1,2025 through June 30, 2025

  129   Agriculture, Department of                                                                    File Date:  6/4/2025

  Original Filing – 06/04/2025: FY25, Qtr 4, Item# 129

 

  ****This is a revenue generating contract.

 

  Vendor will have the exclusive privilege and rights to pour and distribute alcohol beverages at the tents, such as

  the Village of Cultures and Reisch Pavilion on the Illinois fairgrounds during the 11-day fair. First tent is located

  near the Coliseum, between the Central Avenue and Illinois Avenue; second tent is north of the commodities

  Pavilion with its entrance off Grandstand Avenue; and the third tent is southwest of the Commodities Pavilion

  with its entrance of the Avenue Flags. The hours of operation will be from 12:00 PM to Midnight. All the

  alcohol pouring areas will open and close at that time, unless is differently specified by the agency. Vendor will

  follow the laws and not sell any alcohol beverage to people under 21, while at the same time monitoring that

  people under 21 do not enter the tent, unless accompanied by their parents. Alcohol must be sold sealed

  containers, such as, aluminum cans, plastic bottlers and plastic cups. Glass and Styrofoam are not allowed.

  Vendor will have to pay the Illinois Department of Agriculture, a percentage made by the alcohol sales.

 

  This Emergency Purchase has an expected start date of 05/29/2025 through 08/26/2025 with an Original

  Estimated Cost of $350,000.00, using Other Funds.

   Signed By:  Michelle Grimsley, SPSA

      Vendor:  Combined Veterans Assoc of Illinois (CVA)                                    Notary Date:           6/4/2025

                                Original                Revised              Paid To                Actual

                                Estimate               Estimate                  Date                  Final Cost                                 FY                    QTR

      State Cost:                      $350,000.00                                           $0.00                   $0.00      25 4

   Federal                        $0.00                                                                   $0.00


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                               April 1,2025 through June 30, 2025

  130   Transportation, Department of                                                               File Date:  6/12/2025

  Original Filing – 06/12/2025: FY25, Qtr 4, Item# 130

 

  Called multiple vendors but could not supply the services needed for over a week. The vendor chosen was able

  to respond the next day and has the equipment on hand to make the repairs necessary.

 

  Air conditioner failure at the district 8 headquarters, the entire unit will need to be remove and replace with a

  new unit.

 

  This Emergency Purchase has an expected start date of 06/11/2025 through 07/31/2025 with an Original

  Estimated Cost of $240,888.00.

   Signed By:  Omolara Erewele, APO

      Vendor:  Henson Robinson                                                                     Notary Date:           6/12/2025

                                Original                Revised              Paid To                Actual

                                Estimate               Estimate                  Date                  Final Cost                                 FY                    QTR

      State Cost:                      $240,888.00                                           $0.00                   $0.00      25 4

   Federal                        $0.00                                                                   $0.00

  130   Transportation, Department of                                                               File Date:  6/6/2025

  Original Filing – 6/6/2025: FY25, Qtr 4, Item# 130

 

  Install a retaining wall with tie-backs, restore the failed slope and wing wall, and provide all needed additional

  work plus traffic control to complete the needed repairs safety in a timely manner.

 

  This Emergency Purchase has an expected start date of 06/05/2025 through 09/20/2025 with an Original

  Estimated Cost of $4,250,000.00.

   Signed By:  Joseph Monroe, Engineer

      Vendor:  Keller Construction                                                                   Notary Date:           6/6/2025

                                Original                Revised              Paid To                Actual

                                Estimate               Estimate                  Date                  Final Cost                                 FY                    QTR

      State Cost:                    $4,250,000.00                                           $0.00                   $0.00      25 4

   Federal                        $0.00                                                                   $0.00


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                               April 1,2025 through June 30, 2025

  132   Natural Resources, Department of                                                           File Date:  6/12/2025

  Original Filing – 6/12/2025: FY25, Qtr 4, Item# 132

 

 

  Arrowleaf is a local 501(C)(3) non-profit service organization that employs over 200 people and has been in

  business for 55 years. Arrowleaf works closely within the southern 7 counties of Illinois to provide employees

  to many businesses in the region, to include staff for janitorial, retail sales, and certified lifeguard services.

  Arrowleaf also coordinates licensing and continuing education classes for lifeguards in the local area. Their

  headquarters in Vienna, Illinois is located only 10 miles way from Dixon Springs State Park and they can ensure

  transportation for their employees.    

 

  The vendor is authorized to operate the swimming pool, to provide janitorial and cleaning services, to provide

  life guard services,  and to sell precooked, frozen/refridgerated, and prepackaged food stuffs, drinks, and

  products related to water recreation. The vendor will also provide daily testing and logging of the pool water PH

  levels and adjust the chemical levels, as required by IDPH.

 

  This Emergency Purchase has an expected start date of 06/12/2025 through 09/09/2025 with an Original

  Estimated Cost of $0.00, using Revenue Generating Funds.

   Signed By:  Maurice Mosely, APO

      Vendor:  Arrowleaf                                                                               Notary Date:           6/12/2025

                                Original                Revised              Paid To                Actual

                                Estimate               Estimate                  Date                  Final Cost                                 FY                    QTR

      State Cost:                               $0.00                                           $0.00                   $0.00      25 4

   Federal                        $0.00                                                                   $0.00


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                               April 1,2025 through June 30, 2025

  133   Capital Development Board                                                                    File Date:  6/18/2025

  Original Filing – 6/18/2025: FY25, Qtr 4, Item# 133

 

  The scope of work provides for demolition of Horse Barn #39, an approximately 6,233 sf. wood structure on

  the Illinois State Fairgrounds in Springfield, Illinois. The structure should be demolished to the ground, including

   removal of the footings, concrete and asphalt paving with all debris hauled to an approved landfill. Water lines

  and electrical power should be disconnected if needed and capped properly. Surrounding grounds will be

  returned to finished grade with positive drainage. Previous reports verify there is no lead paint or asbestos in the

  building. Incorporated documents include the January 2025 Standard Documents for Construction. Services

  provided under this procurement should not exceed as a place holder of $55,000.00 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 closeout.

 

  This Emergency Purchase has an expected start date of 06/18/2025 through 09/15/2025 with an Original

  Estimated Cost of $55,000.00.

   Signed By:  Amber Evans, SCPA

      Vendor:  P.J. Hoerr, Inc.                                                                         Notary Date:           6/18/2025

                                Original                Revised              Paid To                Actual

                                Estimate               Estimate                  Date                  Final Cost                                 FY                    QTR

      State Cost:                        $55,000.00                                           $0.00                   $0.00      25 4

   Federal                        $0.00                                                                   $0.00


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                               April 1,2025 through June 30, 2025

  134   Illinois State University                                                                         File Date:  6/13/2025

  Original Filing – 6/13/2025: FY25, Qtr 4, Item# 134

 

  Complete removal of the existing 5th floor ceilings, lighting and mechanical diffusers and portions of the 4th

  floor, to gain access to the roof drain system.  The roof drain system, including the roof drain bodies and

  associated piping will be replaced followed by the installation of a new acoustical ceiling system, lighting and

  mechanical diffusers.  Scope will also include the necessary protection of the existing carpeting and furniture,

  and the touch-up of the wall paint where the old ceiling is demo'd and new is installed.

 

  This Emergency Purchase has an expected start date of 05/16/2025 through 08/31/2025 with an Original

  Estimated Cost of $935,505.00, using ISU Academic Enhancement Funds.

   Signed By:  Stacy Brown, Director of Purchasing

      Vendor:  River City Construction                                                              Notary Date:           6/13/2025

                                Original                Revised              Paid To                Actual

                                Estimate               Estimate                  Date                  Final Cost                                 FY                    QTR

      State Cost:                      $935,505.00                                           $0.00                   $0.00      25 4

   Federal                        $0.00                                                                   $0.00


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                               April 1,2025 through June 30, 2025

  135   Natural Resources, Department of                                                           File Date:  6/9/2025

  Original Filing – 6/9/2025: FY25, Qtr 4, Item# 135

 

  The agency searched several vendors to find vehicles that would meet the agencies needs and could be delivered

   by the end of the fiscal year so that the agency could utilize expiring FY25 funds. Morrow Brothers was able to

   provide these vehicles by the deadline at the lowest price.

 

  One (1) Ford F-150 Crew Cab, one (1) Ford F-150 Extended Cab, (1) Ford F-250 and (1) Ford F-350.

 

  The vendor has one (1) F-350, one (1) Ford Maverick, seven (7) Ford F-150's, and two (2) Ford F-250's

  currently on the their lot.  There is no opportunity to include Business Enterprise Program contractors on this

  purchase.  The current Master Contract did not contain a BEP subcontracting goal requirement nor are there

  any BEP vendors registered under NIGP Code 072-02 describing the provision of class 2 trucks. IDNR has

  been unable to secure vehicles for three plus years due to supply chain constraints caused by the Covid19

  pandemic which continue today. Vehicle orders have been taking anywhere from 12-22 months to be fulfilled.

  Vendor can not guarantee delivery prior to required by date.

 

  This Emergency Purchase has an expected start date of 06/09/2025 through 07/31/2025 with an Original

  Estimated Cost of $221,664.00.

   Signed By:  Maurice Mosley, APO

      Vendor:  Morrow Brothers Ford                                                               Notary Date:           6/9/2025

                                Original                Revised              Paid To                Actual

                                Estimate               Estimate                  Date                  Final Cost                                 FY                    QTR

      State Cost:                      $221,664.00                                           $0.00                   $0.00      25 4

   Federal                        $0.00                                                                   $0.00


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                               April 1,2025 through June 30, 2025

  136   Commerce Commission, Illinois                                                              File Date:  6/18/2025

  Original Filing – 06/18/2025: FY25, Qtr 4, Item# 136

 

  The ICC executed a small purchase with emergency conditions contract for court reporting services. Deposition

   Solutions LLC dba Lexitas was awarded the contract. This vendor has been consistent in meeting the needs of

  the ICC. The needs and services to be provided during this 90-day emergency purchasing period are to remain

  identical to the needs and services the incumbent vendor is/has already performed.

Additional Background

  Information:  ICC utilizes these services to fulfill statutory requirements per Section 10-102 of the Illinois Public

   Utilities Act. The Act requires, among other things, verbatim transcription of Commission meetings by a court

  reporter. Further 83 Ill. Adm. 200.580 requires, among other things, that all Commission hearings shall be

  transcribed by a court reporter.

 

 

 

There is currently no CMS master contract for these services. Once a master contract is executed, the ICC

  will make a transition to the state contract.

 

  The ICC requires court reporting services on an ongoing basis to fulfill statutory requirements and to secure

  accurate records of various complex proceedings and meetings. The vendor shall provide court reporters who

  will take verbatim dictation of various proceedings, and hearings, and provide ICC with a certified typewritten

  verbatim transcription, including a record of appearances.

 

  This Emergency Purchase has an expected start date of 06/18/2025 through 09/15/2025 with an Original

  Estimated Cost of $140,436.25.

   Signed By:  Megan Seitzinger, APO

      Vendor:  Deposition Solutions LLC dba Lexitas                                            Notary Date:           6/18/2025

                                Original                Revised              Paid To                Actual

                                Estimate               Estimate                  Date                  Final Cost                                 FY                    QTR

      State Cost:                      $140,436.25                                           $0.00                   $0.00      25 4

   Federal                        $0.00                                                                   $0.00


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                               April 1,2025 through June 30, 2025

  137   Central Management Services, Department of                                            File Date:  6/18/2025

  Original Filing – 6/18/2025: FY25, Qtr 4, Item# 137

 

  JPMC Vendor wasn't available so Prime Electric was contacted as they have done previous repairs at the facility

   on many of the systems there.

 

  Emergency Repair of Electrical Switchgear Substation which controls power to the entire building. This

  shutdown the Cooling system and Elevators as well and all employees had to be sent home.

 

  This Emergency Purchase has an expected start date of 06/17/2025 through 09/13/2025 with an Original

  Estimated Cost of $50,000.00.

   Signed By:  Martha Blackwell, Manager

      Vendor:  Prime Electric Co Inc.                                                                Notary Date:           6/18/2025

                                Original                Revised              Paid To                Actual

                                Estimate               Estimate                  Date                  Final Cost                                 FY                    QTR

      State Cost:                        $50,000.00                                           $0.00                   $0.00      25 4

   Federal                        $0.00                                                                   $0.00


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                               April 1,2025 through June 30, 2025

  138   Public Health, Department of                                                                  File Date:  6/17/2025

  Original Filing – 06/17/2025: FY25, Qtr 4, Item# 138

 

  Groupware Technologies, Inc.'s (GTI) Provide Enterprise® software is an integrated database utilized by the

  Illinois Department of Public Health (IDPH) HIV/AIDS Section for comprehensive case management. It

  streamlines the monitoring of HIV incidence and prevalence, administers prevention and treatment activities, and

   manages extensive client data, while also providing secure hosting and critical interfaces with various healthcare

   systems.

 

 

 

GTI shall provide the following software and services for the Office of Disease Control (ODC) HIV/AIDS

  Care Section:

• Annual Data Hosting and Business Continuity Services

• Imaging Support Services

• Annual PE

  Server Licensing and Support

• 270/271 Eligibility Verification Transactions

• User License, Maintenance, and

  Support Fee (per User)

• Report Writing and Custom Programming (per hour)

• Contracted Pharmacy Interface

  Support

• Medicare TROOP Interface Support

• Implementation Support

GTI shall provide the following

  software and services for the Office of Disease Control (ODC) HIV/AIDS Surveillance Services Section:

  Imaging Support Services

• User License, Maintenance, and Support Fee (per User)

• Report Writing and Custom

  Programming (per hour)

GTI shall provide the following software and services for the Office of Disease

  Control (ODC) HIV/AIDS Prevention Section:

• Server Hosting and Business Continuity Services

• Imaging

  Support Services

• Server Licensing and Support

• User License, Maintenance, and Support Fee (per User)

  Report Writing and Custom Programming (per hour)

• Implementation Support

   

 

  This Emergency Purchase has an expected start date of 06/18/2025 through 09/15/2025 with an Original

  Estimated Cost of $696,126.75, using Federal Funds.

   Signed By:  Mike Caceres, APO

      Vendor:  Groupware Technologies                                                            Notary Date:           6/17/2025

                                Original                Revised              Paid To                Actual

                                Estimate               Estimate                  Date                  Final Cost                                 FY                    QTR

      State Cost:                               $0.00                                           $0.00                   $0.00      25 4

   Federal               $696,126.75                                                                   $0.00


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                               April 1,2025 through June 30, 2025

  139   State Police, Illinois                                                                              File Date:  6/17/2025

  Original Filing – 06/17/2025: FY25, Qtr 4, Item# 139

 

  The Viken brand X-ray imagers are the only brand available that includes the capability and specification to

  detect lead.

“Pb ID” - Lead Detection - The Viken Nighthawk - BTX includes a 120 or 140 KeV X-ray source

  designed to deliver high quality Backscatter Images. These X-rays are purely for imaging purposes and are not

  capable of locating concealed lead compartments in a particular conveyance. Recognizing this as a major

  vulnerability, Customs and Border Patrol collaborated with Viken Detection to develop a field ready solution.  To

   accomplish this Viken detection has added internal Cadmium Telluride detectors which allows the user to be

  instantly alerted if Lead is detected. This feature called “Pb ID” provides true material identification for lead.  No

   one else in the industry has the capability. The Nighthawk Imaging platform can be outfitted with this capability

   at order placement, or it can be added at a later time. In either case Viken Detection is the only supplier in the

  world that can offer this capability. This is vitally important because of the limited training that officers receive

  and their relative inexperience looking at X¬ ray images. If an officer were to scan a conveyance that contained

  a lead compartment, they would see a completely clear image on their operating screen. This is because X-rays

  are absorbed by the lead, and they are unable to penetrate this medium. An inexperienced officer may logically

  conclude that no threat exists. However, with the Viken Detection Nighthawk imager if lead is detected, during

  scanning, the user receives an immediate signal indicating that lead is present. The vehicle or object can then be

  moved to secondary inspection for further screening. Viken Detection is the only vendor that offers this unique

  feature.

 

“True automated lead detection requires the addition of an energy-dispersive detector to the backscatter

  imager and software that can automatically analyze the acquired spectrum for the presence of lead K-Alpha

  lines. The detector can be either a Cadmium Telluride (CdTe) or Cadmium Zinc Telluride (CZT) type. If the

  imager does not contain either of these two detector types, it does not have real lead detection capability.”

 

  Viken to provide 4 Nighthawk BTX imaging systems configured to detect and alert uses for the presence of

  lead.  Standard accessories and deployment arms will be included.  Includes on-site training for up to 15

  participants.

 

  This Emergency Purchase has an expected start date of 06/17/2025 through 09/14/2025 with an Original

  Estimated Cost of $219,310.00, using Federal Funds.

   Signed By:  Amanda Olinger, APO

      Vendor:  Viken Detection                                                                       Notary Date:           6/17/2025

                                Original                Revised              Paid To                Actual

                                Estimate               Estimate                  Date                  Final Cost                                 FY                    QTR

      State Cost:                               $0.00                                           $0.00                   $0.00      25 4

   Federal               $219,310.00                                                                   $0.00


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                               April 1,2025 through June 30, 2025

  140   Agriculture, Department of                                                                    File Date:  5/7/2025

  Original Filing – 5/07/2025: FY25, Qtr 4, Item# 140

 

  Vendor supply the labor and the material to remove the broken pumps and install the new one. First, vendor will

  install temporary pumps till the new pumps are shipped. The new pumps will take 4 to 6 weeks, therefore,

  temporary rental pumps need to be installed first. These diesel pumps are equipped with hoses, floats and

  adapters. These temporary pumps will be set up for two months. The vendor will remove the old station lift and

   will replace it with duplex pump station assembled with control panel. The vendor will provide the vac trailer to

  clean out the old station lift. Installation of drain and water lines will occur together with the two new RV dump

  stations. There will be a tracer installed with water lines and a rock back filled as it is required for plumbing and

  electrical excavations. The new RV dump stations will have with concrete pads  with curbs, locking sanitary

  hatches, and 2 non potable wands  mounted to concrete pad extensions. The vendor will do a demo existing lift

  station controller,  outdoor panel,  and shower house panel. The vendor will also install Nema 3r 30 circuit 100

  AMP panel, new controller under plumbing scope, new conduit to supply the 100 AMP Panel, a new splice box

  at the shower house, and all the required conduit and coper wires to make the new pump run.

 

  This Emergency Purchase has an expected start date of 05/01/2025 through 07/31/2025 with an Original

  Estimated Cost of $103,797.92.

   Signed By:  Michelle Grimsley, SPSA

      Vendor:  F. W. Electric                                                                          Notary Date:           5/7/2025

                                Original                Revised              Paid To                Actual

                                Estimate               Estimate                  Date                  Final Cost                                 FY                    QTR

      State Cost:                      $103,797.92                                           $0.00                   $0.00      25 4

   Federal                        $0.00                                                                   $0.00


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                               April 1,2025 through June 30, 2025

  141   Central Management Services, Department of                                            File Date:  5/15/2025

  Original Filing – 5/15/2025: FY25, Qtr 4, Item #141

 

  We do not have a JPMC HVAC contract for Region 3. Prairie State is unable to service the absorbers and the

  same goes for Henson Robinson. Very few vendors are able to work on this type of equipment. We are

  currently able to get service from Carrier. If they are unable to repair the unit, the next closest vendor would be

  a company based in Iowa. The unit is shutting off intermittently, so Engineer Jeff Sisson has to continually

  restart it in order to keep the building cool. It is also shutting off at night, requiring him to come in and restart it.

   We need this fixed as soon as possible to avoid having to close the museum and to prevent damage to the

  artifacts inside. The estimated cost is difficult to gauge with a 50-year-old piece of antiquated equipment. Carrier

   is also located within 50 miles of Lewistown.

 

  Vendor will trouble shoot and repair the absorber on the HVAC system that keeps shutting off at all hours and

  must be continually restarted in order to keep the building cool and protect the artifacts that are housed within

  the Dickson Mounds museum.

 

  This Emergency Purchase has an expected start date of 05/14/25 through 08/14/2025 with an Original

  Estimated Cost of $5,000.00.

   Signed By:  Martha Blackwell, Manager

      Vendor:  Carrier                                                                                  Notary Date:           5/15/2025

                                Original                Revised              Paid To                Actual

                                Estimate               Estimate                  Date                  Final Cost                                 FY                    QTR

      State Cost:                         $5,000.00                                           $0.00                   $0.00      25 4

   Federal                        $0.00                                                                   $0.00


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                               April 1,2025 through June 30, 2025

  142   Human Services, Department of                                                              File Date:  5/14/2025

  Original Filing – 5/14/2025: FY25, Qtr 4, Item# 142

 

  Remove the hoist motor, transport to the machine shop for a rebuild; install the rebuilt hoist motor; remove

  original brake assembly (retain drum), install Hollister Whitney retrofit brake and %125 weight test the elevator.

 

 

  Center utilized a SBSA company as ELEVATOR INSTALLATION, MAINTENANCE AND REPAIR NIGP

  Code 910-13 is set aside for Small Businesses. In accordance with 30 ILCS 500/20-20, no BEP participation

  was considered.

 

  This Emergency Purchase has an expected start date of 05/16/2025 through 06/30/2025 with an Original

  Estimated Cost of $72,000.00.

   Signed By:  Jean Sandstrom, APO

      Vendor:  309 Elevators LLC                                                                    Notary Date:           5/14/2025

                                Original                Revised              Paid To                Actual

                                Estimate               Estimate                  Date                  Final Cost                                 FY                    QTR

      State Cost:                        $72,000.00                                           $0.00                   $0.00      25 4

   Federal                        $0.00                                                                   $0.00


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                               April 1,2025 through June 30, 2025

  143   Corrections, Department of                                                                    File Date:  5/6/2025

  Original Filing – 5/6/2025: FY25, Qtr 4, Item# 143

 

  Vendor is to provide the medical, dental, vision, audiology, pharmaceutical and mental health services to

  individuals in custody at specified State correctional centers. Under the direction of the IDOC Medical Director

  and the IDOC Chief of Mental Health Services and according to the program definitions and specifications as

  outlined in this contract, Vendor is to arrange and provide for services on-site and as necessary off-site at local

  hospitals, outpatient facilities and consultative physician offices. IDOC recognizes that methods of delivery of

  these services may differ from methods used to provide services to members of the general public, but the care

  and services Vendor provides should be similar. It is the intent of the Department for all individuals to receive

  adequate and medically necessary health care services regardless of place of assignment or disciplinary status.

  Vendor will provide these services at the following correctional centers beginning with the effective date of this

  contract: Big Muddy, Centralia, Danville, Decatur, Dixon, East Moline, Graham, Hill, Illinois River, Jacksonville,

  Joliet Treatment Center, Joliet Inpatient Treatment Center, Kewanee, Lawrence, Lincoln, Logan, Menard,

  Murphysboro, Pinckneyville, Pontiac, Robinson, Shawnee, Sheridan, Southwestern, Stateville, Taylorville,

  Vandalia, Vienna, and Western Illinois.

 

The Vendor will continue to supply medical, dental, vision, audiology,

  pharmaceutical and mental health services for individuals  at the specified correctional centers. The Illinois

  Department of Corrections is in contract negotiations after award of a competitively solicited RFP.

 

  The Illinois Department of Corrections has made efforts to ensure that Wexford Health Source, Inc. maintains

  the 11% BEP goal established under this emergency. 

Boswell Pharmacy Services, LLC, Affinity Pharmacy

  Care, LLC, CarePath Integrated Health, LLC, 3 R Healthcare Products, Precise Specialties, Mid Central Medical

  Inc., Chardonnay Dialysis, LLC, Comfort Care Medical Supply, ProAlliance Corp, Target Office Products,

  Professional Mgt Enterprises, Inc, Jubilee Medical Services PLLC

 

  This Emergency Purchase has an expected start date of 05/01/2025 through 07/29/2025 with an Original

  Estimated Cost of $71,800,000.

   Signed By:  Jared Brunk, CAO

      Vendor:  Wexford Health Sources, Inc.                                                       Notary Date:           5/6/2025

                                Original                Revised              Paid To                Actual

                                Estimate               Estimate                  Date                  Final Cost                                 FY                    QTR

      State Cost:                  $71,800,000.00                                           $0.00                   $0.00      25 4

   Federal                        $0.00                                                                   $0.00


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                               April 1,2025 through June 30, 2025

  144   Human Services, Department of                                                              File Date:  5/15/2025

  Original Filing – 5/15/2025: FY25, Qtr 4, Item# 144

 

  CMS does not currently have passenger vehicle or SUV master contracts available for agency use, with the

  exception of a contract for Ford Escape hybrids.  IDHS has already purchased four (4) of these hybrid units,

  but not every agency motor pool location has available charging capability.  This eliminates the hybrid feature,

  and with the cost of hybrid models $10,000 higher than gas fueled options, IDHS intends to use available

  funding to purchase as many vehicles as possible.

 

IDHS Procurement contacted 10 different dealerships,

  receiving 5 quotes for our requested vehicles.  If approved, IDHS will award the lowest bidder, resulting in

  best-pricing for a multiple vehicle purchase.  This will allow expenditure of the remaining funds prior to the end

  of FY25 and provide the agency with the best overall pricing, allowing the purchase of the maximum number of

   vehicles possible. 

 

Laura Buick GMC offered the lowest quote.  These vehicles are currently on their lot. 

  IDHS needs to move quickly to secure them.

 

  Six (6) new 2025 Buick Envistas, Flex Fuel model.

 

  This Emergency Purchase has an expected start date of 05/16/2025 through 06/30/2025 with an Original

  Estimated Cost of $147,234.00.

   Signed By:  Jean Sandstrom, APO

      Vendor:  Laura Buick GMC                                                                    Notary Date:           5/15/2025

                                Original                Revised              Paid To                Actual

                                Estimate               Estimate                  Date                  Final Cost                                 FY                    QTR

      State Cost:                      $147,234.00                                           $0.00                   $0.00      25 4

   Federal                        $0.00                                                                   $0.00


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                               April 1,2025 through June 30, 2025

  145   University of Illinois Chicago                                                                  File Date:  4/30/2025

  Original Filing – 04/30/2025: FY25, Qtr 4, Item# 145

 

  Kroeschell has knowledge of the University's utility operations and can immediately place the order for the

  parts/goods necessary to complete the repair in a timely manner.  The west campus chiller #4 motor

  unexpectedly broke. The necessary parts have a 6-8 week lead time meaning it is necessary to place the order

  now so that chiller #4 can be repaired and be back in service to meet the summer peak cooling demand that

  occurs in late June or early July.  Time is of the essence.  If the west campus chiller #4 is not repaired and

  brought back in service, our ability to cool all west campus buildings including UI Health will be severely

  compromised. 

 

  The vendor will furnish and install new 4160V 1750 hp motor on chiller #4 west plant.

  Provide labor and rigging to remove existing motor and install new motor.

  Disconnect and reconnect existing electric to new motor.

  Furnish and install T bar material to support retrofit of new motor.

  Provide vibration analysis after motor is installed and started.

 

  This Emergency Purchase has an expected start date of 04/29/2025 through 07/28/2025 with an Original

  Estimated Cost of $225,000.00, using Self-Supporting Funds.

   Signed By:  Aaron Rosenthal, AVC

      Vendor:  Kroeschell Service Incorp                                                           Notary Date:           5/30/2025

                                Original                Revised              Paid To                Actual

                                Estimate               Estimate                  Date                  Final Cost                                 FY                    QTR

      State Cost:                      $225,000.00                                           $0.00                   $0.00      25 4

   Federal                        $0.00                                                                   $0.00


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                               April 1,2025 through June 30, 2025

  146   University of Illinois Chicago                                                                  File Date:  5/2/2025

 

  Original Filing – 05/02/2025: FY25, Qtr 4, Item# 146

 

  During the last service visit, it was discovered the our nearly 20 year old cooling unit is leaking and requires

  urgent repairs which would force a multi-day shutdown of all research systems. To address this, we are

  installing two 6-ton units that will allow us to meet the cooling demands of our recent growth and provide

  essential redundancy. Our server room supports critical research infrastructure. To avoid delays that could

  force shutdowns, we propose using ThermFlo Inc, who has a history of HVAC system. Their familiarity with

  our infrastructure, standards, and operational procedures ensures consistency, reduces implementation time, and

   minimizes potential risks or integration issues. Leveraging this existing relationship also provides cost

  efficiencies and streamlines coordination with campus departments.

 

  nstallation of (2) Vertiv 6 ton Ceiling Radiation Dampers in the cold isle in the lab. The scope of work includes:

 

  Receive the equipment at our warehouse and prep for delivery

  Deliver the equipment to the site and set in place

  Set both outdoor condensers in the penthouse

  New refrigerant copper piping from indoor unit to outdoor unit

  Condensate drain line

  Pressure test refrigerant piping with nitrogen to test for leaks

  Vacuum test to 500 microns

  Refrigerant needed to furnish the installation

  Start up of equipment by one of our factory technicians

  Unit comes with a 1-year parts and labor warranty

  Additional installation of cold isle containment curtains

 

  This Emergency Purchase has an expected start date of 05/05/2025 through 08/03/2025 with an Original

  Estimated Cost of $150,000.00,using other Funds- Indirect Cost Recovery - administrative funds earmarked for

   facilities repairs, maintenance and improvements.

   Signed By:  Aaron Rosenthal, AVC

      Vendor:  ThermFlo Inc.                                                                         Notary Date:           5/2/2025

                                Original                Revised              Paid To                Actual

                                Estimate               Estimate                  Date                  Final Cost                                 FY                    QTR

      State Cost:                      $150,000.00                                           $0.00                   $0.00      25 4

   Federal                        $0.00                                                                   $0.00


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                               April 1,2025 through June 30, 2025

  147   University of Illinois Chicago                                                                  File Date:  5/9/2025

  Original Filing – 5/9/2025: FY25, Qtr 4, Item# 147

 

  The University previously sought to purchase this bucket truck on two separate occasions. The first attempt

  was issued under a competitive solicitation #BJB126. However, we were unable to proceed due to challenges in

  meeting the specific specifications required for the truck. The second attempt, under bid number BJB133, was

  impacted by extended manufacturer lead times and changes in supplier availability. We now have a time-

  sensitive opportunity to purchase the bucket truck we are currently leasing for $130,000. The current lease  is

  set to expire on June 23, 2025. If we were to place an order for a new truck today, the cost would be

  approximately $156,596 with an estimated delivery time of up to 15 months. Furthermore, continuing to lease a

  truck during this waiting period would incur additional costs of approximately $146,400. Purchasing the current

   leased truck allows the University to avoid these unnecessary costs and delays. Given the current conditions,

  the university would like to take advantage of a quick purchase its the most cost-effective and efficient solution.

   The University believes it is in the state's best interest to proceed with a quick purchase.

 

  One Versa-lift SST37EIH-02 bucket truck with a B&G (manufacturer) 108”SB service body, and Ford F450

  chassis. 

 

  This Emergency Purchase has an expected start date of 05/06/2025 through 07/12/2025 with an Original

  Estimated Cost of $130,000.00, using Self-Supporting Funds.

   Signed By:  Aaron Rosenthal, AVC

      Vendor:  Utility Sales & Service & USSI Rentals                                          Notary Date:           5/9/2025

                                Original                Revised              Paid To                Actual

                                Estimate               Estimate                  Date                  Final Cost                                 FY                    QTR

      State Cost:                      $130,000.00                                           $0.00                   $0.00      25 4

   Federal                        $0.00                                                                   $0.00


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                               April 1,2025 through June 30, 2025

  148   University of Illinois Chicago                                                                  File Date:  5/1/2025

  Original Filing – 5/1/2025: FY25, Qtr 4, Item# 148

 

  It's the University's policy is to avoid putting steel in the ground as much as possible when installing

  underground pipping.Nupi All-Pro is needed for this application because it is a non-metallic system that doesn't

  corrode and it offers a published rating of 150 PSIG at 200F which is needed for UIUC research needs. Nupi

  All-Pro pipe is constructed of a high temp version of polypropylene suitable for hot water distribution.

  Alternative plastic pipping materials cannot offer the published pipe rating or a polypropylene material that is

  suitable for hot water distribution. Capital Group is the regional distributor for this particular system of hot and

  cold water piping.The product is jointed by fusion and is thermal insulated. Capital Group can certify the

  installation of the system installed by Facilities & Services Shops.

 

  Construction Engineering Research Lab Buildings 1, 2,Utility Plant were constructed in 1968 and since then the

  underground 6"steel hot water supply and return have been replace on two other occasions. The 6" cold water

  supply and return are original and are in immediate need of repair.The hot water pipe has deteriorated to a

  condition that this past winter we experienced leaks and a repair in sub-zero weather.The condition of the

  existing pipe is in such poor condition that we could not weld new pipe. The condition of the pipe gives us

  concern of another leak at any moment. We are electing to install the polypropylene piping to eliminate the

  corrosion and extending the life expectancy of the system. The hot water, cold water system support the

  heating and cooling of Buildings 1 & 2 as well as provide utilities to critical research equipment. The proper

  conditions for replacement will be before the cooling season begins July 1, 2025 and well in advance of the

  winter heating season.

  The University has contacted both contracted suppliers and neither option was able to quote or provide a

  substitute option.

 

  All Materials and butt welding machine for 1364 lineal feet of 6" hot water supply and return and cold water

  supply and return preinsulated piping.

 

  This Emergency Purchase has an expected start date of 05/01/2025 through 07/01/2025 with an Original

  Estimated Cost of $130,682.67, using Federal Funds.

   Signed By:  Aaron Finder, ADP

      Vendor:  Capitol Group. Inc                                                                    Notary Date:           5/1/2025

                                Original                Revised              Paid To                Actual

                                Estimate               Estimate                  Date                  Final Cost                                 FY                    QTR

      State Cost:                               $0.00                                           $0.00                   $0.00      25 4

   Federal               $130,682.67                                                                   $0.00


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                               April 1,2025 through June 30, 2025

  149   Illinois State University                                                                         File Date:  5/12/2025

  Original Filing – 5/12/2025: FY25, Qtr 4, Item# 149

 

  Centennial East - South Windows Replacement: Complete condition assessment and temporary repairs

  necessary to stabilize the building, and replacement of the roof, soffit, and eaves. Construction services will

  include the management, supervision, coordination of all construction activities, and all subcontractor work to

  complete the window replacement of (29) existing windows with ISU facility standard compliant windows.

  Improvements to the existing window sills, exterior and interior finishes adjacent to the windows. Window roller

   shades will also be installed at all replaced windows.

 

  History: The Centennial East building was built in 1959. The south facade windows are original and have

  outlived their useful life. The building envelope is negatively impacted by the original window’s subpar humidity

  control and insulation capabilities. A recently completed project has replaced (3) of the original windows.

  Currently there are a few windows partially broke and in need of repair. This window replacement will also

  support the larger Wonsook Kim College of Fine Arts project by upgrading the windows in the first-floor rooms

   that are proposed to be renovated.

 

  This Emergency Purchase has an expected start date of 05/12/2025 through 06/08/2025 with an Original

  Estimated Cost of $166,500.00, using Academic Enhancement Funds.

   Signed By:  Stacy Brown, IDP

      Vendor:  Midwest Construction Professionals                                               Notary Date:           5/12/2025

                                Original                Revised              Paid To                Actual

                                Estimate               Estimate                  Date                  Final Cost                                 FY                    QTR

      State Cost:                      $166,500.00                                           $0.00                   $0.00      25 4

   Federal                        $0.00                                                                   $0.00


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                               April 1,2025 through June 30, 2025

  150   Toll Highway Authority, Illinois State                                                       File Date:  5/9/2025

  Original Filing –05/09/2025: FY25, Qtr 4, Item# 150

 

  This vendor is the awarded vendor for the JPMC plumbing contract (P-31564).  The benefit of choosing the

  JPMC vendor is they are readily available and have performed other plumbing work for the Tollway in the past.

   The intention of using them was to do an order against master but the work needed to be completed ASAP and

  we couldn't wait for the release approval process, so T & J Plumbing was called out on 05/06/2025 to complete

   the work as an emergency procurement.

 

  The vendor will provide plumbing services for the removal and repairing of the failed roadway de-watering

  pumps at the Tollway's Deerfield location.  A section of the roadway was shut down due to the water flowing

  onto the roadway.  This triggered the emergency to get this completed ASAP as the Tollway cannot keep the

  roadway shut down for a long period of time, and we needed to prevent any possible safety hazards to the

  motoring public.

 

  No efforts were made to search for BEP certified vendor because their is a JPMC plumbing contract (P-31564)

  already established; therefore, the Tollway called that vendor to perform the work needed to fix the issue at the

  Deerfield location.  The Tollway chose the vendor because they have completed other plumbing work in the

  past at other locations.  Initially the Tollway was hoping to complete this via the JPMC, but the Capital

  Development Board requires pre-approval for orders of $50,000 and more and waiting for the release approval

  process to be completed meant that the emergency repair work could not begin.

 

  This Emergency Purchase has an expected start date of 05/06/2025 through 08/03/2025 with an Original

  Estimated Cost of $100,000.00, The Tollway does not operate on State-appropriated funds.  Procurements are

  funded through toll revenue.

   Signed By:  Eric Occomy, CCS

      Vendor:  T & J Plumbing, Inc.                                                                 Notary Date:           5/9/2025

                                Original                Revised              Paid To                Actual

                                Estimate               Estimate                  Date                  Final Cost                                 FY                    QTR

      State Cost:                      $100,000.00                                           $0.00                   $0.00      25 4

   Federal                        $0.00                                                                   $0.00


 

 

 

 

 

 

Updates

To

Previously Filed

Emergency Purchases

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                               April 1,2025 through June 30, 2025

  151   Capital Development Board                                                                    File Date:  6/28/2025

 

  Second Filing – 05/28/2025:  FY25, Qtr 4, Item # 371

  An Emergency Purchase Extension was received on May 28, 2025 requesting an extension for dates starting

  06/24/2025 to 03/24/2025. The extension expenditure is not assessed and will be charged for time only. 

  Reported in the same filing quarter.

 

 

  Original Filing – 3/27/2025: FY25, Qtr 4, Item# 151

 

  The scope of work is to make the current operational elevator cars that are currently under temporary City

  permit arrangements (E3, 4, 9, 10, 11) code compliant, as indicated in Chicago Elevator Bureau’s (CEB) code

  violation and 2025 PA/SD reports, and repair the currently shut down elevator E5 to expedite the work in the

  other elevators.

 

  This Emergency Purchase has an expected start date of 03/27/2025 through 06/24/2025 with an Original

  Estimated Cost of $1,835,000.00.

   Signed By:  Chris Miles, Exec II

      Vendor:  Parkway Elevators                                                                    Notary Date:           3/27/2025

                                Original                Revised              Paid To                Actual

                                Estimate               Estimate                  Date                  Final Cost                                 FY                    QTR

      State Cost:                    $1,835,000.00                                           $0.00                   $0.00      25 4

   Federal                        $0.00                                                                   $0.00


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                               April 1,2025 through June 30, 2025

  152   Capital Development Board                                                                    File Date:  4/23/2025

 

  Second Filing - 04/23/2025:  FY25, Qtr 43, Item # 155

  An Emergency Purchase Extension was received on April 23, 2025 requesting an extension for dates starting

  06/07/2025 to 03/01/2026. The extension expenditure is not assessed and will be charged for time only. 

  Reported in the same filing quarter.

 

 

  Original Filing – 3/10/2025: FY25, Qtr 4, Item# 152

 

  The scope of work provides for the removal and storage of existing scenery, props, drapery, and performance

  lighting for re-installation. The performance rigging equipment shall be removed, and new rigging equipment

  shall be installed along with programming and integration. Electrical work shall include removal of existing

  equipment and installing new power and data to the new rigging equipment.

 

  Incorporated documents include the January 2025 Standard Documents for Construction, design documents

  provided by the Architect/ Engineer of record, and quote provided by B&B Electric, Inc. Section 01 29 00

  PAYMENT PROCEDURES, will be strictly followed and adhered to. The sum of all items listed in the

  Contractor Schedule of Values should equal the contract award amount. Payment amounts will be approved

  based on proof of work actually performed and materials actually used. Construction services provided under

  this procurement should not exceed $3,652,920.00, which is a place-holder prior 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 03/10/2025 through 06/07/2025 with an Original

  Estimated Cost of $3,652,920.00.

   Signed By:  Chris Miles, Exec II

      Vendor:  B & B Electric Inc.                                                                   Notary Date:           3/10/2025

                                Original                Revised              Paid To                Actual

                                Estimate               Estimate                  Date                  Final Cost                                 FY                    QTR

      State Cost:                    $3,652,920.00                                           $0.00                   $0.00      25 4

   Federal                        $0.00                                                                   $0.00


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                               April 1,2025 through June 30, 2025

  153   Agriculture, Department of                                                                    File Date:  4/25/2025

 

  Second Filing – 04/25/25:  FY25,  Qtr 4,  Item #153

  An Emergency Purchase Extension was received on April 25, 2025 requesting an extension for dates starting

  06/01/2025 to 12/31/2025. The extension expenditure is not assessed and will be charged for time only.

 

 

  Original Filing – 2/27/2025: FY25, Qtr 3, Item# 121

 

  Vendor will supply the necessary labor and equipment to install and replace the farm tiles at Henry White Farm.

 

The vendor will do a site assessment to determine the soil and drainage needed for the farm.  They will use

  their expertise to design the drainage system based on the site assessment. This will include tile drainage system

  taking into consideration the slope of the land, depth and spacing of the pipes to ensure optimal water flow and

  prevent waterlogging. The vendor will utilize excavation and trenching equipment to dig trenches for installing

  the drainage SPI pipes. Once the trenches are dug, the installation of the drainage system takes place.  They will

   install drainage pipes as per their assessment and design layout.  The vendor will take all necessary precautions

  to cover the pipes to prevent soil intrusion into the drainage pipes.  After installation, the vendor will check to

  make sure the drainage system functions correctly, which could include testing the water flow and inspecting

  for leaks. The vendor will restore the land to its pre-construction state for proper planting.

 

 

 

Spring offers optimal conditions for farm tile installation, with favoarable weather, ideal soil moisture and

  alignment of the agriculture schedules. It helps ensure the drainage issues are resolved before the crucial

  growing season starts.  Farm tile services must be done in the spring for several reason, both weather

  conditions and farming schedules.  The current soil has thawed from the winter months and has the right

  moisture content for digging and installing the tiles. The tiling is also preparing the land for the growing season.

  Installing the tiles now can improve soil conditions and prevent crop damage. Also installing the tiles now allows

   for minimal disruption to the farming schedule, as the drainage system system is in place and working

  efficiently when the crops are ready to grow. 

 

   

 

The vendor will be responsible for the drainage pipes, tiles, stone, any backfill material all equipment to

  provide the services.

 

  This Emergency Purchase has an expected start date of 03/03/2025 through 05/31/2025 with an Original

  Estimated Cost of $164,608.40.

   Signed By:  Michelle Grimsley, SPSA

      Vendor:  Baxmeyer Construction Inc.                                                         Notary Date:           2/27/2025

                                Original                Revised              Paid To                Actual

                                Estimate               Estimate                  Date                  Final Cost                                 FY                    QTR

      State Cost:                      $164,608.40                                           $0.00                   $0.00      25 4

   Federal                        $0.00                                                                   $0.00


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                               April 1,2025 through June 30, 2025


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                               April 1,2025 through June 30, 2025

  154   Chicago State University                                                                       File Date:  3/27/2025

  Third Filing – 03/27/2025: FY25, Qtr 4,  Item #154

  An Emergency Purchase Extension was received on March 27, 2025 requesting an extension for dates starting

  03/30/2025 to 07/31/2025 at an additional estimated cost of $40,000.00, revising the total estimated cost to

  $140,000.00.

 

 

  Second Filing – 09/16/2024: FY25, Qtr 1,  Item #40

  An Emergency Purchase Extension was received on September 16, 2024 requesting an extension for dates

  starting 09/29/2024 to 03/29/2025 at an additional estimated cost of $60,000.00, revising the total estimated cost

   to $100,000.00. Reported in the same filing quarter

 

 

  Original Filing – 06/27/2024: FY25, Qtr 1, Item# 310

 

  Chicago State University had hired a search firm and since the search failed to provide the best qualified

  candidates, we are required to restart the search.  Therefore, since Consultant Natalie Covello is most familiar

  with our processes and our need is immediate and ongoing, we are asking her to continue as the consultant for

  the internal auditor's office.

 

  Consultant Covello will provide support to facilitate the internal and external audit functions. Carry out audit

  activities as set forth in the University's FY2024 Audit Plan. Assist in the facilitation, planning and the

  conducting of audits in areas such as finance, compliance, IT, and operations. Analyze institution's highly

  technical and complex processes and recommend improvements in efficiency and compliance with regulations.

  Recommend feasible solutions and operational changes. Facilitate the communication of audit results through

  written reports to the President and the CSU Board of Trustees Finance and Audit Committee. Advise on the

  enterprise risk management and the compliance and ethics program. Provide support to facilitate external audit

  functions. Coordinate with risk management team members including the Chief Compliance Officer and the

  Associate Director for Compliance.

 

  This Emergency Purchase has an expected start date of 07/01/2024 through 09/28/2024 with an Original

  Estimated Cost of $40,000.00.

   Signed By:  Zaldwaynak Scott, Pres

      Vendor:  Natalie Covello                                                                        Notary Date:           6/27/2024

                                Original                Revised              Paid To                Actual

                                Estimate               Estimate                  Date                  Final Cost                                 FY                    QTR

      State Cost:                        $40,000.00          $140,000.00                  $0.00                   $0.00      25 4

   Federal                        $0.00                                                                   $0.00


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                               April 1,2025 through June 30, 2025

  155   Capital Development Board                                                                    File Date:  4/23/2025

 

  Second Filing - 04/23/2025:  FY25, Qtr 4, Item # 155

  An Emergency Purchase Extension was received on April 23, 2025 requesting an extension for dates starting

  06/07/2025 to 03/01/2026. The extension expenditure is not assessed and will be charged for time only. 

  Reported in the same filing quarter.

 

 

  Original Filing – 3/10/2025: FY25, Qtr 4, Item# 152

 

  The scope of work provides for the removal and storage of existing scenery, props, drapery, and performance

  lighting for re-installation. The performance rigging equipment shall be removed, and new rigging equipment

  shall be installed along with programming and integration. Electrical work shall include removal of existing

  equipment and installing new power and data to the new rigging equipment.

 

  Incorporated documents include the January 2025 Standard Documents for Construction, design documents

  provided by the Architect/ Engineer of record, and quote provided by B&B Electric, Inc. Section 01 29 00

  PAYMENT PROCEDURES, will be strictly followed and adhered to. The sum of all items listed in the

  Contractor Schedule of Values should equal the contract award amount. Payment amounts will be approved

  based on proof of work actually performed and materials actually used. Construction services provided under

  this procurement should not exceed $3,652,920.00, which is a place-holder prior 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 03/10/2025 through 06/07/2025 with an Original

  Estimated Cost of $3,652,920.00.

   Signed By:  Chris Miles, Exec II

      Vendor:  B & B Electric Inc.                                                                   Notary Date:           3/10/2025

                                Original                Revised              Paid To                Actual

                                Estimate               Estimate                  Date                  Final Cost                                 FY                    QTR

      State Cost:                    $3,652,920.00                                           $0.00                   $0.00      25 4

   Federal                        $0.00                                                                   $0.00


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                               April 1,2025 through June 30, 2025

  156   Capital Development Board                                                                    File Date:  4/11/2025

 

  Second Filing – 04/11/2025:  FY25,  Qtr 4,  Item # 156

  An Emergency Purchase Extension was received on April 11, 2025 requesting an extension for dates starting

  04/21/2025 to 12/31/2025. The extension expenditure is not assessed and will be charged for time only.

 

 

  Original Filing – 1/22/2025: FY25, Qtr 3, Item# 101

 

  The scope of work provides for the design and implementation of temporary repairs to the HVAC control

  system in Housing Unit #15 and the Vocational Building to regulate temperatures to the maximum extent

  practical. The scope also includes an engineering assessment with recommendations, cost estimates, and lead

  times on equipment, for the installation of a new DDC system for Housing Unit #15 and the Vocational Building

 

 

  Incorporated documents include the January 2025 Standard Documents for Construction and the January 2025

  Design and Construction Manual. Basic Architectural Services provided under this procurement should not

  exceed $100,000.00, which is a placeholder 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.

 

  This Emergency Purchase has an expected start date of 01/22/2025 through 04/21/2025 with an Original

  Estimated Cost of $100,000.00.

   Signed By:  Chris Miles, Exec II

      Vendor:  Henneman Engineering                                                              Notary Date:           1/22/2025

                                Original                Revised              Paid To                Actual

                                Estimate               Estimate                  Date                  Final Cost                                 FY                    QTR

      State Cost:                      $100,000.00                                           $0.00                   $0.00      25 4

   Federal                        $0.00                                                                   $0.00


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                               April 1,2025 through June 30, 2025

  157   Capital Development Board                                                                    File Date:  4/17/2023

 

  Third Filing – 04/17/2023:  FY25,  Qtr 4,  Item # 331

  An Emergency Purchase Extension was received on April 17, 2023 (5/2025)  requesting an extension for dates

  starting 04/30/2023 to 5/31/2023. The extension expenditure is not assessed and will be charged for time only. 

  Reported in the same filing quarter.

 

 

  Second Filing – 12/06/2022: FY25, Qtr 4,  Item # 157

  An Emergency Purchase Extension was received on December 6,2022 (5/25) requesting an extension for dates

  starting 12/5/22 to 3/31/23 at an additional estimated cost of $100,000.00, revising the total estimated cost to

  $300,000.00.

 

 

  Original Filing – 09/22/2022: FY23, Qtr 1, Item# 56

 

  The Capital Development Board ("CDB") has been made aware by the Illinois Department of Veterans Affairs

  ("IDVA") that at approximately noon on September 20, 2022, a vehicle crashed into the vestibule of the

  interconnect hallway (Bldg.# B1124) between residential units R3 and R4 at the Manteno Veterans Home.

  No staff, veterans, or visitors were injured.The driver was injured and evacuated by ambulance. The areas

  nearest the crash were evacuated and closed off to all persons. There were some fuel leakage from the vehicle

  and residue from the driver's airbag as well as from fire extinguishers inside the building which were damaged

  by the impact;there was no smoke or fire.

 

  IDVA contacted Ujamaa Construction,Inc.to clear the debris and provide temporary shoring work,including

  plywood sheeting at the interior and exterior of the corridor and the shoring of 3 damaged columns.The

  impacted area has been stabilized and secured. Ujamaa is also to perform associated electrical work and

  reconnect the baseboard heat system as part of their initial shoring work. Ujamaa also noted that the roof has

  shifted and will need further assessment. (The building is scheduled for shingle replacement under current

  project 040-020-071;SMT Architects/Filotto Roofing.)

  IDVA has requested CDB's assistance in providing more permanent repairs to the facility under an emergency

  declaration in order to restore this service corridor and allow residents access to the support and services

  provided throughout the building. Due to the damaged area, facility staff are having to isolate the residents of R3

   and R4 to their units, if they are unable to get outside on their own. Additionally,Meal and Supply deliveries

  have to be loaded on trucks and transported to the units rather than utilizing the interconnect hallways.

  This project began through the selection of an Architect/Engineer ("A/E"), utilizing the IDIQ (Indefinite

  Delivery/Indefinite Quantity) selection process. Considering the time frames needed for a standard A/E

  selection,negotiation and execution of an A/E contract followed by bidding and award procedures, design and

  construction services for repair work under the existing processes would likely not begin for several months.

  For this reason,an emergency purchase is necessary to provide construction services to support repair work as

  quickly as possible in order to restore the service corridor.

  Ujamaa Construction,Inc., was selected for construction services because they are currently working on a CDB

   project at the facility, they were given authority by IDVA to provide initial shoring services for the facility in

  order to prevent further damage and to prevent the threat to public safety for its residents and staff,they have

  knowledge of the facility and the qualifications to perform the work, and they can respond immediately to this


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                               April 1,2025 through June 30, 2025

  request for emergency services.

 

  The scope of work is to provide construction services for repairs and reconstruction tasks to the vestibule and

  interconnecting hallway in Bldg.# B1124 between residential units R3 and R4 at the Manteno Veterans Home as

  outlined in the AE's inspection report dated September 21, 2022. All construction work provided by Ujamaa at

  the request of IDVA for immediate shoring/repair work prior to this emergency declaration is incorporated

  herein.

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

  Construction Services provided under this procurement should not exceed $200,000.00, 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.

  Additionally,Governor Pritzker has issued Executive Order 2022-20 containing additional mitigations to address

  the COVID-19 pandemic. This includes an indoor mask requirement and vaccinations for those working at

  Illinois Department of Veterans' Affairs facilities. These requirements apply to this project.

 

  This Emergency Purchase has an expected start date of 09/20/2022 through 12/18/2022 with an Original

  Estimated Cost of $200,000.00.

   Signed By:  Chris Miles, Exec II

      Vendor:  Ujamaa Construction, Inc.                                                           Notary Date:           9/22/2022

                                Original                Revised              Paid To                Actual

                                Estimate               Estimate                  Date                  Final Cost                                 FY                    QTR

      State Cost:                      $200,000.00          $300,000.00                  $0.00                   $0.00      25 4

   Federal                        $0.00                                                                   $0.00


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                               April 1,2025 through June 30, 2025

  158   Capital Development Board                                                                    File Date:  4/2/2025

 

  Final Cost Statement

  Latest Filing – 04/02/2025: FY25, Qtr 4, Item# 347

  An Actual Total Cost of FY25, Qtr 4, Item # 347  is $310,850.93 was reported in the same filing quarter as the

  extensions filed.

 

  Third Filing – 04/17/2023:  FY25,  Qtr 4,  Item # 158

  An Emergency Purchase Extension was received on April 17, 2023 (5/2025)  requesting an extension for dates

  starting 04/30/2023 to 5/31/2023. The extension expenditure is not assessed and will be charged for time only. 

  Reported in the same filing quarter.

 

 

  Second Filing – 12/06/2022: FY25, Qtr 4,  Item # 157

  An Emergency Purchase Extension was received on December 6,2022 (5/25) requesting an extension for dates

  starting 12/5/22 to 3/31/23 at an additional estimated cost of $100,000.00, revising the total estimated cost to

  $300,000.00.

 

 

  Original Filing – 09/22/2022: FY23, Qtr 1, Item# 56

 

  The Capital Development Board ("CDB") has been made aware by the Illinois Department of Veterans Affairs

  ("IDVA") that at approximately noon on September 20, 2022, a vehicle crashed into the vestibule of the

  interconnect hallway (Bldg.# B1124) between residential units R3 and R4 at the Manteno Veterans Home.

  No staff, veterans, or visitors were injured.The driver was injured and evacuated by ambulance. The areas

  nearest the crash were evacuated and closed off to all persons. There were some fuel leakage from the vehicle

  and residue from the driver's airbag as well as from fire extinguishers inside the building which were damaged

  by the impact;there was no smoke or fire.

 

  IDVA contacted Ujamaa Construction,Inc.to clear the debris and provide temporary shoring work,including

  plywood sheeting at the interior and exterior of the corridor and the shoring of 3 damaged columns.The

  impacted area has been stabilized and secured. Ujamaa is also to perform associated electrical work and

  reconnect the baseboard heat system as part of their initial shoring work. Ujamaa also noted that the roof has

  shifted and will need further assessment. (The building is scheduled for shingle replacement under current

  project 040-020-071;SMT Architects/Filotto Roofing.)

  IDVA has requested CDB's assistance in providing more permanent repairs to the facility under an emergency

  declaration in order to restore this service corridor and allow residents access to the support and services

  provided throughout the building. Due to the damaged area, facility staff are having to isolate the residents of R3

   and R4 to their units, if they are unable to get outside on their own. Additionally,Meal and Supply deliveries

  have to be loaded on trucks and transported to the units rather than utilizing the interconnect hallways.

  This project began through the selection of an Architect/Engineer ("A/E"), utilizing the IDIQ (Indefinite

  Delivery/Indefinite Quantity) selection process. Considering the time frames needed for a standard A/E

  selection,negotiation and execution of an A/E contract followed by bidding and award procedures, design and

  construction services for repair work under the existing processes would likely not begin for several months.

  For this reason,an emergency purchase is necessary to provide construction services to support repair work as


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                               April 1,2025 through June 30, 2025

  quickly as possible in order to restore the service corridor.

  Ujamaa Construction,Inc., was selected for construction services because they are currently working on a CDB

   project at the facility, they were given authority by IDVA to provide initial shoring services for the facility in

  order to prevent further damage and to prevent the threat to public safety for its residents and staff,they have

  knowledge of the facility and the qualifications to perform the work, and they can respond immediately to this

  request for emergency services.

 

  The scope of work is to provide construction services for repairs and reconstruction tasks to the vestibule and

  interconnecting hallway in Bldg.# B1124 between residential units R3 and R4 at the Manteno Veterans Home as

  outlined in the AE's inspection report dated September 21, 2022. All construction work provided by Ujamaa at

  the request of IDVA for immediate shoring/repair work prior to this emergency declaration is incorporated

  herein.

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

  Construction Services provided under this procurement should not exceed $200,000.00, 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.

  Additionally,Governor Pritzker has issued Executive Order 2022-20 containing additional mitigations to address

  the COVID-19 pandemic. This includes an indoor mask requirement and vaccinations for those working at

  Illinois Department of Veterans' Affairs facilities. These requirements apply to this project.

 

  This Emergency Purchase has an expected start date of 09/20/2022 through 12/18/2022 with an Original

  Estimated Cost of $200,000.00.

   Signed By:  Chris Miles, Exec II

      Vendor:  Ujamaa Construction, Inc.                                                           Notary Date:           9/22/2022

                                Original                Revised              Paid To                Actual

                                Estimate               Estimate                  Date                  Final Cost                                 FY                    QTR

      State Cost:                      $200,000.00          $300,000.00         $310,850.93           $310,850.93      25 4

   Federal                        $0.00                                                                   $0.00


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                               April 1,2025 through June 30, 2025

  159   Capital Development Board                                                                    File Date:  4/15/2025

 

  Second Filing – 04/15/25:  FY25,  Qtr 4,  Item # 159

  An Emergency Purchase Extension was received on April 15, 2025 requesting an extension for dates starting

  05/10/2025 to 12/31/2025 The extension expenditure is not assessed and will be charged for time only.

 

 

  Original Filing – 2/10/2025: FY25, Qtr 3, Item# 100

 

  The scope of work provides for interior and exterior repairs to the existing Vocational Building. Demolition

  required to complete the repairs includes partial removal of the interior slab-on-grade and removal of drywall and

   finishes as needed to complete the repairs. Interior repairs include backfilling voids under the slab-on-grade,

  repainting non-load bearing CMU partition walls, replacing cracked CMU, minor ceiling repairs, replacing

  carpeting and base boards, and painting after repairs are completed. Additionally, work will be needed in the

  Mechanical Room to repair an existing electrical service that was damaged during concrete coring. The work

  includes additional demolition of the concrete slab-on-grade to replace approximately 6-7' of ¾" dia. rigid steel

  conduit, installing a floor junction box rated for high traffic areas and replacing (4) #10-12 wires (size to be

  verified by GC) spliced from the floor box back to the existing

  panel. The Client Agency will assist the GC with identifying the correct items and sizes prior to construction.

 

  Incorporated documents include the January 2025 Standard Documents for Construction, design documents

  provided by the Architect/Engineer of record and quote received by Samron Midwest Contracting, Inc. Section

  01 29 00 PAYMENT PROCEDURES, will be strictly followed and adhered to. The sum of all items listed in the

  Contractor Schedule of Values should equal the contract award amount.

  Payment amounts will be approved based on proof of work actually performed and materials actually used.

  Construction Services provided under this procurement should not exceed $124,400.00, 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.

 

  This Emergency Purchase has an expected start date of 02/10/2025 through 05/10/2025 with an Original

  Estimated Cost of $124,400.00.

   Signed By:  Chris Miller, Exec II

      Vendor:  Samron Midwest Contracting                                                       Notary Date:           2/10/2025

                                Original                Revised              Paid To                Actual

                                Estimate               Estimate                  Date                  Final Cost                                 FY                    QTR

      State Cost:                      $124,400.00                                           $0.00                   $0.00      25 4

   Federal                        $0.00                                                                   $0.00


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                               April 1,2025 through June 30, 2025

  160   Capital Development Board                                                                    File Date:  4/1/2025

 

  Second Filing – 04/01/25:  FY25,  Qtr 4,  Item # 160

  An Emergency Purchase Extension was received on April 01, 2025 requesting an extension for dates starting

  05/24/2025 to 08/14/2026. The extension expenditure is not assessed and will be charged for time only.

 

 

  Original Filing – 2/24/2025: FY25, Qtr 3, Item# 117

 

  The scope of work provides for the upgrade of the existing freight elevator unit including, but not limited to, the

   controller, cab, cables, supports and machine. Other items include electrical upgrade, new fire alarm recall

  controls as well as interface of access control.

 

  Incorporated documents include the 2025 Standard Documents for Construction, design documents provided

  by the Architect/ Engineer of record and quote received by CAD Construction, Inc.. Section 01 29 00

  PAYMENT PROCEDURES, will be strictly followed and adhered to. The sum of all items listed in the

  Contractor Schedule of Values should equal the contract award amount. Payment amounts will be approved

  based on proof of work actually performed and materials actually used. Construction Services provided under

  this procurement should not exceed $715,125.00, 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.

 

  This Emergency Purchase has an expected start date of 02/24/2025 through 05/24/2025 with an Original

  Estimated Cost of $715,125.00.

   Signed By:  Chris Miles, Exec II

      Vendor:  CAD Construction, Inc.                                                              Notary Date:           2/24/2025

                                Original                Revised              Paid To                Actual

                                Estimate               Estimate                  Date                  Final Cost                                 FY                    QTR

      State Cost:                      $715,125.00                                           $0.00                   $0.00      25 4

   Federal                        $0.00                                                                   $0.00


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                               April 1,2025 through June 30, 2025

  162   Commerce and Economic Opportunity, Department of                                 File Date:  4/23/2025

 

  Third Filing – 04/23/25: FY25, Qtr 4,  Item # 162

  An Emergency Purchase Extension was received on April 23, 2025 requesting an extension for dates starting

  07/01/2025 to 12/31/2025 at an additional estimated cost of $17,500.00, revising the total estimated cost to

  $61,300.00.

 

  Second Filing – 09/04/2024: FY25, Qtr 1,  Item #73

  An Emergency Purchase Extension was received on September 4, 2024 requesting an extension for dates

  starting 09/29/2024 to 06/30/2025 at an additional estimated cost of $35,800,000.00, revising the total estimated

  cost to $43,800,000.00 was reported in the same filing quarter.

 

 

  Original Filing – 07/01/2024: FY25, Qtr 1, Item# 357

 

  Spurrier Group LLC (Spurrier) was selected as the vendor because they were a vital sub-contractor for the

  contract that expired on 6-30-24. (P-8963- RFP Marketing Communications Agency) Spurrier has a long

  standing working relationship with the Illinois Office of Tourism and with all anticipated sub-contractors that

  will be utilized during the term of this emergency procurement.  

 

  Planning and execution of marketing and advertising programs to promote Illinois as a tourism destination. The

  marketing and advertising programs encompass domestic and international tourism. Scope of work will include

  creative planning and production, media planning and buying, production, research, web-site management, event

   participation and sponsorships.

 

  This Emergency Purchase has an expected start date of 07/01/2024 through 09/28/2024 with an Original

  Estimated Cost of $8,000,000.00.

   Signed By:  Rick Rogers, APO

      Vendor:  Spurrier Group, LLC                                                                 Notary Date:           7/1/2024

                                Original                Revised              Paid To                Actual

                                Estimate               Estimate                  Date                  Final Cost                                 FY                    QTR

      State Cost:                    $8,000,000.00       $61,300,000.00                  $0.00                   $0.00      25 4

   Federal                        $0.00                                                                   $0.00


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                               April 1,2025 through June 30, 2025

  163   Corrections, Department of                                                                    File Date:  3/11/2024

 

  Third Filing – 04/11/25: FY25, Qtr 4,  Item # 163

  An Emergency Purchase Extension was received on April 11, 2025 requesting an extension for dates starting

  04/23/2025 to 09/22/2025 at an additional estimated cost of $340,000.00, revising the total estimated cost to

  $624,102.94.

 

 

  Second Filing –03/11/2024: FY24, Qtr 3,  Item # 149

  An Emergency Purchase Extension was received on March 11, 2024 requesting an extension for dates starting

  3/23/2024 to 09/22/2024 at an additional estimated cost of $151,448.16, revising the total estimated cost to

  $284,102.94.

 

 

  Original Filing – 09/27/2023: FY24, Qtr 2, Item# 102

 

  The vendors for this type of rental are limited and this is a specialty service. 

 

  Aggreko will be providing rental of two boilers for Shawnee CC.  They will also be changing out the wire for

  the new boilers and updating it up to code.

 

  Shawnee CC looked for Vendor to meet this type of emergency and was only able to find Agrekko in our area.

 

 

  This Emergency Purchase has an expected start date of 09/25/2023 through 12/22/2023 with an Original

  Estimated Cost of $132,654.78.

   Signed By:  Sandy Robinson, Purchasing Manager

      Vendor:  Aggreko                                                                                Notary Date:           9/27/2023

                                Original                Revised              Paid To                Actual

                                Estimate               Estimate                  Date                  Final Cost                                 FY                    QTR

      State Cost:                      $132,654.78          $624,102.94                  $0.00                   $0.00      25 4

   Federal                        $0.00                                                                   $0.00


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                               April 1,2025 through June 30, 2025

  164   Employment Security, Department of                                                       File Date:  3/18/2024

  Fourth Filing – 3/18/2025: FY25, Qtr 4,  Item # 164

  An Emergency Purchase Extension was received on March 18, 2025 requesting an extension for dates starting

  04/01/2025 to 9/30/2025 at an additional estimated cost of $220,416.00, revising the total estimated cost to

  $5,425,957.00.

 

  Third Filing – 05/3/2024: FY24, Qtr 4,  Item # 67

  An Emergency Purchase Extension was received on May 3, 2024 requesting an extension for dates starting

  07/01/2024 to 03/31/2025 at an additional estimated cost of $350,000.00, revising the total estimated cost to

  $5,205,541.00.

 

 

  Second Filing - 12/16/2021 FY22, Qtr 2, Item# 80

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

  starting 12/19/2021 to 09/18/2022 at an additional estimated cost of $4,355,541.00, revising the total estimated

  cost to $4,855,541.00.

 

 

  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.  


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                               April 1,2025 through June 30, 2025

 

  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

      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      25 4

   Federal             $4,855,541.00                                                                   $0.00


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                               April 1,2025 through June 30, 2025

  165   Human Services, Department of                                                              File Date:  4/7/2025

 

  Second Filing – 04/07/25:  FY25,  Qtr 4,  Item # 165

  An Emergency Purchase Extension was received on April 7, 2025 requesting an extension for dates

  starting05/20/2025 to 06/30/2025. The extension expenditure is not assessed and will be charged for time only.

 

 

 

  Original Filing – 2/20/2025: FY25, Qtr 3, Item# 115

 

  Approximately ten years ago, the kitchen facilities servicing the Ludeman campus where closed, as they were

  no longer suitable to safely meet the needs of the facility. A construction project to renovate the kitchen has

  been contemplated since that time. The most recent, interim solution was to install a temporary kitchen to serve

  the residents. In mid-August 2024, a portion of the temporary kitchen’s floor fell away and revealed the

  presence of unsafe black mold. The Capital Development Board (CDB) met with Ludeman officials and DHS

  leadership to orchestrate mitigation of the mold, continuity of food service, and renovations to the original

  kitchen. There were repeated discussions between CDB and DHS as to who would handle payment and

  procurements during this project.

 

   

 

Nichols was the vendor engaged to provide remediation services to the temporary kitchen trailer and they

  also rented a new temporary kitchen trailer to the facility. When black mold was found in the permanent

  kitchen, because of their familiarity with the situation and presence on grounds with the kitchen trailers, they

  were selected.

 

  The vendor shall provide all labor and materials to fully remediate the main, permanent kitchen.

 

  This Emergency Purchase has an expected start date of 02/20/2025 through 05/20/2025 with an Original

  Estimated Cost of $500,000.00.

   Signed By:  Jean Sandstrom, APO

      Vendor:  Nichols Enterprises, LLC                                                            Notary Date:           2/20/2025

                                Original                Revised              Paid To                Actual

                                Estimate               Estimate                  Date                  Final Cost                                 FY                    QTR

      State Cost:                      $500,000.00                                           $0.00                   $0.00      25 4

   Federal                        $0.00                                                                   $0.00


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                               April 1,2025 through June 30, 2025

  166   Veterans Affairs, Department of                                                              File Date:  4/3/2025

 

  Second Filing – 04/03/25:  FY25,  Qtr 4,  Item # 166

  An Emergency Purchase Extension was received on April 3, 2025 requesting an extension for dates starting

  04/23/2025 to 7/21/2025. The extension expenditure is not assessed and will be charged for time only.

 

 

  Original Filing – 1/22/2025: FY25, Qtr 3, Item# 109

 

  The vendor shall provide Pharmacy services that include dispensing medications and intravenous solutions in

  accordance with all applicable local, state and federal laws and regulations. Provide staff including a Pharmacist

  that is on call 24 (Twenty-Four) hours a day, make monthly rounds to review charts and proper documentation.

    Vendor shall also provide HIPPA compliant Facsimile Machines to safely send and receive confidential

  information and lockable Medication Carts to store medication for use at the Home. Vendor shall also keep the

  Home informed of all medical issues concerning medications prescribed to residents of the Home.

 

  This Emergency Purchase has an expected start date of 01/23/2025 through 04/22/2025 with an Original

  Estimated Cost of $150,000.00.

   Signed By:  Stephanie Heckenkamp, CFO

      Vendor:  JHC Acquisition/Omnicare of N.IL                                                Notary Date:           1/22/2025

                                Original                Revised              Paid To                Actual

                                Estimate               Estimate                  Date                  Final Cost                                 FY                    QTR

      State Cost:                      $150,000.00                                           $0.00                   $0.00      25 4

   Federal                        $0.00                                                                   $0.00


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                               April 1,2025 through June 30, 2025

  167   Finance Authority, Illinois                                                                      File Date:  4/1/2025

 

  Second Filing –04/012025: FY25, Qtr 4,  Item # 167

  An Emergency Purchase Extension was received on April 1, 2025 requesting an extension for dates starting

  04/08/2025 to 01/08/2026 at an additional estimated cost of $2,348,926.00, revising the total estimated cost to

  $3,523,389.00.

 

 

  Original Filing – 1/10/2025: FY25, Qtr 3, Item# 103

 

  • Tasks for the initial program development and implementation stage, which are currently in-development,

  include: 

1. supporting the process for selecting financial assistance recipients by developing tools for

  identifying compliant project proposals and, where necessary, tools for competitive ranking   

2. coordinating

  inter-agency efforts and developing inter-agency agreements  

3. assisting development and implementation of

  IFA’s lending strategy, which includes loan product design, operational lending strategy development,

  supporting outreach to disadvantaged communities, supporting applicants in accessing services, supporting IFA

  with loan intake, developing bridge financing strategies for multiple IFA and non-IFA loan and financial

  assistance products in coordination with IFA partner agencies  4. supporting the development of IFA’s internal

  loan origination and servicing operations, including customer support and technical assistance  

5. developing

  data collection and reporting tools to assist with federal data and compliance reporting obligations   

6.

  developing education materials on grid resiliency and timelines for participation in programs  

7. supporting

  process for requests for projects/proposals process, including the development and refinement of application

  processes, outreach, technical assistance, organizational scoring and selection   

8. supporting communication

  about program opportunities and public engagement  

9. establishing workforce development strategies in

  coordination with existing workforce development programs of partner agencies   

10. providing technical

  assistance to potential and actual applicants, and supporting the development of technical assistance tools and

  resources.

 

  This Emergency Purchase has an expected start date of 01/08/2025 through 04/07/2025 with an Original

  Estimated Cost of $1,174,463.00, using Federal Funds.

   Signed By:  Christoper Meister, Exec Director

      Vendor:  Climate Infrastructure Group-CIG                                                 Notary Date:           1/10/2025

                                Original                Revised              Paid To                Actual

                                Estimate               Estimate                  Date                  Final Cost                                 FY                    QTR

      State Cost:                               $0.00                                           $0.00                   $0.00      25 4

   Federal             $1,174,463.00                                                                   $0.00


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                               April 1,2025 through June 30, 2025

  168   Central Management Services, Department of                                            File Date:  6/10/2025

 

  Final Cost Statement

  Latest Filing – 06/10/2025: FY25, Qtr 4, Item# 385

  An Actual Total Cost of FY25, Qtr 4, Item # 385  is $305,739.00 was reported in the same filing quarter as the

  second extension.

 

  Second Filing – 05/05/25:  FY25,  Qtr 4,  Item # 162

  An Emergency Purchase Extension was received on May 5, 2025 requesting an extension for dates starting

  05/18/2025 to 06/30/2025. The extension expenditure is not assessed and will be charged for time only.

 

 

  Original Filing – 2/19/2025: FY25, Qtr 3, Item# 124

 

  The vendor was chosen due to familiarity of the issue.  The vendor was doing a small roof repair and during the

   repair additional damage was found that requires the entire membrane roof to be replaced.  It is in danger of

  blowing away and exposing the entire building to damage.

 

  Estimated cost to replace the entire roof of J0803, 10 E. Collinsville, E. St. Louis, IL 62201, the Kenneth Hall

  Region Office Building.

 

  This Emergency Purchase has an expected start date of 02/18/2025 through 05/17/2025 with an Original

  Estimated Cost of $305,739.00.

   Signed By:  Martha Blackwell, Manager

      Vendor:  D.E. Martin Roofing Co.                                                             Notary Date:           2/19/2025

                                Original                Revised              Paid To                Actual

                                Estimate               Estimate                  Date                  Final Cost                                 FY                    QTR

      State Cost:                      $305,739.00                                   $305,739.00           $305,739.00      25 4

   Federal                        $0.00                                                                   $0.00


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                               April 1,2025 through June 30, 2025

  169   Toll Highway Authority, Illinois State                                                       File Date:  3/13/2025

 

  Third Filing –03/13/25: FY25, Qtr 4,  Item #169

  An Emergency Purchase Extension was received on March 13, 2025 requesting an extension for dates starting

  04/07/2025 to 07/07/2025 at an additional estimated cost of $500,000.00, revising the total estimated cost to

  $1,062,500.00.

 

 

  Second Filing – 03/06/2025:  FY25,  Qtr 3,  Item #165

  An Emergency Purchase Extension was received on March 6, 2025 requesting an extension for dates starting

  03/08/2025 to 04/07/2025. The extension expenditure is not assessed and will be charged for time only.

 

 

  Original Filing – 11/25/2024: FY25, Qtr 2, Item# 19

 

  XX - Other Funds - The tollway does not operate on State -appropriated funds.  Procurement are funded

  through toll revenue.

 

  The mission of the ITS maintenance team is to keep the ITS equipment operating at a level which supports

  traffic, incident management, and law enforcement. This system contributes to the safety, mobility, and security

   of the Tollway. Its continuous, reliable operation is vital for continued, efficient traffic and incident

  management. Meade will be responsible for maintaining the following devices:

· Full matrix Dynamic Message

  Signs and Lane Control Signs

· TCP/IP communications networks (including fiber optic, wireless IP radio and

  digital cellular links)

· Roadside Closed Circuit Television (CCTV) with PTZ and zoom (both analog and HD

  Digital)

· Traffic monitoring devices (microwave and magnetic sensors)

· Roadway Weather Information Systems

   with snow/ice detection on pavement, automatic high speed vehicle weighing systems

· Additional traffic

  management field equipment as determined by thTollway.

 

  The new replacement Invitation for Bid solicitation (B-38650) should be published in the next few weeks,

  allowing us to receive bids from all interested contractors. However, given the time constraints and the

  significant value of inventory--worth hundreds of thousands of dollars--currently being stored with our existing

  vendor, any abrupt changes at this stage could have a detrimental impact on the agency.  

 

  This Emergency Purchase has an expected start date of 12/08/2024 through 03/07/2025 with an Original

  Estimated Cost of $562,500.00, using Other Funds through toll revenue.

   Signed By:  Eric Occomy, APO

      Vendor:  Meade, Inc.                                                                             Notary Date:           11/25/2024

                                Original                Revised              Paid To                Actual

                                Estimate               Estimate                  Date                  Final Cost                                 FY                    QTR

      State Cost:                      $562,500.00        $1,062,500.00                  $0.00                   $0.00      25 4


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                               April 1,2025 through June 30, 2025

   Federal                        $0.00                                                                   $0.00


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                               April 1,2025 through June 30, 2025

  170   Capital Development Board                                                                    File Date:  5/15/2025

 

  Second Filing – 05/15/2025: FY25, Qtr 4,  Item #170

  An Emergency Purchase Extension was received on May 15, 2025 requesting an extension for dates starting

  05/19/2025 to 11/30/2025 at an additional estimated cost of $150,000.00, revising the total estimated cost to

  $350,000.00.

 

 

  Original Filing – 2/27/2025: FY25, Qtr 3, Item# 120

 

  REVISION (02/27/2025): Due to the immediate need for heat and domestic hot water, the contractor is

  authorized to provide temporary heaters, temporary hot water heaters and temporary boilers for short-term

  immediate use. Further, CDB and the CPO agree to raise the initial not-to-exceed amount from $100,000.00 to

  $200,000.00.

 

  REVISION (2/27/2025) The scope of work provides for assessment assistance and temporary repairs to the

  piping to stabilize the leaks until a permanent solution can be determined. The scope of work also includes the

  implementation of more immediate short-term solutions to include temporary heaters, temporary hot water

  heaters, and temporary boilers (‘skid boilers’) if required.

  Incorporated documents include the January 2025 Standard Documents for Construction and any design

  documents provided by the Architect/Engineer of record. Section 01 29 00 PAYMENT PROCEDURES, will be

  strictly followed and adhered to. The sum of all items listed in the Contractor Schedule of Values should equal

  the contract award amount. Payment amounts will be approved based on proof of work actually performed and

  materials actually used. Construction services provided under this procurement should not

  exceed $100,000.00, which is a place-holder prior 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 02/19/2025 through 05/19/2025 with an Original

  Estimated Cost of $200,000.00.

   Signed By:  Chris Miles, Exec II

      Vendor:  Henson Robinson Co.                                                                Notary Date:           2/27/2025

                                Original                Revised              Paid To                Actual

                                Estimate               Estimate                  Date                  Final Cost                                 FY                    QTR

      State Cost:                      $200,000.00          $350,000.00                  $0.00                   $0.00      25 4

   Federal                        $0.00                                                                   $0.00


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                               April 1,2025 through June 30, 2025

  171   Capital Development Board                                                                    File Date:  5/20/2025

  Second Filing –05/20/25:  FY25,  Qtr 4,  Item # 171

  An Emergency Purchase Extension was received on May 20, 2025 requesting an extension for dates starting

  05/20/2025 to 12/31/2025. The extension expenditure is not assessed and will be charged for time only.

 

 

 

  Original Filing – 2/20/2025: FY25, Qtr 3, Item# 116

 

  The scope of the Facade Stabilization project at the Hotel Florence Annex includes emergency repairs to the

  south exterior masonry wall of the building, which is currently in a severely deteriorated and potentially unstable

  condition. The contractor will install shoring on the interior of the building adjacent to the south wall as needed

  to facilitate repairs to the load-bearing masonry wall and the adjacent building framing. Masonry repairs will

  include partial masonry wall reconstruction, brick replacement, repointing, steel lintel replacement, limestone

  window sill replacement, helical anchor installation, and sealant replacement. Limited repairs to the building

  framing may include steel/cast iron painting at framing locations that will be embedded into the south wall, steel

  bearing plate replacement, isolated structural steel/cast iron repairs, and isolated concrete slab repairs. Additional

   miscellaneous scope items include isolated roof repairs to mitigate a leak in the southwest corner of the

  building, and provision and operation of an aerial lift for close-up inspection of the north, east, and west facades

   by the Architect/Engineer. Please refer to the drawings, specifications, and bid form for a more detailed

  description of the work. Asbestos Abatement may be required as specified in the contract documents.

 

  Incorporated documents include the January 2025 Standard Documents for Construction & Supplement, design

   documents provided by the Architect/Engineer of record, and quote received by Berglund Construction

  Company. Section 01 29 00 PAYMENT PROCEDURES, will be strictly followed and adhered to. The sum of all

   items listed in the Contractor Schedule of Values should equal the contract award amount. Payment amounts

  will be approved based on proof of work actually performed and materials actually used. Construction Services

  provided under this procurement should not exceed $545,000.00, 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.

 

  This Emergency Purchase has an expected start date of 02/20/2025 through 05/20/2025 with an Original

  Estimated Cost of $545,000.00.

   Signed By:  Chris Miles, Exec II

      Vendor:  Berglund Construction Co.                                                          Notary Date:           2/20/2025

                                Original                Revised              Paid To                Actual

                                Estimate               Estimate                  Date                  Final Cost                                 FY                    QTR

      State Cost:                      $545,000.00                                           $0.00                   $0.00      25 4


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                               April 1,2025 through June 30, 2025

   Federal                        $0.00                                                                   $0.00

  172   Capital Development Board                                                                    File Date:  5/20/2025

 

  Second Filing – 5/20/25:  FY25,  Qtr 4,  Item # 172

  An Emergency Purchase Extension was received on May 20, 2025 requesting an extension for dates starting

  06/07/2025 to 09/30/2025. The extension expenditure is not assessed and will be charged for time only.

 

 

  Original Filing – 3/10/2025: FY25, Qtr 3, Item# 123

 

  The scope of work provides for removing and replacing approximately 32,000 square feet of ballasted roofing

  with a new fully adhered system including raising roof top equipment to accommodate the new roof thickness

  and replacing all attendant accessories.

 

  Incorporated documents include the January 2025 Standard Documents for Construction, design documents

  provided by the Architect/ Engineer of record and quote received by Henson Robinson Company. Section 01 29

  00 PAYMENT PROCEDURES, will be strictly followed and adhered to. The sum of all items listed in the

  Contractor Schedule of Values should equal the contract award amount.

  Payment amounts will be approved based on proof of work actually performed and materials actually used.

  Construction Services provided under this procurement should not exceed $611,606.00, 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.

 

  This Emergency Purchase has an expected start date of 03/10/2025 through 06/07/2025 with an Original

  Estimated Cost of $611,606.00.

   Signed By:  Chris Miles, Exec II

      Vendor:  Henson Robinson Co.                                                                Notary Date:           3/10/2025

                                Original                Revised              Paid To                Actual

                                Estimate               Estimate                  Date                  Final Cost                                 FY                    QTR

      State Cost:                      $611,606.00                                           $0.00                   $0.00      25 4

   Federal                        $0.00                                                                   $0.00


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                               April 1,2025 through June 30, 2025

  173   Capital Development Board                                                                    File Date:  4/2/2025

 

  Final Cost Statement

  Latest Filing – 04/02/2025: FY25, Qtr 4, Item# 173

  An Actual Total Cost of FY25, Qtr 4, Item # 173  is $310,850.93 was reported in the same filing quarter as the

  extensions filed.

 

  Third Filing – 04/17/2023:  FY25,  Qtr 4,  Item # 158

  An Emergency Purchase Extension was received on April 17, 2023 (5/2025)  requesting an extension for dates

  starting 04/30/2023 to 5/31/2023. The extension expenditure is not assessed and will be charged for time only. 

  Reported in the same filing quarter.

 

 

  Second Filing – 12/06/2022: FY25, Qtr 4,  Item # 157

  An Emergency Purchase Extension was received on December 6,2022 (5/25) requesting an extension for dates

  starting 12/5/22 to 3/31/23 at an additional estimated cost of $100,000.00, revising the total estimated cost to

  $300,000.00.

 

 

  Original Filing – 09/22/2022: FY23, Qtr 1, Item# 56

 

  The Capital Development Board ("CDB") has been made aware by the Illinois Department of Veterans Affairs

  ("IDVA") that at approximately noon on September 20, 2022, a vehicle crashed into the vestibule of the

  interconnect hallway (Bldg.# B1124) between residential units R3 and R4 at the Manteno Veterans Home.

  No staff, veterans, or visitors were injured.The driver was injured and evacuated by ambulance. The areas

  nearest the crash were evacuated and closed off to all persons. There were some fuel leakage from the vehicle

  and residue from the driver's airbag as well as from fire extinguishers inside the building which were damaged

  by the impact;there was no smoke or fire.

 

  IDVA contacted Ujamaa Construction,Inc.to clear the debris and provide temporary shoring work,including

  plywood sheeting at the interior and exterior of the corridor and the shoring of 3 damaged columns.The

  impacted area has been stabilized and secured. Ujamaa is also to perform associated electrical work and

  reconnect the baseboard heat system as part of their initial shoring work. Ujamaa also noted that the roof has

  shifted and will need further assessment. (The building is scheduled for shingle replacement under current

  project 040-020-071;SMT Architects/Filotto Roofing.)

  IDVA has requested CDB's assistance in providing more permanent repairs to the facility under an emergency

  declaration in order to restore this service corridor and allow residents access to the support and services

  provided throughout the building. Due to the damaged area, facility staff are having to isolate the residents of R3

   and R4 to their units, if they are unable to get outside on their own. Additionally,Meal and Supply deliveries

  have to be loaded on trucks and transported to the units rather than utilizing the interconnect hallways.

  This project began through the selection of an Architect/Engineer ("A/E"), utilizing the IDIQ (Indefinite

  Delivery/Indefinite Quantity) selection process. Considering the time frames needed for a standard A/E

  selection,negotiation and execution of an A/E contract followed by bidding and award procedures, design and

  construction services for repair work under the existing processes would likely not begin for several months.

  For this reason,an emergency purchase is necessary to provide construction services to support repair work as


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                               April 1,2025 through June 30, 2025

  quickly as possible in order to restore the service corridor.

  Ujamaa Construction,Inc., was selected for construction services because they are currently working on a CDB

   project at the facility, they were given authority by IDVA to provide initial shoring services for the facility in

  order to prevent further damage and to prevent the threat to public safety for its residents and staff,they have

  knowledge of the facility and the qualifications to perform the work, and they can respond immediately to this

  request for emergency services.

 

  The scope of work is to provide construction services for repairs and reconstruction tasks to the vestibule and

  interconnecting hallway in Bldg.# B1124 between residential units R3 and R4 at the Manteno Veterans Home as

  outlined in the AE's inspection report dated September 21, 2022. All construction work provided by Ujamaa at

  the request of IDVA for immediate shoring/repair work prior to this emergency declaration is incorporated

  herein.

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

  Construction Services provided under this procurement should not exceed $200,000.00, 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.

  Additionally,Governor Pritzker has issued Executive Order 2022-20 containing additional mitigations to address

  the COVID-19 pandemic. This includes an indoor mask requirement and vaccinations for those working at

  Illinois Department of Veterans' Affairs facilities. These requirements apply to this project.

 

  This Emergency Purchase has an expected start date of 09/20/2022 through 12/18/2022 with an Original

  Estimated Cost of $200,000.00.

   Signed By:  Chris Miles, Exec II

      Vendor:  Ujamaa Construction, Inc.                                                           Notary Date:           9/22/2022

                                Original                Revised              Paid To                Actual

                                Estimate               Estimate                  Date                  Final Cost                                 FY                    QTR

      State Cost:                      $200,000.00          $300,000.00         $310,850.93           $310,850.93      25 4

   Federal                        $0.00                                                                   $0.00


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                               April 1,2025 through June 30, 2025

  174   Capital Development Board                                                                    File Date:  3/20/2025

 

  Final Cost Statement

  Latest Filing – 03/20/25: FY25, Qtr 4, Item # 174

  The Actual Total Cost of FY25, Qtr 4, Item# 174  is $293,050.00, with a final contract term ending.

 

 

  Second Filing – 08/12/2024: FY25, Qtr 1,  Item #369

  An Emergency Purchase Extension was received on August 12, 2024 requesting an extension for dates starting

  09/30/2024 to 12/13/2024 at an additional estimated cost of $240,550.00, revising the total estimated cost to

  $340,550.00.

 

 

  Original Filing – 3/13/2023: FY23, Qtr 3, Item# 32

 

  The boilers were part of the original construction in 2001. Two of the operational boilers have patches on them

  which are not holding,and water is leaking heavily out of the bottom of the boilers. The other two boilers have

  been condemned. Heavy corrosive buildup and the decay on the copper components within the tanks on the hot

  water heaters have caused them to not work properly which recently caused portions of the Individuals in

  Custody to go without showers for several days. With the heavy corrosion of calcium, the circulation pumps do

   not work properly, and the facility has spent over $65,000 since October 2022 to correct the water circulation

  issue and has not been successful. The piping valves no longer work correctly which is compounding the issue

  to get hot water to all the housing units.

 

  Therefore, IDOC has requested CDB's assistance to replace all necessary equipment in the boiler houses under

  an emergency declaration. 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, design and

  construction services for repair/ replacement work under the existing processes would likely not begin for

  several months. For this reason, an emergency purchase is necessary to provide expedited engineering services

  to support the repair/replacement of all necessary equipment in the boiler houses

  as quickly as possible in order to provide proper heat and hot water to the cell houses. Additionally, to alleviate

  calcium concerns at the facility, CDB is in the process of providing water softeners under CDB Project No.:

  120-295-018.

 

  Clark Dietz, Inc., located in Champaign, IL, was selected because they have experience working with CDB and

  IL Dept. of Corrections with the mechanical expertise to provide the design services for the project, and they

  have the resources to provide expedited design services

 

  The scope of work provides for expedited design services to assess and replace the heating boilers, and

  associated controls, pumps, selected piping, insulation, and accessories. Additionally, the scope includes the

  replacement of domestic water heaters, storage tanks, controls, pumps, selected piping, insulation, and

  accessories. Associated Electrical, General, and/or other supporting work may be required. The A/E is also to

  determine whether any immediate temporary repairs can be implemented.


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                               April 1,2025 through June 30, 2025

 

  The A/E will need to determine if any components of this project are eligible for a utility company or other

  energy grant or rebate and will be responsible for preparing and submitting the grant application if the project

  qualifies for the rebate.

 

  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 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 03/13/2023 through 06/10/2023 with an Original

  Estimated Cost of $100,000.00.

   Signed By:  Chris Miles, Exec II

      Vendor:  Clark Dietz, Inc.                                                                       Notary Date:           3/13/2023

                                Original                Revised              Paid To                Actual

                                Estimate               Estimate                  Date                  Final Cost                                 FY                    QTR

      State Cost:                      $100,000.00          $340,550.00         $293,050.00           $293,050.00      25 4

   Federal                        $0.00                                                                   $0.00


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                               April 1,2025 through June 30, 2025

  175   Eastern Illinois University                                                                      File Date:  4/23/2025

 

  Final Cost Statement

  Latest Filing – 04/23/25: FY25, Qtr 4, Item # 175

  The Actual Total Cost of FY25, Qtr 4, Item# 175  is $111,047.00, with a final contract term ending.

 

  Original Filing – 12/20/2024: FY25, Qtr 3, Item# 112

 

  The vendor will provide and install an emergency back-up generator to replace one that suffered a catastrophic

  failure. This generator will be installed at our Human Services Building which includes the student clinic

  provided by Sarah Bush Lincoln.  Lead time for the generator is approximately six months so we need to order

  ASAP to avoid long-term rental fees.

 

  Commercial Electric is a local contractor with familiarity of campus.  They are currently installing another on

  campus purchased through Construction IFB BN025493. They are also a certified BEP vendor.

 

  This Emergency Purchase has an expected start date of 12/23/2024 through 06/22/2025 with an Original

  Estimated Cost of $111,047.00.

   Signed By:  Megan Wells, Director

      Vendor:  Commerical Elec                                                                      Notary Date:           12/20/2024

                                Original                Revised              Paid To                Actual

                                Estimate               Estimate                  Date                  Final Cost                                 FY                    QTR

      State Cost:                      $111,047.00                                   $111,047.00           $111,047.00      25 4

   Federal                        $0.00                                                                   $0.00


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                               April 1,2025 through June 30, 2025

  176   Transportation, Department of                                                               File Date:  4/22/2025

 

  Final Cost Statement

  Latest Filing – 04/22/25: FY25, Qtr 4, Item # 176

  The Actual Total Cost of FY25, Qtr 4, Item# 176  is $1,480,958.00, with a final contract term ending.

 

 

  Original Filing – 7/31/2024: FY25, Qtr 1, Item# 16

 

  The following vendor was contacted and their respective bid is noted:

  Hennegan & Associates LTD $1,479,008.00

  Hennegan & Associates LTD was the only vendor that the department contacted due to them having the

  expertise in the repairs needed and the appropriate material to fix the issue we have on I 70 in St. Clair County.

  This vendor was recommended to the district from the central office bureau of bridges and structures.

 

  Provide 198LF of 6" and 9" modular expansion joint swivel along with front face cover plate assemblies for

  repairs on I -70 over I 55 at structure 082-0322 and 082-0324.

 

 

  This Emergency Purchase has an expected start date of 07/30/2024 through 10/27/2024 with an Original

  Estimated Cost of $2,000,000.00.

   Signed By:  Joseph Monroe, Dist 8 Operations Engineer

      Vendor:  Hennegan & Assoc. LTD                                                            Notary Date:           7/31/2024

                                Original                Revised              Paid To                Actual

                                Estimate               Estimate                  Date                  Final Cost                                 FY                    QTR

      State Cost:                    $2,000,000.00                                 $1,480,958.00        $1,480,958.00      25 4

   Federal                        $0.00                                                                   $0.00


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                               April 1,2025 through June 30, 2025

  177   Transportation, Department of                                                        File Date:

 

  Final Cost Statement

  Latest Filing – 05/3/25: FY25, Qtr 4, Item # 177

  The Actual Total Cost of FY25, Qtr 4, Item# 177  is $260,595.10, with a final contract term ending.

 

  Original Filing – 4/14/2025: FY25, Qtr 4, Item# 117

 

 

  The Illinois Department of Transportation seeks a contractor to perform emergency Interstate repairs on I-55

  near mile marker 130 in Logan County, including pavement removal and replacement as well as drainage

  improvements including removal and replacement of underdrains and underdrain outlets. All work shall follow

  applicable Traffic Control Standards and Illinois Department of Transportation Standard Specifications.

 

  This Emergency Purchase has an expected start date of 04/14/2025 through 07/12/2025 with an Original

  Estimated Cost of $450,000.00.

   Signed By:  Brian Galloway, Maintenance Field Engineer

      Vendor:  Kinney Contractors                                                                   Notary Date:           4/14/2025

                                Original                Revised              Paid To                Actual

                                Estimate               Estimate                  Date                  Final Cost                                 FY                    QTR

      State Cost:                      $450,000.00                                   $260,595.10           $260,595.10      25 4

   Federal                        $0.00                                                                   $0.00


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                               April 1,2025 through June 30, 2025

  178   University of Illinois Chicago                                                                  File Date:  5/15/2025

 

  Final Cost Statement

  Latest Filing – 05/15/25: FY25, Qtr 4, Item # 178

  The Actual Total Cost of FY25, Qtr 4, Item#  178  is $346,136.00, with a final contract term ending.

 

  Original Filing – 12/19/2024: FY25, Qtr 3, Item# 111

 

  Lucas James Talent Partners will provide critical recruitment support for Civil Service hiring.  UIC HR has

  worked with this vendor in the past and they are highly trained and have comprehensive knowledge of the

  University and the UIC recruitment process. The UIC HR Recruitment and Staffing team vacancies have been

  100% filled. The higher than average volume of vacancies at UIC and UIH continues to exceed the Recruitment

  and Staffing team's ability to manage the recruitments. Until that number decreases, our current staffing level

  and resources cannot support the number of vacancies at UIC and UIH so seasoned temporary agency

  recruiters are needed to assist with the transition and training to the new recruits in the hiring process. The goal

  is that temporary services will no longer be required to support this critical HR function once additional UIC

  recruiters have been adequately trained and UIC and UIH hiring units reevaluate their ongoing hiring needs.

 

   Lucas James Talent Partners Talent Acquisition Consultants will perform critical steps within the front-end part

   of the recruiting process for UIC from sourcing candidates, to minimum qualification review, to credentials

  assessment and will then pass on candidates to the HR/Internal Recruiting team.

  Specific responsibilities include:

  • Outreach to passive candidates that meet minimum qualifications and credentials assessment utilizing existing

  tools and resources

  • Review of minimum qualifications from candidates from the register to credentials assessment

  • Screen candidates

  • Weekly reporting updates and weekly client communication

 

  This Emergency Purchase has an expected start date of 01/01/2025 through 03/31/2025 with an Original

  Estimated Cost of $400,000.00.

   Signed By:  Aaron Rosenthal, Asst. Vice Chancellor

      Vendor:  Lucas James Talent Partners                                                        Notary Date:           12/19/2024

                                Original                Revised              Paid To                Actual

                                Estimate               Estimate                  Date                  Final Cost                                 FY                    QTR

      State Cost:                      $400,000.00                                   $346,136.00           $346,136.00      25 4

   Federal                        $0.00                                                                   $0.00


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                               April 1,2025 through June 30, 2025

  179   Human Services, Department of                                                              File Date:  5/8/2025

 

  Final Cost Statement

  Latest Filing – 05/15/25: FY25, Qtr 4, Item # 179

  The Actual Total Cost of FY25, Qtr 4, Item# 179  is $227,593.52 with the final contract term ending.

 

 

  Original Filing – 12/11/2024: FY25, Qtr 2, Item# 26

 

  Nichols Enterprises, LLC is a ServPro vendor experienced in mold and water remediation. This is a continuation

   of the previous emergency because the first emergency was declared late and there was not enough time to

  process an extension. The Center has been satisfied with the services provided by the vendor.

 

  The vendor will provide temporary kitchen trailers while performing water and mold remediation in the existing

  Kitchen area.

 

  This Emergency Purchase has an expected start date of 12/17/2024 through 03/16/2025 with an Original

  Estimated Cost of $227,593.52.

   Signed By:  Jean Sandstrom, APO

      Vendor:  Nichols Enterprises, LLC                                                            Notary Date:           12/11/2024

                                Original                Revised              Paid To                Actual

                                Estimate               Estimate                  Date                  Final Cost                                 FY                    QTR

      State Cost:                      $227,593.52                                   $227,593.52           $227,593.52      25 4

   Federal                        $0.00                                                                   $0.00


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                               April 1,2025 through June 30, 2025

  180   University of Illinois Chicago                                                                  File Date:  5/15/2025

 

  Final Cost Statement

 

  Latest Filing – 05/15/25: FY25, Qtr 4, Item # 180

  The Actual Total Cost of FY25, Qtr 4, Item# 180  is $942,345.00, with the final contract term ending.

 

  Original Filing – 12/19/2024: FY25, Qtr 3, Item# 110

 

  MindPower/Staffing Team Inc has previously provided temporary staffing for UIC and UI Health HR under a

  competitive solicitation RFP award #KRS128. These temporary employees provided clinical and non-clinical

  support in areas with staffing shortages, open positions or have been hired due to a critical, short-term need. We

   are currently engaged in a new RFP process to secure outside agency vendors under RFP #PPA109.  UIC HR

  is requesting an emergency for temporary staffing services until the competitive solicitation for RFP #PPA109

  has been awarded and a fully executed contract is in place. 

 

  Staffing Team Inc will provide temporary, agency hires to fill a variety of clinical and non-clinical positions at

  UIC and UIH.

   Signed By:  Aaron Rosenthal, Asst Vice Chancellor

      Vendor:  MindPower/Staffing Team                                                          Notary Date:           12/19/2024

                                Original                Revised              Paid To                Actual

                                Estimate               Estimate                  Date                  Final Cost                                 FY                    QTR

      State Cost:                      $950,000.00                                   $942,345.00           $942,345.00      25 4

   Federal                        $0.00                                                                   $0.00


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                               April 1,2025 through June 30, 2025

  181   Ill. Workers' Compensation Commission                                                   File Date:  2/19/2025

 

  Final Cost Statement

  Latest Filing – 02/19/25: FY25, Qtr 4, Item # 181

  The Actual Total Cost of FY25, Qtr 4, Item# 181 is $13,790.76, with the final contract term ending.

 

 

  Original Filing – 11/1/2024: FY25, Qtr 2, Item# 11

 

  The IWCC administers tens of thousands of workers’ compensation cases each year and does not possess the

  physical capacity to store all open case files and closed case files (within the statutory retention period) at its

  main office in the Dunne County Building ("Dunne Building"). The IWCC needs storage space for approximately

   11,000 cubic feet of paper documents.  These records must be retrievable in a timely manner to satisfy

  Freedom of Information Act ("FOIA") requests.  As such, the storage facility must also provide indexing,

  retrieval, and couriers to deliver and pickup requested records at the Dunne Building.  Finally, the IWCC

  requires document destruction and disposal services for those records identified for destruction pursuant to its

  records retention schedule.

 

   

 

IWCC will proceed under the same terms and conditions of its prior, now-expired contract, with updates to

   the appropriate clauses and the elimination of Section 3.1.3., which was likely not enforceable at any time.

 

  IWCC performed research on each of the firms identified in the CEI's BEP directory under the NAICS/NIGP

  codes on this procurement. Through that research, IWCC determined the listed businesses are not capable of

  providing the services in the scope of work.  None of the BEP vendors operate a storage facility capable of

  housing 11,000 cubic feet of records, and none of them provide records management services including the

  transportation and delivery of records in the Chicagoland area.

 

  This Emergency Purchase has an expected start date of 11/1/2024 through 1/29/2025 with an Original

  Estimated Cost of $21,500.00.

   Signed By:  Cole Garrett, APO

      Vendor:  Iron Moutain Information Management                                           Notary Date:           11/1/2024

                                Original                Revised              Paid To                Actual

                                Estimate               Estimate                  Date                  Final Cost                                 FY                    QTR

      State Cost:                        $21,500.00                                    $13,790.76            $13,790.76      25 4

   Federal                        $0.00                                                                   $0.00


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                               April 1,2025 through June 30, 2025

  182   Central Management Services, Department of                                            File Date:  4/24/2024

 

  Final Cost Statement

  Latest Filing – 04/24/25: FY25, Qtr 4, Item # 182

  The Actual Total Cost of FY25, Qtr 4, Item# 182   is $318,251.21, with the final contract term ending.

 

 

  Second Filing – 03/28/2024: FY24, Qtr 4,  Item # 46

  An Emergency Purchase Extension was received on March 28, 2024 requesting an extension for dates starting

  04/10/2024 to 04/10/2025 at an additional estimated cost of $465,955.20, revising the total estimated cost to

  $621,273.60.

 

  Original Filing – 1/10/2024: FY24, Qtr 3, Item# 12

 

  The vendor was chosen due to familiarity and proximity to the location and the availability of immediate

  employees to fulfill the need.

 

  Estimated cost of 3 temporary engineers to work 8 hours shifts at the MABB building in Chicago due to staffing

   shortages. The current staff must monitor the building 24 hours a day, 7 days a week and due to need, they

  can take no time off. If unforseen circumstances were to happen this would mean the remaining staff would be

  forced to work 12-24 hour shifts which is not sustainable. This would also create an unsafe environment

  regarding Life Safety and Fire Code Compliance issues.

 

  This Emergency Purchase has an expected start date of 01/10/2024 through 04/09/2024 with an Original

  Estimated Cost of $155,318.40.

   Signed By:  Martha Blackwell, Facilities Portfolio Manager

      Vendor:  The Stone Group                                                                      Notary Date:           1/10/2024

                                Original                Revised              Paid To                Actual

                                Estimate               Estimate                  Date                  Final Cost                                 FY                    QTR

      State Cost:                      $155,318.40          $621,273.60         $318,251.21           $318,251.21      25 4

   Federal                        $0.00                                                                   $0.00


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                               April 1,2025 through June 30, 2025

  183   Innovation & Technology, Department of                                                  File Date:  6/11/2025

 

  Fourth Filing – 6/11/2025: FY25, Qtr 4,  Item #183

  An Emergency Purchase Extension was received on June 11, 2025 requesting an extension for dates starting

  06/11/2025 to 12/11/2025 at an additional estimated cost of $4,900,000.00, revising the total estimated cost to

  $61,900,000.00.

 

  Third Filing – 06/10/2024: FY24, Qtr 4,  Item # 90

  An Emergency Purchase Extension was received on June 10, 2024 requesting an extension for dates starting

  06/12/2024 to 12/11/2024, revising the total estimated cost to $57,000,000.00.

 

 

  Second Filing - 03/03/2023: FY23, Qtr3, Item #263

  An Emergency Purchase Extension was received on March 3, 2023 requesting an extension for dates starting

  12/10/2022 to 03/09/2023 at an additional estimated cost of $33,000,000.00, revising the total estimated cost to

  $36,000,000.00.

 

  Original Filing – 11/30/2022: FY23, Qtr 2, Item# 35

 

  The Department currently has a Sole Source contract with AT&T Corp until 12/09/22.  AT&T has developed a

  significant infrastructure of services provided to the state and other agencies.  The Department currently has

  these services with AT&T at a reduced cost.  At this time, AT&T is the only known vendor that can provide

  this wide array of services statewide without significant down time.    Due to significant delays processing a

  new SEFS procurement to replace the expiring contract, the Department is forced to pivot and request an

  emergency to ensure uninterrupted services continue for thousands of state employees, offices, and schools

  around the state.  This contract provides roughly 90% of the state network connectivity and is vital to daily

  operations for hundreds of agencies and schools.  The Department currently has a RFP on the street for a new

  10 year contract for these services which closes 12/15.  We will not be able to award this contract in time, nor

  is there sufficient time for any potential transition to a new provider.  This emergency contract will be a JPMC

  available for use by all state agencies, other governmental entities, and not-for-profits.

 

  The Department requires services which fulfill the State’s private telecommunications network voice and data

  services required to perform our critical mission.  The scope of services covered is wide-ranging services

  (Transport services, Private Fiber, Internet  Egress, Local Voice, Long Distance, Conferencing and Other

  Services) which will enable governmental units and qualified not-for-profit agencies to purchase

  telecommunications services, some directly from the resulting contract and some through the DoIT, as to be

  specified in the resulting contract.

 

  This Emergency Purchase has an expected start date of 12/10/2022 through 03/09/2023 with an Original

  Estimated Cost of $3,000,000.00.

   Signed By:  Van P Austin, APO

      Vendor:  AT&T Corp                                                                            Notary Date:           11/30/2022


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                               April 1,2025 through June 30, 2025

                                Original                Revised              Paid To                Actual

                                Estimate               Estimate                  Date                  Final Cost                                 FY                    QTR

      State Cost:                    $3,000,000.00       $61,900,000.00                  $0.00                   $0.00      25 4

   Federal                        $0.00                                                                   $0.00

  184   Corrections, Department of                                                                    File Date:  5/23/2024

 

  Third Filing – 05/23/2025: FY25, Qtr 4,  Item #184

  An Emergency Purchase Extension was received on May 23, 2025 requesting an extension for dates starting

  05/25/2025 to 11/24/2025 at an additional estimated cost of $30,000,000.00, revising the total estimated cost to

  $42,000,000.00.

 

  Second Filing – 05/23/2024: FY24, Qtr 4,  Item # 69

  An Emergency Purchase Extension was received on May 23, 2024 requesting an extension for dates starting

  05/25/2024 to 05/24/2025 at an additional estimated cost of $24,000,000.00, revising the total estimated cost to

  $30,000,000.00.

 

  Original Filing – 2/26/2024: FY24, Qtr 3, Item# 46

 

  ***This is a zero dollar contract, the State does not fund the expenses.

 

  The Vendor is able to provide needed commissary items to the Illinois Department of Corrections for its

  Individual in Custody and Correctional Facility Employees.

 

  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 and Correctional Facility Employees.

 

  This Emergency Purchase has an expected start date of 2/26/2024 through 05/24/2024 with an Original

  Estimated Cost of $6,000,000.00.

   Signed By:  Jacenta Wilson, APO

      Vendor:  Union Supply Group                                                                 Notary Date:           2/26/2024

                                Original                Revised              Paid To                Actual

                                Estimate               Estimate                  Date                  Final Cost                                 FY                    QTR

      State Cost:                    $6,000,000.00       $42,000,000.00                  $0.00                   $0.00      25 4

   Federal                        $0.00                                                                   $0.00


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                               April 1,2025 through June 30, 2025

  185   Corrections, Department of                                                                    File Date:  5/23/2025

 

  Third Filing – 05/23/2025: FY25, Qtr 4,  Item #185

  An Emergency Purchase Extension was received on May 23, 2025 requesting an extension for dates starting

  05/25/2025 to 11/24/2025 at an additional estimated cost of $12,000,000.00, revising the total estimated cost to

  $42,000,000.00.

 

 

  Second Filing – 05/16/2024: FY24, Qtr 4,  Item # 70

  An Emergency Purchase Extension was received on May 16, 2024 requesting an extension for dates starting

  05/25/2024 to 05/24/2025 at an additional estimated cost of $24,000,000.00, revising the total estimated cost to

  $30,000,000.00.

 

 

  Original Filing – 2/26/2024: FY24, Qtr 3, Item# 47

 

  ***This is a zero dollar contract, the State does not fund the expenses.

 

  The Vendor is able to provide needed commissary items to the Illinois Department of Corrections for its

  Individual in Custody and Correctional Facility Employees.

 

  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 and Correctional Facility Employees.

 

  This Emergency Purchase has an expected start date of 02/26/2024 through 05/24/2024 with an Original

  Estimated Cost of $6,000,000.00.

   Signed By:  Jacenta Wilson, APO

      Vendor:  Keefe Group                                                                           Notary Date:           2/26/2024

                                Original                Revised              Paid To                Actual

                                Estimate               Estimate                  Date                  Final Cost                                 FY                    QTR

      State Cost:                    $6,000,000.00       $42,000,000.00                  $0.00                   $0.00      25 4

   Federal                        $0.00                                                                   $0.00


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                               April 1,2025 through June 30, 2025

  186   Corrections, Department of                                                                    File Date:  5/23/2025

 

  Third Filing – 05/23/2025: FY25, Qtr 4,  Item # 186

  An Emergency Purchase Extension was received on May 23, 2025 requesting an extension for dates starting

  05/25/2025 to 11/24/2025 at an additional estimated cost of $12,000,000.00, revising the total estimated cost to

  $42,000,000.00.

 

  Second Filing – 05/16/2024: FY24, Qtr 4,  Item # 72

  An Emergency Purchase Extension was received on May 16, 2024 requesting an extension for dates starting

  05/25/2024 to 05/24/2025 at an additional estimated cost of $24,000,000.00, revising the total estimated cost to

  $30,000,000.00.

 

 

  Original Filing – 2/26/2024: FY24, Qtr 3, Item# 49

 

  ***This is a zero dollar contract, the State does not fund the expenses.

 

 

  The Vendor is able to provide needed commissary items to the Illinois Department of Corrections for its

  Individual in Custody and Correctional Facility Employees.

 

  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 and Correctional Facility Employees.

 

  This Emergency Purchase has an expected start date of 02/26/2024 through 05/24/2024 with an Original

  Estimated Cost of $6,000,000.00.

   Signed By:  Jacenta Wilson, APO

      Vendor:  Walkenhorst's                                                                          Notary Date:           2/26/2024

                                Original                Revised              Paid To                Actual

                                Estimate               Estimate                  Date                  Final Cost                                 FY                    QTR

      State Cost:                    $6,000,000.00       $42,000,000.00                  $0.00                   $0.00      25 4

   Federal                        $0.00                                                                   $0.00


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                               April 1,2025 through June 30, 2025

  187   Corrections, Department of                                                                    File Date:  5/23/2025

  Third Filing – 05/23/2025: FY25, Qtr 4,  Item # 187

  An Emergency Purchase Extension was received on May 23, 2025 requesting an extension for dates starting

  05/25/2025 to 11/24/2025 at an additional estimated cost of $12,000,000.00, revising the total estimated cost to

  $42,000,000.00.

 

 

  Second Filing – 05/16/2024: FY24, Qtr 4,  Item # 73

  An Emergency Purchase Extension was received on May 16, 2024 requesting an extension for dates starting

  05/25/2024 to 105/24/2025 at an additional estimated cost of $24,000,000.00, revising the total estimated cost to

   $30,000,000.00.

 

 

  Original Filing – 3/15/2024: FY24, Qtr 3, Item# 61

 

  The Vendor is able to provide needed commissary items to the Illinois Department of Corrections.

 

  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.

 

  The amount of this expenditure is 6,000,000. This is a zero dollar contract, the State does not fund the

  expenses.

 

  This Emergency Purchase has an expected start date of 03/15/2024 through 05/24/2024 with an Original

  Estimated Cost of $6,000,000.00. That is not a State or Federal funded expense.

   Signed By:  Jacenta Wilson, APO

      Vendor:  E-Ford Commissary Inc                                                              Notary Date:           3/15/2024

                                Original                Revised              Paid To                Actual

                                Estimate               Estimate                  Date                  Final Cost                                 FY                    QTR

      State Cost:                    $6,000,000.00       $42,000,000.00                  $0.00                   $0.00      25 4

   Federal                        $0.00                                                                   $0.00


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                               April 1,2025 through June 30, 2025

  188   Capital Development Board                                                                    File Date:  6/28/2025

 

  Second Filing – 05/28/2025:  FY25, Qtr 4, Item # 188

  An Emergency Purchase Extension was received on May 28, 2025 requesting an extension for dates starting

  06/24/2025 to 03/24/2025. The extension expenditure is not assessed and will be charged for time only. 

  Reported in the same filing quarter.

 

 

  Original Filing – 3/27/2025: FY25, Qtr 4, Item# 151

 

  The scope of work is to make the current operational elevator cars that are currently under temporary City

  permit arrangements (E3, 4, 9, 10, 11) code compliant, as indicated in Chicago Elevator Bureau’s (CEB) code

  violation and 2025 PA/SD reports, and repair the currently shut down elevator E5 to expedite the work in the

  other elevators.

 

  This Emergency Purchase has an expected start date of 03/27/2025 through 06/24/2025 with an Original

  Estimated Cost of $1,835,000.00.

   Signed By:  Chris Miles, Exec II

      Vendor:  Parkway Elevators                                                                    Notary Date:           3/27/2025

                                Original                Revised              Paid To                Actual

                                Estimate               Estimate                  Date                  Final Cost                                 FY                    QTR

      State Cost:                    $1,835,000.00                                           $0.00                   $0.00      25 4

   Federal                        $0.00                                                                   $0.00


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                               April 1,2025 through June 30, 2025

  189   Capital Development Board                                                                    File Date:  6/2/2025

 

  Second Filing – 06/02/2025: FY25, Qtr 4,  Item # 189

  An Emergency Purchase Extension was received on June 2, 2025 requesting an extension for dates starting

  06/11/2025 to 06/11/2026 at an additional estimated cost of $1,241,857.00, revising the total estimated cost to

  $4,241,857.00.

 

 

  Original Filing – 3/14/2025: FY25, Qtr 3, Item# 127

 

  The scope of work includes the emergency purchase and installation of a 1000HP diesel boiler unit, the

  purchase and installation of an 800hp Propane Boiler to provide redundancy to the heating system, and the rental

   and any necessary hook-up of a 500 hp diesel boiler to reduce the workload of the current propane boiler unit

  struggling to provide sufficient steam. Increasing the size of the current gasline, and a new Deaeration tank is

  also required. The existing water softeners are to be inspected to verify they can provide sustained operations

  and the existing water heaters are to be repaired to be fully functional. To provide sufficient space to install the

  new permanent propane boilers, the demolition of the inoperable coil-fired boilers and associated equipment will

  be required. Abatement of hazardous materials are not anticipated at this time but may be required. The

  replacement or repairs of all necessary ancillary

  components shall be included to provide a fully functional and redundant boiler plant (to be used in conjunction

  with the mobile diesel boiler).

 

  Incorporated documents include the 2025 January Standard Documents for Construction. Section 01 29 00

  PAYMENT PROCEDURES, will be strictly followed and adhered to. The sum of all items listed in the

  Contractor Schedule of Values should equal the contract award amount. Payment amounts will be approved

  based on proof of work actually performed and materials actually used. Construction services provided under

  this procurement should not exceed $3,000,000.00, which is a place-holder prior 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 03/14/2025 through 06/11/2025 with an Original

  Estimated Cost of $3,000,000.00.

   Signed By:  Chris Miles, Exec II

      Vendor:  P.J. Hoerr Inc.                                                                         Notary Date:           3/14/2025

                                Original                Revised              Paid To                Actual

                                Estimate               Estimate                  Date                  Final Cost                                 FY                    QTR

      State Cost:                    $3,000,000.00        $4,241,857.00                  $0.00                   $0.00      25 4

   Federal                        $0.00                                                                   $0.00


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                               April 1,2025 through June 30, 2025

  190   Environmental Protection Agency                                                            File Date:  6/9/2025

 

  Final Cost Statement

  Latest Filing – 06/09/2025: FY25, Qtr 4, Item# 401

  An Actual Total Cost of FY25, Qtr 4, Item # 401  is $75,000.00 with the final contract term ending, purchase

  was reported in the same filing quarter.

 

 

  Second Filing – 05/29/2025:  FY25,  Qtr 4,  Item # 209

  An Emergency Purchase Extension was received on May 29, 2025 requesting an extension for dates starting

  06/03/2025 to 08/02/2025. The extension expenditure is not assessed and will be charged for time only.

 

 

  Original Filing – 3/6/2025: FY25, Qtr 3, Item# 122

 

  Clean up and restoration of flooded IEPA documents. The documents will need to be dried, separated and

  restored. This is quite an extensive process.

 

• There are 7 file drawers that were hung out to dry today.

• Files

  remaining in the file room are currently being rotated 90° or 180° inside the drawer to expose the wet part over

  the weekend.

• All BOL, BOA and miscellaneous BOW boxes that were on the ground (the most saturated files)

  were moved next door to the Larkin Building.

 

The approximate total drawers needing restored are as

  follows:

80 drawers total:

                42 BOW File Drawers (8 Drawers Dry or Drying, 34 Remaining)

      

           31 BOL File Drawers (31 Remaining)

                7 BOA File Drawers  (7 Remaining)

 

 

  This Emergency Purchase has an expected start date of 03/03/2025 through 06/02/2025 with an Original

  Estimated Cost of $60,000.00.

   Signed By:  Andrew Shackelford, APO

      Vendor:  Serv Pro of Peoria                                                                     Notary Date:           3/6/2025

                                Original                Revised              Paid To                Actual

                                Estimate               Estimate                  Date                  Final Cost                                 FY                    QTR

      State Cost:                        $60,000.00                                    $75,000.00            $75,000.00      25 4

   Federal                        $0.00                                                                   $0.00


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                               April 1,2025 through June 30, 2025

  191   Illinois State University                                                                         File Date:  5/29/2025

 

  Second Filing – 05/29/2025:  FY25,  Qtr 4,  Item # 191

  An Emergency Purchase Extension was received on May 29, 2025 requesting an extension for dates starting

  06/15/2025 to 08/01/2025. The extension expenditure is not assessed and will be charged for time only.

 

 

  Original Filing – 2/26/2025: FY25, Qtr 3, Item# 118

 

  The project scope includes the replacement of all the concrete stairs and landings in both stair towers of the

  School St. Parking deck. Also included: any necessary repairs to existing steel stringers and supports, new

  lighting, connecting conduit and wire, repair and patch steel splice plates where needed on pre-cast wall panels.

  New hollow metal doors and frames and all levels, paint the entire inside of the stairwells.

 

  The stairs at School St. Parking deck are degrading quickly. The steel pans that support the cast in place

  concrete stairs are corroding in several areas to the point where the steel is gone and concrete is exposed. This

  will eventually open up to the point where falling concrete will become a likely overhead hazard. If this begins to

   happen it will render the stairs unsafe to use. Since both stair towers are degrading at the same pace and show

  the same conditions it is likely that both stair towers will become unsafe to use. At that point the parking deck

  will have to be shut down. This parking deck is essential to the Parking & Transportation office at ISU. It

  provides a significant amount of parking for faculty, staff, and students. This parking deck is the largest parking

   area for the southeast portion of campus. Not having this deck would interrupt a revenue stream for our

  Parking and Transportation office as well as put a strain on adjacent street parking that is not designed to

  support the parking needs.

 

  This Emergency Purchase has an expected start date of 3/15/2025 through 08/01/2025 with an Original

  Estimated Cost of $1,300,000.00, using Parking & Transportation Reserves Funds.

   Signed By:  Stacy Brown, Interim Director

      Vendor:  Core Construction                                                                     Notary Date:           2/26/2025

                                Original                Revised              Paid To                Actual

                                Estimate               Estimate                  Date                  Final Cost                                 FY                    QTR

      State Cost:                    $1,300,000.00                                           $0.00                   $0.00      25 4

   Federal                        $0.00                                                                   $0.00


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                               April 1,2025 through June 30, 2025

  192   Capital Development Board                                                                    File Date:  5/29/2025

  Final Cost Statement

  Latest Filing –05/29/2025: FY25, Qtr 4, Item# 197

  An Actual Total Cost of FY25, Qtr 4, Item #380   is $30,000.00 was reported in the same filing quarter

 

 

  Second Filing – 10/16/2023: FY25, Qtr 4,  Item # 192

  An Emergency Purchase Extension was received on May 21, 2025 but date stamped & signed October 23,2023

  requesting an extension for dates starting 10/23/2023 to 07/15/2024 at an additional estimated cost of

  $37,100.00, revising the total estimated cost to $137,100.00.

 

 

  Original Filing – 7/26/2023: FY24, Qtr 1, Item# 28

 

  The scope of work provides for removal of the existing chiller on grade and replacing it with a new chiller sized

  according to the buildings anticipated loads. The scope also includes removing and replacing the concrete pad,

  various piping, and any other necessary accessories required to restore cooling to the Nielson Building. The

  scope shall provide for any associated electrical work and patchwork

  necessary to accommodate the mechanical work.

 

  The A/E will need to determine if any components of this project are eligible for a utility company or other

  energy grant/rebate and will be responsible for preparing and submitting the grant application if the project

  qualifies for the rebate.

 

  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 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 07/26/2023 through 10/23/2023 with an Original

  Estimated Cost of $100,000.00.

   Signed By:  Chris Miles, Exec II

      Vendor:  Architechnics, Inc.                                                                    Notary Date:           7/26/2023


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                               April 1,2025 through June 30, 2025

                                Original                Revised              Paid To                Actual

                                Estimate               Estimate                  Date                  Final Cost                                 FY                    QTR

      State Cost:                      $100,000.00          $137,100.00           $30,000.00            $30,000.00      25 4

   Federal                        $0.00                                                                   $0.00

  193   Central Management Services, Department of                                            File Date:  5/9/2025

 

  Final Cost Statement

  Latest Filing – 05/09/25: FY25, Qtr 4, Item # 193

  The Actual Total Cost of FY25, Qtr 4, Item# 193  is $29,452.50, with the final contract term ending

 

 

  Original Filing – 2/14/2025: FY25, Qtr 3, Item# 113

 

  This software is used by traveling mechanics across the state to do diagnostics on state owned vehicles.

  Cummins Insite Software performs engine diagnostics and displays electronic engine information. Using this

  software application will reduce troubleshooting time, errors and incorrect procedures.  DOV has in previous

  years purchased software through DoIT which used to handle all computer/IT related procurements.

 

  75 annual licenses for Cummins Insite software

 

  This Emergency Purchase has an expected start date of 02/11/2025 through 05/10/2025 with an Original

  Estimated Cost of $29,452.50.

   Signed By:  David Thomas, APO

      Vendor:  Cummins Sales & Service                                                           Notary Date:           2/14/2025

                                Original                Revised              Paid To                Actual

                                Estimate               Estimate                  Date                  Final Cost                                 FY                    QTR

      State Cost:                        $29,452.50                                    $29,452.50            $29,452.50      25 4

   Federal                        $0.00                                                                   $0.00


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                               April 1,2025 through June 30, 2025

  194   Corrections, Department of                                                                    File Date:  5/27/2025

  Final Cost Statement

  Latest Filing – 05/27/25: FY25, Qtr 4, Item # 194

  The Actual Total Cost of FY25, Qtr 4, Item# 194  is $9,470,009.46, with the final contract term ending

 

 

  Second Filing – 05/16/2024: FY24, Qtr 4,  Item # 71

  An Emergency Purchase Extension was received on May 16, 2024 requesting an extension for dates starting

  05/25/2024 to 05/24/2025 at an additional estimated cost of $24,000,000.00, revising the total estimated cost to

  $30,000,000.00.

 

 

  Original Filing – 2/26/2024: FY24, Qtr 3, Item# 48

 

  This is a zero dollar contract, the State does not fund the expenses.

 

  The Vendor is able to provide needed commissary items to the Illinois Department of Corrections for its

  Individual in Custody and Correctional Facility Employees.

 

  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 and Correctional Facility Employees.

 

  This Emergency Purchase has an expected start date of 02/26/2024 through 05/24/2024 with an Original

  Estimated Cost of $6,000,000.00.

   Signed By:  Jacenta Wilson, APO

      Vendor:  Performance Food Group dba Vistar                                              Notary Date:           2/26/2024

                                Original                Revised              Paid To                Actual

                                Estimate               Estimate                  Date                  Final Cost                                 FY                    QTR

      State Cost:                    $6,000,000.00       $30,000,000.00       $9,470,009.46        $9,470,009.46      25 4

   Federal                        $0.00                                                                   $0.00


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                               April 1,2025 through June 30, 2025

  195   Corrections, Department of                                                                    File Date:  5/27/2025

 

  Final Cost Statement

  Latest Filing – 05/27/25: FY25, Qtr 4, Item # 195

  The Actual Total Cost of FY25, Qtr 4, Item# 195  is $137,472.06, with the final contract term ending.

 

 

  Original Filing – 6/25/2024: FY25, Qtr 1, Item# 2

 

  The vendor currently has the needed vans in stock and available for immediate purchase.

 

  The vendor will be providing two brand new 12 passenger vans. 2023 ProMaster 2500 VIN

  3C6LRVPG6PE546135, 2023 ProMaster 2500 VIN 3C6LRVPG7PE546127.

 

  This Emergency Purchase has an expected start date of 06/25/2024 through 09/23/2024 with an Original

  Estimated Cost of $137,472.06.

   Signed By:  Jacenta Wilson, APO

      Vendor:  Green Automotive                                                                    Notary Date:           6/25/2024

                                Original                Revised              Paid To                Actual

                                Estimate               Estimate                  Date                  Final Cost                                 FY                    QTR

      State Cost:                      $137,472.06                                   $137,472.06           $137,472.06      25 4

   Federal                        $0.00                                                                   $0.00


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                               April 1,2025 through June 30, 2025

  196   Transportation, Department of                                                               File Date:  9/24/2024

 

  Final Cost Statement

  Latest Filing –09/23/2024: FY25, Qtr 4, Item # 196

  The Actual Total Cost of FY25, Qtr 4, Item# 196  is $0.00, with the final contract term ending

 

 

  Second Filing – 08/08/2023: FY24, Qtr 1,  Item # 105

  An Emergency Purchase Extension was received on August 8, 2023 requesting an extension for dates starting

  08/10/2023 to 12/31/2023 at an additional estimated cost of $15,000.00, revising the total estimated cost to

  $25,000.00.

 

  Original Filing – 5/10/2023: FY23, Qtr 4, Item# 77

 

  The selected vendor is able to provide the needed bituminous mixtures.  Some of the mixtures are temperature-

  sensitive and cannot be transported over far distances.  The locations of the vendor's plants will reduce the risk

  of temperature sensitivity and facilitate the timeliness of required road repairs.  IDOT lacks adequate coverage

  for bituminous mixtures currently on recently executed contracts.

 

  Bituminous mixture for maintenance use, hot mix binder, hot mix surface, and cold mix.

 

Central

  Management Services is not providing master contracts and IDOT has an IFB in process of being published to

  get vendors under a term contract (B35662)

 

If this emergency procurement is not approved, IDOT will not

  have any means of procuring this material for necessary road repairs.

 

  This product requires that the vendor be within a certain distance from where the product is needed; therefore,

  we are utilizing all of our previously used vendors that have had IDOT bit mix contracts in the past.

 

  This Emergency Purchase has an expected start date of 05/08/2023 through 08/09/2023 with an Original

  Estimated Cost of $10,000.00.

   Signed By:  Aundra Williams, Bureau Chief

      Vendor:  General Contractors, Inc.                                                            Notary Date:           5/10/2023

                                Original                Revised              Paid To                Actual

                                Estimate               Estimate                  Date                  Final Cost                                 FY                    QTR

      State Cost:                        $10,000.00            $25,000.00                  $0.00                   $0.00      25 4

   Federal                        $0.00                                                                   $0.00


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                               April 1,2025 through June 30, 2025

  197   Capital Development Board                                                                    File Date:  5/29/2025

  Final Cost Statement

  Latest Filing –05/29/2025: FY25, Qtr 4, Item# 197

  An Actual Total Cost of FY25, Qtr 4, Item #197   is $30,000.00 was reported in the same filing quarter

 

 

  Second Filing – 10/16/2023: FY25, Qtr 4,  Item # 192

  An Emergency Purchase Extension was received on May 21, 2025 but date stamped & signed October 23,2023

  requesting an extension for dates starting 10/23/2023 to 07/15/2024 at an additional estimated cost of

  $37,100.00, revising the total estimated cost to $137,100.00.

 

 

  Original Filing – 7/26/2023: FY24, Qtr 1, Item# 28

 

  The scope of work provides for removal of the existing chiller on grade and replacing it with a new chiller sized

  according to the buildings anticipated loads. The scope also includes removing and replacing the concrete pad,

  various piping, and any other necessary accessories required to restore cooling to the Nielson Building. The

  scope shall provide for any associated electrical work and patchwork

  necessary to accommodate the mechanical work.

 

  The A/E will need to determine if any components of this project are eligible for a utility company or other

  energy grant/rebate and will be responsible for preparing and submitting the grant application if the project

  qualifies for the rebate.

 

  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 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 07/26/2023 through 10/23/2023 with an Original

  Estimated Cost of $100,000.00.

   Signed By:  Chris Miles, Exec II

      Vendor:  Architechnics, Inc.                                                                    Notary Date:           7/26/2023


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                               April 1,2025 through June 30, 2025

                                Original                Revised              Paid To                Actual

                                Estimate               Estimate                  Date                  Final Cost                                 FY                    QTR

      State Cost:                      $100,000.00          $137,100.00           $30,000.00            $30,000.00      25 4

   Federal                        $0.00                                                                   $0.00


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                               April 1,2025 through June 30, 2025

  198   Capital Development Board                                                                    File Date:  5/29/2025

 

  Final Cost Statement

  Latest Filing – 05/29/2025: FY25, Qtr 4, Item# 198

  An Actual Total Cost of FY25, Qtr 4, Item # 198 is $239,728.08 with the final contract term ending.

 

 

  Second Filing – 10/16/2023:  FY24,  Qtr 2,  Item # 134

  An Emergency Purchase Extension was received on October 16, 2023 requesting an extension for dates starting

   10/23/2023 to 07/15/2024. The extension expenditure is not assessed and will be charged for time only.

 

 

  Original Filing – 7/26/2023: FY24, Qtr 1, Item# 29

 

  The scope of work provides for removal of the existing chiller on grade and replacing it with a new chiller sized

  according to the buildings anticipated loads. The scope also includes removing and replacing the concrete pad,

  various piping, and any other necessary accessories required to restore cooling to the Nielson Building. The

  scope shall provide for any associated electrical work and patchwork necessary to accommodate the

  mechanical work.

 

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

   design documents provided by the Architect/Engineer of record. Section 01 29 00 PAYMENT PROCEDURES,

  will be strictly followed and adhered to. The sum of all items listed in the Contractor Schedule of Values should

  equal the contract award amount. Payment amounts will be approved based on proof of work actually

  performed and materials actually used. Construction Services provided under this procurement should not

  exceed $250,000.00, 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 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 07/26/2023 through 10/23/2023 with an Original

  Estimated Cost of $250,000.00.

   Signed By:  Chris Miles, Exec II

      Vendor:  Henson Robinson Co.                                                                Notary Date:           7/26/2023

                                Original                Revised              Paid To                Actual

                                Estimate               Estimate                  Date                  Final Cost                                 FY                    QTR

      State Cost:                      $250,000.00                                   $239,728.08           $239,728.08      25 4


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                               April 1,2025 through June 30, 2025

   Federal                        $0.00                                                                   $0.00


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                               April 1,2025 through June 30, 2025

  199   University of Illinois Chicago                                                                  File Date:  5/30/2025

  Final Cost Statement

  Latest Filing – 05/30/25: FY25, Qtr 4, Item # 199

  The Actual Total Cost of FY25, Qtr 4, Item# 199   is $148,192.06, with the final contract term ending.

 

 

  Second Filing -12/09/2022: FY23, Qtr 3, Item #67

  An Emergency Purchase Extension was received on January 09,2022 requesting an extension for dates starting

  01/26/2023 to 11/15/2024. The extension expenditure is not assessed and will be charged for time only.

 

 

  Original Filing – 10/28/2022: FY23, Qtr 2, Item# 20

 

  AT&T is the existing switched Ethernet service vendor for data/internet access for UIC- Division of Specialized

  Care for Children (DSCC). AT&T provides services for data/internet communication services given DSCC is

  not physically connected to UIC campus by university infrastructure. AT&T is the only vendor who can

  provide these services for all of our statewide offices and ensure no loss of service at the current pricing.

 

  The switched Ethernet services will cover statewide offices at DSCC with various Internet speeds based on the

  requirements of each office.  These services are critical for the daily business functions at DSCC and the

  university. The services will give DSCC the ability to send vital electronic communications, access software and

   meet university IT security requirements. 

 

  The current State of Illinois Master Contract expires on December 9, 2022 without any renewals. AT&T is the

  only vendor who can provide these services to all of DSCC's statewide offices.  Without an agreement in place,

  DSCC would see a large increase in monthly service fees due to AT&T's tariff pricing.  The financial impact to

  the university for the increase tariff pricing would go from $6,102 per month ($73,224 annually) to $ $11,340

  per month ($136,080 annually).   This would increase costs by $62,856 per year.   The university and/or State

  of Illinois procurement teams will work to ensure a RFP, or other state approved procurement process, is

  conducted prior to the end of this quick purchase term.  The lack of these service would disrupt DSCC's ability

  to partner with Illinois families and communities to help children and youth connect to the services and

  resources.

 

 

  This Emergency Purchase has an expected start date of 10/26/2022 through 10/27/2024 with an Original

  Estimated Cost of $146,448.00 using combination of fund types such as EAA, Federal Block Grant, and

  Aux/Self-Supporting Funds.

   Signed By:  Debra Matlock, Exec Dir

      Vendor:  AT&T                                                                                   Notary Date:           10/28/2022

                                Original                Revised              Paid To                Actual

                                Estimate               Estimate                  Date                  Final Cost                                 FY                    QTR


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                               April 1,2025 through June 30, 2025

      State Cost:                                                                                 $0.00                   $0.00      25 4

   Federal               $146,448.00                                                          $148,192.06

  200   Human Services, Department of                                                              File Date:  6/9/2025

 

  Final Cost Statement

  Latest Filing – 06/09/25: FY25, Qtr 4, Item #200

  The Actual Total Cost of FY25, Qtr 4, Item#200   is $313,493.00, with the final contract term ending.

 

  Second Filing – 11/4/2024: FY25, Qtr 2,  Item # 56

  An Emergency Purchase Extension was received on November 4, 2024 requesting an extension for dates

  starting 11/30/2024 to 11/29/2025 at an additional estimated cost of $277,999.75, revising the total estimated

  cost to $411,999.75.

 

 

  Original Filing – 08/28/2024: FY25, Qtr 1, Item# 18

 

  The facility relies on coal to fuel their power plant and Knight Hawk is the only supplier with immediate

  availability in the area.

 

  90 day supply coal approximately 2000 tons delivered. Coal is critical for Murray to provide heat and electricity

  to our facility. Murray is at critically low levels due to the contract not being renewed. 

 

  This Emergency Purchase has an expected start date of 09/01/2024 through 11/29/2024 with an Original

  Estimated Cost of $134,000.00.

   Signed By:  Jean Sandstrom, APO

      Vendor:  Knight Hawk Coal                                                                    Notary Date:           8/28/2024

                                Original                Revised              Paid To                Actual

                                Estimate               Estimate                  Date                  Final Cost                                 FY                    QTR

      State Cost:                      $134,000.00          $411,999.75         $313,493.00           $313,493.00      25 4

   Federal                        $0.00                                                                   $0.00


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                               April 1,2025 through June 30, 2025

  201   Transportation, Department of                                                               File Date:  5/27/2025

 

  Final Cost Statement

  Latest Filing – 05/27/25: FY25, Qtr 4, Item # 201

  The Actual Total Cost of FY25, Qtr 4, Item# 201  is $1,182,746.70, with the final contract term ending.

 

  Original Filing – 12/30/2024: FY25, Qtr 3, Item# 107

 

  Provide material and installation for the modular expansion joints near and within the EB I-70 to I 64 ramp in St.

  Clair County. This work will provide the necessary repairs to open back the l 64 ramp that has been closed for

  several months.

 

  This Emergency Purchase has an expected start date of 12/30/2024 through 03/29/2025 with an Original

  Estimated Cost of $2,000,000.00.

   Signed By:  Joseph Monroe, Dist 8 Operations Eng

      Vendor:  Kilian Corp                                                                             Notary Date:           12/30/2024

                                Original                Revised              Paid To                Actual

                                Estimate               Estimate                  Date                  Final Cost                                 FY                    QTR

      State Cost:                    $2,000,000.00                                 $1,182,746.70        $1,182,746.70      25 4

   Federal                        $0.00                                                                   $0.00


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                               April 1,2025 through June 30, 2025

  202   Central Management Services, Department of                                            File Date:  6/10/2025

 

  Final Cost Statement

  Latest Filing – 06/10/2025: FY25, Qtr 4, Item# 202

  An Actual Total Cost of FY25, Qtr 4, Item # 202  is $305,739.00 was reported in the same filing quarter as the

  second extension.

 

  Second Filing – 05/05/25:  FY25,  Qtr 4,  Item # 168

  An Emergency Purchase Extension was received on May 5, 2025 requesting an extension for dates starting

  05/18/2025 to 06/30/2025. The extension expenditure is not assessed and will be charged for time only.

 

 

  Original Filing – 2/19/2025: FY25, Qtr 3, Item# 124

 

  The vendor was chosen due to familiarity of the issue.  The vendor was doing a small roof repair and during the

   repair additional damage was found that requires the entire membrane roof to be replaced.  It is in danger of

  blowing away and exposing the entire building to damage.

 

  Estimated cost to replace the entire roof of J0803, 10 E. Collinsville, E. St. Louis, IL 62201, the Kenneth Hall

  Region Office Building.

 

  This Emergency Purchase has an expected start date of 02/18/2025 through 05/17/2025 with an Original

  Estimated Cost of $305,739.00.

   Signed By:  Martha Blackwell, Manager

      Vendor:  D.E. Martin Roofing Co.                                                             Notary Date:           2/19/2025

                                Original                Revised              Paid To                Actual

                                Estimate               Estimate                  Date                  Final Cost                                 FY                    QTR

      State Cost:                      $305,739.00                                   $305,739.00           $305,739.00      25 4

   Federal                        $0.00                                                                   $0.00


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                               April 1,2025 through June 30, 2025

  203   Toll Highway Authority, Illinois State                                                       File Date:  5/28/2025

 

  Final Cost Statement

  Latest Filing – 05/28/25: FY25, Qtr 4, Item # 203

  The Actual Total Cost of FY25, Qtr 4, Item# 203  is $49,462.00, with the final contract term ending.

 

 

 

  Original Filing – 12/16/2024: FY25, Qtr 2, Item# 21

 

  Other Funds - Tollway does not operate on State-appropriated funds, funded through toll revenue.

 

  ThermFlo, Inc. has a small purchase contract with the Tollway (which expires 12/16/2024) for Generator

  Rental Services which includes the following associated equipments: one (1) Liebert NPower 80kW UPS unit &

  battery cabinet; two (2) 225 Amp disruption panels & breakers; one (1) 600 Amp disconnect, outlets inside

  underfloor whips, cables and tails.

  The Generator Rental Services is required to ensure the Data Center is up and running without disruption. The

  Tollway would like to purchase the aforementioned equipment from ThermFlo, Inc. to ensure that no services

  will be disrupted when the current generator is replaced on 12/17/2024.

 

  Challenges of not purchasing this equipment from ThermFlo, Inc. is as follows:

  1.If the aforementioned equipment is not purchased, the system would need to be powered down. Powering

  down the Data Center to replace the generator will require IT vendors (Dell, Presidio, Accenture) to be on site

  to monitor their equipment, which will cost approximately $2K to $4K in man hours. In addition to the estimated

   cost, it may be difficult to schedule Dell, Accenture, and Presidio to be on site between now and 12/16/2024.

  2. It will take 1-2 days for ThermFlo, Inc. to remove the batteries, disruption panel, and associated cabling

  before new

  equipment can be installed.

  3. It will take 1-2 days to install new batteries, disruption panel, and associated cabling.

 

  By purchasing the equipment, there will be no network downtime because batteries, cabling and panel will

  remain in place. The purchase will also allow a quick transition between contracts since a temporary generator

  could be quickly changed while batteries maintain systems.

 

  Lastly, by purchasing the equipment, there will be no additional IT vendor costs.

 

  Items purchased through this contract are one (1) Liebert NPower 80kW UPS unit &. battery cabinet, two (2)

  225 Amp

  disruption panels & breakers, one (1) 600 Amp disconnect, outlets inside underfloor whips, cables and tails.

 

  This Emergency Purchase has an expected start date of 12/17/2024 through 01/31/2025 with an Original

  Estimated Cost of $49,462.00, using Other Funds. (Tollway Revenue)


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                               April 1,2025 through June 30, 2025

   Signed By:  Eric Occomy, Chief of Contract Serv

      Vendor:  ThermFlo, Inc.                                                                         Notary Date:           12/16/2024

                                Original                Revised              Paid To                Actual

                                Estimate               Estimate                  Date                  Final Cost                                 FY                    QTR

      State Cost:                        $49,462.00                                    $49,462.00            $49,462.00      25 4

   Federal                        $0.00                                                                   $0.00


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                               April 1,2025 through June 30, 2025

  204   Corrections, Department of                                                                    File Date:  5/27/2025

 

  Second Filing – 05/27/2025: FY25, Qtr 4,  Item # 204

  An Emergency Purchase Extension was received on May 27, 2025 requesting an extension for dates starting

  06/01/2025 to 05/31/2026 at an additional estimated cost of $938,925.00, revising the total estimated cost to

  $1,251,900.00.

 

 

  Original Filing – 03/04/2024: FY24, Qtr 3, Item# 51

 

  Chicago Advisors LLC was selected because they have extensive knowledge of the Offender/Youth 0360

  Application and has managed the system since Microsoft no longer could provide services on its designed

  system.

 

  Stabilization and support is defined as vendor provided end-user services that allows for previously developed

  applications to be retooled and adjusted in order to achieve continuous and uninterrupted service delivery. The

  scope of services include: programming modifications, minor development, addressing outstanding technical

  debts, and testing needed to validate application performance and accuracy in data reporting. Stabilization and

  support does not include system redesigns, staff training, or expansion of applications beyond the scope of what

   is already in process or materially different than previously scoped services.

 

 

 

Examples of work to be performed under this contract include, but are not limited to, addressing work flow

  process errors, stabilizing the application, testing of existing programs and applications, providing routine and

  as-needed maintenance, and implementing Offender/Youth 360 software platforms.

 

  This Emergency Purchase has an expected start date of 03/04/2024 through 05/31/2024 with an Original

  Estimated Cost of $312,975.00.

   Signed By:  Jacenta Wilson, APO

      Vendor:  Chicago Advisors. LLC                                                              Notary Date:           3/4/2024

                                Original                Revised              Paid To                Actual

                                Estimate               Estimate                  Date                  Final Cost                                 FY                    QTR

      State Cost:                      $312,975.00        $1,251,900.00                  $0.00                   $0.00      25 4

   Federal                        $0.00                                                                   $0.00


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                               April 1,2025 through June 30, 2025

  205   Corrections, Department of                                                                    File Date:  6/9/2025

 

  Third Filing – 06/09/2025: FY25, Qtr 4,  Item # 205

  An Emergency Purchase Extension was received on June 9, 2025 requesting an extension for dates starting

  07/01/2025 to 10/31/2025 at an additional estimated cost of $1,600,000.00, revising the total estimated cost to

  $5,200,000.00.

 

 

  Second Filing – 12/18/2024: FY25, Qtr 2,  Item # 84

  An Emergency Purchase Extension was received on December 18, 2024 requesting an extension for dates

  starting 12/24/2024 to 06/30/2025 at an additional estimated cost of $2,400,000.00, revising the total estimated

  cost to $3,600,000.00.

 

 

  Original Filing – 09/25/2024: FY25, Qtr 1, Item# 33

 

  The vendor will provide global positioning systems (GPS) and radio (RF) electronic monitoring equipment

  related services for individuals being monitored outside of correctional facilities.

 

 

  This Emergency Purchase has an expected start date of 09/25/2024 through 12/24/2024 with an Original

  Estimated Cost of $1,200,000.00.

   Signed By:  Jacenta Wilson, APO

      Vendor:  BI Incorp                                                                               Notary Date:           9/25/2024

                                Original                Revised              Paid To                Actual

                                Estimate               Estimate                  Date                  Final Cost                                 FY                    QTR

      State Cost:                    $1,200,000.00        $5,200,000.00                  $0.00                   $0.00      25 4

   Federal                        $0.00                                                                   $0.00


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                               April 1,2025 through June 30, 2025

  206   Finance Authority, Illinois                                                                      File Date:  6/16/2025

 

  Final Cost Statement

  Latest Filing – 06/16/25: FY25, Qtr 4, Item # 206

  The Actual Total Cost of FY25, Qtr 4, Item# 206  is $14,470.00, with the final contract term ending.

 

 

  Original Filing – 2/19/2025: FY25, Qtr 3, Item# 114

 

  State project tax credit facilitation: perform pre-construction tax credit eligibility, post-construction tax credit

  substantiation, and direct pay filing processes for IFA and state agency projects.

Public Funding Identification,

  Sourcing, and Deployment: Support IFA and state agencies with the identification, sourcing, and deployment of

  available funding to eligible energy projects.

IRA Tax Credit Eligibility: Provide technical assistance to help

  organizations understand IRA tax credit eligibility and calculate tax credit value for projects submitted to IFA

  programs.

Clean Energy Expansion, Attraction, and Retention: Engage with clean energy business leaders to

  facilitate economic growth and retention in Illinois. Based on project attributes, identify potential funding sources

   and recommend optimal incentive package for projects submitted to IFA programs. 

 

  This Emergency Purchase has an expected start date of 02/18/2025 through 05/20/2025 with an Original

  Estimated Cost of $250,000.00, using Federal Funds.

   Signed By:  Chris Meister, Exec Director

      Vendor:  Baker Tilly Us, LLP                                                                  Notary Date:           2/19/2025

                                Original                Revised              Paid To                Actual

                                Estimate               Estimate                  Date                  Final Cost                                 FY                    QTR

      State Cost:                               $0.00                                           $0.00                   $0.00      25 4

   Federal               $250,000.00                                                            $14,470.00


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                               April 1,2025 through June 30, 2025

  207   Central Management Services, Department of                                            File Date:  6/11/2025

 

  Final Cost Statement

  Latest Filing – 06/11/25: FY25, Qtr 4, Item # 207

  The Actual Total Cost of FY25, Qtr 4, Item# 207  is $441,934.29, with the final contract term ending.

 

 

  Third Filing – 11/27/2023: FY24, Qtr 2,  Item # 156

  An Emergency Purchase Extension was received on November 27, 2023 requesting an extension for dates

  starting 11/30/2023 to 11/29/2024 at an additional estimated cost of $76,800.00, revising the total estimated cost

   to $363,000.00.  Reported in the same filing quarter.

 

 

  Second Filing – 08/08/2023: FY24, Qtr 2,  Item # 145

  An Emergency Purchase Extension was received on October 26, 2023 requesting an extension for dates starting

   11/30/2022 to 11/29/2023 at an additional estimated cost of $214,450.00, revising the total estimated cost to

  $286,000.00.

 

 

  Original Filing – 08/24/2022: FY23, Qtr 1, Item# 30

 

  CMS has released three solicitations for parking in downtown Chicago with the downtown Chicago area divided

   into three zones:

 

 

Zone 1, Geographical parameters:  Wacker Drive on the west; Wacker Drive on the north; Washington

  Street to the south and State Street to the east

 

 

Zone 2, Geographical parameters: West Lake Street to the north; Van Buren Street to the south; North/South

   Halsted Street on the west and South Wacker Drive to the east

 

 

Zone 3, Geographical parameters: State Street to the west; Randolph Street to the north; Van Buren Street to

   the south and Columbus Drive on the east.

 

 

          21-416CMS-BOSS4-B-20492 (for Zone 2 only) – bids opened 09/01/2021 and no bids were received.

 

          22-416CMS-BOSS4-B-25789 (for Zone 2 only) – bids opened 01/07/2022 and no bids were received.

   

        22-416CMS-BOSS4-B-27729 (for all Zones) – bids opened 04/07/2022 with a single bidder for Zone 3 only.

 

 

555 W Monroe is a new State of Illinois facility in Zone 2, where there is not a current contract for parking,

   which houses many of the occupants who were moved from the James R. Thompson Center at 100 W

  Randolph St in Zone 1 due to its sale.

 

 

The current contracts for parking in Zones 1 and 3 (18-416CMS-BOSS4-P-1586 and 18-416CMS-BOSS4-

  P-2724) were extended through 12/31/2022 to allow time for completion of a new competitive process.

 

 

CMS requested quotes for secure parking spaces for 200 State-owned vehicles from multiple vendors near

  the State facility at 555 W Monroe Street in Chicago.  CMS negotiated, but could not come to terms with, a

  parking facility at 500 W Monroe St who provides parking at 500 W Monroe St for the Illinois Treasurer's

  Office.  Subsequently, CMS began negotiations with the contracting vendor and was able to reach an agreement

   for up to 90 secure parking spaces split between parking facilities at 32 S Jefferson St and 1 N Halsted St in

  Chicago.

 

  Vendor will provide up to 90 secure parking spaces split between parking facilities at 32 S Jefferson St and 1 N


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                               April 1,2025 through June 30, 2025

  Halsted St in Chicago.

 

  This Emergency Purchase has an expected start date of 09/01/2022 through 11/29/2022 with an Original

  Estimated Cost of $71,550.00.

   Signed By:  Will Stephens, APO

      Vendor:  LAZ Parking Chicago, LLC                                                         Notary Date:           8/24/2022

                                Original                Revised              Paid To                Actual

                                Estimate               Estimate                  Date                  Final Cost                                 FY                    QTR

      State Cost:                        $71,550.00          $363,000.00         $441,934.29           $441,934.29      25 4

   Federal                        $0.00                                                                   $0.00


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                               April 1,2025 through June 30, 2025

  208   Illinois State University                                                                         File Date:  6/17/2025

 

  Second Filing – 06/17/25:  FY25,  Qtr 4,  Item #208

  An Emergency Purchase Extension was received on June 17, 2025 requesting an extension for dates starting

  06/24/2025 to 11/01/2026. The extension expenditure is not assessed and will be charged for time only.

 

 

  Original Filing – 4/1/2025: FY25, Qtr 4, Item# 314

 

  Recent structural evaluations and an increased frequency in interior damage caused by water intrusion, ISU is

  seeking an expeditious approval and execution of the project to repair the integrity of the Fell Hall roof.  There

  are several areas where the shingles are missing and the substrate is exposed to the elements.  There are also

  several locations where birds and bats have accessed and nested in the interstitial spaces through rotted voids in

  the soffits and eaves.  Water intrusion into a building is often a catalyst for conditions that compromise building

  materials as well as creating negative impacts to indoor air quality. 

 

  Illinois State University now believes the roof replacement is an urgent project. Subsequently, the university has

  requested and received an updated proposal from P.J. Hoerr and Bailey Edward Design to perform a condition

  assessment and minor repairs so that the building can be stabilized, and a proper scope of work can be

  developed to remedy the current condition of the facility.

  [please see attachment for additional details]

 

  Complete condition assessment and temporary repairs necessary to stabilize the building, and replacement of the

   roof, soffit, and eaves.

 

  This Emergency Purchase has an expected start date of 04/01/2025 through 11/1/2025 with an Original

  Estimated Cost of $200,000.00, using Academic Enhancement Funds.

   Signed By:  Stacy Brown, Int Dir of Purchases

      Vendor:  PJ Hoerr Inc.                                                                           Notary Date:           4/1/2025

                                Original                Revised              Paid To                Actual

                                Estimate               Estimate                  Date                  Final Cost                                 FY                    QTR

      State Cost:                      $200,000.00                                           $0.00                   $0.00      25 4

   Federal                        $0.00                                                                   $0.00


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                               April 1,2025 through June 30, 2025

  209   Southern Illinois University                                                                    File Date:  6/17/2025

 

  Second Filing – 06/17/2025: FY25, Qtr 4,  Item #209

  An Emergency Purchase Extension was received on June 17, 2025 requesting an extension for dates starting

  06/23/2025 to 10/03/2025 at an additional estimated cost of $46,580.00, revising the total estimated cost to

  $145,480.00. Reported in the same filing quarter

 

 

  Original Filing – 3/19/2025: FY25, Qtr 4, Item# 313

 

  The vendor is theonly vendor who Is able and willing to make necessary lifesafety repairs to the existing

  bleachers in the Banterra

  Center.

 

  Repair,service and tune up all bleachers,drums,rods, locks and folding retractable seating.

 

  This Emergency Purchase has an expected start date of 03/19/2025 through 06/23/2025 with an Original

  Estimated Cost of $98,900.00.

   Signed By:  Mark Owens, Director

      Vendor:  Heartland Leasing Services                                                         Notary Date:           3/19/2025

                                Original                Revised              Paid To                Actual

                                Estimate               Estimate                  Date                  Final Cost                                 FY                    QTR

      State Cost:                        $98,900.00          $145,480.00                  $0.00                   $0.00      25 4

   Federal                        $0.00                                                                   $0.00


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                               April 1,2025 through June 30, 2025

  210   Environmental Protection Agency                                                            File Date:  6/9/2025

 

  Final Cost Statement

  Latest Filing – 06/09/2025: FY25, Qtr 4, Item# 210

  An Actual Total Cost of FY25, Qtr 4, Item # 210  is $75,000.00 with the final contract term ending, purchase

  was reported in the same filing quarter.

 

 

  Second Filing – 05/29/2025:  FY25,  Qtr 4,  Item # 190

  An Emergency Purchase Extension was received on May 29, 2025 requesting an extension for dates starting

  06/03/2025 to 08/02/2025. The extension expenditure is not assessed and will be charged for time only.

 

 

  Original Filing – 3/6/2025: FY25, Qtr 3, Item# 122

 

  Clean up and restoration of flooded IEPA documents. The documents will need to be dried, separated and

  restored. This is quite an extensive process.

 

• There are 7 file drawers that were hung out to dry today.

• Files

  remaining in the file room are currently being rotated 90° or 180° inside the drawer to expose the wet part over

  the weekend.

• All BOL, BOA and miscellaneous BOW boxes that were on the ground (the most saturated files)

  were moved next door to the Larkin Building.

 

The approximate total drawers needing restored are as

  follows:

80 drawers total:

                42 BOW File Drawers (8 Drawers Dry or Drying, 34 Remaining)

      

           31 BOL File Drawers (31 Remaining)

                7 BOA File Drawers  (7 Remaining)

 

 

  This Emergency Purchase has an expected start date of 03/03/2025 through 06/02/2025 with an Original

  Estimated Cost of $60,000.00.

   Signed By:  Andrew Shackelford, APO

      Vendor:  Serv Pro of Peoria                                                                     Notary Date:           3/6/2025

                                Original                Revised              Paid To                Actual

                                Estimate               Estimate                  Date                  Final Cost                                 FY                    QTR

      State Cost:                        $60,000.00                                    $75,000.00            $75,000.00      25 4

   Federal                        $0.00                                                                   $0.00


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                               April 1,2025 through June 30, 2025