LIST OF EMERGENCY PURCHASE AFFIDAVITS

                              FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                           January 1, 2014 through March 31, 2014

  1      COMPTROLLER - FISCAL OFFICER                                                             File   3/10/2014

  The Office of the Comptroller requests an emergency purchase of IT Disaster Recovery Services.  We

  have received proposals from Solicitation 22032665 RFP 14-006 on 02/19/14 and our current contract

  ends 02/28/14.  We will need additional time to evaluate proposals and make sure that the DR

  configuration is in the best interest of the State.  The original estimated cost is $5,200 a month up to 6

  months, for a maximum total of $31,200.00. The original estimated cost is $31,200.00.

   Signed       Markus Veile, Assistant Comptroller

      Vendor   SunGard Availability Services                                                 Notary 3/3/2014

                                   Estimate                Actual                                       FY    QTR

      State                     $31,200.00                  $0.00                                        14         3

      Federal Cost                 $0.00                  $0.00

  2      CENTRAL MANAGEMENT SERVICES                                                           File   3/24/2014

  Under Section 20.30 of the Procurement Code the Department of Central Management Services (CMS)

  would like to extend its contract with Motorola Solutions Inc. for Statewide Radio Maintenance for 6

  months.  Statewide Radio Maintenance is currently being provided by the Motorola Solutions which

  expires 2/27/14.  The Department of Central Management Services has issued an IFB for the replacement

  contract.  The response is currently being reviewed for BEP compliance.  If approved, the IFB will replace

   the Emergency Extension Contract.  If not, the Department of Central Management Services will seek a

  sole source contract with Motorola to replace this emergency contract. The original estimated cost is

   Signed       Craig Holloway, Procurement Manager

      Vendor   Motorola Solutions Inc.                                                        Notary       2/14/2014

                                   Estimate                Actual                                       FY    QTR

      State                   $750,000.00                  $0.00                                        14         3

      Federal Cost                 $0.00                  $0.00


                                   LIST OF EMERGENCY PURCHASE AFFIDAVITS

                              FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                           January 1, 2014 through March 31, 2014

  3      CENTRAL MANAGEMENT SERVICES                                                           File   3/24/2014

  The previous statewide master contract for tower maintenance CMS267240 was awarded (IFB) to Hi-Tech

   Tower, Inc. effective 7/1/12 through 6/30/2014.  However Hi-Tech Towers, Inc. failed to perform work

  under the existing contract.  Unified Tower Solutions was the next lowest bidder when the contract was bid

  last year.  The State requires the services of a qualified tower maintenance contractor to perform such

  emergency repairs to maintain compliance with FCC and FAA standards until such time as a new contract

  can be established. The original estimated cost is $230,000.00.

   Signed       James Ellenberg, Procurement Manager for CMS BCCS

      Vendor   Unified Tower Solutions, Inc.                                                 Notary       3/20/2014

                                   Estimate                Actual                                       FY    QTR

      State                   $230,000.00                  $0.00                                        14         3

      Federal Cost                 $0.00                  $0.00


                                   LIST OF EMERGENCY PURCHASE AFFIDAVITS

                              FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                           January 1, 2014 through March 31, 2014

  4      NATURAL RESOURCES, DEPARTMENT OF                                                  File   1/14/2014

  The Department of Natural Resources (IDNR) requires construction services to provide emergency repairs

  to the conference center and banquet hall at the Rend Lake Resort located at Wayne Fitzgerald State Park.

    On the evening of January 7, 2014, water pipes for the fire suppressor system broke causing extensive

  damage to carpet and hard wood flooring, walls, ceiling tiles and furnishings.

 

  The fire department responded to an alarm sounding at the Resort to find water spilling from the ceiling

  and flooding the conference rooms, banquet room and entrance hall.  The power company was notified to

  cut the power to the facility before anyone could enter to shut off the main water valves.  Some areas had

  as much as six (6) inches of standing water and furniture floating.  Vactor trucks, dehumidifiers, and fans

  were brought in to begin removing the water, but approximately 9500 sq. ft. of carpet is ruined, 3200 sq ft.

   of wood flooring has already begun to warp and sheet rock in the lower wall sections is saturated.

 

  Immediate repairs are necessary to restore the building's structure and prevent further deterioration and

  mold growth. The Resort is a leased concession operation with the state and under its present condition is

  unsuitable to host any events.

 

  The vendor selected was immediately available to begin work, has the manpower, the equipment needed to

  perform the work, is a certified small business vendor, is familiar with the Park and resort and has

  performed services for DNR in a most satisfactory manner. The original estimated cost is $175,000.00.

   Signed       Melissa Omil, State Purchasing Office for DNR

      Vendor   Lake Contracting LLC                                                          Notary       1/13/2014

                                   Estimate                Actual                                       FY    QTR

      State                   $175,000.00                  $0.00                                        14         3

      Federal Cost                 $0.00                  $0.00


                                   LIST OF EMERGENCY PURCHASE AFFIDAVITS

                              FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                           January 1, 2014 through March 31, 2014

  5      CORRECTIONS - GENERAL OFFICE                                                             File   12/18/2013

  The Illinois Department of Corrections is requesting a 90 day continuation of the Global Positioning

  Services (GPS) under contract #0907034 for Parolees/and or committed felons with the current vendor.

  This is for the time frame of 9/30/2013 to 12/28/2013 and an extension for 12/29/2013 to 3/28/2014.

  The estimated cost is $750,000.00.

   Signed       Alyssa Williams-Shafer, PSA Sex Offender Services

      Vendor   BI Incorporated                                                                   Notary       12/16/2013

                                   Estimate                Actual                                       FY    QTR

      State                   $750,000.00                  $0.00                                        14         3

      Federal Cost                 $0.00                  $0.00

  6      CORRECTIONS - GENERAL OFFICE                                                             File   1/3/2014

  Condensate leak at the North Cellhouse.  The pipe is leaking return condensate from steam heating

  equipment used to heat the cellhouse.  It is leaking bad enough that band clamps cannot be used. A letter

  was received on March 5, 2014 reporting the work was completed within FY 14 Qtr 3. The original

  estimated cost is $20,000.00. Final cost is $19,469.67.

   Signed       Randy Pfister, Warden

      Vendor   Mid Illinois Mechanical                                                        Notary       12/9/2013

                                   Estimate                Actual                                       FY    QTR

      State                     $20,000.00           $19,469.67                                        14         3

      Federal Cost                 $0.00                  $0.00


                                   LIST OF EMERGENCY PURCHASE AFFIDAVITS

                              FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                           January 1, 2014 through March 31, 2014

  7      CORRECTIONS - GENERAL OFFICE                                                             File   1/29/2014

  Vienna Correctional Center lost power on 1/7/14 causing problems with the switch yard and generator

  functions.  Repairs had to be made to the facility's switch yard and generator functions for electricity and

  the production of steam for the facility's hot water and steam heat in order to prevent additional life

  safety issues for the offenders and employees of Vienna Correctional Center and to prevent further loss to

  state equipment. A letter was received on February 26, 2014 reporting the work was completed within

  FY14 Qtr 3. The original estimated amount is $30,000.00. Final Total Cost $17,948.31.

   Signed       Randy J. Davis, Warden

      Vendor   Various                                                                            Notary 1/9/2014

                                   Estimate                Actual                                       FY    QTR

      State                     $30,000.00           $17,948.31                                        14         3

      Federal Cost                 $0.00                  $0.00

  8      CORRECTIONS - GENERAL OFFICE                                                             File   1/29/2014

  Energy Kit on a PVI Water Heater at Pittsfield Work Camp needs to be repaired or replaced along with

  related flue pipes and water back flow preventers. Currently, maintenance staff has to keep resetting the

  Water Heater when it breaks down. The Water Heater supplies hot water to two housing units which

  includes 400 inmates.

   Signed       Marvin Reed, Warden @ JCC

      Vendor   Doyle Plumbing                                                                  Notary       1/10/2014

                                   Estimate                Actual                                       FY    QTR

      State                     $15,000.00                  $0.00                                        14         3

      Federal Cost                 $0.00                  $0.00


                                   LIST OF EMERGENCY PURCHASE AFFIDAVITS

                              FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                           January 1, 2014 through March 31, 2014

  9      CORRECTIONS - GENERAL OFFICE                                                             File   2/11/2014

  The current contract for uniforms was awarded to Uniformity who has just recently gone out of business

  due to the parent company filing for bankruptcy.  Uniformity filled what orders they were able to up to

  11/08/13, however, there are some orders that were not filled.  In order to continue to keep staff in

  uniform, it is necessary to file an emergency to purchase backordered uniform pieces, fill current uniform

  replacement needs, and future orders for 2 cadet classes in the spring of 2014.  CMS is working on

  rebidding this contract.  2/6/14 - New contract still not in place but in process of being bid.  CPO approved

   90 day extension of original emergency. The original estimated cost is $194,283.32.

   Signed       Julie E. Kennedy, Purchasing Unit Supervisor

      Vendor   Ray O'Herron Co, Inc.                                                          Notary 2/6/2014

                                   Estimate                Actual                                       FY    QTR

      State                   $194,283.32                  $0.00                                        14         3

      Federal Cost                 $0.00                  $0.00


                                   LIST OF EMERGENCY PURCHASE AFFIDAVITS

                              FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                           January 1, 2014 through March 31, 2014

  10     CORRECTIONS - GENERAL OFFICE                                                             File   3/10/2014

  To establish an Emergency Purchase for Wheat and White Flour (796,000 pounds) 14,300 Bags, in order

  to meet Illinois Correctional Industries needs.  Wheat and White Flour are needed raw materials for the

  production of Bread, Buns and other food staples required to provide Illinois Department of Corrections,

  Illinois Department of Human Services, Illinois Department of Juvenile Justice, Illinois Department of

  Veterans Affairs, and various local School Districts, the bread they need to serve meals.  This Emergency

  Purchase is the result of no current contract in place for the purchase of said raw materials.  So as not to

  interrupt customer demands and prevent or minimize serious disruption to the Illinois Department of

  Corrections and other State Agencies, it is imperative that the Emergency Purchase of the previously

  mentioned Wheat and White Flour be made.  The amount ordered will provide sufficient amounts of

  Wheat and White Flour needed for the production and sales of various bread and bun products needed to

  provide to IDOC, IDJJ, IDHS, Veterans Affairs, and various local School Districts over the next three

  months, while the contract is being finalized by CMS. The original estimated cost is $184,000.00.

   Signed       Joe Aholt, CEO

      Vendor   Bianchi Milling, Inc.                                                            Notary 3/6/2014

                                   Estimate                Actual                                       FY    QTR

      State                   $184,000.00                  $0.00                                        14         3

      Federal Cost                 $0.00                  $0.00

  11     CORRECTIONS - GENERAL OFFICE                                                             File   3/13/2014

  Boilers providing the sole source of heat to four (4) housing units inhabited by 1,100 inmates and the

  Segregation Unit housing 203 inmates are failing.  One boiler has been shut down and is inoperable and the

  remaining boiler has begun leaking significantly.  While the second boiler is still in operation, complete

  failure is imminent leaving all of these housing units without heat. A letter was received on March 13,

  2014 reporting the work was completed within FY 14 Qtr 3.  The original estimated cost is $28,000.00.

  The final cost is $36,200.00.

   Signed       Marc G. Hodge, Warden

      Vendor   Jarvis Welding LLP                                                              Notary       2/25/2014

                                   Estimate                Actual                                       FY    QTR

      State                     $28,000.00           $36,200.00                                        14         3

      Federal Cost                 $0.00                  $0.00


                                   LIST OF EMERGENCY PURCHASE AFFIDAVITS

                              FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                           January 1, 2014 through March 31, 2014

  12     CORRECTIONS - GENERAL OFFICE                                                             File   3/13/2014

  This emergency is for the continuation of waste removal contract 8508001 for the removal of waste from

   Shawnee Correctional Center.  This is necessary to prevent serious disruption to the facility and to

  maintain a safe and sanitary environment for the residents and staff that reside and work there. The final

   Signed       Allan Martin, Warden, Shawnee Correctional Center

      Vendor   Midwest Waste                                                                   Notary       3/10/2014

                                   Estimate                Actual                                       FY    QTR

      State                            $0.00           $14,820.00                                        14         3

      Federal Cost                 $0.00                  $0.00

  13     HUMAN SERVICES, DEPARTMENT OF                                                         File   1/24/2014

  The conditions and circumstances requiring the emergency purchase, including reason for selection of the

  particular contractor are:  The recent extreme deep freeze weather conditions have caused freeze ups and

  damage to the facility sprinkler system and hot water system.  Areas affected were the Program Building

  and the connecting corridor that leads to the Hartman Building and Old FTP Building.  The areas where

  the damage occurred had drywall ceilings, limiting staff access.  Openings were cut into the drywall to make

   visual inspections and allow for facility preliminary assessment of the damage.  Pipes were broken, fittings

   cracked, and sprinkler heads popped off.  The pipes were still covered with ice and the water is shut off to

  this area, effectively disabling the sprinkler system and hot water to the Program Building.  Currently

  there is no Fire Suppression system to save this area other that fire extinguishers and staff conducting fire

  watch tours.  It is critical that repairs are completed immediately because the area houses the patients unit

  and vocational services programs.  The fire suppression system is a "wet" system.  This means that the

  pipes are filled with water all the time.  Because of this, the extent of the damage will not be known until

  the known damage is repaired and the system pressurized.  There could be additional damage that will need

  to be repaired in order to have a functioning system.  The original estimated cost is $75,000.00.

   Signed       Paul Brock, Hospital Administrator

      Vendor   Liberty Fire Protection System                                                Notary       1/22/2014

                                   Estimate                Actual                                       FY    QTR

      State                     $75,000.00                  $0.00                                        14         3

      Federal Cost                 $0.00                  $0.00


                                   LIST OF EMERGENCY PURCHASE AFFIDAVITS

                              FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                           January 1, 2014 through March 31, 2014

  14     HUMAN SERVICES, DEPARTMENT OF                                                         File   2/25/2014

  Our facility requires a daily pick up of soiled linens, towels, etc. and a daily delivery of clean linens and

  towels. Since the termination of our FY13-14 vendor on or around 7-18-13, we have had to rely on Small

  Purchase contracts while awaiting the approval of our IFB which has been bid several times.  The current

  IFB which carried a 25% BEP goal is currently under protest.  Our facility has completed 2 small purchase

  agreements and an extension while awaiting these results.  Since our current small purchase contract

  expires on 2-21-14, we are in dire need of an Emergency Affidavit contract approval.  This emergency

  contract will be set to start on 2/23/14 and expire on 5/22/14 at the latest.  The vendor who has been

  chosen to do the work is a previously contracted vendor who knows our facility's procedures, and

  graciously offered to work with us while awaiting results of the IFB bid.  The original estimated cost is

   Signed       Waverly Robinson, SPSA Facility Director

      Vendor   Wauwatosa Laundry & Dry Cleaning                                        Notary       2/20/2014

                                   Estimate                Actual                                       FY    QTR

      State                     $30,000.00                  $0.00                                        14         3

      Federal Cost                 $0.00                  $0.00


                                   LIST OF EMERGENCY PURCHASE AFFIDAVITS

                              FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                           January 1, 2014 through March 31, 2014

  15     STATE POLICE, DEPARTMENT OF                                                               File   12/18/2013

  The Illinois State Police (ISP) has been monitoring a new avenue source for funding cadet classes and has

  determined it has sufficient resources to move forward with another cadet class in fiscal year 2014. 

  Accordingly, the ISP needs to prepare for Cadet Class 124 to begin February 2, 2014.  Part of these

  preparations requires securing a contract for psychological testing of Cadet Candidates pursuant to the

  ISP's Occupational Medical Standards.  The ISP's currently developing a Request for Proposal (RFP) for a

  four-year contract for psychological testing but will not be able to complete that process in time for Cadet

   Class 124 as the established start date does not allow sufficient time to identify parameters for the

  contract, solicit bids, and identify a successful bidder.  Because of budget restrictions, the start date for the

  class cannot be changed.  Further psychological testing is required by the ISP's Occupational Medical

  Standards and has already been implemented for prior cadet classes.  Given the potential for liability both

  as it pertains to discrimination claims from past applicants and public safety claims, the ISP needs to

  secure an emergency contract.  The ISP recommends Campion-Barrow and Associates as they have

  provided such services for Cadet Class 123 and demonstrated an understanding of the ISP's Occupational

  Medical Standards as well as the relevant state and federal law.  The original estimated cost is $18,750.00.

   Signed       Hiram Grau, Director

      Vendor   Campion-Barrow and Associates                                              Notary       12/16/2013

                                   Estimate                Actual                                       FY    QTR

      State                     $18,750.00                  $0.00                                        14         3

      Federal Cost                 $0.00                  $0.00


                                   LIST OF EMERGENCY PURCHASE AFFIDAVITS

                              FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                           January 1, 2014 through March 31, 2014

  16     STATE POLICE, DEPARTMENT OF                                                               File   2/28/2014

  The Illinois State Police (ISP) is currently in the second year of a two-year avionics contract with JA

  Avionics in Aurora, Illinois.  The contract was originally obtained using the small purchase method.  The

  ISP is also currently in the third year of a three year maintenance contract with Klemm Aero Repair,

  which was publicly bid to begin in FY'12 (posting number 22021437).  A medical condition with Kerns

  Aero Repair mechanic has left him unable to perform some of the maintenance currently required for on

  of the ISP's airplanes. Therefore the ISP utilized the existing contract with JA Avionics to perform this

  work.  When taken to JA Avionics for the aircraft's annual inspection, it was found that a FAA mandated

  removal and repair of the exhaust systems is also required.  This unexpected repair will bring the repair to

  approximately $25,000 causing the ISP's exceed the $50,000 limit on the contract with JA Avionics.  

  The aircraft is used to provide critical aerial support for ISP and all other law enforcement agencies in

  Illinois.  Missions provided include missing person searches, surveillance of criminal suspects, aerial

  photography details, air speed checks, drug interdiction details, and transportation flights to more

  personnel for time sensitive reasons.  This aircraft is currently at JA Avionics and cannot be released from

   the facility until these repairs are made.  The original estimated cost is $25,000.00.

   Signed       Hiram Grau, Director of the IL State Police

      Vendor   Joliet Avionics, Inc.                                                             Notary       2/26/2014

                                   Estimate                Actual                                       FY    QTR

      State                     $25,000.00                  $0.00                                        14         3

      Federal Cost                 $0.00                  $0.00


                                   LIST OF EMERGENCY PURCHASE AFFIDAVITS

                              FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                           January 1, 2014 through March 31, 2014

  17     TRANSPORTATION, DEPARTMENT OF                                                         File   12/27/2013

  Recent heavy rains followed by freezing temperatures have resulted in extensive pavement surface failures

  in the right lane of both northbound and southbound I-57 in Marion County from Jefferson County Line

  to approximately 9.5 miles north.  The proposed work consists of providing traffic control.  The

  Department received numerous reports of extensive pavement failures on December 21, 2013.  upon

  inspection, the Sector leadworker reported the same.  District 8 Bureau of Operations did not have

  sufficient forces, equipment, and traffic control devices to address the issues and contacted Traffic Control

   Company to set-up lane closures and traffic control devices as required.  The traffic control will remain in

   place until the Department is able to retain a contractor to repair the pavement surface via emergency

  affidavit/contract.  Due to the emergency nature of the desired response is ensure the safety of the

  motoring public and emergency first responders, quotations were not solicited.  As the issues arose the

  Saturday before Christmas, Traffic Control Company was selected because they were first to respond to

  our calls, are pre-qualified and experienced, plus have the manpower, staffing and equipment to

  immediately mobilize and complete the project.  The original estimated cost is $200,000.00.

   Signed       Jeffery L. Klein, Deputy Director of Highways/Region 5

      Vendor   Traffic Control Company                                                       Notary       12/23/2013

                                   Estimate                Actual                                       FY    QTR

      State                   $200,000.00                  $0.00                                        14         3

      Federal Cost                 $0.00                  $0.00


                                   LIST OF EMERGENCY PURCHASE AFFIDAVITS

                              FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                           January 1, 2014 through March 31, 2014

  18     TRANSPORTATION, DEPARTMENT OF                                                         File   1/8/2014

  The district has had several snow call-outs in a row.  The northern team sections are almost out of salt. 

  These units have ordered salt, but it is on backorder.  Our vendors have been less than responsive to our

  back-orders.  We need to move the salt that we have on hand from southern locations in the district to

  these northern locations.  We have been told that the salt companies will not be able to fulfill our back

  orders until next week.  We are expecting more snow on January 2, and through the weekend.  In order to

  accomplish this transfer, we are going to rent trucks from several trucking companies.  The original

   Signed       John Fortmann, Deputy Director, District 1

      Vendor   BBD Trucking                                                                    Notary 1/2/2014

                                   Estimate                Actual                                       FY    QTR

      State                     $75,000.00                  $0.00                                        14         3

      Federal Cost                 $0.00                  $0.00

  19     TRANSPORTATION, DEPARTMENT OF                                                         File   1/16/2014

  Recent heavy rains followed by intense snow and freezing temperatures have resulted in extensive

  pavement surface failures in northbound and southbound I-57 within Marion County from the Jefferson

  County Line to approximately 9.6 miles north near US 50.  The proposed work will consist of proving

  traffic control, pavement rolling, partial depth patching, full-depth patching, asphalt resurfacing and

  pavement marking necessary to restore the pavement to safe operating condition.  The original estimated

   Signed       Jeffery L Kelm, Deputy Director of Highways/Region 5

      Vendor   Howell Paving, Inc.                                                             Notary       1/14/2014

                                   Estimate                Actual                                       FY    QTR

      State                 $4,000,000.00                  $0.00                                        14         3

      Federal Cost                 $0.00                  $0.00


                                   LIST OF EMERGENCY PURCHASE AFFIDAVITS

                              FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                           January 1, 2014 through March 31, 2014

  20     TRANSPORTATION, DEPARTMENT OF                                                         File   1/17/2014

  The freeze thaw cycle with an approximate 40 degree temperature swing combined with the rain received

  on January 10, 2014 caused serious failure of approximately 9 miles of bituminous surface course on

  Interstate 80 between mile post 73 and mile post 97.  For the safety of the traveling public, maintenance

  forces have set up lane closures and continue to make temporary repairs with cold mix.  In order to

  protect public safety and preserve the interstate infrastructure the surface course will need to be removed

  and replaced in these areas.  The Department had solicited bids from local contractors.  The original

   Signed       Paul A. Leole, Deputy Director - Region 2 Engineer

      Vendor   Advanced Asphalt Company                                                  Notary       1/15/2014

                                   Estimate                Actual                                       FY    QTR

      State                 $4,200,000.00                  $0.00                                        14         3

      Federal Cost                 $0.00                  $0.00

  21     TRANSPORTATION, DEPARTMENT OF                                                         File   2/20/2014

  District 1 has used all of the salt allocations from all of the vendors under contract.  The district cannot

  purchase any salt from these vendors, therefore, the district has to go on the open market to purchase

  additional salt because of the severe weather conditions during this winter.  The district has utilized our

  allotted 120% of contract.  The district staff checked various vendors, and the vendor has salt available

  for purchase.  The price is estimated at $150/ton.  Since the district cannot purchase from any other

  vendors, and this vendor has the salt available in the Chicagoland area, the district will purchase up to

  30,000 tons of salt from this vendor.  The salt will be delivered to their Chicago location at 9301 S.

  Krieter.  Trucks from District 1 will haul the salt to district team sections.  The original estimated cost is

   Signed       Dante Watson, Bureau Chief, Bureau of Business Service

      Vendor   Diamond Peak Distributors, Inc.                                              Notary       2/19/2014

                                   Estimate                Actual                                       FY    QTR

      State                 $3,840,000.00                  $0.00                                        14         3

      Federal Cost                 $0.00                  $0.00


                                   LIST OF EMERGENCY PURCHASE AFFIDAVITS

                              FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                           January 1, 2014 through March 31, 2014

  22     TRANSPORTATION, DEPARTMENT OF                                                         File   2/20/2014

  The condition of Interstate 74 in McLean, Piatt and Dewitt Counties, Mattis Avenue in the City of

  Champaign, and Springfield Avenue in the City of Champaign have deteriorated rapidly and unexpectedly

  over the winter of 2013-14.  The condition of these routes has deteriorated to the point that they are a

  hazard to the traveling public.  The temporary patching material available to the District Operations staff

  does not last more than a few days on any of these routes and the Department continues to spend

  resources and material trying to repair the same locations.  There have been crashes and vehicle damage

  claims on these routes that may be attributable to the condition of the roadway.  The original estimated

   Signed       Joseph E. Crowe, Deputy Director of Highways, Region 3

      Vendor   Cross Construction, Inc.                                                        Notary       2/18/2014

                                   Estimate                Actual                                       FY    QTR

      State                   $657,517.35                  $0.00                                        14         3

      Federal Cost                 $0.00                  $0.00

  23     TRANSPORTATION, DEPARTMENT OF                                                         File   2/25/2014

  Extremely harsh winter conditions have nearly depleted IDOT's salt supply in District 1.  IDOT was able

  to obtain 5,000 tons of salt from a contract vendor.  The salt is located in Superior, WI.  Trucking

  services will be required to move the salt from Superior, WI to Oak Brook, IL.  Bids from the trucking

  services were solicited from 128 vendors listed in CMS's listing of Small Businesses, additional trucking

  associations in Minnesota, Wisconsin and Illinois were contacted and asked to solicit their members.  The

  original estimated cost is $544,306.50.

   Signed       James M. Reinhart, Deputy Director, IDOT Div. of Highways

      Vendor   Various                                                                            Notary       2/19/2014

                                   Estimate                Actual                                       FY    QTR

      State                   $544,306.50                  $0.00                                        14         3

      Federal Cost                 $0.00                  $0.00


                                   LIST OF EMERGENCY PURCHASE AFFIDAVITS

                              FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                           January 1, 2014 through March 31, 2014

  24     CAPITAL DEVELOPMENT BOARD                                                                File   3/7/2014

  On February 15, 2014 the server for the building automation system controlling the security and HVAC

  systems of Alton Mental Health Center failed leaving facility staff with very little control over the

  systems.  The control center is not able to open doors in the event of an emergency and the HVAC

  system can only be monitored from the Chief Engineer's office.  Access and movement within the facility

  is now a manual function with additional staff being given keys to replace electronic security mechanisms.

   This has greatly disrupted normal operating procedures and increases the risk of harm to facility

  personnel and patients/residents, all of which is creating a serious disruption in critical state services.

 

  Vendor #1 has been selected to assess the current situation and recommend solutions restricted to critical

  components of the building automated system causing the disruption in normal state services to include

  lead times and estimated costs, and may include professional services to implement solutions necessary as

  they are a full service engineering firm.

 

  This project began through the emergency selection of an Architect/Engineer ("A/E") which exempts the

  selection from a 14-day solicitation required through Qualification-Based Selection ("QBS").  Considering

  the time frame needed for the selection, negotiation and execution of an A/E contract, an evaluation of

  the failed building automation and HVAC systems under the existing processes would likely not begin for

  several months.  For this reason, an emergency procurement is necessary to ensure that an assessment of

  the system failures take place immediately.  The original estimated cost is $20,000.00.

   Signed       Gus Behnke, Chief Fiscal Officer

      Vendor   Woolpert, Inc.                                                                    Notary 3/6/2014

                                   Estimate                Actual                                       FY    QTR

      State                     $20,000.00                  $0.00                                        14         3

      Federal Cost                 $0.00                  $0.00


                                   LIST OF EMERGENCY PURCHASE AFFIDAVITS

                              FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                           January 1, 2014 through March 31, 2014

  25     MATHEMATICS AND SCIENCE ACADEMY, ILLINOIS                                  File   1/28/2014

  On January 6, 2014 late evening, IMSA experienced weather related problems in (4) four residence halls. 

  Pipes and sprinkler heads ruptured causing water damage to approximately (20) twenty student rooms, (3)

  three Resident Counselor apartments, hallways, stairways, and Resident Counselor offices.  Repair is

  required for pipes, sprinkler heads, drywall, flooring, water damage, etc.  The original estimated cost is

   Signed       Carla Carreno, Procurement Officer/Proc. Service Mngr.

      Vendor   various                                                                             Notary 1/9/2014

                                   Estimate                Actual                                       FY    QTR

      State                   $130,000.00                  $0.00                                        14         3

      Federal Cost                 $0.00                  $0.00


                                   LIST OF EMERGENCY PURCHASE AFFIDAVITS

                              FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                           January 1, 2014 through March 31, 2014

  26     TOLL HIGHWAY AUTHORITY, ILLINOIS STATE                                         File   1/13/2014

  The Illinois Tollway is currently without a Roadway Abrasives contract.  The previous contract expired

  December 2, 2013.  In November/December 2013 the Tollway had enough material on hand for a normal

  winter season, however, the near-record snowfall and extremely cold temperatures experienced so far and

  so early in this winter season have depleted our inventory.  A Small Purchase (13-0252) was executed for

  the previous immediate need, but it is not sufficient to provide enough material for the remainder of the

  2013-2014 winter season.  Thelen Material abrasives meet all product specifications.  Thelen was the

  vendor for the recent Small Purchase and was also the lowest most responsive bidder on a recent invitation

   for Bid issued by the Tollway (IPB reference #22031734).  The IFB is in the process of being awarded,

  however, it is not yet available for immediate use.

 

  Roadway abrasives are an integral part of the tollway's snow and ice control operation.  Using them

  ensures that the roads are clean and safe for paying customers, diminishing the possibility of increased

  accidents and lawsuits resulting from unsafe driving conditions.  Already this winter season, frequent snow

  storms in the Chicagoland area coupled with exceptionally cold weather have reduced inventory levels

  dramatically.

 

  This procurement is time-sensitive and critical to the mission of the Tollway by ensuring a safe driving

  surface on all toll roads during the winter season.  Abrasives, used in conjunction with other maintenance

  materials, help avoid any disruption to the free flow of traffic throughout the Tollway's system.  As more

  product is needed, it was recommended that an emergency purchase should accommodate all product

  demand for the remainder of the 2013-2014 winter season.  As soon as the new IFB contract (referenced

  above) is in place, the Tollway will stop using this emergency contract and will start using the new IFB

  contract.  The original estimated cost is $158,358.00.

   Signed       John Donato, Chief of Procurement

      Vendor   Thelen Materials, LLC                                                          Notary 1/6/2014

                                   Estimate                Actual                                       FY    QTR

      State                   $158,358.00                  $0.00                                        14         3

      Federal Cost                 $0.00                  $0.00


                                   LIST OF EMERGENCY PURCHASE AFFIDAVITS

                              FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                           January 1, 2014 through March 31, 2014

  27     TOLL HIGHWAY AUTHORITY, ILLINOIS STATE                                         File   2/21/2014

  The services provided by the vendor include the repair of critical traffic management and security

  infrastructure.  This infrastructure includes approximately 1,000 cameras monitoring 72 field sites and 286

   center-line miles of roadway, 250 roadside traffic sensors, 39 overhead Dynamic Message Signs and many

  other ancillary equipment items.  This equipment monitors Tollway property and records all cash-

  collection activity in the field for review by Tollway audit and security personnel.  Meade Electric

  Company was selected because they are the incumbent contractor performing this work for the past five

  years, they have available experienced field crews, equipment, spare parts, and special tools needed to

  perform the work with no mobilization effort, and they are willing to perform the work under the terms of

   the existing contract.  This critical infrastructure is comprised of thousands of individual pieces of

  equipment and requires constant repair services in order to maintain the highest level of operational status.

    Equipment failures occur at a frequency greater than one per day and at least two failures per week must

  be referred to the maintenance contractor for resolution.  Any single failure, depending upon its location,

  could disable one several, or even many cameras, traffic sensors, or Dynamic Message Signs, causing the

  potential loss of communication with the public or loss of the ability of Tollway audit and security

  personnel to maintain oversight over Tollway property or assets in the field.  The original estimated cost

  is $225,000.00.

   Signed       John Donato, Chief of Procurement

      Vendor   Meade Electric Company, Inc.                                                Notary       2/14/2014

                                   Estimate                Actual                                       FY    QTR

      State                   $225,000.00                  $0.00                                        14         3

      Federal Cost                 $0.00                  $0.00


                                   LIST OF EMERGENCY PURCHASE AFFIDAVITS

                              FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                           January 1, 2014 through March 31, 2014

  28     CHICAGO STATE UNIVERSITY                                                                     File   2/21/2014

  Due to the unforeseen record number of snowfalls in this current fiscal year, the University is currently

  preparing a solicitation for the upcoming fiscal year for snow removal services.  The original estimated

  cost is $70,000.00.

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

      Vendor   Beverly Snow & Ice, Inc.                                                       Notary       2/19/2014

                                   Estimate                Actual                                       FY    QTR

      State                     $70,000.00                  $0.00                                        14         3

      Federal Cost                 $0.00                  $0.00

  29     NORTHERN ILLINOIS UNIVERSITY                                                              File   2/19/2014

  Northern Illinois University was in need of replacing a portable basketball floor due to age and disrepair.  A

   used floor became available at a substantial discount on a first come-first-serve basis from the single

  NCAA authorized vendor for such flooring.  The original estimated cost is $90,000.00.

   Signed       Al Mueller, Director of Procurement Services

      Vendor   Connor Sports Flooring LLC                                                  Notary 2/7/2014

                                   Estimate                Actual                                       FY    QTR

      State                     $90,000.00                  $0.00                                        14         3

      Federal Cost                 $0.00                  $0.00


                                   LIST OF EMERGENCY PURCHASE AFFIDAVITS

                              FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                           January 1, 2014 through March 31, 2014

  30     NORTHERN ILLINOIS UNIVERSITY                                                              File   2/24/2014

  Severe damage was created when a fire sprinkler and domestic piping froze and burst, flooding and

  saturating building structural components, equipment and contents at Northern View Apartments.  The

  flood damage created a serious public health and safety hazard to residents whom have been temporarily

  relocated.  Immediate emergency renovation is required.  The particular contractor was chosen based on

  past experience.  The vendor has previously secured work under competitive bids with the University and

  has a demonstrated record of service and reliability with projects of this nature.  The original estimated

   Signed       Al Mueller, Director of  Procurement Services

      Vendor   Pepper Construction Company                                                Notary       2/18/2014

                                   Estimate                Actual                                       FY    QTR

      State                   $160,000.00                  $0.00                                        14         3

      Federal Cost                 $0.00                  $0.00

  31     SOUTHERN ILLINOIS UNIVERSITY                                                              File   3/10/2014

  On March 3, 2014, an incident occurred at the Student Services Building which resulted in a fire sprinkler

  malfunction.  The malfunction caused an extreme amount of water to be released into the building on the

  4th floor and including the remaining floors of 1,2, 3, and basement.  Due to the apparent damage, and in

  order to protect students, faculty, staff and the assets of the University, it was deemed necessary to

  contact a vendor to take immediate measures to assess the damage.  Due to the nature of the damage and

  to avoid additional damage to the affected areas of the building, one contractor was selected.  J & L

  Robinson Development and Construction Company, Incorporated has a long standing relationship in

  providing quality work at a reasonable price to Southern Illinois University.  The original estimated cost is

   Signed       Debbie Abell, Director of Procurement Services

      Vendor   J & L Robinson Develop. & Construction                                  Notary 3/6/2014

                                   Estimate                Actual                                       FY    QTR

      State                   $150,000.00                  $0.00                                        14         3

      Federal Cost                 $0.00                  $0.00


                                   LIST OF EMERGENCY PURCHASE AFFIDAVITS

                              FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                           January 1, 2014 through March 31, 2014

  32     UNIVERSITY OF ILLINOIS                                                                            File   12/9/2013

  The University of Illinois Hospital & Health Sciences System (UIHHSS) utilizes 44 specialized X-Ray

  equipment items in diagnostic radiological patient treatment.  GE Healthcare, the original equipment

  manufacturer, has provided service, support and preventive maintenance for this equipment since 2007. 

  The current service contract expires on December 31, 2013.  This emergency procurement is needed to

  provide ongoing service until a competitive solicitation is completed and awarded.  GE Healthcare was

  selected because service protocols are inherently proprietary and ongoing maintenance and support is best

  provided by the original manufacturer.  The competitive solicitation is forthcoming. 

  A Fax was received on March 28, 2014 requesting a change order with no dollar amount increase through

  July of 2014. The final cost is $359,548.44.

   Signed       Kevin Fair, Interim Director of Purchasing

      Vendor   GE Healthcare Inc.                                                              Notary       12/5/2013

                                   Estimate                Actual                                       FY    QTR

      State                                            $359,548.44                                        14         3

      Federal Cost                 $0.00                  $0.00

  33     UNIVERSITY OF ILLINOIS                                                                            File   1/6/2014

  Information Systems Group, Inc. (ISG) is offering a one-time 80% discount end of year sales discount on

  most communications switches and equipment for the University at a cost of $335,460.80.  The discount

  is being offered by ISG is based on an internal ISG sales goal and will not be offered after 12/31/2013.  Two

   other Juniper distributors were contacted for quotes and the pricing at minimum is 200% higher than ISG

  pricing: $740,802.00 and $910,963.00. The final cost is $335,460.80.

   Signed       Janet Milbrandt, Director of Purchasing - Urbana Campus

      Vendor   Information Systems Group, Inc.                                             Notary       12/31/2013

                                   Estimate                Actual                                       FY    QTR

      State                            $0.00          $335,460.80                                        14         3

      Federal Cost                 $0.00                  $0.00


                                   LIST OF EMERGENCY PURCHASE AFFIDAVITS

                              FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                           January 1, 2014 through March 31, 2014

  34     UNIVERSITY OF ILLINOIS                                                                            File   2/14/2014

  Expected Start Date:  Insurance Policy Dates:  8/21/2014  Expected End Date: 8/20/2015

  *NOTE:  The purchase order was executed on February 12, 2014.  The insurance policy is generated after

  execution of the PO.

  The original estimated cost is $19,803,707.00.

   Signed       Janet Millbrandt, Director of Purchasing - Urbana Campus

      Vendor   United Health Group/United Hlthcar.Ins.                                   Notary       2/12/2014

                                   Estimate                Actual                                       FY    QTR

      State                $19,803,707.00                  $0.00                                        14         3

      Federal Cost                 $0.00                  $0.00

  35     UNIVERSITY OF ILLINOIS                                                                            File   2/19/2014

  A broken overhead pipe in the GI Lab caused severe water damage to fluoroscopic equipment and rendered

  it beyond repair as its electronic cabinet and imaging system were deemed useless.  The fluoroscopic

  equipment is used for diagnosis and treatment of various gastrointestinal diseases including bile and

  pancreatic ducts such as tumors or stenosis; Double Balloon (treatment of gastrointestinal bleeding, mass,

  foreign body removal) and stenting (treatment of cancers) procedures.  Currently, all elective procedures

  have been cancelled until the equipment can be replaced.  The University of Illinois Hospital & Health

  Sciences System has similar equipment manufactured by both GE Healthcare and Siemens Medical in the

  Radiology unit but the equipment is 80%-90% fully utilized.  Consequently the emergency purchase to

  replace this equipment is necessary for patient care.

 

  The Hospital staff have evaluated replacement equipment on the basis of accessibility and placement

  within the GI Lab and have determined that the purchase of the Siemens Medical equipment is appropriate.

   The original estimated cost is $295,577.00.

   Signed       Kevin Fair, Interim Director of Purchasing

      Vendor   Siemens Medical Solutions USA, Inc.                                       Notary       2/18/2014

                                   Estimate                Actual                                       FY    QTR

      State                   $295,577.00                  $0.00                                        14         3

      Federal Cost                 $0.00                  $0.00


                                   LIST OF EMERGENCY PURCHASE AFFIDAVITS

                              FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                           January 1, 2014 through March 31, 2014

  36     UNIVERSITY OF ILLINOIS                                                                            File   2/19/2014

  On January 22, 2014 an emergency purchase was declared (JCM279) with Anchor Mechanical in the

  estimated amount of $250,000 to repair/replace an underground ruptured pipeline.  After excavation and

  exploratory testing it was determined that Anchor Mechanical could not supply the required high pressure

  pipeline system as expeditiously nor more economically than if the University ordered the engineered pipe

   directly from the manufacturer, Rovanco.

 

  On January 31, a subsequent emergency purchase was declared (JCM281) with Rovanco Piping Systems

  Inc., Joliet, Illinois to fabricate a specially engineered high temperature hot water "pipe-within-a-pipe" in

  the estimated amount of $67,000.

 

  Anchor Mechanical has completed their work in connection JCM279.  This included the installation of

  security barricades and fencing, site survey, mobilization and excavation, installation of two temporary

  medium pressure hot water boilers, including installation of temporary piping for boilers, removal of

  approximately 25 feet of defective pipe and installation of new pipe and installation of a temporary

  medium temperature hot water supply line from Building 605 at 750 S. Halsted Street, Chicago, IL to

  Building 644 at 600 S. Halsted Street, Chicago, IL for supplying temporary heat to Building 644.  Anchor

  identified the worst part of the leak and patched it.  This temporary "patch" brought high temperature hot

   water supply back to Building 644.  The final amount for this work is $233,000 and the work was

  completed on February 18, 2014.

 

  There are still additional unidentified leaks in the remaining piping between the utility tunnel and Building

  644 because the central plant is "making up" a substantial amount of high temperature hot water that is

  not being returned to the plant from Building 644.  Because the environmental and soil conditions of the

  still buried (and leaking) pipe are similar to the 25-foot section of failed pipe, a similar risk of piping

  rupture exists for the buried high temperature hot water pipe connecting the utility tunnel and Building

  644.

 

  It was also observed that the condition of the exposed portion of chilled water piping into the utility

  tunnel feeding Building 644 was in a similar deteriorated state as the failed high temperature hot water

  pipe.  It seems logical to replace and install new chilled water piping alongside the new high temperature 

  hot water piping along a new buried utility line route between the utility tunnel and Building 644.  This

  chilled water replacement work will avoid another potentially similar emergency situation involving the

  chilled water supply during the cooling months.  Moreover, it will save the University the cost of

  exploratory excavation and temporarily repair a chilled water leak and then re-excavate a route alongside

  the just completed and new buried high temperature hot water pipe.

 

  This excavation and testing has yielded additional information about the state of the underground piping

  system which requires emergency remediation as follows:

 

  1.  Continued boiler rental, including provision of a Licensed Operating Engineer on a 24/7 basis, if needed,

   operated for approximately two months until permanent high temperature hot water piping repairs are

  completed at an estimated amount of $20,000/month plus labor in the estimated amount of

  $45,500/month.


                                   LIST OF EMERGENCY PURCHASE AFFIDAVITS

                              FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                           January 1, 2014 through March 31, 2014

  2.  Installation of approximately 600 feet of new high-pressure, high-temperature hot water supply/return

  pipe along a new route between underground utility tunnel and the Building 644 in the estimated amount of

   $615,000.  The estimated cost breakdown is as follows:  Labor = $235,000; Miscellaneous Materials

  Investment = $75,000; Equipment Investment + $290,000; with a 2.5% additional cost contingency for

  unexpected underground conditions.

  3.  Installation of approximately 600 feet of new chilled water supply/return pipe in the estimated amount

   of $150,000.  The estimated cost breakdown is as follows:  Labor = $100,000; Miscellaneous Materials

  Investment = $25,000; Equipment Investment = $25,000.

 

  Consequently, the emergency purchase to Anchor Mechanical in the amount of $896,000.00 was declared

  in the best interest to restore critical services to impacted buildings. The original estimated cost is

  $896,000.00. Signed   Kevin Fair, Interim Director of Purchasing

      Vendor   Anchor Mechanical Inc.                                                        Notary       2/18/2014

                                   Estimate                Actual                                       FY    QTR

      State                   $896,000.00                  $0.00                                        14         3

      Federal Cost                 $0.00                  $0.00


                                   LIST OF EMERGENCY PURCHASE AFFIDAVITS

                              FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                           January 1, 2014 through March 31, 2014

  37     UNIVERSITY OF ILLINOIS                                                                            File   3/18/2014

  Emergency purchase JCM318 was declared in order to purchase from Medivators Inc. a GI

  (Gastrointestinal) lab scope cleaning system for the University of Illinois Hospital.  This equipment is used

   to clean (and sterilize) GI Scope instrumentation after patient procedures.  The reasons for the emergency

   are as follows.  The GI Lab has been using a GI Lab Scope cleaning system that was at the end of its useful

  life.  The Hospital was awaiting delivery on a replacement system ordered eight months ago.  Two events

  occurred that contribute to this emergency condition are:  1)  The cleaning system was destroyed in a

  flood reported which occurred on February 19, 2014 (reference Emergency Procurement JCM 286);  2) 

  On February 28, 2014 the vendor holding the purchase order for the replacement system notified the

  Hospital that the long overdue order of the replacement had a defect/recall and could not be shipped to the

   Hospital.

 

  An interim solution involving the transport of contaminated scopes to and from the UI Hospital Central

  Sterile Department, two floors below the GI Lab is not an effective solution long term on account of risks

  of damage to this sensitive instrumentation during transport, for reasons of infection control and for

  turnaround time between procedures.  Consequently there is an immediate need for another cleaning

  system.

  The Emergency purchase price from Medivators Inc. is $110,068 plus shipping so this emergency request

   Signed       Kevin Fair, Interim Director of Purchasing

      Vendor   Medivators                                                                        Notary       3/14/2014

                                   Estimate                Actual                                       FY    QTR

      State                   $114,000.00                  $0.00                                        14         3

      Federal Cost                 $0.00                  $0.00


                                   LIST OF EMERGENCY PURCHASE AFFIDAVITS

                              FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                           January 1, 2014 through March 31, 2014

  38     UNIVERSITY OF ILLINOIS                                                                            File   3/19/2014

  The UIC building at Halsted and Harrison suffered loss of hot water and heat due to an underground rupture

   of a high temperature line.  Since Anchor Mechanical is well versed with this type of piping and suited for

  the total project this vendor had to be brought in to assist in excavating the area to first find the ruptured

  pipe, then repair it or replace it and restore back to operation. The original estimated cost was

  $250,000.00. An E-mail was received on 3/19/2014 reporting the final cost is $233,000.00.

   Signed       Kevin Fair, Interim Director of Purchasing

      Vendor   Anchor Mechanical Inc.                                                        Notary       1/22/2014

                                   Estimate                Actual                                       FY    QTR

      State                   $250,000.00          $233,000.00                                        14         3

      Federal Cost                 $0.00                  $0.00


 

Updates To

Previously Filed

Emergency Purchases

 

 


                                   LIST OF EMERGENCY PURCHASE AFFIDAVITS

                              FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                           January 1, 2014 through March 31, 2014

  39     COMPTROLLER - FISCAL OFFICER                                                             File   3/28/2014

  Latest Filing - 03/28/2014:

  The Final Total Cost of FY 14 Qtr 2 Item #1 is $18,031.80.

  Increase is due to a test run of 10,000 warrants and an overage based on packaging.

 

  Original Filing - 12/05/2013: FY 14 Qtr 2 Item# 1

  The Office of the Comptroller requests an emergency purchase of three month supply (750,000) of

  Commercial Warrants. Currently we are evaluating the proposals from RFP-14-008 Warrant Stock Paper

  and need the supply to prevent or minimize serious disruption in State service prior to the bid being

  awarded.  The lead time to produce the warrants is approximately two months. The original estimated cost

   Signed       Steve Valasek, Asst. Comptroller- Operations

      Vendor   RR Donnelley                                                                    Notary       12/3/2013

                                   Estimate                Actual                                       FY    QTR

      State                     $16,492.50           $18,031.80                                        14         3

      Federal Cost                 $0.00                  $0.00


                                   LIST OF EMERGENCY PURCHASE AFFIDAVITS

                              FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                           January 1, 2014 through March 31, 2014

  40     CENTRAL MANAGEMENT SERVICES                                                           File   2/3/2014

  Latest Filing - 02/14/2014:

  The cost of the extension is $18,855,729.37.  The Final cost of FY12, Qtr 4, Item # 30 is

  $32,863,050.60.

 

  Third Filing - 12/26/2012 FY13, Qtr 3, Item # 102:

  The cost of the original contract is $14,007,321.19.  No cost has yet been reported for the extension.

 

  Second Filing - 08/27/2012 FY13, Qtr 1, Item # 16:

  This extended the contract's time frame from 9/29/12 to 6/30/13, and transferred the contract from DHFS

   to DCMS as an Executive Order # 1201.  The original estimate for the extension is $45,747,711.00.

 

  Original Filing - 06/05/2012 FY 12, Qtr 4, Item # 30:

  To allow continued healthcare coverage to enrollees while the Supplemental HMO RFP is concluded.

  The estimated original cost is $15,249,237.00.

   Signed       Brett Cox, St Purchasing Officer

      Vendor   Coventry Healthcare of IL                                                     Notary 6/1/2012

                                   Estimate                Actual                                       FY    QTR

      State                $60,996,948.00      $32,863,050.56                                        14         3

      Federal Cost                 $0.00                  $0.00


                                   LIST OF EMERGENCY PURCHASE AFFIDAVITS

                              FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                           January 1, 2014 through March 31, 2014

  41     CENTRAL MANAGEMENT SERVICES                                                           File   2/3/2014

  Latest Filing – 2/3/2014:

  The Final Total Cost of FY13 Qtr 1 Item15 is $15,124,040.54.

 

  Original Filing – 8/27/2012: FY13 Qtr 1 Item# 15:

  To allow continued healthcare coverage to enrollees while the Supplemental HMO RFP is concluded. The

  original estimated cost is $1,303,374.00.

   Signed       Brett Cox, State Purchasing Officer

      Vendor   Health Alliance Illinois                                                         Notary       8/22/2012

                                   Estimate                Actual                                       FY    QTR

      State                 $1,303,374.00      $15,124,040.54                                        14         3

      Federal Cost                 $0.00                  $0.00

  42     CENTRAL MANAGEMENT SERVICES                                                           File   2/3/2014

  Latest Filing – 2/3/2014:

  The Final Total Cost of FY 13 Qtr 1 Item# 17 is $171,011.066.53

 

  Original Filing –827/2012: FY13 Qtr 1 Item# 17:

  To allow continued healthcare coverage to enrollees while the Supplemental HMO RFP is concluded. The

  original estimated cost $334,132,245.00.

   Signed       Brett Cox, St. Purchasing Officer

      Vendor   Health Alliance Med Plans                                                     Notary       8/22/2012

                                   Estimate                Actual                                       FY    QTR

      State              $334,132,245.00      $171,011,066.5                                        14         3

      Federal Cost                 $0.00                  $0.00


                                   LIST OF EMERGENCY PURCHASE AFFIDAVITS

                              FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                           January 1, 2014 through March 31, 2014

  43     CENTRAL MANAGEMENT SERVICES                                                           File   2/4/2014

  Latest Filing – 2/4/2014:

  The Final Total Cost of FY 14 Qtr 2 Item# 2 is $339,161.35.

 

  Original Filing –11/1/2013: FY14 Qtr 2 Item# 2:

  The Navistar Contract was recently rebid, but there was a protest by a vendor that claimed that the

  awarded vendor failed to update their State Board of Elections registration. CMS is entering an emergency

  contract to prevent disruption of State Services.  This will allow state agencies to continue to purchase

  Navistar OEM parts on an as needed basis. These parts are used throughout the State's vehicle fleet and

  highway maintenance. Original estimated cost is $350,000.00.

   Signed       Aundra Williams, COO

      Vendor   Lakeside International Trucks                                                 Notary       10/21/2013

                                   Estimate                Actual                                       FY    QTR

      State                   $350,000.00          $339,161.35                                        14         3

      Federal Cost                 $0.00                  $0.00


                                   LIST OF EMERGENCY PURCHASE AFFIDAVITS

                              FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                           January 1, 2014 through March 31, 2014

  44     CORRECTIONS - GENERAL OFFICE                                                             File   2/26/2014

  Latest Filing – 2/26/2014:

  The Final Total Cost of FY13 Qtr 1 Item# 27 is $337,693.95.

 

  Original Filing – 7/12/2012: FY13 Qtr 1 Item# 27:

  The new frames contract is not complete, its target completion was April, however it just opened bidding

  5/31/12. This will not allow enough lead time by the time contracts are awarded to get the volume of the

  frames needed in house and frame kits assembled and distributed before the existing contract expires on

  7/14/12. This 90 day emergency contract will allow us to continue production of eye glasses while new

  contracts are put into place and inventory ordered from vendors. Dixon Correctional Industries provides

  prescription eyewear for DHS, IDOC, IDJJ, Dixon ICI expects to produce 395,000 pairs of glasses in

  FY12. The original estimate is $250,000.00.

   Signed       Gary Lopac, Superintendent

      Vendor   Modern Optical                                                                   Notary       6/27/2012

                                   Estimate                Actual                                       FY    QTR

      State                   $250,000.00          $337,693.95                                        14         3

      Federal Cost                 $0.00                  $0.00


                                   LIST OF EMERGENCY PURCHASE AFFIDAVITS

                              FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                           January 1, 2014 through March 31, 2014

  45     CORRECTIONS - GENERAL OFFICE                                                             File   2/26/2014

  Latest Filing - 02/26/2014:

  The Final Cost of FY 13 Qtr 1 Item# 28 is $60,199.40.

 

  Original Filing - 07/12/2012: FY 13 Qtr 1 Item# 28:

  The new frames contract is not complete, its target completion was April, however it just opened bidding

  5/31/12. This will not allow enough lead time by the time contracts are awarded to get the volume of the

  frames needed in house and frame kits assembled and distributed before the existing contract expires on

  7/14/12. This 90 day emergency contract will allow us to continue production of eye glasses while new

  contracts are put into place and inventory ordered from vendors. Dixon Correctional Industries provides

  prescription eyewear for DHS, IDOC, IDJJ, Dixon ICI expects to produce 395,000 pairs of glasses in

  FY12. The original estimated cost is $45,000.00.

   Signed       Gary Lopac, Superintendent

      Vendor   Capri Optics                                                                       Notary       6/27/2012

                                   Estimate                Actual                                       FY    QTR

      State                     $45,000.00           $60,199.40                                        14         3

      Federal Cost                 $0.00                  $0.00


                                   LIST OF EMERGENCY PURCHASE AFFIDAVITS

                              FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                           January 1, 2014 through March 31, 2014

  46     CORRECTIONS - GENERAL OFFICE                                                             File   3/18/2014

  Latest Filing - 3/18/2014:

  The Final Total Cost of FY 13 Qtr 1 Item# 29 is $45,767.00.

 

  Original Filing - 7/20/2012: FY 13 Qtr 1 Item# 29:

  The compressor unit that supplies cooling capabilities to Housing Unit Three has failed.

  HU3 is considered a closed environment since all windows are completely sealed. In order to maintain the

  ten degree ambient air temperature, the side doors must be opened causing a potential breach of security

  waiting to occur. The original estimated cost is $48,000.00.

   Signed       Randy Grounds, Warden of Robinson

      Vendor   Gibson Services                                                                  Notary       7/12/2012

                                   Estimate                Actual                                       FY    QTR

      State                     $48,000.00           $45,767.00                                        14         3

      Federal Cost                 $0.00                  $0.00

  47     CORRECTIONS - GENERAL OFFICE                                                             File   3/4/2014

  Latest Filing – 3/4/2014:

  The Final Total Cost of FY 13 Qtr 1 Item# 31 is $1,168,340.40.

 

  Second Filing –10/16/2012 FY13 Qtr 1 Item# 31:

  This is an extension for an estimated cost of $250,000.00.

 

  Original Filing – 7/30/2012 FY13 Qtr 1 Item# 31:

  CMS state contract for 75% lean beef trim expired on 6/23/12. CMS in unable to provide a estimated date

  for having a contract in place. Advanced commodities provided the lowest bid for this commodity. The

  original estimated cost is $172,800.00.

   Signed       Tim Gleason, CEO of IL Corr Industries

      Vendor   Advanced Commodities                                                        Notary       7/26/2012

                                   Estimate                Actual                                       FY    QTR

      State                   $422,800.00        $1,168,340.40                                        14         3

      Federal Cost                 $0.00                  $0.00


                                   LIST OF EMERGENCY PURCHASE AFFIDAVITS

                              FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                           January 1, 2014 through March 31, 2014

  48     CORRECTIONS - GENERAL OFFICE                                                             File   3/4/2014

  Latest Filing – 03/04/2014:

  The Final Total Cost of FY 13 Qtr 1 Item# 32 is $1,819,732.96.

 

  Second Filing – 10/15/2012 for FY13 Qtr 1 Item# 32:

  This is an extension for an estimated cost of $500,000.00

 

  Original Filing – 7/302012: FY13 Qtr 1 Item# 32:

  CMS State Contract for Chicken Trim expired 7/7/12, CMS is unable to provide a estimated date for

  having a contract in place. Advanced Commodities provided the lowest bid for this commodity. The

  original estimated cost is $17,280.00.

   Signed       Tim Gleason, CEO of Coor Industries

      Vendor   Advanced Commodities                                                        Notary       7/26/2012

                                   Estimate                Actual                                       FY    QTR

      State                   $868,800.00        $1,819,732.96                                        14         3

      Federal Cost                 $0.00                  $0.00


                                   LIST OF EMERGENCY PURCHASE AFFIDAVITS

                              FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                           January 1, 2014 through March 31, 2014

  49     CORRECTIONS - GENERAL OFFICE                                                             File   1/23/2014

  Latest Filings – 1/23/2014 and 01/10/2014:

  On 1/23/2014 a letter was received with the final cost of the second filing, FY 13 Qtr 2 Item# 40, for time

   frame 12/9/2012 to 6/6/2013,  for $83,593.59, and an extension through 12/31/2014. In addition, the

  emergency was turned over to Capital Development Board on 6/1/2013.  On 01/10/2014, another letter

  was received reporting a final cost for the original emergency purchase, FY 13 Qtr 1 Item #35, for

  $63,773.83.

 

  Third Filing - 06/05/2013: FY 13 Qtr 4 Item# 84:

  The time frame for the extension is for an additional 6 months and the estimated cost for the extension is

   changed from $204,000.00 to $390,000.00.

 

  Second Filing – 12/14/2012: FY 13 Qtr 2 Item# 40:

  Letter was received extending the time frame 12/9/2012 to 6/6/2013, and adding an additional vendor with

   an estimated cost of $204,000.00.

 

  Original Filing – 9/18/2012: FY13 Qtr 1 Item# 35:

  Menard Correctional Center is declaring an emergency to rent 8 refrigerated trailers. This is necessary due

  to a leak in the roof of the Cold Storage building. During a storm the roof leaked profusely, causing a flood

   in the cold storage freezers. It is necessary to rent refrigerated trailers to store Menard's frozen foods. It

  will cost approximately $3,000 per month per trailer plus fuel. Original estimated cost is $147,000.00.

   Signed       Michael Atchison, Warden at Menard

      Vendor   PLM Trailer & Cooling Concepts                                             Notary       9/12/2012

                                   Estimate                Actual                                       FY    QTR

      State                   $537,000.00                  $0.00                                        14         3

      Federal Cost                 $0.00                  $0.00


                                   LIST OF EMERGENCY PURCHASE AFFIDAVITS

                              FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                           January 1, 2014 through March 31, 2014

  50     CORRECTIONS - GENERAL OFFICE                                                             File   2/26/2014

  Latest Filing - 2/26/2014:

  The Final Total Cost of FY 13 Qtr 2 Item# 29 is $384,119.05.

 

  Original Filing - 11/8/2012: FY 13-Qtr 2 Item# 29:

  Contract 4017096 & 4017097 expired due to signature issues during the contract renewal process. We will

  now need to seek new bids for these lenses as we are without a contract. This 90 day emergency contract

  will allow us to continue production of eye glasses and build inventory for the next 6-9 months while new

  contracts are put into place and inventory ordered from vendors. Dixon Corr Ind provides prescription

  eyewear for HFS,DHS, IDOC, IDJJ. Dixon produces approx 1,600 pair of glasses daily. The original

   Signed       Lisa Devert, Acting Superintendent

      Vendor   Various                                                                            Notary       10/31/2012

                                   Estimate                Actual                                       FY    QTR

      State                   $320,000.00          $384,119.05                                        14         3

      Federal Cost                 $0.00                  $0.00


                                   LIST OF EMERGENCY PURCHASE AFFIDAVITS

                              FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                           January 1, 2014 through March 31, 2014

  51     CORRECTIONS - GENERAL OFFICE                                                             File   3/4/2014

  Latest Filing – 3/14/2014:

  The Final Total Cost of FY 13 Qtr 3 Item# 12 is $46,097.72.

 

  Third Filing – 10/2/2013 FY14 Qtr 2 Item# 40:

  A letter was received on October 2, 2013 requesting an extension for 10/8/2013 to 4/5/2014.

  Estimated cost is $36,000.00.

 

  Second Filing – 4/9/2013 FY13 Qtr 4 Item# 86:

  A letter was received on April 6, 2013 requesting an extension for 4/11/2013 to 10/7/2013.

  Estimated cost is $30,000.00.

 

  Original Filing – 1/16/2014: FY13 Qtr 3 Item# 12:

  Emergency purchase of chicken patty seasoning.  Vendor is able to supply in 2 weeks.  No CMS State

  contract.

  The original estimated cost $81,000.00.

   Signed       Rich Mautino, Asst. CEO of IL Corr. Industries

      Vendor   Chicago Meat Group                                                            Notary       1/14/2013

                                   Estimate                Actual                                       FY    QTR

      State                     $81,000.00           $46,097.72                                        14         3

      Federal Cost                 $0.00                  $0.00


                                   LIST OF EMERGENCY PURCHASE AFFIDAVITS

                              FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                           January 1, 2014 through March 31, 2014

  52     CORRECTIONS - GENERAL OFFICE                                                             File   2/11/2014

  Latest Filing - 2/11/2014:

  The Final Total Cost of FY13 Qtr3 Item# 18 is $31,172.00.

 

  Original Filing - 1/17/2013:FY13 Qtr3 Item# 18:

  The conditions and circumstances requiring this emergency purchase, including reason for selection of the

  particular contractor are:  The Clever-Brooks 100HP Boiler which services the Administration Building

  has leaking boiler tubes and an inoperable gas valve due to exposure to water.  The boiler provides heat to

  the entire Administration Building.  Immediate repairs to plug the leaking tubes and replace the gas valve

  are necessary to operate the boiler.  A complete re-tubing of the boiler was planned in the off heating

  season however, due to additional leaking tube discovered on 1/11/2013, the re-tubing project needs to be

  completed as soon as possible to avert the risk of complete failure of the boiler unit which is the only

  source of hear for the Administration Building.  The original cost is estimated at $30,500.00.

   Signed       Marc G. Hodge, Warden, Lawrence

      Vendor   CICI Engineering Sales & Service, Inc.                                     Notary       1/11/2013

                                   Estimate                Actual                                       FY    QTR

      State                     $30,500.00           $31,172.00                                        14         3

      Federal Cost                 $0.00                  $0.00


                                   LIST OF EMERGENCY PURCHASE AFFIDAVITS

                              FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                           January 1, 2014 through March 31, 2014

  53     CORRECTIONS - GENERAL OFFICE                                                             File   2/11/2014

  Latest Filing – 2/11/2014:

  Extending the emergency purchase FY 13 Qtr 3 Item# 42 time frame 02/01/2014 to 4/30/2014, estimated

   cost $1,403,400.00.

 

  Third Filing – 7/11/2013 FY13 Qtr 3 Item# 42  : Extending the emergency purchase FY 13 Qtr 3 Item#

  42 time frame 6/30/2013 to 9/30/2013, estimated cost $1,169,511.00. Also, a revision to the original

  emergency purchase increasing the cost to $1,156,659.00.

 

  Second Filing – 10/2/2013 FY13 Qtr 3 Item# 42: Extending the emergency purchase FY 13 Qtr 3 Item#

  42 time frame 10/01/2013 to 1/31/2014, estimated cost $1,559,348.00.

 

  Original Filing –3/20/2013: FY13 Qtr 3 Item# 42:

  The previous contract with this vendor is due to expire 3/31/13.  The contract provides recovery home

  services that are aimed to reduce recidivism and incarceration costs.  IDOC is in the process of procuring a

  new contract for these services, but the processing is being delayed due to the disclosure of a conflict of

  interest.  If the services are not allowed to continue, 52 parolees will be displaced with treatment disrupted

  and many will be forced to be re-incarcerated in IDOC.  The original estimated cost is $385,553.00.

   Signed       Eva L. Moore-DeSalvia, Exec. II, Parole Re-Entry Group

      Vendor   BI Incorporated                                                                   Notary 3/6/2013

                                   Estimate                Actual                                       FY    QTR

      State                 $5,288,918.00                  $0.00                                        14         3

      Federal Cost                 $0.00                  $0.00


                                   LIST OF EMERGENCY PURCHASE AFFIDAVITS

                              FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                           January 1, 2014 through March 31, 2014

  54     CORRECTIONS - GENERAL OFFICE                                                             File   12/26/2013

  Latest Filing - 12/26/2013:

  The Final Total Cost of FY 14 Qtr 1 Item# 21 is $14,042.16.

 

  Original Filing - 07/31/2013 FY 14 Qtr 1 Item# 21:

  ICI Menard Farm Meat Shop is seeking to procure Hotdog seasoning essential in the production of turkey

  chicken franks produced and distributed to all Correctional facilities. Current orders are in excess of 124

  thousand pounds. CMS failed to have a master contract in place to complete this procurement. The

  estimated original cost is $15,000.00.

   Signed       Jen Aholt, CEO Corr Industries

      Vendor   Chicago Meat Group                                                            Notary       7/22/2013

                                   Estimate                Actual                                       FY    QTR

      State                     $15,000.00           $14,042.16                                        14         3

      Federal Cost                 $0.00                  $0.00

  55     CORRECTIONS - GENERAL OFFICE                                                             File   12/18/2013

  Latest Filing - 12/18/2013:

  The Final Total Cost of FY 14 Qtr 1 Item# 23 is $39,761.00.

 

  Original Filing - 8/07/2013: FY 14 Qtr 1 Item# 23:

  This is for a Forklift/Pallet Jack for IL Correctional Industries Bakery Rehabilitations job training bakery

  program to minimize risk of injury due to manually loading and unloading by hand.  The original cost is

  estimated at $40,000.00.

   Signed       Jen Aholt, CEO

      Vendor   Altorfer, Inc.                                                                      Notary 8/5/2013

                                   Estimate                Actual                                       FY    QTR

      State                     $40,000.00           $39,761.00                                        14         3

      Federal Cost                 $0.00                  $0.00


                                   LIST OF EMERGENCY PURCHASE AFFIDAVITS

                              FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                           January 1, 2014 through March 31, 2014

  56     CORRECTIONS - GENERAL OFFICE                                                             File   3/31/2014

  Latest Filing – 3/31/2014:

  A letter was received on March 31, 2014 requesting a 2nd extension for 3/29/2014 to 9/24/2014.

  Estimated cost $2,400,000.00.

 

  Second Filing –12/18/2014 FY14 Qtr 2 Item# 9:

  A letter was received on Dec 18, 2013 requesting an extension for the time frame 12/29/2013 to

  3/28/2014.

  Estimated cost at $1,200,000.00.

 

  Original Filing – 10/2/2013: FY14 Qtr 2 Item#9:

  The Illinois Department of Corrections is requesting a 90 day continuation of the emergency contract for

  Electronic Detention Monitoring Services (OB#0913049) for Parolees/and or committed felons by the

  current vendor. BI Inc./Geo Group while an RFP is finalized which will include EM as well as GPS

  Monitoring services. The GPS contract (0907034) is with the same vendor and continues through 9-29-

  2013 - it is also being extended. These services are highly specialized and require extensive equipment

  which cannot be obtained by another vendor for such a short time frame. Extending the EM contract for

  90 days allows for the review of the RFP and awarding of a contract for both EM and GPS services. This

  contract will be terminated when the new contract is in place. Original estimated cost $1,200,000.00.

   Signed       Alyssa Williams-Schafe, PSA Coord for Sex Offender Services

      Vendor   BI Incorporated                                                                   Notary       9/18/2013

                                   Estimate                Actual                                       FY    QTR

      State                 $4,800,000.00                  $0.00                                        14         3

      Federal Cost                 $0.00                  $0.00


                                   LIST OF EMERGENCY PURCHASE AFFIDAVITS

                              FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                           January 1, 2014 through March 31, 2014

  57     CORRECTIONS - GENERAL OFFICE                                                             File   1/29/2014

  Latest Filing - 1/29/2014:

  The Final Total Cost of FY 14 Qtr 2 Item# 10 is $31,185.00.

 

  Original Filing - 10/16/2013: FY 14 Qtr 2 Item# 10:

  PCC is starting to have an issue with the bar screen rake. The motor is over torqueing and so far

  electricians are able to reset it. The gear box is making a noise but the entire unit and track needs to be

  replaced. The bar screen rake removes institution trash before sewer enters the City of Pickneyville sewer

  system clogging pumps and if the bar screen fails, sewage could back up into the facility. The original cost

   Signed       Earl Wilson, SPSA, Asst Warden of Operations

      Vendor   Vulcan Industries, Inc.                                                         Notary       10/4/2013

                                   Estimate                Actual                                       FY    QTR

      State                     $31,185.00           $31,185.00                                        14         3

      Federal Cost                 $0.00                  $0.00

  58     EMPLOYMENT SECURITY, DEPARTMENT OF                                              File   1/31/2014

  Latest Filing - 01/31/2014:

  The Final Total Cost of FY 14 Qtr 1 Item# 27 is $417,460.50.

 

  Original Filing - 07/31/2013: FY 14 Qtr 1 Item# 27:

  This emergency Purchase Affidavit is for 6 Java Developers and IT Specialists. These consultants are on

  site working on EUC changes and have knowledge of IBIS, specifically EUC to expeditiously implement

  the required changes. This work will insure that IBIS will be able to correctly calculate and pay federally

  funded unemployment compensation benefits and federal statutory requirements will be met. The original

  estimated cost is $686,664.00.

   Signed       Barry Isaacson, Acting Manager

      Vendor   Diversified & Electronic Knowledge                                         Notary       7/12/2013

                                   Estimate                Actual                                       FY    QTR

      State                   $686,664.00          $417,460.50                                        14         3

      Federal Cost                 $0.00                  $0.00


                                   LIST OF EMERGENCY PURCHASE AFFIDAVITS

                              FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                           January 1, 2014 through March 31, 2014

  59     HUMAN SERVICES, DEPARTMENT OF                                                         File   1/2/2014

  Latest Filing – 1/2/2014:

  A letter was received on Jan 2, 2014 extending FY 14 Qtr 1 Item# 30 for time frame Dec 28, 2013 to

  June 30, 2014.

 

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

  Letter was received on Sept 30, 2013 extending FY 14 Qtr 1 Item# 30 for time frame Sept 29, 2013 to

  Dec 27, 2013.

 

  Original Filing – 7/3/2013: FY14Qtr 1 Item# 30:

  On April 1, 2013 the Department posted a RFP seeking a vendor to provide focused and compliance

  monitoring services to support the Early Intervention System, which includes approximately 4,500

  providers and regional intake entities to provide services to children birth to age three who have a

  developmental delay or disability or who are at risk of developmental delay. These services are primarily

  provided in families' homes. Monitoring of services is required under State and Federal law, and the absence

   of these services could cause disruption to federal funding. The FY 13 vendor, Suburban Access, will

  provide these services for 90 days until RFP process can be completed.

  The original estimated cost $962,376.00.

   Signed       Amy Tarr, Bureau Chief of Early Intervention

      Vendor   Suburban Access                                                                 Notary       6/28/2013

                                   Estimate                Actual                                       FY    QTR

      State                   $962,376.00                  $0.00                                        14         3

      Federal Cost                 $0.00                  $0.00


                                   LIST OF EMERGENCY PURCHASE AFFIDAVITS

                              FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                           January 1, 2014 through March 31, 2014

  60     HUMAN SERVICES, DEPARTMENT OF                                                         File   12/24/2013

  Latest Filing - 12/24/2013:

  The Final Total Cost of FY 14 Qtr 1 Item# 31 is $67,451.00.

 

  Original Filing - 8/14/2013: FY 14 Qtr 1 Item# 31:

  The Choate Mental Health & Developmental Center requires the replacement of the Dietary Department

  Chiller Unit. The Unit is not functioning and is beyond repair. The absence of a functioning chiller unit

  for the Dietary Department is detrimental to the facility in several ways. As the Department now exists,

  temperatures in the kitchen work environment can exceed 100 degrees as ovens, boilers and steam tables

  are used to prepare meals and the industrial-sized dishwasher sanitizes dishes several times each day. The

  dietary Department is a closed area that is typically kept closed in order to  minimize the potential for

  contamination which might impact food quality and Public Health standards. On a daily basis, the Choate

  Dietary Department is responsible for the preparation of approximately 1200 meals for more than 230

  patients and residents. The facility also provides foods for the students of the Tri-County School System. 

  The original cost is estimated at $100,000.00.

   Signed       Cheryl Muckley, Facility Dir for Choate

      Vendor   3 Vendors                                                                         Notary       8/12/2013

                                   Estimate                Actual                                       FY    QTR

      State                   $100,000.00           $67,451.00                                        14         3

      Federal Cost                 $0.00                  $0.00


                                   LIST OF EMERGENCY PURCHASE AFFIDAVITS

                              FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                           January 1, 2014 through March 31, 2014

  61     HEALTHCARE AND FAMILY SERVICES, DEPT OF                                    File   12/17/2013

  Latest Filing – 12/26/2013:

  The Final Total Cost of FY 12 Qtr 2 Item# 44 is $1,898,777.61

 

  Original Filing – 11/17/2011: FY12 Qtr 2 Item# 44:

  The services provided under this contract are mandated by federal and state Medicaid laws and regulations,

  and prevent the State from paying for unnecessary hospitalization costs.  Failure to perform these services

   would result in substantial financial burden to the State, both in paying for unnecessary healthcare services

   and in loss of federal funds associated with non-compliance.  A new RFP for these services is under review.

    Until a new contract is in effect, extension of the current contract with the current vendor is in the best

  interest of the State. The original estimted cost is $2,400,000.00.

   Signed       Brett Cox, SPO

      Vendor   eQHealth Solutions                                                              Notary       11/10/2011

                                   Estimate                Actual                                       FY    QTR

      State                 $2,400,000.00        $1,898,777.61                                        14         3

      Federal Cost                 $0.00                  $0.00


                                   LIST OF EMERGENCY PURCHASE AFFIDAVITS

                              FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                           January 1, 2014 through March 31, 2014

  62     HEALTHCARE AND FAMILY SERVICES, DEPT OF                                    File   1/20/2014

  Latest Filing – 1/20/2014:

  The Final Total Cost of FY12 Qtr 2 Item# 46 is $147,075.00.

 

  Original Filing – 11/30/2011: FY12 Qtr 2 Item#46:

  The services provided under this contract are mandated by federal and state Medicaid laws and regulations,

  and provide administrative oversight and quality assurance activities for Illinois' HCBS waivers as required

  by the Federal Centers for Medicare and Medicaid services.  Failure to perform these services would result

  in loss of federal funds associated with non-compliance.  A new RFP for these services is under review. 

  Until a new contract is in effect, extension of the current contract with the current vendor is in the best

  interest of the State. The original extimated cost is $220,768.00.

   Signed       Brett Cox, SPO

      Vendor   eQHealth Solutions                                                              Notary       11/28/2011

                                   Estimate                Actual                                       FY    QTR

      State                   $220,768.00          $147,075.00                                        14         3

      Federal Cost                 $0.00                  $0.00

  63     HEALTHCARE AND FAMILY SERVICES, DEPT OF                                    File   2/25/2014

  Latest Filing – 2/25/2014:

  The Final Total Cost of FY12 Qtr 4 Item# 31 is $1,170,781.41.

 

  Original Filing – 6/5/2012: FY12 Qtr4 Item# 32:

  Maintaining the current contract under a 90 day emergency extension ensures that the enrollment services

   offered to clients under the current contract are not disrupted. Estimated cost is $1,200,000.00.

   Signed       Brett Cox, St. Purchasing Officer

      Vendor   Automated Health Systems, Inc.                                             Notary 6/1/2012

                                   Estimate                Actual                                       FY    QTR

      State                 $1,200,000.00        $1,170,781.41                                        14         3

      Federal Cost                 $0.00                  $0.00


                                   LIST OF EMERGENCY PURCHASE AFFIDAVITS

                              FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                           January 1, 2014 through March 31, 2014

  64     HEALTHCARE AND FAMILY SERVICES, DEPT OF                                    File   2/25/2014

  Latest Filing – 2/25/2014:

  The Final Total Cost of FY13 Qtr 1 Item# 50 is $4,519,330.74.

 

  Original Filing – 7/3/2012: FY13 Qtr1 Item# 50:

  Extending the current contract as an emergency for an additional 90 days will allow time to continue

  development of the RFP and minimize serious disruption to client services. Original estimated cost is

  $5,100,00.00.

   Signed       Brett Cox, St Purchasing Officer

      Vendor   Automated Health Systems, Inc.                                             Notary       6/20/2012

                                   Estimate                Actual                                       FY    QTR

      State                 $5,100,000.00        $4,519,330.74                                        14         3

      Federal Cost                 $0.00                  $0.00

  65     HEALTHCARE AND FAMILY SERVICES, DEPT OF                                    File   2/25/2014

  Latest Filing – 2/25/2014:

  The Final Total Cost of FY13 Qtr 1 Item# 52 is $2,016,481.13.

 

  Original Filing - 9/12/2012:  FY13, Qtr 1, Item # 52:

  Maintaining the current contract under a 94 day emergency extension, See 12-4 # 31 for original affidavit.

 

  The Extension ensures that the enrollment Services offered to clients under the current contract are not

  disrupted. A new RFP for these services has been issued and contract was awarded on 8/23/12. Until a new

  contract is in effect and transition activities completed, if necessary, extension of the current contract

   Signed       Brett Cox, State Purchasing Officer

      Vendor   Automated Health Systems, Inc.                                             Notary 9/6/2012

                                   Estimate                Actual                                       FY    QTR

      State                 $1,200,000.00        $2,016,481.13                                        14         3

      Federal Cost                 $0.00                  $0.00


                                   LIST OF EMERGENCY PURCHASE AFFIDAVITS

                              FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                           January 1, 2014 through March 31, 2014

  66     HEALTHCARE AND FAMILY SERVICES, DEPT OF                                    File   2/5/2014

  Latest Filing – 2/3/2014:

  Reporting the final cost of the original affidavit time frame March 1, 2013 to May 29, 2013 of FY13  Qtr

   3 Item# 52 is $3,197,771.85.

 

  Third Filing – 12/10/2013  FY 13 Qtr 3 Item# 52:

  Received a letter extending the time frame Jan 1, 2014 to June 30, 2014. Estimated cost $6,500,000.00.

 

  Second Filing – 5/10/2013 FY13 Qtr 3 Item# 52:

  Received a letter extending the time frame May 30, 2013 to Dec 31, 2013. Estimated cost $7,500,000.00

 

 

  Original Filing –2/27/2013: FY13 Qtr 3 Item# 52:

  Dental services are federally mandated for children (under age 21) under Early and Periodic Screening,

  Diagnosis and Treatment program (EPSDT).  EPSDT also requires states to provide outreach and access to

   services, assuring appropriate utilization of preventive dental services and needed dental treatment

  services.  Comprehensive dental services must be provided to children.  The current contract period

  between HFS and DentaQuest expires February 28, 2013.  There are no additional renewal options

  available under the current contract. Original estimated cost $17,200,00.00..

   Signed       Brett M. Cox, State Purchasing Officer

      Vendor   DentaQuest of Illinois                                                          Notary       2/22/2013

                                   Estimate                Actual                                       FY    QTR

      State                $17,200,000.00                  $0.00                                        14         3

      Federal Cost                 $0.00                  $0.00


                                   LIST OF EMERGENCY PURCHASE AFFIDAVITS

                              FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                           January 1, 2014 through March 31, 2014

  67     HEALTHCARE AND FAMILY SERVICES, DEPT OF                                    File   2/3/2014

  Latest Filing - 2/3/2014: FY 14 Qtr 1 Item# 34:

  Final cost of the original EP of FY 14 Qtr 1 Item# 34 is $1,762,493.45 that covers time frame 7/1/2013

  to 9/28/2013.

 

  Second Filing - 10/1/2013: FY 14 Qtr 1 Item# 34:

  This extends the contract's time frame from 9/29/2013 to 3/31/2014 with a $3,633,360.00 estimated

  cost.

 

  Original Filing  6/27/2013: FY 14 Qtr 1 Item# 34:

  This emergency purchase is to extend the contract with First Transit (July 1, 2013 to Sept 28, 2013) to

  minimize serious disruption in critical State prior approval of non-emergency transportation services that

  affect access to medically necessary health services by Medicaid Participants. The current prior approval

  administrator  First Transit Inc. is responsible for adjudicating statewide requests for approval of non

  emergency transportation through a call center located in Glen Ellyn, IL.  An emergency extension will

  allow the Department to continue to control costs and provide critical services by ensuring appropriate

  transportation are approved. The original estimated cost is $1,870,000.00.

   Signed       Brett Cox, State Purchasing Officer

      Vendor   First Transit, Inc.                                                                Notary       6/21/2013

                                   Estimate                Actual                                       FY    QTR

      State                 $5,503,360.00                  $0.00                                        14         3

      Federal Cost                 $0.00                  $0.00


                                   LIST OF EMERGENCY PURCHASE AFFIDAVITS

                              FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                           January 1, 2014 through March 31, 2014

  68     STATE POLICE, DEPARTMENT OF                                                               File   12/27/2013

  Latest Filing - 12/27/2013:

  The final total cost of FY 13 Qtr 4 Item# 40 is $53,454.64.

 

  Second Filing - 8/13/2013, FY 14 Qtr 1 Item# 102:

  This extends the contract's time frame 8/1/2013 to 6/30/2014 with an estimated cost of $200,000.00.

 

  Original Filing - 05/14/2013: FY 13 Qtr 4 Item# 40:

  The Illinois State Police (ISP) requires a 90 day contract with Boland Enterprises for the keying and

  scanning of Firearm Owners Identification (FOID) card applications.  The current contract with vendor

  Rely Services Inc. which was established to include this time period, is being terminated early.  This

  emergency procurement is expected to start upon the effective date of termination of the current

  contract.  Until a new contract or alternative method is identified, there is a continued need for these

  services in order for ISP to meet its statutory mandate.  The Firearm Owners Identification Card Act, 430

  ILCS 65/5, states that the Department of State Police shall either approve or deny all FOID card

  applications within 30 days of receipt, and every applicant found qualified by the Department shall be

  entitled to the issuance of a FOID card.  Boland Enterprises has performed these services in the past and is

  a qualified vendor. The original cost is estimated at $290,000.00.

   Signed       Hiram Grau, Director

      Vendor   Boland Enterprises                                                               Notary       5/10/2013

                                   Estimate                Actual                                       FY    QTR

      State                   $290,000.00           $53,454.64                                        14         3

      Federal Cost                 $0.00                  $0.00


                                   LIST OF EMERGENCY PURCHASE AFFIDAVITS

                              FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                           January 1, 2014 through March 31, 2014

  69     TRANSPORTATION, DEPARTMENT OF                                                         File   12/23/2013

  Latest Filing - 12/23/2014:

  The final cost of the original contract is $257,765.00. The Final Total Cost of FY 13 Qtr 2 Item# 64 is

  $292,415.00.

 

  Third Filing 04/8/2013 of FY 13 Qtr 2 Item# 64:

  Final Cost of 1st extension $34,650.00, for time frame 12/6/2012 to 3/5/2013.

 

  Second Filing - 01/24/2013 of FY 13 Qtr 3 Item # 113:

  This is an extension for an estimated cost of $150,000.00 for time frame 3/6/2013 to 12/5/2013.

 

  Original Filing 12/2012 FY 13 Qtr 2 Item# 64:

  The Department recently lost critical staff due to employees retiring or entering private sector. These

  positions are very technical and require specialized qualifications. The Agency is in need of a personnel

  service to locate candidates who qualify for these critical and unique positions to continue to meet  the

  Agency's responsibilities. If these positions are not filled with qualified employees, it could cause serious

  disruption to State services that affect the safety of the citizens and cause a loss of federal funding. The

  Agency is in the process of issuing a RFP for consulting services to address critical technical operations

  issues. Capitol Strategies is a local business that provides expert level services to Government agencies.

  The estimated amount is $150,000 for time frame 12/6/2012 to 3/5/2013. Estimated original cost is

  $200,000.00.

   Signed       Matt Hughes, Dir of Fin and Admin

      Vendor   Capitol Strategies                                                                Notary       12/6/2012

                                   Estimate                Actual                                       FY    QTR

      State                   $350,000.00          $292,415.00                                        14         3

      Federal Cost                 $0.00                  $0.00


                                   LIST OF EMERGENCY PURCHASE AFFIDAVITS

                              FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                           January 1, 2014 through March 31, 2014

  70     CAPITAL DEVELOPMENT BOARD                                                                File   2/10/2014

  Latest Filing - 02/10/2014:

  The Final Total Cost of FY 14 Qtr 2 Item# 16 is $52,423.98.

 

  Original Filing 10/11/2013:FY 14 Qtr 2 Item# 16

  The roof in the bakery building at Vandalia CC  has been leaking and recently deteriorated to the point

  where portions have rotted and an interior ceiling area collapsed. A tarp was installed to provide

  temporary repairs but it will not remain an effective moisture barrier through the winter. Due to the age

  and nature of the roof, repair will likely be a replacement of the membrane roof with a metal roof. 

  Vendor 1: Upchurch $10,000. Vendor 2: Bel O Sales $40,000. Total Est.: $50,000. The original estimated

  cost is $50,000.00.

   Signed       Gus Behnke, Chief Fiscal Officer

      Vendor   Upchurch and Bel -O Sales                                                    Notary       10/10/2013

                                   Estimate                Actual                                       FY    QTR

      State                     $50,000.00           $52,423.98                                        14         3

      Federal Cost                 $0.00                  $0.00


                                   LIST OF EMERGENCY PURCHASE AFFIDAVITS

                              FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                           January 1, 2014 through March 31, 2014

  71     CAPITAL DEVELOPMENT BOARD                                                                File   1/14/2014

  Latest Filing - 01/14/2014:

  The Final Total Cost of FY 14 Qtr 2 Item#18 is $33,863.55.

 

  Original Filing - 10/28/2013 FY 14 Qtr 2 Item# 18:

  The project will repair the damage to the Cleveland Cottage at IYC St Charles that was caused when a

  facility transportation van struck the Cottage on Oct. 3, 2013. The damage resulted in the Cottage being

  vacated due to concerns over its structural integrity, which has disrupted the facility's operations.  DLR

  Group will provide construction related professional services and the Geo Sollitt Construction Co. will

  provide the construction repair work. The original estimated cost is $74,866.00.

   Signed       Gus Behnke, Chief Fiscal Officer

      Vendor   2 Vendors- IYC St Charles                                                     Notary       10/24/2013

                                   Estimate                Actual                                       FY    QTR

      State                     $74,866.00           $33,863.55                                        14         3

      Federal Cost                 $0.00                  $0.00


                                   LIST OF EMERGENCY PURCHASE AFFIDAVITS

                              FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                           January 1, 2014 through March 31, 2014

  72     CAPITAL DEVELOPMENT BOARD                                                                File   1/14/2014

  Latest Filing - 01/14/2014:

  The Final Total Cost of FY 14 Qtr2 Item# 17 is $43,596.05.

 

  Original Filing 10/28/2013: FY 14 Qtr2 Item# 17

  On Sept 16, 2013, the newly constructed Education/Visitor Center at the William Powers State Fish &

  Wildlife area suffered a break-in and theft of copper cabling used to supply electricity to the facility.

  Leaving the HVAC inoperable due to lack of power and interior damage. With the imminent winter

  conditions approaching, the inability to operate the HVAC to heat/condition the air will cause damage to

  the interior furnishings, foundation and ultimately structural failure.

  ** NOTE*** A letter was received on Nov. 19, 2013 adding estimated cost and additional Vendors to the

  Emergency Purchase. The original estimated cost is $52,500.00.

   Signed       Gus Behnke, Chief Fiscal Officer

      Vendor   Hanno Weber & Assoc & 2 more vendors                                  Notary       10/24/2013

                                   Estimate                Actual                                       FY    QTR

      State                     $52,500.00           $43,596.05                                        14         3

      Federal Cost                 $0.00                  $0.00


                                   LIST OF EMERGENCY PURCHASE AFFIDAVITS

                              FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                           January 1, 2014 through March 31, 2014

  73     CAPITAL DEVELOPMENT BOARD                                                                File   1/31/2014

  Latest Filing - 01/31/2014:

  The Final Total Cost of FY 14 Qtr 2 Item #19 is 11,559.74.

 

  Original Filing - 11/12/2013: FY 14 Qtr 2 Item #19:

  Underground piping at the Lawrence Correctional Center that serves four of the housing units that

  accommodate 1,200 offenders ruptured in unknown locations leaving the four buildings without heat. The

  most recent rupture occurred during the week of Oct. 21, 2013. An emergency procurement is necessary

  to ensure that adequate heat is restored to these buildings as the heating season is upon us. The original

   Signed       Gus Behnke, Chief Fiscal Officer

      Vendor   GHR Emgineers and Assoc.                                                   Notary       11/6/2013

                                   Estimate                Actual                                       FY    QTR

      State                     $20,000.00           $11,559.74                                        14         3

      Federal Cost                 $0.00                  $0.00


                                   LIST OF EMERGENCY PURCHASE AFFIDAVITS

                              FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                           January 1, 2014 through March 31, 2014

  74     UNIVERSITY OF ILLINOIS                                                                            File   12/18/2013

  Latest Filing - 12/18/2013:

  The Final Total Cost of FY 13 Qtr 4 Item# 68 is $2,109,644.26.

 

  Original Filing - 6/5/2013: FY 13 Qtr 4 Item# 68:

  During the course of inspection of Steam turbine generator 2 it was determined that a considerable amount

  of repair work is needed on both the steam turbine and generator before it can be returned to services.

  Without this assist it will put Abbott Power plant at risk to reliably and efficiently provide the steam

  required to support the campus. The scope of work covered in this emergency purchase request is going to

  require a minimum of 12 weeks of offsite repair, fabrication, re-assembly and testing. By delaying the

  purchase of service would extend the repair to Steam turbine generator 2 well into peak heating season on

  campus and having the steam turbine generator available to serve the peak campus heat demand is

  essential. The original estimated cost is $2,209,339.00.

   Signed       Justin Johnson, Assoc Dir of Purchasing

      Vendor   Wood Group Field Services, Inc.                                              Notary       5/31/2013

                                   Estimate                Actual                                       FY    QTR

      State                 $2,209,339.00        $2,109,644.26                                        14         3

      Federal Cost                 $0.00                  $0.00