October 15, 2024
LIST OF EMERGENCY PURCHASE AFFIDAVITS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
July 1, 2024
to
September 30, 2024
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
July 1, 2024 through September 30, 2024
1 Central Management Services, Department of File Date: 6/21/2024
Original Filing – 06/21/2024: FY25, Qtr 1, Item# 1
The area has been treated previously with chemical but the bedbugs continue show up (serviced previously by
JPMC Vendors Chicago Pests and American Pest Control). This vendor was selected because they will use High
Heat Treatment to kill the bedbugs.
Treat reception area on 4th floor DOI with high heat to kill bedbugs at L6302, 320 West Washington,
Springfield, IL 62702.
This Emergency Purchase has an expected start date of 06/21/2024 through 09/20/2024 with an Original
Estimated Cost of $7500.00.
Signed By: Martha Blackwell, FPM
Vendor: Environ Pest Elimination, Inc. Notary Date: 6/21/2024
Original Revised Paid To Actual
Estimate Estimate Date Final Cost FY QTR
State Cost: $7,500.00 $0.00 $0.00 25 1
Federal $0.00 $0.00
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
July 1, 2024 through September 30, 2024
2 Corrections, Department of File Date: 6/25/2024
Original Filing – 6/25/2024: FY25, Qtr 1, Item# 2
The vendor currently has the needed vans in stock and available for immediate purchase.
The vendor will be providing two brand new 12 passenger vans. 2023 ProMaster 2500 VIN
3C6LRVPG6PE546135, 2023 ProMaster 2500 VIN 3C6LRVPG7PE546127.
This Emergency Purchase has an expected start date of 06/25/2024 through 09/23/2024 with an Original
Estimated Cost of $137,472.06.
Signed By: Jacenta Wilson, APO
Vendor: Green Automotive Notary Date: 6/25/2024
Original Revised Paid To Actual
Estimate Estimate Date Final Cost FY QTR
State Cost: $137,472.06 $0.00 $0.00 25 1
Federal $0.00 $0.00
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
July 1, 2024 through September 30, 2024
3 Innovation & Technology, Department of File Date: 6/26/2024
Original Filing – 06/26/2024: FY25, Qtr 1, Item# 3
Precisely's ACR software products are utilized by the State to automatically balance the results of processed
batched data jobs. Without the support of ACR products, the State would need to stop automatically processing
batch jobs and would have do process them manually - exposing the process to the risk of human error and
slowing it significantly, and requiring significantly more personnel resources than the State has available. This
software is critical to the continued support and functionality of the Department of Health and Family Services
("HFS") and the Department of Human Services ("DHS").
The State has utilized Precisely' software since
7/1/2006. Precisely owns the exclusive copyright to the software utilized by the State.
Execute a contract for maintenance on Precisely ACR Detail and ACR Summary for MVS software products:
- ACR/Detail
- ACR/Summary for MVS (MIPS MARS and MMIS NIPS capacity 1025)
- ACR Wornch.
Currently, the State maintains two licenses for Precisely ACR products: One for ACR/Summary used by Dept.
of Health and Family Services and the other for ACR/Detail used by Dept. of Human Services (DHS).
This Emergency Purchase has an expected start date of 07/01/2024 through 09/28/2024 with an Original
Estimated Cost of $261,316.00.
Signed By: Chris Brinkmeyer, CAO
Vendor: Precisely Software Incorp Notary Date: 6/26/2024
Original Revised Paid To Actual
Estimate Estimate Date Final Cost FY QTR
State Cost: $261,316.00 $0.00 $0.00 25 1
Federal $0.00 $0.00
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
July 1, 2024 through September 30, 2024
8 Veterans Affairs, Department of File Date: 7/15/2024
Original Filing – 07/15/2024: FY25, Qtr 1, Item# 8
Illinois Joining Forces currently provides the services required per statute 20 ILCS 2805/8
This Emergency Purchase has an expected start date of 07/15/2024 through 10/12/2024 with an Original
Estimated Cost of $60,000.00.
Signed By: Amanda Gray, APO
Vendor: Illinois Joining Forces Notary Date: 7/15/2024
Original Revised Paid To Actual
Estimate Estimate Date Final Cost FY QTR
State Cost: $60,000.00 $0.00 $0.00 25 1
Federal $0.00 $0.00
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
July 1, 2024 through September 30, 2024
13 Toll Highway Authority, Illinois State File Date: 7/24/2024
Original Filing – 07/24/2024: FY25, Qtr 1, Item# 13
The Tollway does not operate on State-appropriated funds. Procurement are funded through toll revenue.
The Tollway has a 24/7 emergency dispatch operations center that answers approximately 150,000 calls for
service annually. The Tollway Dispatch Center's communication with the public (accidents, incidents, etc.),
emergency medical services (EMS), police (state and local), and fire departments occurs through a computer-
aided dispatch (CAD) system. As a result of the State of Illinois ending their master contract with Motorola
Solutions to provide the Illinois Wireless Information Network (IWIN) program, a procedural change in Tollway
communication protocol is now required to communicate with emergency personnel and State Police units.
The Tollway has determined that Infor eDispatch Mobile Client user licenses are compatible with our current
CAD system and will replace the service previously provided by the State's IWIN program. In conjunction with
the emergency purchase of the 125 Infor eDispatch Mobile Client user licenses, the Tollway requires 10
additional Infor EnRoute CAD Seats to allow additional internal Tollway staff to answer non-emergency *999
calls.
In light of the critical need to address the current public safety issue and support essential operations,
the Tollway recommends proceeding with the emergency procurement of 125 Infor eDispatch Mobile Client
user licenses and 10 Infor EnRoute CAD Seats. This action is necessary to ensure that the Tollway's
emergency dispatch operations center has concise communications with Tollway maintenance personnel and the
Illinois State Police, as well as to enhance support for the *999 project.
SKU: PSD-EDISMC
DESCRIPTION: eDispatch Mobile Client
QUANTITY : 125
SUPPORT PLAN: XTP
SKU: PSSEATS
SKU DESC: EnRoute CAD Seats
QUANTITY : 10
SUPPORT PLAN: XTP
Formal quote will include the
initial upfront cost of the software licenses plus an estimated 40 hours of consultant implementation
Formal quote will include the initial upfront cost of the software licenses plus an estimated 40 hours of
consultant implementation time to integrate the changes to the Tollway systems.
This Emergency Purchase has an expected start date of 07/24/2024 through 10/21/2024 with an Original
Estimated Cost of $200,000.00, using funds generated through toll revenue..
Signed By: Eric Occomy, APO
Vendor: National Tek Service Notary Date: 7/24/2024
Original Revised Paid To Actual
Estimate Estimate Date Final Cost FY QTR
State Cost: $200,000.00 $0.00 $0.00 25 1
Federal $0.00 $0.00
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
July 1, 2024 through September 30, 2024
15 University of Illinois File Date: 7/31/2024
Original Filing – 07/31/2024: FY25, Qtr 1, Item# 15
The University is experiencing a staffing shortage of building service workers, who provide custodial,
environmental, and sanitation cleaning services on campus. To address this shortage the University procures
contracted cleaning services from several vendors to supplement our workforce. Southeast Service Corporation
(SSC) provides custodial, environmental, and sanitation cleaning services under cooperative award #1912ALC
that will expire on August 2, 2024. The University’s transition plan to Cooperative award #2501GAL will not
be complete by 8/2/24. To ensure the continuation of critical services that support the public health posture on
campus and to allow for an orderly transition of services, the University will utilize the vendor SSC under this
emergency award.
Southeast Service Corporation (SSC) provides custodial, environmental, and sanitation services at campus
buildings, College of Dentistry (801 South Paulina Street, Chicago, IL 60612), College of Pharmacy (833 South
Wood Street, Chicago, IL 60612), and Outpatient Care Center (1801 West Taylor Street, Chicago, IL 60612).
The vendor will provide all labor and equipment required to complete this work.
This Emergency Purchase has an expected start date of 08/03/2024 through 10/31/2024 with an Original
Estimated Cost of $913,247.57, using Self - Supporting Funds.
Signed By: Aaron Rosenthal, IVC
Vendor: Southeast Service Corp Notary Date: 7/31/2024
Original Revised Paid To Actual
Estimate Estimate Date Final Cost FY QTR
State Cost: $913,247.57 $0.00 $0.00 25 1
Federal $0.00 $0.00
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
July 1, 2024 through September 30, 2024
16 Transportation, Department of File Date: 7/31/2024
Original Filing – 7/31/2024: FY25, Qtr 1, Item# 16
The following vendor was contacted and their respective bid is noted:
Hennegan & Associates LTD $1,479,008.00
Hennegan & Associates LTD was the only vendor that the department contacted due to them having the
expertise in the repairs needed and the appropriate material to fix the issue we have on I 70 in St. Clair County.
This vendor was recommended to the district from the central office bureau of bridges and structures.
Provide 198LF of 6" and 9" modular expansion joint swivel along with front face cover plate assemblies for
repairs on I -70 over I 55 at structure 082-0322 and 082-0324.
This Emergency Purchase has an expected start date of 07/30/2024 through 10/27/2024 with an Original
Estimated Cost of $2,000,000.00.
Signed By: Joseph Monroe, Dist 8 Operations Engineer
Vendor: Hennegan & Assoc. LTD Notary Date: 7/31/2024
Original Revised Paid To Actual
Estimate Estimate Date Final Cost FY QTR
State Cost: $2,000,000.00 $0.00 $0.00 25 1
Federal $0.00 $0.00
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
July 1, 2024 through September 30, 2024
20 Central Management Services, Department of File Date: 8/21/2024
Original Filing – 08/21/2024: FY25, Qtr 1, Item# 20
The area has been treated previously with chemical but the bedbugs continue show up. This vendor was
selected because they will use High Heat Treatment to kill the bedbugs.
Treat mail room and conference room on 4th floor DOI with high heat to kill bedbugs at L6302, 320 West
Washington, Springfield, IL 62702.
This Emergency Purchase has an expected start date of 08/21/2024 through 11/19/2024 with an Original
Estimated Cost of $8,100.00.
Signed By: Martha Blackwell, Manager
Vendor: Environ Pest Elimination, Inc. Notary Date: 8/21/2024
Original Revised Paid To Actual
Estimate Estimate Date Final Cost FY QTR
State Cost: $8,100.00 $0.00 $0.00 25 1
Federal $0.00 $0.00
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
July 1, 2024 through September 30, 2024
23 Revenue, Department of File Date: 9/6/2024
Original Filing – 09/06/2024: FY25, Qtr 1, Item# 23
Sam Leman was the only vendor that could provide the Department of Lottery with 6 Chrysler Pacificas.
Finding a vendor to provide inventory has been difficult. The Department of Lottery has done research to find a
vendor and Sam Leman has the inventory to meet our needs.
The Department of Lottery has been needing and searching for vehicles for our Lottery Sales Representatives
who must be able to travel throughout the State of Illinois. The fleet has been diminished due to recent wrecks
and damages. The Department of Lottery's fleet of 12 vehicles is now down to 4 that are being used. One of the
concerns is the agency would not be able provide its sales representatives with working vehicles in order to do
their daily tasks. Section 20-30(d) of the Illinois Procurement Code and the CPO-GS Administrative Rules
[44ILL. Adm. Code 1.2030(c)] provide that the use of the Emergency method of source selection may be used
to make a "quick purchase" in situations when "items are available on the spot market or at discounted prices for
a limited time so that good business judgment mandates a "quick purchase" immediately to take advantage of
the availability and price". The emergency spot market method of procurement was chosen over a competitive
solicitation because of the amount of time a competitive selection could take and given the current market
environment, vehicle dealerships are unlikely to hold multiple vehicles on their lots without a guarantee of award.
The Department of Lottery has done research and made and effort to utilize the master contract. However, the
vendor on the master contract did not have the inventory in stock.
This Emergency Purchase has an expected start date of 09/06/2024 through 12/06/2024 with an Original
Estimated Cost of $247,428.18
Signed By: Ryan Schone, APO
Vendor: Sam Leman Notary Date: 9/6/2024
Original Revised Paid To Actual
Estimate Estimate Date Final Cost FY QTR
State Cost: $247,428.18 $0.00 $0.00 25 1
Federal $0.00 $0.00
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
July 1, 2024 through September 30, 2024
25 Veterans Affairs, Department of File Date: 9/6/2024
Original Filing – 09/06/2024: FY25, Qtr 1, Item# 25
Arena Foods Inc has the ability to begin services in the time frame that is required, prior to October 1, 2024 and
is also overseeing a similar project at our Manteno home. This is beneficial as Arena Foods Inc is familiar with
the service and processes at IDVA which will allow for services to be expedited.
Vendor will act as the Project Manager will oversee the Agency transition from the services currently being
administered at the Illinois Veterans Home at Quincy (IVHQ) to the newly designed and developed facility
kitchen. The staff will need professional guidance and direction in order to ensure a smooth transition of
services and new processes. Vendor will direct Agency Staff as needed in the transition of services. Vendor will
be the point of contact for all services related to the Dietary transition. . Vendor will be the point of contact and
will provide direction to all Agency staff regarding all aspects of the dietary transition from the former service
to the new innovative service.Vendor will provide services including, but not limited to, conducting test dietary
operations; overseeing and training Agency staff and assessing IDVA dietary operations to ensure applicable
standards are met; drafting and reviewing policies and procedures for dietary operations. Vendor will attend
meetings as requested. Vendor will provide updates weekly or as requested to identified staff, including but not
limited to; the Senior Home Administrator, Home Administrator and Assistant Director. Develop and present in-
service training and education for Facility’s personnel on a quarterly basis or more frequently as requested by
facility and document each presentation. Assist in the development of appropriate food service department
policies and procedures. Provide other services as requested by food service management and operation.
This Emergency Purchase has an expected start date of 09/16/2024 through 12/14/2024 with an Original
Estimated Cost of $200,000.00.
Signed By: Amanda Gray, APO
Vendor: Arena Foods Notary Date: 9/6/2024
Original Revised Paid To Actual
Estimate Estimate Date Final Cost FY QTR
State Cost: $200,000.00 $0.00 $0.00 25 1
Federal $0.00 $0.00
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
July 1, 2024 through September 30, 2024
30 Student Assistance Commission, Illinois File Date: 9/19/2024
Original Filing – 09/19/2024: FY25, Qtr 1, Item# 30
The FAFSA Student Support Strategy project grant allows ISAC to use funds for advertising campaigns for
FAFSA completion support events and information. Initially, Illinois Board of Higher Education (IBHE) was
providing the advertising services (through a contract IBHE already had with Flowers Communications Group)
for ISAC by means of an intergovernmental agreement (IGA).
IBHE’s contract has reached it maximum amount so ISAC can no longer obtain advertising services using IBHE.
Flowers Communications Group has the information & materials for the advertising campaign already so it
the quickest and most cost efficient to continue with obtaining advertising and marketing services through them.
Flowers has already developed creative content for these campaigns. It is most efficacious and cost-effective
to hire Flowers to continue the campaign through the fall.
The funding for the procurement is a federal grant (being handled though Education Credit Management
Corp, ECMC) so if ISAC does not use the emergency quick purchase method, we will have no advertising
services in place before the funds expire.
Marketing and advertising services for the FAFSA Student Support Campaign. This includes targeted paid
advertising and continuation of the statewide marketing campaign that was already developed in collaboration
with IBHE and ISAC. This advertising shall include billboards, geotargeting colleges, search and email ads,
social media, and streaming audio.
This Emergency Purchase has an expected start date of 09/18/2024 through 12/17/2024 with an Original
Estimated Cost of $500,000.00, using Federal Funds.
Signed By: Lisa Sayers, APO
Vendor: Flowers Communications Group Notary Date: 9/19/2024
Original Revised Paid To Actual
Estimate Estimate Date Final Cost FY QTR
State Cost: $0.00 $0.00 $0.00 25 1
Federal $500,000.00 $0.00
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
July 1, 2024 through September 30, 2024
32 Southern Illinois University File Date: 9/24/2024
Original Filing – 09/24/2024: FY25, Qtr 1, Item# 32
Smartsheet is spreadsheet software that was initially used for project management. With the creation of a new
Project Management Office (PMO) within the Office of Strategy, their mission is to standardize processes and
facilitate the sharing of resources, methodologies, tools, and techniques across the SIU School of Medicine
campus. PMO uses this primary end-to-end solution, Smartsheet, to streamline business processes using
sheets, reports, automation, and dashboards. Most of the tools used by PMO is built within Smartsheet.
Additionally, Smartsheet is available to all SIU Medicine staff members and can be utilized by any department for
their needs. The university is also in the middle of a new E-Procurement and contract management
implementation that uses Smartsheet for project management, goals and risk analysis. Department end-users
have also found this tool to be effective for workflow management. Before selecting this application, several
were reviewed and Smartsheet was selected by administration by what started as a small purchase.
This Emergency Purchase has an expected start date of 09/25/2024 through 12/24/2024 with an Original
Estimated Cost of $146,500.00, using Local Funds.
Signed By: Shannon Reed, Director
Vendor: Smartsheet Inc Notary Date: 9/24/2024
Original Revised Paid To Actual
Estimate Estimate Date Final Cost FY QTR
State Cost: $146,500.00 $0.00 $0.00 25 1
Federal $0.00 $0.00
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
July 1, 2024 through September 30, 2024
4 University of Illinois File Date: 10/1/2024
Final Cost Statement
Latest Filing – 10/1/2024: FY25, Qtr 2, Item #328
The Actual Total Cost of FY25, Qtr 2, Item# 328 is $600,000.00, with a final contact term ending.
Original Filing – 06/26/2024: FY25, Qtr 1, Item# 4
University of Illinois, Chicago is seeking additional interim staffing to support and aid the day-to-day operations
in the Office of the Vice Chancellor for Research. Currently there is a lack of resources to support the need for
the department due to delays in recruitment for the university. The Attain Partners consultants have experience
in pre-award processes, post-award revenue and expenditure accounting; sponsored programs policy and
business processes; and familiarity with various grants management supporting systems, including various
Enterprise Resource System (ERP).
The support is currently needed for the comprehensive research administration activities including review grant
guidelines, research and review sponsor requirements and review application materials to ensure compliance
prior to application submission.
This Emergency Purchase has an expected start date of 07/01/2024 through 09/28/2024 with an Original
Estimated Cost of $600,000.00, using Institutional Costs Recovered (ICR) Funds.
Signed By: Aaron Rosenthal, SA Director
Vendor: Attain Consulting Group/Attain Partners Notary Date: 6/26/2024
Original Revised Paid To Actual
Estimate Estimate Date Final Cost FY QTR
State Cost: $600,000.00 $600,000.00 $600,000.00 25 1
Federal $0.00 $0.00
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
July 1, 2024 through September 30, 2024
5 Human Services, Department of File Date: 12/5/2024
Final Cost Statement
Latest Filing – 12/05/2024: FY25, Qtr 2, Item # 375
The Actual Total Cost of FY25, Qtr 2, Item# 375 is $230,000.00, with a final contact term ending.
Original Filing – 06/28/2024: FY25, Qtr 1, Item# 5
This vendor is mandated to meet the requirements of both the Williams Consent Decree and Colbert Consent
Decree. This service is procured via Sole Source each year and an emergency purchase is needed to allow time
for the FY25 Sole Source contract to be completed and executed.
The Corporation of Supportive Housing (CSH) will provide the following:
• Co-convene in Housing Forums;
• Ongoing development and implemention of consumer assessment process;
• Maintain current Bridge
Program policy and procedures;
• Support Housing Location Team;
• Ensure consumer satisfaction;
•
Ongoing development of DMH and mental health agency understanding of Permanent Supportive Housing (PSH)
models, financing and best practices;
• Engage additional developers and property managers in PSH
creation for class members and assist with class member referral/placement into units;
• Foster partnerships and
creative financing strategies;
• Ongoing development and implementation of policies to develop PSH for Williams
Consent Decree and subsequent settlements.
This Emergency Purchase has an expected start date of 07/01/2024 through 09/28/2024 with an Original
Estimated Cost of $230,000.00.
Signed By: Jean Sandstrom, APO
Vendor: Corporation for Supportive Housing Notary Date: 6/28/2024
Original Revised Paid To Actual
Estimate Estimate Date Final Cost FY QTR
State Cost: $230,000.00 $230,000.00 $230,000.00 25 1
Federal $0.00 $0.00
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
July 1, 2024 through September 30, 2024
6 Transportation, Department of File Date: 10/7/2024
Final Cost Statement
Latest Filing – 10/7/2024: FY25, Qtr 2, Item # 329
The Actual Total Cost of FY25, Qtr 2, Item# 329 is $610,832.65, with a final contact term ending.
Original Filing – 07/01/2024: FY25, Qtr 1, Item# 6
All work performed at IL 15/IL 158 to prevent further slope damage and/or impact adjacent creek.
200’ of Sheet Pile Retaining Wall,
To be installed 4' off of edge of shoulder with vibratory hammer.
Existing HMA shoulder to be removed and replaced with full-depth HMA shoulders, 10", approximate 12’ width
to edge of sheet pile retaining wall.
Pipe underdrains with filter fabric to be installed at edge of ramp pavement and along the back side of the sheet
pile retaining wall.
Stone Riprap, Class A3 with Filter Fabric to be installed on back/creek side of sheet pile retaining wall.
Existing highway lighting foundation #9 to be removed. Highway lighting pole shall be removed by others prior
to this work.
This Emergency Purchase has an expected start date of 07/01/2024 through 09/28/2024 with an Original
Estimated Cost of $1,500,000.00.
Signed By: Joseph Monroe, Dist 8, Operations Eng
Vendor: Stutz Excavating Inc. Notary Date: 7/1/2024
Original Revised Paid To Actual
Estimate Estimate Date Final Cost FY QTR
State Cost: $1,500,000.00 $610,832.65 $610,832.65 25 1
Federal $0.00 $0.00
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
July 1, 2024 through September 30, 2024
7 Capital Development Board File Date: 9/18/2024
Second Filing – 07/23/24: FY25, Qtr 2, Item # 321
An Emergency Purchase Extension was received on September 18, 2024 requesting an extension for dates
starting 09/29/2024 to 12/31/2024. The extension expenditure is not assessed and will be charged for time only.
Original Filing – 07/02/2024: FY25, Qtr 1, Item# 7
The scope of work provides for the rental, installation, maintenance, and eventual removal of temporary air
conditioning units. Any ancillary items, such as electrical power improvements or other necessary work needed
for temporary installation, is considered part of the scope. The contractor is also responsible for any needed
trouble-shooting throughout the cooling season, should issues arise.
Incorporated documents include the March 2009 Standard Documents for Construction & Supplement and any
design documents provided by the Architect/Engineer of record. Section 01 29 00 PAYMENT PROCEDURES,
will be strictly followed and adhered to. The sum of all items listed in the Contractor Schedule of Values should
equal the contract award amount. Payment amounts will be approved based on proof of work actually
performed and materials actually used. Construction Services provided under this
procurement should not exceed $50,000.00, which is a place-holder prior to entering into a Construction
Contract, without prior authorization from the Capital Development Board in consultation with the Chief
Procurement Office. Final Actual Costs will be reported upon project completion and project close-out.
In accordance with section 00 21 50 of the Standard Documents for Construction, the General Contractor shall
perform no less than 20% of work with its own staff. Each other trade shall perform no less than 40% of work
with its own staff. Work with own staff includes direct labor and supervision, as well as material purchases
where the material is installed by the contractor.
This Emergency Purchase has an expected start date of 07/02/2024 through 09/29/2024 with an Original
Estimated Cost of $50,000.00.
Signed By: Chris Miles, Exec II
Vendor: JB Contracting Corp Notary Date: 7/2/2024
Original Revised Paid To Actual
Estimate Estimate Date Final Cost FY QTR
State Cost: $50,000.00 $0.00 $0.00 25 1
Federal $0.00 $0.00
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
July 1, 2024 through September 30, 2024
9 Capital Development Board File Date: 10/15/2024
Second Filing – 10/15/24: FY25, Qtr 2, Item # 322
An Emergency Purchase Extension was received on October 15, 2024 requesting an extension for dates starting
10/20/2024 to 08/31/2025. The extension expenditure is not assessed and will be charged for time only.
Original Filing – 07/23/2024: FY25, Qtr 1, Item# 9
The scope of work provides for expedited construction services identified by the Architect/Engineer and
approved by CDB as needing immediate action to allow the facility to reoccupy the building and continue
operations as quickly as possible. The Architect/Engineer will provide design assistance to the contractor to start
immediate repairs. Repairs not identified as emergency in nature will be completed under a separate contract.
Temporary solutions such as renting equipment and/or providing temporary utilities may be required.
Incorporated documents include the March 2009 Standard Documents for Construction & Supplement and any
design documents provided by the Architect/Engineer of record. Section 01 29 00 PAYMENT PROCEDURES,
will be strictly followed and adhered to. The sum of all items listed in the Contractor Schedule of Values should
equal the contract award amount. Payment amounts will be approved based on proof of work actually
performed and materials actually used. Construction services provided under this
procurement should not exceed $1,000,000.00, which is a place-holder prior entering into a Construction
Contract, without prior authorization from the Capital Development Board in consultation with the Chief
Procurement Office. Final Actual Costs will be reported upon project completion and project close-out.
In accordance with section 00 21 50 of the Standard Documents for Construction, the General Contractor shall
perform no less than 20% of work with its own staff. Each other trade shall perform no less than 40% of work
with its own staff. Work with own staff includes direct labor and supervision, as well as material purchases
where the material is installed by the contractor.
This Emergency Purchase has an expected start date of 07/23/2024 through 10/20/2024 with an Original
Estimated Cost of $1,000,000.00.
Signed By: Chris Miles, Exec II
Vendor: F.H. Paschen, SN Nielsen & Assoc LLC Notary Date: 7/23/2024
Original Revised Paid To Actual
Estimate Estimate Date Final Cost FY QTR
State Cost: $1,000,000.00 $0.00 $0.00 25 1
Federal $0.00 $0.00
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
July 1, 2024 through September 30, 2024
10 Capital Development Board File Date: 10/17/2024
Second Filing – 10/17/24: FY25, Qtr 2, Item # 323
An Emergency Purchase Extension was received on October 17, 2024 requesting an extension for dates starting
10/21/2024 to 01/21/2025. The extension expenditure is not assessed and will be charged for time only.
Original Filing – 07/24/2024: FY25, Qtr 1, Item# 10
The scope of work provides for expedited construction services to remove and replace approximately 24,000
s.f. of ballasted EPDM roofing and all attendant accessories. The Scope also includes tuckpointing
approximately 700 l.f. of coping joints.
Incorporated documents include the March 2009 Standard Documents for Construction & Supplement and any
design documents provided by the Architect/Engineer of record. Section 01 29 00 PAYMENT PROCEDURES,
will be strictly followed and adhered to. The sum of all items listed in the Contractor Schedule of Values should
equal the contract award amount. Payment amounts will be approved based on proof of work actually
performed and materials actually used. Construction services provided under this
procurement should not exceed $1,135,000.00, which is a place-holder prior entering into a Construction
Contract, without prior authorization from the Capital Development Board in consultation with the Chief
Procurement Office. Final Actual Costs will be reported upon project completion and project close-out.
In accordance with section 00 21 50 of the Standard Documents for Construction, the General Contractor shall
perform no less than 20% of work with its own staff. Each other trade shall perform no less than 40% of work
with its own staff. Work with own staff includes direct labor and supervision, as well as material purchases
where the material is installed by the contractor.
This Emergency Purchase has an expected start date of 07/24/2024 through 10/21/2024 with an Original
Estimated Cost of $1,135,000.00.
Signed By: Chris Miles, Exec II
Vendor: Designed Roofing Systems, Inc. Notary Date: 7/24/2024
Original Revised Paid To Actual
Estimate Estimate Date Final Cost FY QTR
State Cost: $1,135,000.00 $0.00 $0.00 25 1
Federal $0.00 $0.00
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
July 1, 2024 through September 30, 2024
11 University of Illinois File Date: 10/9/2024
Second Filing – 10/09/2024: FY25, Qtr 2, Item # 320
An Emergency Purchase Extension was received on October 9, 2024 requesting an extension for dates starting
10/19/2024 to 06/30/2025 at an additional estimated cost of $250,000.00, revising the total estimated cost to
$400,000.00.
Original Filing – 7/24/2024: FY25, Qtr 1, Item# 11
Due to the Change Healthcare/Optum cyberattack, the Hospital's information systems shut down some of our
systems. This included the Computer Assisted Coding (CAC) Optum coding platform that was not available to
the coders to complete coding for 10 days. This system disruption led to the coding backlog. AAPC is being
utilized for coding and auditing services by our Compliance Department. The vendor has experienced hospital
coders that can be assigned to our site relatively quickly. We are requesting a new emergency to continue the
medical coding services until the competitive solicitation RFP #PPA109 is awarded and a contract agreement is
fully executed.
Medical coding services for hospital inpatient and outpatient accounts.
This Emergency Purchase has an expected start date of 07/21/2024 through 10/18/2024 with an Original
Estimated Cost of $150,000.00.
Signed By: Aaron Rosenthal, IVC
Vendor: American Academy of Prof Coders Serv Notary Date: 7/24/2024
Original Revised Paid To Actual
Estimate Estimate Date Final Cost FY QTR
State Cost: $150,000.00 $400,000.00 $0.00 $0.00 25 1
Federal $0.00 $0.00
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
July 1, 2024 through September 30, 2024
12 University of Illinois File Date: 10/15/2024
Second Filing – 10/15/24: FY25, Qtr 2, Item # 317
An Emergency Purchase Extension was received on October 15, 2024 requesting an extension for dates starting
10/17/2024 to 07/31/2025. The extension expenditure is not assessed and will be charged for time only.
Original Filing – 07/24/2024: FY25, Qtr 1, Item# 12
Using self-supporting funds
Chiller #2 located at the Utilities Building (1100 South Morgan ST, Chicago, IL 60607) will be rebuilt as
follows:
• Move the necessary tools and equipment into the mechanical room.
• Lock out tag out electrical
service.
• Disconnect electrical connections at the motor.
• Remove the refrigerant and store on site as per EPA
standards.
• Dismantle the compressor and motor assembly.
• Lower the motor and send it out to be re-
manufactured. Meg Test
o Hipot & Surge Test
o Clean and check all parts
o Clean and dry windings
o
Install insulated bearings
o Install grounding ring
o Balance rotating assembly
o Paint and test motor
•
Disassemble the compressor.
• Replace the compressor bearings.
• Replace the High Speed bearing.
• Replace the
EB gearset.
• Reassemble the compressor/motor assembly with new o-rings and gaskets.
• Install a new seal kit.
• Install remanufactured motor.
• Install York Flex Coupling
• Verify and leak check the unit.
• Perform a vibration
analysis on the chiller.
• Evacuate the system.
• Install the refrigerant charge that was removed.
• Start up and
check operation.
• Remove tools and clean up site. • Install York Flex Coupling
• Verify and leak check the unit.
•
Perform a vibration analysis on the chiller.
• Evacuate the system.
• Install the refrigerant charge that was
removed.
• Start up and check operation.
• Remove tools and clean up site.
This Emergency Purchase has an expected start date of 07/22/2024 through 10/19/2024 with an Original
Estimated Cost of $257,051.00, using Self-Supporting Funds.
Signed By: Aaron Rosenthal, IVC
Vendor: Kroeschell Service, Inc. Notary Date: 7/24/2024
Original Revised Paid To Actual
Estimate Estimate Date Final Cost FY QTR
State Cost: $257,051.00 $0.00 $0.00 25 1
Federal $0.00 $0.00
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
July 1, 2024 through September 30, 2024
14 Corrections, Department of File Date: 11/1/2024
Final Cost Statement
Latest Filing – 11/1/2024: FY25, Qtr 2, Item #344
The Actual Total Cost of FY25, Qtr 2, Item# 344 is $634,404.48, with a final contact term ending
Original Filing – 07/29/2024: FY25, Qtr 1, Item# 14
CDB funded expenditure
To procure corrections-safe, non-medical furniture for the IDOC Joliet Hospital consisting of various tables,
chairs, dining, storage, office and conference items consistent with the CDB construction plan for the facility.
This Emergency Purchase has an expected start date of 07/29/2024 through 10/26/2024 with an Original
Estimated Cost of $634,404.48, CDB funded expenditure.
Signed By: Sandy Robinson II, Purchasing Manager
Vendor: Wiley Office Equipment Notary Date: 7/29/2024
Original Revised Paid To Actual
Estimate Estimate Date Final Cost FY QTR
State Cost: $634,404.48 $634,404.48 $634,404.48 25 1
Federal $0.00 $0.00
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
July 1, 2024 through September 30, 2024
17 Commerce and Economic Opportunity, Department of File Date: 10/22/2024
Using Federal Funds
Second Filing – 10/22/24: FY25, Qtr 2, Item # 324
An Emergency Purchase Extension was received on October 22, 2024 requesting an extension for dates starting
10/30/2024 to 01/31/2025. The extension expenditure is not assessed and will be charged for time only.
Original Filing – 08/01/2024: FY25, Qtr 1, Item# 17
Using Federal Funds
Apex IT will:
o Enhance: Enhance the application under the guidance from DCEO. This could include, but is
not limited to:
• Data table maintenance
• Configuration changes
• New Configurations
• New Page layouts
•
Calculation updates & enhancements
• Security Profiles
• Approval Workflow
• Mobile Application maintenance
•
Integrations
• Reports
• Migration of enhancements/fixes across instances
• Train: Deliver necessary training and
training materials on key functional and technical areas of the application. Training will be delivered to key
DCEO Team Leads.
• Support: Provide Level 3 Application Administration and Support Tasks (described below)
for the Oracle Weatherization application:
o Assist with managing and prioritizing the development roadmap.
o
Perform functional and technical design reviews, including code reviews.
o Release Management:
• Monitor and
make recommendations and/or implement new code to the application as necessary to keep the application
compatible with new Oracle releases.
• Work with DCEO resources to test new quarterly Oracle releases in all
Oracle application environments.
o Support before, during, and post system upgrades and patches.
o Provide
Service Request (SR) management for issue resolution.
o Provide Specialized Support (vacation backup,
capacity constraints).
o Provide support, follow-up and action for all Oracle Product SRs. Work with Oracle
on design considerations and product limitations.
Apex is sole vendor able to enhance and provide production support for the Weatherization system they created.
The system went live on 7-1-24 and integration is currently ongoing. The use of any other vendor would
require a 6-8 month learning curve. It is in the best interest of the State to utilize Apex.
This Emergency Purchase has an expected start date of 08/01/2024 through 10/26/2024 with an Original
Estimated Cost of $825,230.92, using Federal Funds.
Signed By: Rick Rogers, APO
Vendor: NGI Capital Inc. dba Apex IT Notary Date: 8/1/2024
Original Revised Paid To Actual
Estimate Estimate Date Final Cost FY QTR
State Cost: $0.00 $0.00 $0.00 25 1
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
July 1, 2024 through September 30, 2024
Federal $825,230.92 $0.00
18 Human Services, Department of File Date: 11/4/2024
Second Filing – 11/4/2024: FY25, Qtr 2, Item # 342
An Emergency Purchase Extension was received on November 4, 2024 requesting an extension for dates
starting 11/30/2024 to 11/29/2025 at an additional estimated cost of $277,999.75, revising the total estimated
cost to $411,999.75.
Original Filing – 08/28/2024: FY25, Qtr 1, Item# 18
The facility relies on coal to fuel their power plant and Knight Hawk is the only supplier with immediate
availability in the area.
90 day supply coal approximately 2000 tons delivered. Coal is critical for Murray to provide heat and electricity
to our facility. Murray is at critically low levels due to the contract not being renewed.
This Emergency Purchase has an expected start date of 09/01/2024 through 11/29/2024 with an Original
Estimated Cost of $134,000.00.
Signed By: Jean Sandstrom, APO
Vendor: Knight Hawk Coal Notary Date: 8/28/2024
Original Revised Paid To Actual
Estimate Estimate Date Final Cost FY QTR
State Cost: $134,000.00 $411,999.75 $0.00 $0.00 25 1
Federal $0.00 $0.00
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
July 1, 2024 through September 30, 2024
19 Central Management Services, Department of File Date: 11/25/2024
Final Cost Statement
Latest Filing – 11/25/2024: FY25, Qtr 2, Item # 371
The Actual Total Cost of FY25, Qtr 2, Item# 371 is $13,988.00, with a final contact term ending
Original Filing – 08/8/2024: FY25, Qtr 1, Item# 19
There is no JPMC HVAC contract in place for this region. Prairie State is an SBSA Vendor and was available
immediately to do the repair. they are located within 50 miles of the facility.
Estimated cost equipment and labor to repair the only performing boiler in the HVAC system at the Dickson
Mounds Museum. The thing is running but not correctly and we can’t get the temperature down in the building
and the humidity is running at over 70% which could cause this building to mold up and ruin exhibits, due to
the pipe that burst previously and that spilled water in to the building.
This Emergency Purchase has an expected start date of 08/08/2024 through 11/06/2024 with an Original
Estimated Cost of $18,980.00.
Signed By: Martha Blackwell, Manager
Vendor: Prairie State Plumbing & Heating Notary Date: 8/8/2024
Original Revised Paid To Actual
Estimate Estimate Date Final Cost FY QTR
State Cost: $18,980.00 $13,988.00 $13,988.00 25 1
Federal $0.00 $0.00
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
July 1, 2024 through September 30, 2024
22 University of Illinois File Date: 11/1/2024
Final Cost Statement
Latest Filing – 11/1/2024: FY25, Qtr 2, Item # 345
The Actual Total Cost of FY25, Qtr 2, Item# 345 is $400,000.00, with a final contact term ending.
Original Filing – 08/22/2024: FY25, Qtr 1, Item# 22
At approximately 6:00 AM on August 16, 2024, the College of Medicine East Tower (Building 910) located at
808 S Wood Street experienced a significant power outage. Outside of the emergency power, all other electrical
systems within the building, including lighting, Heating, Ventilation, and Air Conditioning (HVAC), and power to
critical lab equipment, were affected. To restore power to the building as soon as possible, the university
dispatched vendor Airport Electric Company. This vendor has the labor, materials, and expertise necessary to
immediately begin repairs necessary to restore power to the building and protect state property from further
damage.
The vendor will provide labor and materials for the following services.
1) Trenching for new power lines into the building.
2) Construction of a new electrical duct bank.
3) Re-feed power lines and cut-over of power line feeders for building.
This Emergency Purchase has an expected start date of 08/16/2024 through 11/13/2024 with an Original
Estimated Cost of $400,000.00, using Self-Supporting Funds.
Signed By: Aaron Rosenthal, Interim Asst Vice Chancellor
Vendor: Airport Electric Co Notary Date: 8/22/2024
Original Revised Paid To Actual
Estimate Estimate Date Final Cost FY QTR
State Cost: $400,000.00 $400,000.00 $400,000.00 25 1
Federal $0.00 $0.00
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
July 1, 2024 through September 30, 2024
24 State Police, Illinois File Date: 9/24/2024
Final Cost Statement
Latest Filing – 09/24/2024: FY25, Qtr 2, Item # 331
The Actual Total Cost of FY25, Qtr 2, Item# 331 is $368,245.23, with a final contact term ending
Original Filing – 09/10/2024: FY25, Qtr 1, Item# 24
The current printers are based on Entrust's technology and products. The vendor is capable of providing
commodities in a timely manner so the production of Firearm Owners Identification (FOID) and Concealed
Carry License (CCL) cards is not disrupted. Due to the high volume of cards and letters printed on a daily
basis, over a million combined per year, it is crucial to have available supplies meet the legislative mandates of
the FOID Act (430 ILCS 65/5) and Public Act 98-063 Firearm CCL Act (430 ILCS 66). FOID and CCL cards
must be produced within specified time frames.
Commodities used by the MX2100 and MX6100 printers. To include: adhesive stickers, cleaning tapes,
Duragard, print ribbons, graphic monochrome ribbons, HP M806 Printer toner cartridges, and HPM806 printer
maintenance kits.
This Emergency Purchase has an expected start date of 09/09/2024 through 12/07/2024 with an Original
Estimated Cost of $201,429.04.
Signed By: Amy Hinds, Exec II
Vendor: Entrust, Inc. Notary Date: 9/10/2024
Original Revised Paid To Actual
Estimate Estimate Date Final Cost FY QTR
State Cost: $201,429.04 $368,245.23 $368,245.23 25 1
Federal $0.00 $0.00
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
July 1, 2024 through September 30, 2024
26 University of Illinois File Date: 11/1/2024
Final Cost Statement
Latest Filing – 11/1/2024: FY25, Qtr 2, Item # 346
The Actual Total Cost of FY25, Qtr 2, Item# 346 is $154,250.00, with a final contact term ending.
Original Filing – 09/04/2024: FY25, Qtr 1, Item# 26
One of two electrical feeders in building 663 (Thomas Beckham Hall) needs to be repaired. The electrical
feeders support all the electrical needs in the building, including fire alarm and fire pump, lights, air handling
systems, domestic water pumps, etc. If the remaining feeder, which is of equal age, goes out, the students will
have to be evacuated and will have nowhere to live. We are requesting this emergency purchase to avoid loss of
revenue due to dorm fees needing to be refunded. Contractors Power and Light Company specialize in this type
of work. We have successfully used them in similar projects. They are also available to mobilize right away.
Isolate cable to building 663 in manhole to restore main electrical feeder:
1. Remove and replace damaged 15kv siemens switch in building 663. Dispose of damaged switch off site.
2. Install new 15kv 4/0cu. MV-105 cable from manhole to new switch and between switches in building 663
3. Install terminations on cable at switches (3 locations)
4. Install (3) 15kv 600amp terminations in manhole
5. VLF test cables. Bolt up and ground switches
6. Take outage on Feeder 7 and bolt in new cables in manhole. Energize feeder and check for proper voltage
This Emergency Purchase has an expected start date of 08/30/2024 through 11/27/2024 with an Original
Estimated Cost of $154,250.00.
Signed By: Aaron Rosenthal, Interim Asst Vice Chancellor
Vendor: Contractors Power & Light Co. Notary Date: 9/4/2024
Original Revised Paid To Actual
Estimate Estimate Date Final Cost FY QTR
State Cost: $154,250.00 $154,250.00 $154,250.00 25 1
Federal $0.00 $0.00
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
July 1, 2024 through September 30, 2024
27 Transportation, Department of File Date: 12/20/2024
Final Cost Statement
Latest Filing – 12/16/2024: FY25, Qtr 2, Item # 399
The Actual Total Cost of FY25, Qtr 2, Item# 399 is $340,718.95, with a final contact term ending.
Original Filing – 9/13/2024: FY25, Qtr 1, Item# 27
Collect images and data to document the 2024 pavement condition and meet Federal reporting requirements on
Illinois’ interstate system. This includes both the state maintained and Illinois Tollway maintained interstate
systems in both directions (northbound/southbound and eastbound/westbound). the total mileage for collection
is estimated to be 4,370 miles. All data and images must be provided to the department along with reports or the
capability of the department to produce reports for the 1/10-mile Federal PM2 submittal requirements. The
department must also have the ability to complete the Condition Rating Survey pavement assessment with the
data/images provided. The Department is expecting that Pathway will be able to complete the field collection of
data within 2 - 4 weeks. The processing and submission of the data will begin as they collect and we would
expect to have the data all the data within 6 - 8 weeks allowing us enough time in the emergency contract
window to be able to quality check and validate the data and images meet the federal reporting requirements
This Emergency Purchase has an expected start date of 09/16/2024 through 12/16/2024 with an Original
Estimated Cost of $500,000.00.
Signed By: William Morgan, Section Chief
Vendor: Pathway Services Notary Date: 9/13/2024
Original Revised Paid To Actual
Estimate Estimate Date Final Cost FY QTR
State Cost: $500,000.00 $340,718.95 $340,718.95 25 1
Federal $0.00 $0.00
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
July 1, 2024 through September 30, 2024
28 Public Health, Department of File Date: 11/12/2024
Second Filing – 11/12/2024: FY25, Qtr 2, Item # 360
An Emergency Purchase Extension was received on November 12, 2024 requesting an extension for dates
starting 11/13/2024 to 05/11/2025 at an additional estimated cost of $1,370,611.00, revising the total estimated
cost to $2,100,000.00.
Original Filing – 09/17/2024: FY25, Qtr 1, Item# 28
Federal requirements require the Illinois Department of Public Health to maintain large quantities of emergency
medical equipment, pharmaceuticals, and supplies in case of an unexpected public health crisis. This equipment
and supplies allow IDPH to respond quickly to Illinois health crises or shortcomings in local health facilities. If
the use of these supplies is required, the federal government replenishes them or adds additional items if needed.
The requirement for IDPH to maintain this relationship requires IDPH to be a good steward of the items in our
possession and follow all applicable local, state, and Federal requirements, including but not limited to Good
Manufacturing Procedures (cGMP) regulations as they pertain to the storage and safety of medical items so that
they are usable in case of an emergency. IDPH will meet this objective by using contracted storage facilities
that agreed to maintain this guideline for the items IDPH stored in their possession.
IDPH is relocating these
supplies and equipment to maintain Illinois's state of readiness. The new location has a working knowledge of
the proper storage of this equipment, pharmaceuticals, and supplies, not only with the proper climate control but
also backup systems in place for security. Agility Health has confirmed that it will remain compliant with
applicable local, state, and Federal requirements, including but not limited to Good Manufacturing Procedures
(cGMP).
Contractor must assign a dedicated Program Manager (single point of contact) who must provide reports on the
schedules identified within each service category, as stated in this Scope of Work. As appropriate, standard
Deliverables must include, unless specifically defined within the service categories:
1. Technical reports for
management and operations, plans, analyses, and prototype efforts on a monthly basis
2. Reports reflecting
identified Deliverables, performance measures, or as requested by the Illinois Department of Public Health.
3.
Reports must be delivered to IDPH no later than the 20th of each month with information for the preceding
month and must include information on all activities; monthly and cumulative prices; expenditures versus plan
(burn rate); and any support or technical issues.
4. Data visualization platform, to allow for immediate
understanding of incoming, outgoing and static inventories across all product lines and inventory Tier classes.
a. The Contractor must follow formal document archival protocols (which are provided by the State DoIT)
utilized within all IDPH managed facilities, which includes the utilization of the IMS system. The Contractor
must ensure all documentation (Inventory loads, consumption reports, medical formulary, in-bound / out-bound
records, etc.) is available for retrieval or generation upon any government entities request, following established
State and Federal Records Act. All data, information, draft, and/or final work products must be turned over to
any government entity upon completion of this task. In no event will any of the data or information obtained
during the course of this effort be disclosed to anyone unless expressly authorized in writing by the IDPH OPR
Deputy Director,DPR Division Chief, or SNS Program Manager. Coverage and Response Time
A. Contractor
upon receipt of a request for service from CDPH, the Contractor and support personnel must respond to IDPH
with status updates within four (4) hours during normal operations and within (2) hours in a training
environment or declared State emergency.
Requests may include, but are not limited to, the following:
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
July 1, 2024 through September 30, 2024
identified disruption of IMS services, identified disruption of Supervisory Control and Data Acquisition
(SCADA) monitoring, Temperature / Humidity alarms, change order for programmatic updates, request
forchange in services or audit inquiries.
B. Status update reports must detail out the specific issue, proposed
remediation efforts underway, technical advice or clarifications to proposed remediation actions.
C. IDPH
requires the same level of support for “Normal and Off-hours” work environments. The Contractor must
contact IDPH and provide a substitute contact if needed due to operational conflicts. “Normal Hours” of support
shall be defined as 8:00 AM to 5:00 PM CST, Monday through Friday.
D. “Off Hours” support must be arranged
for special circumstances (e.g., special deployments) and must be agreed to by the State in advance of work to
be performed. “Off Hours” support shall be defined as 5:01 PM to 7:59 AM CST, Monday through Friday, and
anytime on weekends and holidays.
The Illinois Department of Public Health (IDPH) maintains a Tier 1
Pharmaceutical and Medical Materiel management program, which encompasses and utilizes on-site / local,
redundant and remote applications associated to the sustainment of emergency power, temperature/humidity-
controlled environments and material management (mechanical) equipment.
a. The Contractor must have the
present ability and shall provide technical support and regulatory guidance to ensure that facilities, materials,
power platforms, and electronic systems described in this statement are compliant and remain compliant with
applicable local, state and Federal requirements, including but not limited to Good Manufacturing Procedures
(cGMP).
b. The Contractor is responsible for providing external guidance and recommendations based on
existing or updated industry
standards, in relationship to the ongoing daily functions of the associated
Emergency Power Platform, Temperature/Humidity
Monitoring and Mechanical Equipment Management
Systems, ensuring the maintenance of facilities, materials, power platforms and electronic systems remain in a
state of operational readiness, necessary for the State of Illinois to successfully respond to community disasters
and public health threats. These obligations also include the Contractor’s obligation for the day-to-day
maintenance and operations of these resources, maintenance of equipment associated with the work of the
EAMC, RSS’s and provision of technical assistance (including updated User Guides, Policies, Procedures, etc.)
c. These systems and controls ensure that IDPH can maintain a “Ready State” to respond 24 hours a day, 7
days a week (24/7) to Public Health emergencies within the IDPH’s jurisdiction and are centrally controlled
through a web enabled SCADA monitoring platform.
Agiliti Health personnel serve as the First Tier for day-to-
day management and monitoring of these systems, which includes responding the alarm notifications linked to
the independent Power platform and Temperature/ Humidity monitoring systems.
d. The Contractor shall utilize
a web enabled supervisory controls and data acquisition (SCADA) monitoring platform, monitor and address
alarm notifications during non-business hours for IDPH. This includes making notifications to IDPH personnel
during nonbusiness hours, so that an initial investigation can be initiated. As part of the monitoring requirements,
if system alarms can be addressed remotely, the Contractor shall address the situation in the appropriate manner
and follow-up with a deviation or incident report to IDPH within 24 hours.
This Emergency Purchase has an expected start date of 08/16/2024 through 11/13/2024 with an Original
Estimated Cost of $729,389.00, using Federal Funds.
Signed By: Mike Caceres, APO
Vendor: Agiliti Health Notary Date: 9/17/2024
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
July 1, 2024 through September 30, 2024
Original Revised Paid To Actual
Estimate Estimate Date Final Cost FY QTR
State Cost: $0.00 $0.00 $0.00 25 1
Federal $729,389.00 $0.00
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
July 1, 2024 through September 30, 2024
29 Capital Development Board File Date: 11/26/2024
Second Filing – 11/26/2024: FY25, Qtr 2, Item # 370
An Emergency Purchase Extension was received on November 26, 2024 requesting an extension for dates
starting 12/15/2024 to 3/31/2025. The extension expenditure is not assessed and will be charged for time only.
Original Filing – 09/17/2024: FY25, Qtr 1, Item# 29
The scope of work provides for expedited construction services to relocate approximately 40 lf. of the existing
fence, and attaching to the existing vertical gate post to remove that 40-foot section nearest the sink hole should
the existing fence fail. Provide a new section of fence running across the existing parking lot with a 24-foot-
wide gate to enclose the parking lot completely, making the perimeter fully secure. All fencing is to be the same
as what is currently in place. Relocate all the perimeter lighting to the new fence for nightly security.
Incorporated documents include the March 2009 Standard Documents for Construction & Supplement. Section
01 29 00 PAYMENT PROCEDURES, will be strictly followed and adhered to. The sum of all items listed in the
Contractor Schedule of Values should equal the contract award amount. Payment amounts will be approved
based on proof of work actually performed and materials actually used. Construction services provided under
this procurement should not exceed $141,285.12, which is a place-holder prior entering into a Construction
Contract, without prior authorization from the Capital Development Board in consultation with the Chief
Procurement Office. Final Actual Costs will be reported upon project completion and project close-out.
In accordance with section 00 21 50 of the Standard Documents for Construction, the General Contractor shall
perform no less than 20% of work with its own staff. Each other trade shall perform no less than 40% of work
with its own staff. Work with own staff includes direct labor and supervision, as well as material purchases
where the material is installed by the contractor.
This Emergency Purchase has an expected start date of 09/17/2024 through 12/15/2024 with an Original
Estimated Cost of $141,285.12.
Signed By: Chris Miles, Exec II
Vendor: Sjostrom & Sons, Inc. (576) Notary Date: 9/17/2024
Original Revised Paid To Actual
Estimate Estimate Date Final Cost FY QTR
State Cost: $141,285.12 $0.00 $0.00 25 1
Federal $0.00 $0.00
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
July 1, 2024 through September 30, 2024
31 Capital Development Board File Date: 12/12/2024
Second Filing – 12/12/2024: FY25, Qtr 2, Item # 390
An Emergency Purchase Extension was received on December 12, 2024 requesting an extension for dates
starting 12/22/2024 to 09/30/2025. The extension expenditure is not assessed and will be charged for time only.
Original Filing – 09/24/2024: FY25, Qtr 1, Item# 31
The hydraulic freight elevator in the Nielson Building (W0643) which provides critical dietary service for the
entire facility has failed and must undergo significant repairs or replacement to be returned to service. The scope
of work provides for substantial repairs or replacement of the elevator and associated hoistway, machine room,
controllers, hydraulic components, cab, operators, call buttons and all other associated equipment including
ancillary items such as lobby smoke detectors, elevator recall, elevator shutdown, video interface and other such
items as required by the Illinois Elevator Safety Rules (IL Admin Code Title 41 Part 1000) and applicable
building codes.
Hazardous materials (hydraulic fluid) will need to be removed from the elevator pit. The Illinois Department of
Innovation and Technology (DoIT) should be consulted for video interface requirements if required by Code.
Incorporated documents include the March 2009 Standard Documents for Construction & Supplement. Section
01 29 00 PAYMENT PROCEDURES, will be strictly followed and adhered to. The sum of all items listed in the
Contractor Schedule of Values should equal the contract award amount. Payment amounts will be approved
based on proof of work actually performed and materials actually used. Construction services provided under
this procurement should not exceed $500,000.00, which is a place-holder prior entering into a Construction
Contract, without prior authorization from the Capital Development Board in consultation with the Chief
Procurement Office. Final Actual Costs will be reported upon project completion and project close-out.
In accordance with section 00 21 50 of the Standard Documents for Construction, the General Contractor shall
perform no less than 20% of work with its own staff. Each other trade shall perform no less than 40% of work
with its own staff. Work with own staff includes direct labor and supervision, as well as material purchases
where the material is installed by the contractor.
This Emergency Purchase has an expected start date of 09/24/2024 through 12/22/2024 with an Original
Estimated Cost of $500,000.00.
Signed By: Chris Miles, Exec II
Vendor: Veterans United Construction Notary Date: 9/24/2024
Original Revised Paid To Actual
Estimate Estimate Date Final Cost FY QTR
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
July 1, 2024 through September 30, 2024
State Cost: $500,000.00 $0.00 $0.00 25 1
Federal $0.00 $0.00
33 Corrections, Department of File Date: 12/18/2024
Second Filing – 12/18/2024: FY25, Qtr 2, Item # 389
An Emergency Purchase Extension was received on December 18, 2024 requesting an extension for dates
starting 12/24/2024 to 06/30/2025 at an additional estimated cost of $2,400,000.00, revising the total estimated
cost to $3,600,000.00.
Original Filing – 09/25/2024: FY25, Qtr 1, Item# 33
The vendor will provide global positioning systems (GPS) and radio (RF) electronic monitoring equipment
related services for individuals being monitored outside of correctional facilities.
This Emergency Purchase has an expected start date of 09/25/2024 through 12/24/2024 with an Original
Estimated Cost of $1,200,000.00.
Signed By: Jacenta Wilson, APO
Vendor: BI Incorp Notary Date: 9/25/2024
Original Revised Paid To Actual
Estimate Estimate Date Final Cost FY QTR
State Cost: $1,200,000.00 $3,600,000.00 $0.00 $0.00 25 1
Federal $0.00 $0.00
Updates
To
Previously Filed
Emergency Purchases
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
July 1, 2024 through September 30, 2024
34 Human Services, Department of File Date: 8/8/2024
Second Filing – 08/08/2023: FY25, Qtr 1, Item #34
An Emergency Purchase Extension was received on August 8, 2024 requesting an extension for dates starting
09/3/2024 to 09/2/2025 at an additional estimated cost of $1,317,405.36, revising the total estimated cost to
$1,755,920.40. Reported in the same filing quarter.
Original Filing – 6/6/2024: FY25, Qtr 1, Item# 300
The John Madden MHC is establishing a new emergency contract for services starting June 5th, 2024 with the
Stone Group to provide 24/7 temporary engineering staff and a chief engineer. The emergency extension for
the previous emergency contract PO-63641 was not processed in time and the emergency contract ended on
June 4, 2024. The Center cannot be without these services.
The Stone Group was providing services on the previous emergency contract. They are also familiar with
all boiler systems at Madden MHC and has done extensive work at the site before. The Stone Group has also
provided emergency engineering services for similar facilities.
Responsibilities include but not limited to:
Performing and assisting in routine building maintenance tasks;
Perform minor electrical maintenance to
include but not be limited to replacement or repair of fixtures (e.g. wall switches and outlets, incandescent and
fluorescent bulbs and tubes, ballasts, sockets, fuses, minor appliances, cords etc.) using appropriate hand or
power or specialty tools;
Perform minor plumbing maintenance (e.g., replacement or repair of leaks in drains
and faucets, unclogging of drains, etc.);
Perform minor painting, carpentry, and masonry work (e.g.,
preparing surfaces and using brush, roller or sprayer to apply paint, fitting locks and handles, hanging doors
etc.);
Reconfigures, installs, positions and remounts modular offices and space (e.g. furniture, wall panels,
work surfaces, storage bins, lighting, filing cabinets, etc.) to accommodate user needs and maximize office
space using various hand, power and specialty tools, dollies and hand trucks;
Perform other work-related
duties as assignee
The Stone Group will assist and provide support to ensure our employees are performing to the best of
their capabilities.
This Emergency Purchase has an expected start date of 06/06/2024 through 09/02/2024 with an Original
Estimated Cost of $438,515.04.
Signed By: Jean Sandstrom, APO
Vendor: The Stone Group Notary Date: 6/6/2024
Original Revised Paid To Actual
Estimate Estimate Date Final Cost FY QTR
State Cost: $438,515.04 $1,755,920.40 $0.00 $0.00 25 1
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
July 1, 2024 through September 30, 2024
Federal $0.00 $0.00
35 University of Illinois File Date: 9/20/2024
Second Filing – 09/20/2024: FY25, Qtr 1, Item #35
An Emergency Purchase Extension was received on September 20, 2024 requesting an extension for dates
starting 09/23/2024 to 02/20/2025 at an additional estimated cost of $386,000.00, revising the total estimated
cost to $986,000.00. Reported in the same filing quarter
Original Filing – 6/24/2024: FY25, Qtr 1, Item# 302
The University continues to experience a shortage of Building Service Worker (BSW) staff, which means that
buildings were receiving inadequate levels of service and experienced improper levels of sanitation and
cleanliness. The existing emergency award VLH280 with Apache will terminate on June 24, 2024. We are
requesting a new emergency to allow time for an agreement and transition to be made with Aramark Healthcare
Support Services via Cooperative purchase #849IDM.
Apache Service and Supply Company will provide EVS/hospital-grade cleaning, housekeeping, and COVID-19
disinfection services at UI Hospital (Building 949). Vendor will provide all labor and required equipment to
complete the work.
This Emergency Purchase has an expected start date of 06/25/2024 through 09/22/2024 with an Original
Estimated Cost of $600,000.00, using Self-Supporting Funds.
Signed By: Aaron Rosenthal, SA Director
Vendor: Apache Service & Supply Co. Notary Date: 6/24/2024
Original Revised Paid To Actual
Estimate Estimate Date Final Cost FY QTR
State Cost: $600,000.00 $986,000.00 $0.00 $0.00 25 1
Federal $0.00 $0.00
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
July 1, 2024 through September 30, 2024
36 Human Services, Department of File Date: 8/9/2024
Final Cost Statement
Latest Filing – 08/09/2024: FY25, Qtr 1, Item# 36
An Actual Total Cost of FY25, Qtr 1, Item # 36 is $184,815.22 was reported in the same filing quarter.
Original Filing – 6/25/2024: FY25, Qtr 1, Item# 304
The facility reached out to Master Contract vendors but the vendors were unable to provide timely service. The
Stone Group responded quickly and had the ability to begin work immediately. The Stone Group was contacted
because of their familiarity with the facility from past procurements.
On Saturday, June 22nd at approximately 2100 hours, EMHC experience a power surge of unknown origin and
blew two (2) fuses in the switchyard. Once power was lost to the building and that loop that supported, three
(3) patient units, the chiller house, and public aid house. The surge, in 2400- volt lint, damaged underground
lines from a switch to a transformer, about 100 feet of lines. Chief Engineer called and emailed the primary and
secondary vendors on the contract list, contacted The Stone Group. Right now, a generator is powering the
buildings that do not have power. The need to run the A/C to the patient buildings due to high muggy
temperatures. Chief Engineer estimates that the repair may be done in ten (10) days.
This Emergency Purchase has an expected start date of 06/25/2024 through 09/20/2024 with an Original
Estimated Cost of $250,000.00.
Signed By: Jean Sandstrom, APO
Vendor: The Stone Group Notary Date: 6/25/2024
Original Revised Paid To Actual
Estimate Estimate Date Final Cost FY QTR
State Cost: $250,000.00 $184,815.22 $184,815.22 25 1
Federal $0.00 $0.00
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
July 1, 2024 through September 30, 2024
37 Student Assistance Commission, Illinois File Date: 12/5/2024
Final Cost Statement
Latest Filing – 12/5/2024: FY25, Qtr 2, Item # 376
The Actual Total Cost of FY25, Qtr 2, Item# 376 is $15,465.00, with a final contact term ending.
Second Filing - 08/28/2024: FY25, Qtr 1, Item # 37
An Emergency Purchase Extension was received on August 28, 2024 requesting an extension for dates starting
09/01/2024 to 09/30/2024. The extension expenditure is not assessed and will be charged for time only.
Reported in the same filing quarter.
Original Filing – 6/26/2024: FY25, Qtr 1, Item# 305
This vendor has a tracking management system that will meet the reporting requirements of the grant. This
vendor also can provide the electronic gift cards with no additional fees. The only cost will be the face value
cost of the gift cards.
Procurement of electronic gift cards gift cards as incentives for the students/families attending FAFSA Support
Events or for meals/refreshments to be provided at the FAFSA Support events. For transportation, each
electronic gift card will be in the amount of $25. Food gift card amounts will vary and will be purchased as
needed and the cards will be provided to the High School staff member that will be hosting the FAFSA
Completion event. The cost of the gift cards will include access to an electronic management platform for
purchasing and tracking the gift cards and can be limited to gift card options for eligible transportation and
food/restaurant brands. The gift card tracking management system must allow for the control, tracking and
reporting of the gift cards as required under the grant agreement. Payments must be made to students/families at
the time of the event.
This Emergency Purchase has an expected start date of 06/26/2024 through 08/31/2024 with an Original
Estimated Cost of $90,000.00, using Federal Funds.
Signed By: Lisa Sayers, APO
Vendor: Telenations dba Giftogram Notary Date: 6/26/2024
Original Revised Paid To Actual
Estimate Estimate Date Final Cost FY QTR
State Cost: $0.00 $0.00 $0.00 25 1
Federal $90,000.00 $15,465.00
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
July 1, 2024 through September 30, 2024
38 Central Management Services, Department of File Date: 8/6/2024
Final Cost Statement
Latest Filing – 08/06/2024: FY25, Qtr 1, Item# 38
An Actual Total Cost of FY25, Qtr 1, Item # 38 is $284,932.86 was reported in the same filing quarter.
Original Filing – 06/26/2024: FY25, Qtr 1, Item# 306
CMS intends to purchase two (2) conventional day cab trucks. These trucks are heavy duty (semi) trucks that
are designed for day, as opposed to overnight, trips to haul and deliver heavy loads across long distances. CMS
Property Control will use these trucks to move, redistribute and recycle surplus state property.
This is a quick purchase for items that are available onsite at a severely discounted price, so there would not be
an opportunity for subcontracting. The NIGP code 072-08 resulted in a 1% goal. The three vendors listed under
that code were 3642 Logistics Group, LLC, Terrazas Trucking, Inc, and TWS Enterprises, Inc. These are all
trucking companies that provide freight hauling services but do not sell trucks.
This Emergency Purchase has an expected start date of 06/26/2024 through 06/30/2024 with an Original
Estimated Cost of $285,262.86.
Signed By: David Thomas, APO
Vendor: CIT Trucks Notary Date: 6/26/2024
Original Revised Paid To Actual
Estimate Estimate Date Final Cost FY QTR
State Cost: $285,262.86 $284,932.86 $284,932.86 25 1
Federal $0.00 $0.00
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
July 1, 2024 through September 30, 2024
39 Capital Development Board File Date: 9/16/2024
Second Filing – 09/16/24: FY25, Qtr 1, Item # 39
An Emergency Purchase Extension was received on September 16, 2024 requesting an extension for dates
starting 9/17/2024 to 01/31/2025. The extension expenditure is not assessed and will be charged for time only.
Reported in the same filing quarter.
Original Filing – 06/27/2024: FY25, Qtr 1, Item# 309
The scope of work provides for the assessment and repair of the air handling unit blower motor, and other
ancillary components if required, at the Pontiac Correctional Center Health Care Unit. Temporary cooling
measures may be required.
Incorporated documents include the March 2009 Standard Documents for Construction & Supplement and any
design documents provided by the Architect/Engineer of record. Section 01 29 00 PAYMENT PROCEDURES,
will be strictly followed and adhered to. The sum of all items listed in the Contractor Schedule of Values should
equal the contract award amount. Payment amounts will be approved based on proof of work actually
performed and materials actually used. Construction services provided under this
procurement should not exceed $50,000.00, which is a place-holder prior entering into a Construction Contract,
without prior authorization from the Capital Development Board in consultation with the Chief Procurement
Office. Final Actual Costs will be reported upon project completion and project close-out.
In accordance with section 00 21 50 of the Standard Documents for Construction, the General Contractor shall
perform no less than 20% of work with its own staff. Each other trade shall perform no less than 40% of work
with its own staff. Work with own staff includes direct labor and supervision, as well as material purchases
where the material is installed by the contractor.
This Emergency Purchase has an expected start date of 06/20/2024 through 09/17/2024 with an Original
Estimated Cost of $50,000.00.
Signed By: Chris Miles, Exec II
Vendor: Comtech Holding dba Xcell Mechanical Serv Notary Date: 6/27/2024
Original Revised Paid To Actual
Estimate Estimate Date Final Cost FY QTR
State Cost: $50,000.00 $0.00 $0.00 25 1
Federal $0.00 $0.00
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
July 1, 2024 through September 30, 2024
40 Chicago State University File Date: 9/16/2024
Second Filing – 09/16/2024: FY25, Qtr 1, Item #40
An Emergency Purchase Extension was received on September 16, 2024 requesting an extension for dates
starting 09/29/2024 to 03/29/2025 at an additional estimated cost of $20,000.00, revising the total estimated cost
to $60,000.00. Reported in the same filing quarter
Original Filing – 06/27/2024: FY25, Qtr 1, Item# 310
Chicago State University had hired a search firm and since the search failed to provide the best qualified
candidates, we are required to restart the search. Therefore, since Consultant Natalie Covello is most familiar
with our processes and our need is immediate and ongoing, we are asking her to continue as the consultant for
the internal auditor's office.
Consultant Covello will provide support to facilitate the internal and external audit functions. Carry out audit
activities as set forth in the University's FY2024 Audit Plan. Assist in the facilitation, planning and the
conducting of audits in areas such as finance, compliance, IT, and operations. Analyze institution's highly
technical and complex processes and recommend improvements in efficiency and compliance with regulations.
Recommend feasible solutions and operational changes. Facilitate the communication of audit results through
written reports to the President and the CSU Board of Trustees Finance and Audit Committee. Advise on the
enterprise risk management and the compliance and ethics program. Provide support to facilitate external audit
functions. Coordinate with risk management team members including the Chief Compliance Officer and the
Associate Director for Compliance.
This Emergency Purchase has an expected start date of 07/01/2024 through 09/28/2024 with an Original
Estimated Cost of $40,000.00.
Signed By: Zaldwaynak Scott, Pres
Vendor: Natalie Covello Notary Date: 6/27/2024
Original Revised Paid To Actual
Estimate Estimate Date Final Cost FY QTR
State Cost: $40,000.00 $60,000.00 $0.00 $0.00 25 1
Federal $0.00 $0.00
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
July 1, 2024 through September 30, 2024
41 University of Illinois File Date: 9/24/2024
Second Filing – 09/24/2024: FY25, Qtr 1, Item #41
An Emergency Purchase Extension was received on September 24, 2024 requesting an extension for dates
starting 09/29/2024 to 09/28/2025 at an additional estimated cost of $405,000.00, revising the total estimated
cost to $540,000.00. Reported in the same filing quarter
Original Filing – 07/09/2024: FY25, Qtr 1, Item# 314
Water treatment program for the steam distribution and condensate return piping systems, cooling, pre-
treatment reverse osmosis (RO) systems, counsel to the Power Plant’s chemical treatment personnel, quality
assurance testing and any other specialized services necessary to ensure effective and efficient maintenance of
heat transfer surfaces. The plants consist of two (2) chill water plants, two (2) chill loops, one (1) high temp
hot water loop, one (1) steam generation and distribution system.
This Emergency Purchase has an expected start date of 07/01/2024 through 09/28/2024 with an Original
Estimated Cost of $135,000.00, using Self-Supporting Funds.
Signed By: Aaron Rosenthal, SAD
Vendor: ChemTreat, Inc. Notary Date: 7/9/2024
Original Revised Paid To Actual
Estimate Estimate Date Final Cost FY QTR
State Cost: $135,000.00 $540,000.00 $0.00 $0.00 25 1
Federal $0.00 $0.00
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
July 1, 2024 through September 30, 2024
43 Corrections, Department of File Date: 8/7/2024
Final Cost Statement
Latest Filing – 08/07/2024: FY25, Qtr 1, Item# 43
An Actual Total Cost of FY25, Qtr 1, Item # 43 is $32,688.00 was reported in the same filing quarter as the
third filing.
Third Filing – 07/12/2024: FY25, Qtr 1, Item #317
An Emergency Purchase Extension was received on July 12, 2024 requesting an extension for dates starting
07/15/2024 to 10/14/2024. The extension expenditure is not assessed and will be charged for time only.
Second Filing – 04/08/2024: FY24, Qtr 4, Item # 39
An Emergency Purchase Extension was received on April 8, 2024 requesting an extension for dates starting
04/15/2024 to 07/14/2024. The extension expenditure is not assessed and will be charged for time only.
Original Filing – 1/25/2024: FY24, Qtr 3, Item# 36
This vendor was the only business able to provide needed equipment for this emergency.
The Illinois Department of Corrections is leasing two (2) 20 foot portable coolers trucks to store Dietary
commodities for Statesville Correctional Center due to their freezer/cooler failure to maintain adequate
temperatures. The food loss through improper storage temperatures will be alleviated through this procurement
and provide the agency cost savings. CDB is trying to expedite the processing of the long-term replacement of
the freezers/coolers, but the project has been pushed back an additional 3 months.
This Emergency Purchase has an expected start date of 01/15/2024 through 04/14/2024 with an Original
Estimated Cost of $16,344.00.
Signed By: Sandy Robinson II, Manager
Vendor: Polar Leasing Notary Date: 1/25/2024
Original Revised Paid To Actual
Estimate Estimate Date Final Cost FY QTR
State Cost: $16,344.00 $32,688.00 $32,688.00 25 1
Federal $0.00 $0.00
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
July 1, 2024 through September 30, 2024
44 Central Management Services, Department of File Date: 10/30/2024
Final Cost Statement
Latest Filing –10/30/2024: FY25, Qtr 2, Item # 343
The Actual Total Cost of FY25, Qtr 2, Item# 343 is $1,245,413,.87, with a final contact term ending
Second Filing – 04/11/2024: FY25, Qtr 1, Item # 44
An Emergency Purchase Extension was received on April 11, 2024 requesting an extension for dates starting
4/12/2024 to 7/11/2024. The extension expenditure is not assessed and will be charged for time only.
Original Filing – 1/9/2024: FY24, Qtr 3, Item# 11
Qualified and experienced professional firm to implement and maintain a comprehensive branding, marketing,
recruitment, advertising, media buying, and public relations services in a unified and efficient manner. This
initiative is meant to provide critical State positions (medical and safety) with qualified employees in order to
maintain the highest level of care and safety in facilities throughout the State. The struggle to hire and retain
qualified medical and support staff for care facilities throughout the State has led to the serious disruption in
providing a safe environment for both tax payers and State staff. This contract is meant to provide a solution to
the ongoing hiring crisis.
This Emergency Purchase has an expected start date of 01/16/2024 through 04/15/2024 with an Original
Estimated Cost of $1,200,000.00.
Signed By: David Thomas, APO
Vendor: TimeZoneOne, Inc. Notary Date: 1/9/2024
Original Revised Paid To Actual
Estimate Estimate Date Final Cost FY QTR
State Cost: $1,200,000.00 $1,245,413.87 $1,245,413.87 25 1
Federal $0.00 $0.00
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
July 1, 2024 through September 30, 2024
45 Central Management Services, Department of File Date: 10/11/2024
Final Cost Statement
Latest Filing – 10/11/2024: FY25, Qtr 2, Item # 335
The Actual Total Cost of FY25, Qtr 2, Item# 335 is $1,291,876.14, with a final contact term ending.
Third Filing –06/25/2024: FY25, Qtr 1, Item # 45
An Emergency Purchase Extension was received on June 25, 2024 requesting an extension for dates starting
7/11/2024 to 12/31/2024 at an additional estimated cost of $2,500,000.00, revising the total estimated cost to
$3,700,000.00
Reported in the same filing quarter as second filing.
Second Filing – 04/11/2024: FY25, Qtr 1, Item # 318
An Emergency Purchase Extension was received on April 11, 2024 requesting an extension for dates starting
4/12/2024 to 7/11/2024. The extension expenditure is not assessed and will be charged for time only.
Original Filing – 1/9/2024: FY24, Qtr 3, Item# 11
Qualified and experienced professional firm to implement and maintain a comprehensive branding, marketing,
recruitment, advertising, media buying, and public relations services in a unified and efficient manner. This
initiative is meant to provide critical State positions (medical and safety) with qualified employees in order to
maintain the highest level of care and safety in facilities throughout the State. The struggle to hire and retain
qualified medical and support staff for care facilities throughout the State has led to the serious disruption in
providing a safe environment for both tax payers and State staff. This contract is meant to provide a solution to
the ongoing hiring crisis.
This Emergency Purchase has an expected start date of 01/16/2024 through 04/15/2024 with an Original
Estimated Cost of $1,200,000.00.
Signed By: David Thomas, APO
Vendor: TimeZoneOne, Inc. Notary Date: 1/9/2024
Original Revised Paid To Actual
Estimate Estimate Date Final Cost FY QTR
State Cost: $1,200,000.00 $3,700,000.00 $1,291,876.14 $1,291,876.14 25 1
Federal $0.00 $0.00
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
July 1, 2024 through September 30, 2024
46 Corrections, Department of File Date: 12/16/2024
Fifth Filing – 12/16/2025: FY25, Qtr 2, Item # 388
An Emergency Purchase Extension was received on December 16, 2024 requesting an extension for dates
starting 01/01/2025 to 02/28/2025 at an additional estimated cost of $50,000,000.00, revising the total estimated
cost to $730,250,000.00.
Fourth Filing –06/13/2024: FY25, Qtr 1, Item # 46
An Emergency Purchase Extension was received on June 13, 2024 requesting an extension for dates starting
7/1/2024 to 12/31/2024 at an additional estimated cost of $150,000,000.00, revising the total estimated cost to
$680,250.000.00
Third Filing – 03/14/2024: FY24, Qtr 3, Item # 138
An Emergency Purchase Extension was received on March 14, 2024 requesting an extension for dates starting
03/31/2024 to 06/30/2024 at an additional estimated cost of $75,000.00, revising the total estimated cost to
$530,250,000.00.
Second Filing – 12/27/2023: FY24, Qtr 3, Item # 63
An Emergency Purchase Extension was received on December 27, 2023 requesting an extension for dates
starting 10/28/2022 to 3/30/2024 at an additional estimated cost of $262,250,000.00, revising the total estimated
cost to $455,250,000.00.
Original Filing – 7/31/2022: FY23, Qtr 1, Item# 23
Vendor is to provide the medical, dental, vision, audiology, pharmaceutical and mental health services for
offenders at specified State correctional centers. Under the direction of the IDOC Medical Director and the
IDOC Chief of Mental Health Services and according to the program definitions and specifications as outlined in
this contract, Vendor is to arrange and provide for services on-site and as necessary off-site at local hospitals,
outpatient facilities and consultative physician offices. Agency recognizes that methods of delivery of these
services may differ from methods used to provide services to members of the general public, but the care and
services Vendor provides should be similar. It is the intent of Agency for all offenders to receive adequate and
medically necessary health care services regardless of place of assignment or disciplinary status. Vendor will
provide these services at the following correctional centers beginning with the effective date of this contract: Big
Muddy, Centralia, Danville, Decatur, Dixon, East Moline, Elgin, Graham, Hill, Illinois River, Jacksonville, Joliet
Treatment Center, Joliet Inpatient Treatment Center, Kewanee, Lawrence, Lincoln, Logan, Menard,
Murphysboro, Pinckneyville, Pontiac, Robinson, Shawnee, Sheridan, Southwestern, Statesville (including the
Reception & Classification Center), Taylorville, Vandalia, Vienna, and Western Illinois.
The vendor will
continue to supply medical, dental, vision, audiology, pharmaceutical and mental health services for individuals
in custody at the specified correctional centers. The Illinois Department of Corrections is in the final phases of
RFP review before publicly posting.
The Illinois Department of Corrections has made efforts to ensure that Wexford Health Source, Inc. maintains
the 15% BEP goal established under this emergency.
Boswell Pharmacy Services, LLC, Affinity Pharmacy
Care, LLC, CarePath Integrated Health, LLC, 3 R Healthcare Products, Precise Specialties, Mid Central Medical
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
July 1, 2024 through September 30, 2024
Inc., Chardonnay Dialysis, LLC, Comfort Care Medical Supply, ProAlliance Corp, Target Office Products,
Professional Mgt Enterprises, Inc, Jubilee Medical Services PLLC
This Emergency Purchase has an expected start date of 07/30/2022 through 10/27/2022 with an Original
Estimated Cost of $40,000,000.00.
Signed By: Jacenta Wilson, APO
Vendor: Wexford Health Sources, Inc. Notary Date: 7/31/2022
Original Revised Paid To Actual
Estimate Estimate Date Final Cost FY QTR
State Cost: $40,000,000.00 $730,250,000.00 $0.00 $0.00 25 1
Federal $0.00 $0.00
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
July 1, 2024 through September 30, 2024
47 Southern Illinois University File Date: 9/26/2024
Final Cost Statement
Latest Filing – 09/26/2024: FY25, Qtr 2, Item # 332
The Actual Total Cost of FY25, Qtr 2, Item# 332 is $569,596.00, with a final contact term ending
Second Filing – 07/11/2024: FY25, Qtr 1, Item # 47
An Emergency Purchase Extension was received on July 11, 2024 requesting an extension for dates starting
07/10/2024 to 10/8/2024 at an additional estimated cost of $3528.00, revising the total estimated cost to
$569,596.00
Original Filing – 4/15/2024: FY24, Qtr 4, Item# 8
Art & Design East (ADE) and Student Fitness Center on the Edwardsville campus were severely damaged in a
storm on March 15, 2024. Both roofs sustained total loss and require replacement. Insurance claim is being
made, SIUE Facilities Fee account will be fund costs until insurance reimbursement is complete.
This Emergency Purchase has an expected start date of 04/10/2024 through 06/10/2024 with an Original
Estimated Cost of $566,068.00.
Signed By: Matt Brown, Dir of Purchases
Vendor: W. James Taylor Inc. Notary Date: 4/15/2024
Original Revised Paid To Actual
Estimate Estimate Date Final Cost FY QTR
State Cost: $566,068.00 $569,596.00 $569,596.00 $569,596.00 25 1
Federal $0.00 $0.00
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
July 1, 2024 through September 30, 2024
48 Innovation & Technology, Department of File Date: 6/21/2024
Third Filing – 06/21/2024: FY25, Qtr 1, Item # 48
An Emergency Purchase Extension was received on June 21, 2024 requesting an extension for dates starting
07/01/2024 to 01/31/2025. The extension expenditure is not assessed and will be charged for time only.
Second Filing - 07/31/2023: FY24, Qtr 1, Item # 60
An Emergency Purchase Extension was received on July 31, 2023 requesting an extension for dates starting
09/28/2023 to 06/30/2024. The extension expenditure is not assessed and will be charged for time only.
Original Filing – 6/20/2023: FY24, Qtr 1, Item# 103
Alert IT Solutions, Inc. (AlertIT) is a CMS registered BEP reseller of Rocket Software. The Rocket products in
use by DoIT provide application access to the agency' mainframe.
Rocket Software is the provider of several Mainframe software packages including Legasuite,
Mobius\Document Direct, Bluezone, CICS TS,
The reason for this emergency purchase is due to DoIT has an IFB for a master contract in process, but
the IFB will require reposting we did not receive any bids on the first posting. Redoing the bid posting added to
the time it that it will take to award a vendor which is now too long to allow timely execution of our annual
license renewals expiring. Additionally, DoIT has been holding a vital security upgrade to our Mobius software
which is no longer supported by the vendor and exposes the State to ransomware and other attacks. Mobius is
critical for business functions running and the software licenses are also critical to the mainframe and the many
applications SOI employees and citizens rely upon to provide services. Once the IFB is complete it will replace
this Emergency and when the IFB has been executed, the emergency contract will no longer be needed.
Below are the systems impacted:
Mobius\Direct View version that SOI is running is at end of life and could
be subject to malicious attacks. The master contract will not be awarded in a timely manner, and we can’t wait
for December or January for this upgrade after waiting nearly a year after it's end of life to utilize the master for
this upgrade. We now run the risk of significant work disruption with this software. Mobius is a mainframe
reporting software, which processes thousands of reports monthly from the mainframe and is critical to the
State of Illinois for daily processing and business needs. Mobius functionality also requires CICS TIMON, Data
Z- Data Z Web and View Direct API.
Legasuite is a Web based GUI front end to the IMS Mainframe based KIDS system. GUI is Graphical User
Interface and IMS is a mainframe database and transaction system in which applications for mainframe are
written. We are choosing them as a Rocket reseller because of an excellent track record in providing SOI
service. Lack of maintenance would cause the interfaces to the KIDS application to become unstable and
unreliable, resulting in reduced efficiency and increased costs of using KIDS and possibly system failure. This
could result in the Agency's failure to meet program objectives, federal and state mandates. The KIDS or Key
Information Delivery System is used by Child Support Enforcement and the information it is providing directly
impacts child welfare in the state of Illinois. The Key Information Delivery System (KIDS) notifies the Division
of Child Support Enforcement (DCSE) of all: Approvals; Suspensions; Resumptions; Cancellations; Sanctions;
Reinstatements; Additions and deletions of a dependent child to the cash or medical assistance unit; Inter-Office
transfers of cases; Changes in program eligibility; Changes in the basis of a child's eligibility; Account
information; and all known information relating to the noncustodial parent.
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
July 1, 2024 through September 30, 2024
Bluezone- is the primary terminal access to the mainframe. It is the application used to sign on for every single
mainframe user in order to access every single application on the mainframe.
The below products are currently licensed and used by agencies hosted and supported on the State of Illinois IT
infrastructure. The licenses expire on 6/30/2022.
This Emergency is for maintenance on:
VNZ - Mobius®-Windows,VNB - Mobius®-Windows - Packet
Production,VNN - Mobius®-Windows - Network Server Access,VNL -
Mobius®-Windows - Advanced Laser
Printing,DRZ - ASG-DocumentDirect®,DRN - ASG-DocumentDirect® - Network Server
Access,DRA - ASG-
DocumentDirect® - AFP,DRD - ASG-DocumentDirect® - DJDE/Metacode,DXZ - ASG-DocumentDirect®
Application
Suite,DXN - ASG-DocumentDirect® Application Suite - Network Server Access,DXA - ASG-
DocumentDirect® Application Suite -
AFP,DNA - ASG-DocumentDirect® for the Internet-NT - AFP,DRM -
ASG-DocumentDirect® - z/OS Server Access,DRA -
ASGDocumentDirect -®AFP,DRD - ASG-
DocumentDirect® - DJDE/Metacode - TCE - ASG-TMON® for CICS TS for z/OS - DNZ - ASG-
DocumentDirect® for the Internet-NT,DNM - ASG-DocumentDirect® for the Internet-NT - z/OS Server
Access,DND - ASG-DocumentDirect® for the Internet-NT - DJDE/Metacode,VZZ - Mobius®-z/OS,VZB -
Mobius®-z/OS - Packet Production,VZC - Mobius®-z/OS - CICS Server,VZU - Mobius®-z/OS -VTAM
Server,VZL - Mobius®-z/OS - Advanced Laser Printing,VZR - Mobius®-z/OS - Remote Job - Output,VZM -
Mobius®-z/OS - Microfiche,VZT - Mobius®-z/OS - Tape ViewDirect,VZN - Mobius®-z/OS -IBM-OAM,VZO
- Mobius®-z/OS - FileTek Optical ViewDirect,VZK - Mobius®-z/OS - Kodak Optical ASG-DocumentDirect®
for the Internet-NT - ViewDirect API for JAVA (DNJ) - LS 3270 GUI Developer WinJa Maintenance - LS 3270
GUI Server WinJa Maintenance - LS Client Access License 3270/VT WinJa Maintenance - Rocket MX
(Desktop Edition) Engine For 3270 Maintenance - Rocket MX (Desktop Edition) Builder For 3270 Maintenance
- Rocket Modern Experience Reinstatement Fee.
Rocket Data Z and Data Z Webserver: supporting software for Mobius
This Emergency Purchase has an expected start date of 07/01/2023 through 09/28/2023 with an Original
Estimated Cost of $2,105,999.59.
Signed By: Van P Austin, APO
Vendor: Alert IT Solutions Inc Notary Date: 6/20/2023
Original Revised Paid To Actual
Estimate Estimate Date Final Cost FY QTR
State Cost: $2,105,999.59 $0.00 $0.00 25 1
Federal $0.00 $0.00
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
July 1, 2024 through September 30, 2024
49 Innovation & Technology, Department of File Date: 7/15/2024
Final Cost Statement
Latest Filing – 07/15/2024: FY25, Qtr 1, Item # 49
The Actual Total Cost of FY25, Qtr 1, Item# 49 is $585,489.10
Original Filing – 4/7/2023: FY23, Qtr 4, Item# 16
The ease of use and reliability of the YubiKey is proven to reduce password support incidents by 92%. These
devices are more secure and user friendly than SMS and many other methods. They are also phishing-resistant.
CDW Government is a authorized reseller, and they are a vendor that we have used in the past to purchase a
small amount of the YubiKeys. We have also used CDW Government to procure project managers in the past
using their subcontractor, Revere Consulting, a registered CMS BEP firm.
Qty of 2,000 YubiKey 5 NFC FIPS Series which is a hardware based authentication solution that provides
superior defense against phishing, eliminates account takeovers, and enables compliance requirements for strong
authentication. 2,500 project management hours to manage remediation efforts.
An IFB for Yubikeys is currently posted and once evaluated, awarded, negotiated, and executed will provide
a long term contract vehicle to purchase more Yubikeys to expand protection of state devices and network.
All of the project management hours will be completed by a BEP vendor. The value of this emergency is
approximately 20/80% goods/services. 100% of the services are provided by Revere, a registered CMS BEP
firm. Therefore, this emergency is estimated at 80% BEP
This Emergency Purchase has an expected start date of 04/07/2023 through 07/06/2023 with an Original
Estimated Cost of $743,000.00.
Signed By: Van P Austin, APO
Vendor: CDW Government Notary Date: 4/7/2023
Original Revised Paid To Actual
Estimate Estimate Date Final Cost FY QTR
State Cost: $743,000.00 $585,489.10 $585,489.10 25 1
Federal $0.00 $0.00
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
July 1, 2024 through September 30, 2024
50 Central Management Services, Department of File Date: 6/6/2024
Final Cost Statement
Latest Filing – 06/06/2024: FY25, Qtr 1, Item # 50
The Actual Total Cost of FY25, Qtr 1, Item# 50 is $1,408.65.
Original Filing – 4/11/2023: FY23, Qtr 4, Item#18
Repair gas leak on main gas line that feeds boilers and tune north boiler because it is burning yellow. May be
necessary to replace 4" gas line. Failure to repair the gas leak will cause the building to have to shut down and
will affect State operations.
Statewide there are two (2) BEP vendors registered for NIGP code 910-63 and both of these vendors are
located in the Chicago area, which is over 4 hours away. Therefore, due to the emergency condition, we feel it
is better to use a local vendor who is familiar with the system.
This Emergency Purchase has an expected start date of 04/11/2023 through 07/09/2023 with an Original
Estimated Cost of $2,000.00.
Signed By: Martha Blackwell, manager
Vendor: Henson Robinson Co. Notary Date: 4/11/2023
Original Revised Paid To Actual
Estimate Estimate Date Final Cost FY QTR
State Cost: $2,000.00 $1,408.65 $1,408.65 25 1
Federal $0.00 $0.00
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
July 1, 2024 through September 30, 2024
51 Central Management Services, Department of File Date: 8/1/2024
REVISED
Final Cost Statement
Latest Filing – 08/01/2024: FY25, Qtr 1, Item # 51
The Actual Total Cost of FY25, Qtr 1, Item# 51 is $1,235,904.40.
Revised in the same filing quarter.
Final Cost Statement
Latest Filing – 06/27/2024: FY25, Qtr 1, Item # 325
The Actual Total Cost of FY25, Qtr 1, Item# 325 is $1,047,798.14.
Original Filing – 2/12/2024: FY24, Qtr 3, Item# 32
Estimated cost equipment and labor to clean up an oil spill from a leaking generator that got into Lake Story at
2100 N. Lake Storey Rd, Galesburg IL 61401 (E0002).
Statewide, there is only 1 BEP vendor registered under NIGP Code 926-65. However, they are in Chicago
which is almost 2 hours away and a vendor that could get there immediately was needed so EnviroServe was
chosen as they are a little less than an hour away.
This Emergency Purchase has an expected start date of 02/09/2024 through 05/09/2024 with an Original
Estimated Cost of $65,000.00.
Signed By: Martha Blackwell, Manager
Vendor: EnviroServe Notary Date: 2/12/2024
Original Revised Paid To Actual
Estimate Estimate Date Final Cost FY QTR
State Cost: $65,000.00 $1,235,904.40 $1,235,904.40 25 1
Federal $0.00 $0.00
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
July 1, 2024 through September 30, 2024
52 Transportation, Department of File Date: 7/15/2024
Final Cost Statement
Latest Filing – 07/15/2024: FY25, Qtr 1, Item # 52
The Actual Total Cost of FY25, Qtr 1, Item# 52 is $1,176,706.16.
Original Filing – 10/02/2023: FY24, Qtr 2, Item# 103
The current emergency contract extension (P-47022) with the vendor ended 9/30/23. IDOT posted an IFB
under B-37739 which opened 7/28/23. The bid is still under administrative review. It was expected award would
be made by the end of the emergency extension. An additional 90 day emergency term is needed to continue
parts supply during winter operations season. This emergency will be terminated upon award and execution of a
new auto parts contract. The vendor was selected because they have the ability to provide these parts in a 2-
hour turnaround time.
IDOT D1 is needs to establish an emergency contract for the supply of items not available on existing master
contracts for the duration of this winter season. It is also the intent of this emergency to supply products that
are available on existing master contracts but cannot be supplied in emergency situations. This contract will
allow for a 2-hour response time and 24-hour delivery of parts. This is a vital supply contract for immediate
repairs during the winter season.
This Emergency Purchase has an expected start date of 10/2/2023 through 12/30/2023 with an Original
Estimated Cost of $2,000.000.00.
Signed By: Megan Seitzinger, APO
Vendor: Genuine Parts Company Notary Date: 10/2/2023
Original Revised Paid To Actual
Estimate Estimate Date Final Cost FY QTR
State Cost: $2,000,000.00 $1,176,706.16 $1,176,706.16 25 1
Federal $0.00 $0.00
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
July 1, 2024 through September 30, 2024
53 Transportation, Department of File Date: 7/15/2024
Final Cost Statement
Latest Filing – 07/15/2024: FY25, Qtr 1, Item # 53
The Actual Total Cost of FY25, Qtr 1, Item# 53 is $4,391,946.86.
Second Filing - 06/27/2023: FY24, Qtr 1, Item # 70
An Emergency Purchase Extension was received on June 27, 2023 requesting an extension for dates starting
06/29/2023 to 09/30/2023. The extension expenditure is not assessed and will be charged for time only.
Original Filing – 12/02/2022: FY23, Qtr 3, Item# 4
The emergency contract will allow for efficient ordering and quicker processing of invoices. Due to the volume
of orders, the contract order will allow phone or e-mail orders to be placed. This contract will have a 2-hour
response time and parts can also be ordered and delivered 24 hours a day which a great need of the District.
Emergency delivery of parts during the winter season is of great need to IDOTD1.
The existing contract will not allow IDOT to get required parts 24/7.This emergency allows for 24/7 access to
parts that is required for the winter season of road clearing
This Emergency Purchase has an expected start date of 11/17/2022 through 02/15/2023 with an Original
Estimated Cost of $1,800,000.00.
Signed By: Aundra Williams, Bureau Chief
Vendor: Genuine Parts Co. Notary Date: 12/2/2022
Original Revised Paid To Actual
Estimate Estimate Date Final Cost FY QTR
State Cost: $1,800,000.00 $4,391,946.86 $4,391,946.86 25 1
Federal $0.00 $0.00
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
July 1, 2024 through September 30, 2024
54 Innovation & Technology, Department of File Date: 7/15/2024
Final Cost Statement
Latest Filing – 07/15/2024: FY25, Qtr 1, Item # 54
The Actual Total Cost of FY25, Qtr 1, Item# 54 is $213,222.00
Original Filing – 12/6/2023: FY24, Qtr 2, Item# 121
The Illinois Department of Innovation and Technology intends to enter into an emergency contract with
Carahsoft Technology Corporation for the purchase of Jama Connect and Jama Tasktop Annual Software
Licenses. Jama Connect and Jama Tasktop Annual Software Licenses are used to document the test cases and
results performed for each result for the Integrated Eligibility System. If this product is not used, and no other
product is used, testing will require greater manual effort to record and report on test results. Additionally, it
will make traceability from requirements to testing more difficult and could pose issues from an audit
perspective. Jama has primarily been used for testing since phase 2 go live of IES as that’s where scenarios for
each ticket in a release gets tested by the SIT testers. The State has started to use Jama for release testing, in
addition to DHS IES, as it helps maintain the work in one place instead of having it on spreadsheets that may or
may not end up getting uploaded to JIRA. If the product is not procured the IES system could fail. SNAP,
TANF and Medicaid benefits would become inaccessible for Illinois residents.
This is for software licenses only purchase that does not allow for subcontracting.
This Emergency Purchase has an expected start date of 12/4/2023 through 03/2/2024 with an Original
Estimated Cost of $253,851.00.
Signed By: Van P Austin, APO
Vendor: Carahsoft Technology Notary Date: 12/6/2023
Original Revised Paid To Actual
Estimate Estimate Date Final Cost FY QTR
State Cost: $253,851.00 $213,222.00 $213,222.00 25 1
Federal $0.00 $0.00
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
July 1, 2024 through September 30, 2024
55 Innovation & Technology, Department of File Date: 7/15/2024
Final Cost Statement
Latest Filing – 07/15/2024: FY25, Qtr 1, Item # 55
The Actual Total Cost of FY25, Qtr 1, Item# 55 is $2,297,883.40.
Original Filing – 4/7/2023: FY23, Qtr 4, Item# 14
Zscaler Private Access offers the fastest, most secure access to private apps, services, and OT devices with the
industry’s only next-gen zero trust network access (ZTNA) platform. Zscaler Private Access applies the
principles of least privilege to give users secure, direct connectivity to private applications while eliminating
unauthorized access and lateral movement. A cloud native service, ZPA can be deployed in hours to replace
legacy VPNs and remote access tools with a holistic zero trust platform.
ZScaler is a Gartner Magic Quadrant leader in the Security Service Edge leader. Zscaler natively integrates
with State of Illinois enterprise identity and security solutions including Microsoft Active Directory, OKTA,
Crowdtrike and Splunk and is part of the enterprise security stack for State of Illinois Devices. ZScaler is
operable for systems which process controlled data including FBI Criminal Justice Information and Federal
Taxpayer Information regulated by IRS Special Publication 1075.
Carahsoft is an authorized reseller of Zscaler products and services. DoIT has previously purchased similar
products and services from Carahsoft and the vendor can quickly deliver goods & services which are needed
given the short period of time. DoIT has to remediate issues identified in a confidential security audit.
12,000 Zscaler private access licenses, support & implementation services to meet the deadline imposed by the
recent Audit.
BEP goal has been set at 0% percent for the contract based on the fact that historically the State has not placed
BEP participation goals on packaged software, licensing and software security procurements. All products for
cybersecurity and other IT related content procured through this JPMC emergency will be delivered
electronically. Digitally delivered software is not the type of product that can be broken up over multiple
vendors and due to having only 3 weeks to complete the required updates, there is no opportunity to develop a
SOW for subcontracting. This emergency is related to B-35994 which has approximately 80% BEP
participation.
This Emergency Purchase has an expected start date of 04/07/2023 through 07/06/2023 with an Original
Estimated Cost of $2,297,883.40.
Signed By: Van P Austin, APO
Vendor: Carahsoft Technology Corp Notary Date: 4/7/2023
Original Revised Paid To Actual
Estimate Estimate Date Final Cost FY QTR
State Cost: $2,297,883.40 $2,297,883.40 $2,297,883.40 25 1
Federal $0.00 $0.00
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
July 1, 2024 through September 30, 2024
56 Transportation, Department of File Date: 7/2/2024
Final Cost Statement
Latest Filing – 07/02/2024: FY25, Qtr 1, Item # 56
The Actual Total Cost of FY25, Qtr 1, Item# 56 is $19,205.04.
Original Filing – 4/18/2024: FY24, Qtr 4, Item# 9
Buying 12 each of Triton Barrier Section Assembly TL-2(6-1/2 ft section) and 24 each of Triton Pedestals (TL-
3KIT) Bridge repair District 8, Collinsville.
This Emergency Purchase has an expected start date of 04/15/2024 through 07/14/2024 with an Original
Estimated Cost of $30,000.00.
Signed By: Joseph Monroe, Dist 8 Operations Eng
Vendor: Valtir Notary Date: 4/18/2024
Original Revised Paid To Actual
Estimate Estimate Date Final Cost FY QTR
State Cost: $30,000.00 $19,205.04 $19,205.04 25 1
Federal $0.00 $0.00
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
July 1, 2024 through September 30, 2024
57 Capital Development Board File Date: 11/26/2024
Third Filing – 11/26/2024: FY25, Qtr 2, Item # 369
An Emergency Purchase Extension was received on November 26, 2024 requesting an extension for dates
starting 12/18/2024 to 101/31/2025. The extension expenditure is not assessed and will be charged for time
only.
Second Filing – 07/23/2024: FY25, Qtr 1, Item # 57
An Emergency Purchase Extension was received on July 23, 2024 requesting an extension for dates starting
08/03/2024 to 12/18/2024 at an additional estimated cost of $1,381,760.00, revising the total estimated cost to
$2,381,760.00.
Original Filing – 05/06/2024: FY24, Qtr 4, Item# 14
The scope of work provides for asbestos abatement and any necessary clean-up of Pine Cottage at Alton Mental
Health Center as directed by the Architect/Engineer of record.
Incorporated documents include the March 2009 Standard Documents for Construction & Supplement and any
design documents provided by the Architect/Engineer of record. Section 01 29 00 PAYMENT PROCEDURES,
will be strictly followed and adhered to. The sum of all items listed in the Contractor Schedule of Values should
equal the contract award amount. Payment amounts will be approved based on proof of work actually
performed and materials actually used. Construction services provided under this procurement should not
exceed $1,000,000.00, which is a place-holder prior entering into a Construction Contract, without prior
authorization from the Capital Development Board in consultation with the Chief Procurement Office. Final
Actual Costs will be reported upon project completion and project close-out.
In accordance with section 00 21 50 of the Standard Documents for Construction, the General Contractor shall
perform no less than 20% of work with its own staff. Each other trade shall perform no less than 40% of work
with its own staff. Work with own staff includes direct labor and supervision, as well as material purchases
where the material is installed by the contractor.
This Emergency Purchase has an expected start date of 05/06/2024 through 08/03/2024 with an Original
Estimated Cost of $1,000,000.00.
Signed By: Chris Miles, Exec II
Vendor: American Asbestos Abatement Notary Date: 5/6/2024
Original Revised Paid To Actual
Estimate Estimate Date Final Cost FY QTR
State Cost: $1,000,000.00 $2,381,760.00 $0.00 $0.00 25 1
Federal $0.00 $0.00
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
July 1, 2024 through September 30, 2024
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
July 1, 2024 through September 30, 2024
58 Capital Development Board File Date: 10/15/2024
Fourth Filing –10/15/24: FY25, Qtr 2, Item # 319
An Emergency Purchase Extension was received on October 15, 2024 requesting an extension for dates starting
10/25/2024 to 03/31/2025. The extension expenditure is not assessed and will be charged for time only.
Third Filing – 07/23/2024: FY25, Qtr 1, Item # 58
An Emergency Purchase Extension was received on July 23,2024 requesting an extension for dates starting
08/01/2024 to 10/25/2024 at an additional estimated cost of $500,000.00, revising the total estimated cost to
$900,000.00.
Second Filing – 03/01/2024: FY24, Qtr 3, Item # 124
An Emergency Purchase Extension was received on March 1, 2024 requesting an extension for dates starting
3/4/2024 to 08/01/2024. The extension expenditure is not assessed and will be charged for time only.
Original Filing – 12/6/2023: FY24, Qtr 2, Item# 124
The scope of work provides for repair and replacement of items damaged during a fire in maintenance bays 1-3
(1 common area) including wiring devices, light fixtures, water heaters, water piping, unit heaters, overhead
doors, door motors and tracks, including all related conduit, wiring, water piping, gas piping, and other fire
damaged items. The entire area is to be cleaned and finishes restored to their pre-tire condition. I he scope also
provides tor immediate repairs to the x-bridging in the steel bar joists to stabilize the root. Root replacement and
repairs will be done under a separate contract. Roof replacement and repairs will be done under a separate
project.
Incorporated documents include the March 2009 Standard Documents for Construction & Supplement and any
design documents provided by the Architect/Engineer of record. Section 01 29 00 PAYMENT PROCEDURES,
will be strictly followed and adhered to. The sum of all items listed in the Contractor Schedule of Values should
equal the contract award amount. Payment amounts will be approved based on proof of work actually
performed and materials actually used. Construction services provided under this
procurement should not exceed $400,000.00, which is a place-holder prior entering into a Construction
Contract, without prior authorization from the Capital Development Board in consultation with the Chief
Procurement Office. Final Actual Costs will be reported upon project completion and project close-out.
In accordance with section 00 21 50 of the Standard Documents for Construction, the General Contractor shall
perform no less than 20% of work with its own staff. Each other trade shall perform no less than 40% of work
with its own staff. Work with own staff includes direct labor and supervision, as well as material purchases
where the material is installed by the contractor.
This Emergency Purchase has an expected start date of 12/6/2023 through 03/04/2024 with an Original
Estimated Cost of $400,000.00.
Signed By: Chris Miles, Exec II
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
July 1, 2024 through September 30, 2024
Vendor: Hein Construction Co. Inc. Notary Date: 12/6/2023
Original Revised Paid To Actual
Estimate Estimate Date Final Cost FY QTR
State Cost: $400,000.00 $900,000.00 $0.00 $0.00 25 1
Federal $0.00 $0.00
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
July 1, 2024 through September 30, 2024
59 Innovation & Technology, Department of File Date: 10/3/2024
Final Cost Statement
Latest Filing – 10/3/2024: FY25, Qtr 2, Item # 334
The Actual Total Cost of FY25, Qtr 2, Item# 334 is $1,868735.97, with a final contact term ending.
Sixth Filing – 07/17/2024: FY25, Qtr 1, Item # 59
An Emergency Purchase Extension was received on July 17, 2024 requesting an extension for dates starting
08/01/2024 to 09/30/2024. The extension expenditure is not assessed and will be charged for time only.
Fifth Filing – 05/16/2024: FY24, Qtr 4, Item # 66
An Emergency Purchase Extension was received on May 16, 2024 requesting an extension for dates starting
06/01/2024 to 07/31/2024. The extension expenditure is not assessed and will be charged for time only.
Fourth Filing – 08/08/2023: FY24, Qtr 1, Item # 110
An Emergency Purchase Extension was received on August 10, 2023 requesting an extension for dates starting
08/20/2023 to 5/31/2024 at an additional estimated cost of $5,100,000.00, revising the total estimated cost to
$10,150,000.00.
Third Filing - 05/18/2023: FY23, Qtr 4 Item # 108
An Emergency Purchase Extension was received on May 18, 2023 requesting an extension for dates starting
05/21/2023 to 08/19/2023 at an additional estimated cost of $2,000,000.00, revising the total estimated cost to
$5,050,000.00.
Second Filing - 02/14/2023: FY23, Qtr 3, Item# 70
An Emergency Purchase Extension was received on February 14, 2023 requesting an extension for dates
starting 2/20/2023 to 05/20/2023 at an additional estimated cost of $2,000,000.00, revising the total estimated
cost to $3,050,000.00.
Original Filing – 11/23/2022: FY23, Qtr 2, Item# 32
The state sold the JRTC to Google, which means DoIT has to remove/relocate the state owned fiber network
from the basement of the JRTC. Complicating matters and compressing the timeline for this move, the city of
Chicago issued an unexpected temporary moratorium on cutting LaSalle and Lake Streets beginning 12/1/22.
DoIT must have the conduit along these streets relocated/replaced by the end of November, which is Phase 1 of
the JRTC fiber relocate project. Once the conduit has been moved/relocated, Phase 2 will begin to finish the
installation. Phase 2 includes: remainder of LaSalle Street fiber, hand-hole, conduit placement, the inside plant
work at City hall - splice work, conduit, fiber install, fiber termination (repeat for MABB). DoIT and Meade are
at the mercy of several local permitting entities before work can be done in downtown Chicago, this further
delayed the ability of DoIT and Meade to get the emergency relocation started earlier.
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
July 1, 2024 through September 30, 2024
The existing contract CIC3648240 with Meade expires 11/27/22 with no renewals. DoIT submitted an
amendment on 11/4/2022 to add $850,000 of funds to finish phase 1 of the fiber move on BidBuy B-33097.
Due to receiving amendment approval with only one business day remaining before contract expiration, some
funds from the amendment have also been included in this emergency to ensure contract coverage and a
funding source to finish phase 1 of the fiber move before the moratorium begins 12/1 and allow the state to
vacate the JRTC per the sales agreement. Failure to finish phase 1 may result in significant delays and pose a
risk to the fiber network which is a critical state asset. The JRTC fiber provides one of two physical paths to
the Chicago POP which serves all Chicago and collar county government and education sites, Equinix which
processes ~50% of all traffic leaving the network, and network services for the City of Chicago and Cook
County. Loss of the JRTC fiber creates a vulnerability that will almost certainly result in a widespread outage
that would likely take days to restore.
In addition to the emergency fiber move detailed above, Meade also covers our owned fiber network statewide.
If we do not have a fiber maintenance vendor on contract we risk prolonged network outages every time our
fiber is damaged by having to negotiate a new emergency contract for the fiber repair each time it is damaged.
DoIT is in process of completing a request for a 12-month sole source contract to cover Meade's services
until a new RFP can be issued and awarded. DoIT anticipates sending the sole source for review and approval
within one to two weeks. The new RFP is currently being drafted and is being done on R-125058.
This Emergency Purchase has an expected start date of 11/22/2022 through 02/19/2023 with an Original
Estimated Cost of $1,050,000.00.
Signed By: Van P Austin, APO
Vendor: Meade, Inc. Notary Date: 11/23/2022
Original Revised Paid To Actual
Estimate Estimate Date Final Cost FY QTR
State Cost: $1,050,000.00 $10,150,000.00 $1,868,735.97 $1,868,735.97 25 1
Federal $0.00 $0.00
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
July 1, 2024 through September 30, 2024
60 Toll Highway Authority, Illinois State File Date: 7/23/2024
Second Filing – 07/23/24: FY25, Qtr 1, Item # 60
An Emergency Purchase Extension was received on July 23, 2024 requesting an extension for dates starting
08/15/2024 to 01/14/2025. The extension expenditure is not assessed and will be charged for time only.
Original Filing – 5/20/2024: FY24, Qtr 4, Item# 24
Using Other Funds - $613,500.00
Maintain and provide surveilliance of maintenance of traffic devices along I-294 between Cermak Plaza 35 and
Roosevelt Road and along I-290 between I-294 and St. Charles Road. Complete repair/replacement or
relocation of glare screen, temporary concrete barrier, impact attenuators, temporary information signing,
guardrail, arrow boards, barricades, drums, lights, and work zone signs.
This Emergency Purchase has an expected start date of 05/17/2024 through 08/14/2024 with an Original
Estimated Cost of $613,500.00, using Other Funds.
Signed By: Eric Occomy, APO
Vendor: Roadsafe Traffic Systems Notary Date: 5/20/2024
Original Revised Paid To Actual
Estimate Estimate Date Final Cost FY QTR
State Cost: $613,500.00 $0.00 $0.00 25 1
Federal $0.00 $0.00
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
July 1, 2024 through September 30, 2024
61 Capital Development Board File Date: 7/23/2024
Second Filing – 07/23/24: FY25, Qtr 1, Item # 61
An Emergency Purchase Extension was received on July 23, 2024 requesting an extension for dates starting
08/14/2024 to 08/13/2025. The extension expenditure is not assessed and will be charged for time only.
Original Filing – 5/16/2024: FY24, Qtr 4, Item# 22
The scope of work provides for expedited construction services to remediate the PCB from the vault and
reroute main feeds to a new pad-mounted transformer, install a new duct bank for the buildings via a new duct
bank, the end of the duct bank where the water main broke will be encased by a concrete cap, a transformer
leaking PCB near the South Cell will be remediated and replaced, a pad mount switch SS-12 feeding South Cell
House requires a pedestal and feeders extended.
Incorporated documents include the March 2009 Standard Documents for Construction & Supplement, design
documents provided by the Architect/Engineer of record and quote received by Block Electric Co., Inc. Section
01 29 00 PAYMENT PROCEDURES, will be strictly followed and adhered to. The sum of all items listed in the
Contractor Schedule of Values should equal the contract award amount. Payment amounts will be approved
based on proof of work actually performed and materials actually used. Construction Services provided under
this procurement should not exceed $1,124,000.00, which is a place-holder prior to entering into a Construction
Contract, without prior authorization from the Capital Development Board in consultation with the Chief
Procurement Office. Final Actual Costs will be reported upon project completion and project close-out.
In accordance with section 00 21 50 of the Standard Documents for Construction, the General Contractor shall
perform no less than 20% of work with its own staff. Each other trade shall perform no less than 40% of work
with its own staff. Work with own staff includes direct labor and supervision, as well as material purchases
where the material is installed by the contractor.
This Emergency Purchase has an expected start date of 05/16/2024 through 08/13/2024 with an Original
Estimated Cost of $1,124,000.00.
Signed By: Chris Miles, Exec II
Vendor: Block Electric Co. (29440) Notary Date: 5/16/2024
Original Revised Paid To Actual
Estimate Estimate Date Final Cost FY QTR
State Cost: $1,124,000.00 $0.00 $0.00 25 1
Federal $0.00 $0.00
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
July 1, 2024 through September 30, 2024
62 Capital Development Board File Date: 7/29/2024
Final Cost Statement
Latest Filing – 07/29/2024: FY25, Qtr 1, Item # 62
The Actual Total Cost of FY25, Qtr 1, Item# 62 is $37,218.34.
Original Filing – 5/8/2024: FY24, Qtr 4, Item# 20
The scope of work provides for a new gutter system that removes the lock joint from inside the gutter and will
bring the seam onto the roof, making the gutter system one cohesive piece to allow the seam to be soldered on
the roof itself. The scope also includes adding three (3) downspouts, and coring through the south masonry
wall to install four (4) scupper head collection boxes to allow water to eject to grade. The downspouts coming
from the upper clay tile roof section will be redirected to divert water from draining to the lower copper roof
gutter system. All work should be coordinated with Historic Preservation.
Incorporated documents include the March 2009 Standard Documents for Construction & Supplement and any
design documents provided by the Architect/Engineer of record. Section 01 29 00 PAYMENT PROCEDURES,
will be strictly followed and adhered to. The sum of all items listed in the Contractor Schedule of Values should
equal the contract award amount. Payment amounts will be approved based on proof of work actually
performed and materials actually used. Construction services provided under this
procurement should not exceed $160,000.00, which is a place-holder prior entering into a Construction
Contract, without prior authorization from the Capital Development Board in consultation with the Chief
Procurement Office. Final Actual Costs will be reported upon project completion and project close-out.
In accordance with section 00 21 50 of the Standard Documents for Construction, the General Contractor shall
perform no less than 20% of work with its own staff. Each other trade shall perform no less than 40% of work
with its own staff. Work with own staff includes direct labor and supervision, as well as material purchases
where the material is installed by the contractor.
This Emergency Purchase has an expected start date of 05/8/2024 through 08/05/2024 with an Original
Estimated Cost of $160,000.00.
Signed By: Chris Miles, Exec II
Vendor: Kreiling Roofing Co. Notary Date: 5/8/2024
Original Revised Paid To Actual
Estimate Estimate Date Final Cost FY QTR
State Cost: $160,000.00 $37,218.34 $37,218.34 25 1
Federal $0.00 $0.00
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
July 1, 2024 through September 30, 2024
63 Capital Development Board File Date: 7/29/2024
Final Cost Statement
Latest Filing – 07/29/2024: FY25, Qtr 1, Item # 63
The Actual Total Cost of FY25, Qtr 1, Item# 63 is $191,289.65
Third Filing – 12/08/2023: FY24, Qtr 4, Item # 79
An Emergency Purchase Extension was received on December 8, 2023 requesting an extension for dates
starting 12/1/23 to 06/30/2024. The extension expenditure is not assessed and will be charged for time only.
Second Filing - 03/07/2023:FY23, Qtr 3, Item# 44
An Emergency Purchase Extension was received on March 7, 2023 in the same filing quarter, requesting an
extension for dates starting 03/19/2023 to 07/30/2023. The extension expenditure is not assessed and will be
charged for time only.
Original Filing – 12/20/2022: FY23, Qtr 3, Item# 207
The scope of work provides for expedited construction services to replace 3 boiler feedwater pumps, including
ancillary electrical,piping and asbestos abatement work, at Dixon Correctional Center. Work shall also include a
3 month rental of a stand-by pump, should complete failure of the existing pumps occur.
Incorporated documents include the March 2009 Standard Documents for Construction & Supplement and
design documents provided by the A/E of record. Services provided under this procurement should not exceed
$360,000.00, which is a place-holder prior to entering into a Construction Contract, without prior authorization
from the Capital Development Board in consultation with the Chief Procurement Office. Final Actual Costs will
be reported upon project completion and project close-out.
In accordance with 30 ILCS 500/50-35, all contractors, and each subcontractor to be used whose
contract/subcontract exceeds an annual value of $50,000, shall submit financial disclosures and certifications as
a material term of the contract. In accordance with section 00 21 50 of the Standard Documents for
Construction, the General Contractor shall perform no less than 20% of work with its
own staff. Each other trade shall perform no less than 40% of work with its own staff. Work with own staff
includes direct labor and supervision, as well as material purchases where the material is installed by the
contractor.
Additionally, Governor Pritzker has issued Executive Order 2022-23 containing additional mitigations to address
the COVID-19 pandemic. This includes an indoor mask requirement and vaccinations for those working at
Illinois Department of Corrections (IDOC) facilities. These requirements apply to this project.
This Emergency Purchase has an expected start date of 12/20/2022 through 03/19/2023 with an Original
Estimated Cost of $360,000.00.
Signed By: Chris Miles, Exec II
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
July 1, 2024 through September 30, 2024
Vendor: Commercial Mechanical Inc Notary Date: 12/20/2022
Original Revised Paid To Actual
Estimate Estimate Date Final Cost FY QTR
State Cost: $360,000.00 $191,289.65 $191,289.65 25 1
Federal $0.00 $0.00
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
July 1, 2024 through September 30, 2024
64 Human Services, Department of File Date: 7/30/2024
Final Cost Statement
Latest Filing – 07/30/2024: FY25, Qtr 1, Item # 64
The Actual Total Cost of FY25, Qtr 1, Item# 64 is $49,598.00.
Original Filing – 1/24/2024: FY24, Qtr 3, Item# 35
J & L Contractors, Inc., dba Ox Cartage & Warehousing, Inc. has been providing dry storage services based on
the most recent Invitation for Bid for FY19-21 and the renewals for FY22 and FY23, and a contract extension
for FY24. The Center has been satisfied with the services provided by the vendor. Two Invitation for Bids have
been conducted for the services. The first bid was canceled due to inadequate specifications. The second bid
was canceled because the only bidder, J&L Contractors, Inc., were found not responsive by BEP for failing to
either reach the 39% BEP Goal (they only reached 10%) and their Good Faith Efforts were deemed insufficient.
There is limited warehouse storage space at the Ludeman Center to accommodate the volume of food that is
delivered from the vendors on a quarterly or monthly basis. The vendor shall be responsible for receiving,
handling and storage of products on behalf of the Center, which will be delivered from various suppliers. The
vendor will deliver the required items to the Ludeman Center on a weekly basis.
This Emergency Purchase has an expected start date of 02/01/2024 through 04/30/2024 with an Original
Estimated Cost of $58,865.50.
Signed By: Jean Sandstrom, APO
Vendor: J & L Contractors, Inc. dba Ox Cartage & Warehousing Notary Date: 1/24/2024
Original Revised Paid To Actual
Estimate Estimate Date Final Cost FY QTR
State Cost: $58,865.50 $49,598.00 $49,598.00 25 1
Federal $0.00 $0.00
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
July 1, 2024 through September 30, 2024
65 Human Services, Department of File Date: 7/31/2024
Final Cost Statement
Latest Filing – 07/31/2024: FY25, Qtr 1, Item # 65
The Actual Total Cost of FY25, Qtr 1, Item# 65 is $297,334.64
Original Filing – 3/8/2024: FY24, Qtr 3, Item# 52
The Stone Group is familiar with all boiler systems at Madden MHC and has done extensive work at the site
before. The Stone Group has also provided emergency engineering services for similar facilities.
Responsibilities include but not limited to:
•
Performing and assisting in routine building maintenance tasks
•
Perform
minor electrical maintenance to include but not be limited to replacement or repair of fixtures (e.g. wall
switches and outlets, incandescent and fluorescent bulbs and tubes, ballasts, sockets, fuses, minor appliances,
cords etc.) using appropriate hand or power or specialty tools.
•
Perform minor plumbing maintenance (e.g.,
replacement or repair of leaks in drains and faucets, unclogging of drains, etc.)
•
Perform minor painting,
carpentry, and masonry work (e.g., preparing surfaces and using brush, roller or sprayer to apply paint, fitting
locks and handles, hanging doors etc.)
•
Reconfigures, installs, positions and remounts modular offices and space
(e.g. furniture, wall panels, work surfaces, storage bins, lighting, filing cabinets, etc.) to accommodate user
needs and maximize office space using various hand, power and specialty tools, dollies and hand trucks
•
Perform
other work-related duties as assigned.
•
The Stone Group will assist and provide support to ensure our employees
are performing to the best of their capabilities.
This Emergency Purchase has an expected start date of 03/07/2024 through 06/04/2024 with an Original
Estimated Cost of $294,000.00.
Signed By: Pamela Enno, APO
Vendor: The Stone Group Notary Date: 3/8/2024
Original Revised Paid To Actual
Estimate Estimate Date Final Cost FY QTR
State Cost: $294,000.00 $297,334.64 $297,334.64 25 1
Federal $0.00 $0.00
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
July 1, 2024 through September 30, 2024
66 Corrections, Department of File Date: 7/30/2024
Final Cost Statement
Latest Filing – 07/30/2024: FY25, Qtr 1, Item # 66
The Actual Total Cost of FY25, Qtr 1, Item# 66 is $159,707.50
Original Filing – 3/22/2024: FY24, Qtr 4, Item# 6
The Vendor will conduct onsite surveys and inspections at Stateville and Logan Correctional Centers to
determine the environmental impact of demolishing and cleaning up the two sites. Logan Correctional Center has
a coal plant that will require specific remediation efforts to prevent long-term contamination of the surrounding
water and land.
This Emergency Purchase has an expected start date of 03/22/2024 through 06/20/2024 with an Original
Estimated Cost of $200,000.00.
Signed By: Jacenta Wilson, APO
Vendor: CDM Smith Inc. Notary Date: 3/22/2024
Original Revised Paid To Actual
Estimate Estimate Date Final Cost FY QTR
State Cost: $200,000.00 $159,707.50 $159,707.50 25 1
Federal $0.00 $0.00
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
July 1, 2024 through September 30, 2024
67 Innovation & Technology, Department of File Date: 10/29/2024
Fifth Filing – 10/29/24: FY25, Qtr 2, Item # 341
An Emergency Purchase Extension was received on October 29, 2024 requesting an extension for dates starting
11/1/2024 to 03/31/2025. The extension expenditure is not assessed and will be charged for time only.
Fourth Filing – 07/30/24: FY25, Qtr 1, Item # 67
An Emergency Purchase Extension was received on July 30, 2024 requesting an extension for dates starting
7/31/2024 to 10/31/2024. The extension expenditure is not assessed and will be charged for time only.
Third Filing – 12/27/2023: FY24, Qtr 3, Item # 106
An Emergency Purchase Extension was received on December 27, 2023 requesting an extension for dates
starting 12/31/2023 to 06/27/2024 at an additional estimated cost of $10,000,000.00, revising the total estimated
cost to $20,000,000.00.
Second Filing - 02/16/2023: FY23, Qtr 3, Item# 68
An Emergency Purchase Extension was received on Febraury 6, 2023 requesting an extension for dates starting
02/13/2023 to 12/30/2023 at an additional estimated cost of $8,000,000.00, revising the total estimated cost to
$10,000,000.00.
Original Filing – 11/15/2022: FY23, Qtr 2, Item# 23
Motorola has been the current vendor for the MC Starcom21 compatible subscriber radio equipment contract.
Motorola was originally selected through competitive bid process. Motorola previously supported DoIT during
initial 5 years contract term, there were no renewals. DoIT has previously been able to successfully negotiate
contracts with this vendor and the existing contract terms will be used for the Emergency period. Contract
negotiations with a new vendor could take several weeks creating significant risk and exposure during
negotiations. The administrative review process has previously been completed with this vendor, including
financial disclosures and BEP utilization plan. Bringing in a new vendor for such a large and complicated
implementation would take months as the configuration.
The Department of Innovation and Technology is currently working on an IFB for replacement of the
Emergency Starcom21 Equipment Contract. Due to additional needs and time constraints in procurements,
DoIT will need a 90 day emergency contract to allow adequate time to review any new pricing, equipment and
needs for this contract, to publish the IFB, and allow time for bids to be received, bids reviewed, award
published, and contract execution. There was an emergency contract in place that expired. A new extension
was requested, but that contract extension was not able to get executed prior to the emergency contract
expiring. Therefore this new emergency is being processed to allow time for the new IFB to be completed and
awarded.
Motorola supplies equipment to the state of Illinois entities utilizing Starcom21 radio network communication
via radio mobile and portable radios, emergency agencies and dispatch consoles. The equipment purchased
from this contract is invaluable to the support of Illinois Law enforcement agencies State, Local and County.
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
July 1, 2024 through September 30, 2024
This equipment also supports emergency communication with the equipment purchased on this contract. The
loss of the ability to purchase equipment on this contract would be detrimental to all Emergency agencies
throughout the state and would degrade emergency communications in critical incidents throughout the state
with law enforcement and emergency agencies such as fire departments, emergency medical technicians, prison
guards. This Emergency JPMC contract will be available for use by all governmental units and qualified not-
for-profits.
This Emergency Purchase has an expected start date of 11/15/2022 through 02/13/2023 with an Original
Estimated Cost of $2,000,000.00.
Signed By: Van P Austin, APO
Vendor: Motorola Solutions Inc Notary Date: 11/15/2022
Original Revised Paid To Actual
Estimate Estimate Date Final Cost FY QTR
State Cost: $2,000,000.00 $20,000,000.00 $0.00 $0.00 25 1
Federal $0.00 $0.00
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
July 1, 2024 through September 30, 2024
68 Innovation & Technology, Department of File Date: 7/31/2024
Final Cost Statement
Latest Filing – 07/31/2024: FY25, Qtr 1, Item # 68
The Actual Total Cost of FY25, Qtr 1, Item# 68 is $47,043,291.85.
Fourth Filing - 06/20/2023: FY24, Qtr 1 Item #69
An Emergency Purchase Extension was received on June 20, 2023 requesting an extension for dates starting
06/21/2023 to 12/18/2023 at an additional estimated cost of $10,000,000.00, revising the total estimated cost to
$24,000,000.00.
Third Filing - 12/21/2022, FY23, Qtr 3, Item #91
An Emergency Purchase Extension was received on December 21, 2022 requesting an extension for dates
starting 12/23/2022 to 06/20/2023 at an additional estimated cost of $10,000,000.00, revising the total estimated
cost to $14,000,000.00.
Second Filing - 03/11/22: FY22, Qtr 4. Item #68
An Emergency Purchase Extension was received on March 11, 2022 requesting an extension for dates starting
03/29/2022 to 06/26/2022. The extension expenditure is not assessed and will be charged for time only.
Original Filing – 12/28/2021: FY22, Qtr 3, Item# 2
This vendor can provide the Cisco products, maintenance, and services needed by DoIT. This vendor has been
deemed to be in good standing with both Cisco as they are a reseller of Cisco. This is the current vendor for
these needs and no transition period will be needed with this vendor.
This emergency contract is a JPMC available to governmental units or qualified not-for-profit for Cisco
hardware, Services, SmartNet
Maintenance and Licensing. There is a solicitation in process that will eventually
replace the need for this. Vendor responses are currently being evaluated by DoIT staff. However, it has not
been awarded at this time and the resulting contract will not be in place before the end of the existing contract.
This contract will provide DoIT and the JPMC agencies a procurement vehicle for the Cisco catalog. This
contract will be available to used by governmental units or qualified not-for-profit. The quantity is indefinite as a
JPMC as DoIT seeks to keep this active in support of other State agencies and governmental units. There are
several state agencies other than DoIT who rely on this contract as the procurement vehicle for Cisco
equipment and related needs. If this contract is not granted, DoIT and the other agencies and governmental units
will have to procure from a Cisco reseller on an order by order emergency basis. That would mean losing our
large percentage off list discounts we get for Cisco hardware, Services, SmarNet, Maintenance and Licensing
off this contract. So not only would DoIT and these other entities have to order via emergencies, they would
also be paying more for hardware and maintenance.
** There are several large supply chain related orders
that will be entered into the procurement process in the coming weeks. That is the reason the value of this
emergency is $4M **
This Emergency Purchase has an expected start date of 12/30/2021 through 03/29/2022 with an Original
Estimated Cost of $4,000,000.00.
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
July 1, 2024 through September 30, 2024
Signed By: Dante Watson, APO
Vendor: Presidio Networked Solutions Group, LLC Notary Date: 12/28/2021
Original Revised Paid To Actual
Estimate Estimate Date Final Cost FY QTR
State Cost: $4,000,000.00 $24,000,000.00 $47,043,291.85 $47,043,291.85 25 1
Federal $0.00 $0.00
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
July 1, 2024 through September 30, 2024
69 Environmental Protection Agency File Date: 8/6/2024
Final Cost Statement
Latest Filing – 08/06/2024: FY25, Qtr 1, Item # 69
The Actual Total Cost of FY25, Qtr 1, Item# 69 is $100,000.00.
Original Filing – 2/22/2024: FY24, Qtr 3, Item# 54
***Using Federal Finding
IEPA requires the expertise of consulting firms to assist in writing a Priority Climate Action Plan by the March
1, 2024 deadline and subsequently will need assistance in writing the CPRG Implementation Grant Submission
by the April 1, 2024 deadline.
The Accelerate Group has the skills and experiences necessary for this work. The Accelerate Group is an
Illinois-based company that provides strategic consulting, project leadership, and subject matter expertise for
companies, governments, and not-for-profits working to advance energy, innovation, good government and
economic development projects at a local or global scale. Andrew Barbeau, President of The Accelerate Group,
was appointed by U.S. Secretary of Energy Jennifer Granholm to serve on the Electricity Advisory Committee
for the U.S. Department of Energy, chairs its Smart Grid Committee, and serves on the DOE’s Section 8008
Decarbonization Pathways Steering Committee. Given our tight timeline for the CPRG plan to be submitted,
IEPA is enlisting services from two vendors who will need to work together. The Accelerate Group has
previously worked with our other vendor, Absolute Angels Consulting, LLC, which will ensure a smooth
process across vendors for developing our plan submission.
Contracting with The Accelerate Group will better position IEPA for success with the Climate Pollution
Reduction Grant application and process.
• Support development of framework of emissions reductions measures for inclusion in state Priority Climate
Action Plan (PCAP) Submission.
• Organize, recruit, and help lead stakeholder events on the Priority Climate
Action Plan and Implementation Grant proposal.
• Complete research, analysis, and write-up of GHG reduction
measures prioritized by the State for inclusion in PCAP submission.
• Conduct Program Design for selected
initiatives for inclusion in state CPRG Implementation Grant proposal.
• Compile CPRG Implementation Grant
proposal and supporting documents for submission by State.
This Emergency Purchase has an expected start date of 02/22/2024 through 05/21/2024 with an Original
Estimated Cost of $100,000.00, using Federal Funds.
Signed By: Jake Poeschel, Chief Financial Officer
Vendor: The Accelerate Group Notary Date: 2/22/2024
Original Revised Paid To Actual
Estimate Estimate Date Final Cost FY QTR
State Cost: $0.00 $0.00 $0.00 25 1
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
July 1, 2024 through September 30, 2024
Federal $100,000.00 $100,000.00
70 Human Services, Department of File Date: 8/7/2024
Final Cost Statement
Latest Filing – 08/07/2024: FY25, Qtr 1, Item # 70
The Actual Total Cost of FY25, Qtr 1, Item# 70 is $250,000.00.
Original Filing – 04/30/2024: FY24, Qtr 4, Item# 12
This project was bid out to SBSA vendors as a small purchase however the responsive bid received was over
the small purchase threshold. The project was being rebid as an Invitation for Bid but there is not time to
complete that process because the funding for this project expires 6/30/24. Due safety reasons and lack of time
for bidding, this project is being procured as an Emergency. The vendor, Mac Industrial, bid on the project
when it was solicited as a small purchase is able to complete the project prior to end of FY24 . Funding for this
project will not be available in FY25.
This contract includes all labor, materials, and equipment for the removal of old fencing and installation for
security fencing on two Units. Both B-Unit and D-Unit fencing has failed and must be replaced with security
fencing immediately to prevent elopements.
This Emergency Purchase has an expected start date of 05/03/2024 through 06/30/2024 with an Original
Estimated Cost of $250,000.00.
Signed By: Jean Sandstrom, APO
Vendor: MAC Industrial Serv Notary Date: 4/30/2024
Original Revised Paid To Actual
Estimate Estimate Date Final Cost FY QTR
State Cost: $250,000.00 $250,000.00 $250,000.00 25 1
Federal $0.00 $0.00
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
July 1, 2024 through September 30, 2024
71 Capital Development Board File Date: 7/29/2024
Third Filing - 07/29/2024: FY25, Qtr 1, Item # 71
An Emergency Purchase Extension was received on July 29, 2024 requesting an extension for dates starting
07/31/2024 to 09/30/2024 revising the current contract amount for Block Electric Co. to $1,900,000.00. Will be
charged for time only.
Second Filing - 03/11/2024: FY24, Qtr 3, Item # 71
An Emergency Purchase Extension was received on March 11, 2024 requesting an extension for dates starting
04/09/2024 to 07/31/2024. The extension expenditure is not assessed and will be charged for time only.
Reported in the same filing quarter.
Original Filing – 1/10/2024: FY24, Qtr 3, Item# 22
The scope of work provides for installation of temporary utilities to support temporary kitchen units at the
Northern Reception and Classification Center and Stateville Correctional Center. The contractor, under the A/E
guidance and supervision will provide work that includes electrical services,potable water supplies, sanitary
sewer, LP gas lines, site grading, drainage, gravel, concrete aprons, etc. for the connection of multiple trailers at
each facility. Coordination with the temporary kitchen supplier may be required as the temporary kitchens
consist of multiple semi-trailers for food preparation, dishwashing, food storage, etc.
Incorporated documents include the March 2009 Standard Documents for Construction & Supplement and any
design documents provided by the Architect/Engineer of record. Section 01 29 00 PAYMENT PROCEDURES,
will be strictly followed and adhered to.The sum of all items listed in the Contractor Schedule of Values should
equal the contract award amount. Payment amounts will be approved based on proof of work actually
performed and materials actually used. Construction services provided under this
procurement should not exceed $500,000.00, which is a place-holder prior entering into a Construction
Contract,without prior authorization from the Capital Development Board in consultation with the Chief
Procurement Office. Final Actual Costs will be reported upon project completion and project close-out.
In accordance with section 00 21 50 of the Standard Documents for Construction,the General Contractor shall
perform no less than 20% of work with its own staff. Each other trade shall perform no less than 40% of work
with its own staff. Work with own staff includes direct labor and supervision, as well as material purchases
where the material is installed by the contractor.
This Emergency Purchase has an expected start date of 01/10/2024 through 04/09/2024 with an Original
Estimated Cost of $500,000.00.
Signed By: Chris Miles, Exec II
Vendor: Block Electric Co. Inc. Notary Date: 1/10/2024
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
July 1, 2024 through September 30, 2024
Original Revised Paid To Actual
Estimate Estimate Date Final Cost FY QTR
State Cost: $500,000.00 $1,900,000.00 $0.00 $0.00 25 1
Federal $0.00 $0.00
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
July 1, 2024 through September 30, 2024
72 Capital Development Board File Date: 11/14/2023
Third Filing – 08/07/2024: FY25, Qtr 1, Item #72
An Emergency Purchase Extension was received on August 7, 2024 requesting an extension for dates starting
09/30/2024 to 03/30/2025 current contract $3,200,000.00.
Second Filing –11/14/2023: FY24, Qtr 2, Item # 120
An Emergency Purchase Extension was received on November 14, 2023 requesting an extension for dates
starting 11/25/2023 to 09/30/2024 at an additional estimated cost of $1,600,000.00, revising the total estimated
cost to $1,700,000.00.
Original Filing – 8/28/2023: FY24, Qtr 1, Item# 48
The Department of Corrections ("IDOC") has notified the Capital Development Board ("CDB") that several utility
tunnels, specifically tunnels A, D, E, S, and P, have deteriorated to the point where there is a threat to public
safety and the potential for further loss/damage to the facility. CDB Professional Services visited the site in
January of 2023 and indicated that there is significant damage in the tunnels that are concerning due to the
hazard to maintenance staff from continued falling concrete, and the potential disruption to utilities in the event
of failure. It is reported that pieces of concrete fall from these tunnel ceilings on a regular basis, and have
already caused damage to valves and utility lines. Should these conditions continue, failure of the top concrete
slabs could cause injury or death, as well as disruption of utilities rendering several buildings uninhabitable.
IDOC requested CDB's assistance to assess and provide recommendations for shoring and repair work
necessary to provide a safe environment for staff, and to prevent further damage to the tunnels and its utilities.
CDB engaged with the Central Region Indefinite Delivery/Indefinate Quantity ("IDIQ") Architect/Engineer to
provide an assessment and recommendations for shoring/repair work under
CDB Project No.: 120-050-061. A report dated April 17, 2023, concurred with CDB Professional Services that
expedited design and construction services are necessary due to the severity of deterioration witnessed in the
tunnels. Recommendations included immediate repairs to Tunnel E, if feasible, roofing replacement for Tunnel
A, immediate shoring of the last 200 ft. of tunnels A, D, & S, and immediate shoring to tunnel P's roof,
followed by replacement of the roofing structure. Additionally, it was advised that steel bollards be placed at the
end of the road/parking lot to keep vehicles from crossing over tunnel P.
This project (CDB Project No.: 120-050-062) began through the emergency selection of a contractor to provide
any immediate shoring work deemed necessary by the Architect/Engineer of record. Considering the time
frames needed for design, followed by regular bidding and award procedures, services for immediate shoring
under the existing processes would likely not begin for several months. For this reason, an emergency purchase
is necessary to provide expedited shoring services as quickly as possible in order to provide a safe working
environment, to protect the utilities in the tunnels, and to prevent further damage.
Sjostrom & Sons, Inc., located in Rockford, IL, was selected because they have experience working with CDB
and IL Dept. of Corrections, they have the expertise to complete the work, and they have the resources to
provide expedited construction services services under an emergency declaration.
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
July 1, 2024 through September 30, 2024
The scope of work provides for expedited construction services to provide any necessary shoring to the
tunnels, specifically but not limited to utility tunnels A, D, E, S, and P, at East Moline Correctional Center. The
scope of work also includes placing steel bollards at the end of the road/parking lot to keep vehicles from
crossing over tunnel P.
Incorporated documents include the March 2009 Standard Documents for Construction & Supplement and any
design documents provided by the Architect/Engineer of record. Section 01 29 00 PAYMENT PROCEDURES,
will be strictly followed and adhered to. The sum of all items listed in the Contractor Schedule of Values should
equal the contract award amount. Payment amounts will be approved based on proof of work actually
performed and materials actually used. Construction services provided under this
procurement should not exceed $100,000.00, which is a place-holder prior entering into a Construction
Contract, without prior authorization from the Capital Development Board in consultation with the Chief
Procurement Office. Final Actual Costs will be reported upon project completion and project close-out.
In accordance with section 00 21 50 of the Standard Documents for Construction, the General Contractor shall
perform no less than 20% of work with its own staff. Each other trade shall perform no less than 40% of work
with its own staff. Work with own staff includes direct labor and supervision, as well as material purchases
where the material is installed by the contractor.
This Emergency Purchase has an expected start date of 08/28/2023 through 11/25/2023 with an Original
Estimated Cost of $100,000.00.
Signed By: Chris Miles, Exec II
Vendor: Sjostrom & Sons, Inc. Notary Date: 8/28/2023
Original Revised Paid To Actual
Estimate Estimate Date Final Cost FY QTR
State Cost: $100,000.00 $3,200,000.00 $0.00 $0.00 25 1
Federal $0.00 $0.00
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
July 1, 2024 through September 30, 2024
73 Commerce and Economic Opportunity, Department of File Date: 9/4/2024
Second Filing – 09/04/2024: FY25, Qtr 1, Item #73
An Emergency Purchase Extension was received on September 4, 2024 requesting an extension for dates
starting 09/29/2024 to 06/30/2025 at an additional estimated cost of $35,800,000.00, revising the total estimated
cost to $43,800,000.00 was reported in the same filing quarter.
Original Filing – 07/01/2024: FY25, Qtr 1, Item# 357
Spurrier Group LLC (Spurrier) was selected as the vendor because they were a vital sub-contractor for the
contract that expired on 6-30-24. (P-8963- RFP Marketing Communications Agency) Spurrier has a long
standing working relationship with the Illinois Office of Tourism and with all anticipated sub-contractors that
will be utilized during the term of this emergency procurement.
Planning and execution of marketing and advertising programs to promote Illinois as a tourism destination. The
marketing and advertising programs encompass domestic and international tourism. Scope of work will include
creative planning and production, media planning and buying, production, research, web-site management, event
participation and sponsorships.
This Emergency Purchase has an expected start date of 07/01/2024 through 09/28/2024 with an Original
Estimated Cost of $8,000,000.00.
Signed By: Rick Rogers, APO
Vendor: Spurrier Group, LLC Notary Date: 7/1/2024
Original Revised Paid To Actual
Estimate Estimate Date Final Cost FY QTR
State Cost: $8,000,000.00 $43,800,000.00 $0.00 $0.00 25 1
Federal $0.00 $0.00
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
July 1, 2024 through September 30, 2024
74 Central Management Services, Department of File Date: 9/5/2024
Final Cost Statement – FY25, Qtr 1, Item # 74
A Final Cost Statement was received on September 5, 2024, reporting in the same filing quarter that the Actual
Total Cost is $2,749.65.
Original Filing – 08/05/2024: FY25, Qtr 1, Item# 358
Replace broken pipe on fire pump system at Y0108, 10956 Dickson Mounds Rd Lewistown IL 61542, which is
the Dickson Mounds Museum.
The vendor was chosen due to familiarity and proximity to the location.
This Emergency Purchase has an expected start date of 08/05/2024 through 10/05/2024 with an Original
Estimated Cost of $2,500.00.
Signed By: Martha Blackwell, Manager
Vendor: Getz Fire Equipment Co. Notary Date: 8/5/2024
Original Revised Paid To Actual
Estimate Estimate Date Final Cost FY QTR
State Cost: $2,500.00 $2,749.65 $2,749.65 25 1
Federal $0.00 $0.00
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
July 1, 2024 through September 30, 2024
75 Capital Development Board File Date: 8/12/2024
Final Cost Statement
Latest Filing – 08/12/2024: FY25, Qtr 1, Item # 75
The Actual Total Cost of FY25, Qtr 1, Item# 75 is $140,295.74.
Original Filing – 6/27/2023: FY24, Qtr 1, Item# 14
In March of 2022, a tornado destroyed a Broadband/Training Class facility under the authority of Lincoln Trail
College.
The scope of work provides for expedited construction services to accommodate a rental modular unit(s) at
Lincoln Trail College to include site preparation, grading, concrete flatwork/footings, fire alarm, electrical work,
and any coordination needed to support the rented modular for operation, as directed by the Architect/Engineer
of record. The scope also includes any necessary up front rental fees to secure the temporary unit.
Incorporated documents include the March 2009 Standard Documents for Construction & Supplement and any
design documents provided by the Architect/Engineer of record. Section 01 29 00 PAYMENT PROCEDURES,
will be strictly followed and adhered to. The sum of all items listed in the Contractor Schedule of Values should
equal the contract award amount. Payment amounts will be approved based on proof of work actually
performed and materials actually used. Construction Services provided under this
procurement should not exceed $200,000.00, which is a place-holder prior to entering into a Construction
Contract, without prior authorization from the Capital Development Board in consultation with the Chief
Procurement Office. Final Actual Costs will be reported upon project completion and project close-out.
In accordance with section 00 21 50 of the Standard Documents for Construction, the General Contractor shall
perform no less than 20% of work with its own staff. Each other trade shall perform no less than 40% of work
with its own staff. Work with own staff includes direct labor and supervision, as well as material purchases
where the material is installed by the contractor.
This Emergency Purchase has an expected start date of 06/22/2023 through 09/19/2023 with an Original
Estimated Cost of $200,000.00.
Signed By: Chris Miles, Exec II
Vendor: Senco Construction, Inc. Notary Date: 6/27/2023
Original Revised Paid To Actual
Estimate Estimate Date Final Cost FY QTR
State Cost: $200,000.00 $140,295.74 $140,295.74 25 1
Federal $0.00 $0.00
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
July 1, 2024 through September 30, 2024
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
July 1, 2024 through September 30, 2024
76 Capital Development Board File Date: 11/18/2024
Fourth Filing – 11/18/2024: FY25, Qtr 2, Item # 355
An Emergency Purchase Extension was received on November 11, 2024 requesting an extension for dates
starting 12/13/24 to 03/31/25 at an additional estimated cost of $75,555.78, revising the total estimated cost to
$3,065,155.78.
Third Filing – 08/12/2024: FY25, Qtr 1, Item #76
An Emergency Purchase Extension was received on August 12, 2024 requesting an extension for dates starting
09/30/2024 to 12/13/2024 at an additional estimated cost of $33,585.20, revising the total estimated cost to
$3,023,185.21.
Second Filing – 01/16/2024: FY24, Qtr 3, Item # 94
An Emergency Purchase Extension was received on January 16, 2024 requesting an extension for dates starting
01/29/2024 to 09/30/2024. The extension expenditure is not assessed and will be charged for time only.
Original Filing – 11/1/2023: FY24, Qtr 2, Item# 106
The scope of work provides for the removal and replacement of four existing heating boilers and four domestic
water heaters at two existing individual Boiler House buildings. Boilers and heaters supply building heating water
and domestic hot water to eight individual inmate Housing buildings and one inmate Segregation building.
Connecting piping, pumps, controls, and electrical feeds will be replaced or reconnected. New underground
piping will be added from each building, back to the Boiler Houses, to allow domestic hot water to be
recirculated and reheated.
Incorporated documents include the March 2009 Standard Documents for Construction & Supplement, design
documents provided by the Architect/Engineer of record and quote received by Henson Robinson Company.
Section 01 29 00 PAYMENT PROCEDURES, will be strictly followed and adhered to. The sum of all items
listed in the Contractor Schedule of Values should equal the contract award amount. Payment amounts will be
approved based on proof of work actually performed and materials actually used. Construction Services
provided under this procurement should not exceed $2,989,600.00, which is a place-holder prior to entering into
a Construction Contract, without prior authorization from the Capital Development Board in consultation with
the Chief Procurement Office. Final Actual Costs will be reported upon project completion and project close-
out.
In accordance with section 00 21 50 of the Standard Documents for Construction, the General Contractor shall
perform no less than 20% of work with its own staff. Each other trade shall perform no less than 40% of work
with its own staff. Work with own staff includes direct labor and supervision, as well as material purchases
where the material is installed by the contractor.
This Emergency Purchase has an expected start date of 11/1/2023 through 01/29/2024 with an Original
Estimated Cost of $2,989,600.00.
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
July 1, 2024 through September 30, 2024
Signed By: Chris Miles, Exec II
Vendor: Henson Robinson Co. Notary Date: 11/1/2023
Original Revised Paid To Actual
Estimate Estimate Date Final Cost FY QTR
State Cost: $2,989,600.00 $3,065,155.78 $0.00 $0.00 25 1
Federal $0.00 $0.00
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
July 1, 2024 through September 30, 2024
77 Capital Development Board File Date: 8/22/2024
Second Filing –08/22/24: FY25, Qtr 1, Item #77
An Emergency Purchase Extension was received on August 22, 2024 requesting an extension for dates starting
09/4/2024 to 02/17/2025. The extension expenditure has changed current contract to $44,100.00
Original Filing – 6/7/2024: FY24, Qtr 4, Item# 29
The project scope provides for design services for the temporary shoring of the deteriorated concrete wall and
utility supports, and a detailed engineering evaluation of the deteriorated wall. Based on the extent of
deterioration that is detected, concrete repair will be provided, as recommended by the architect/engineer of
record. It is anticipated this will consist of removing portions of the concrete wall, applying a rust inhibitor to
exposed reinforcing bars, and replacing with cast-in-place concrete. The work also includes an engineering
assessment to determine the cause and factors contributing to the deterioration of the concrete.
Incorporated documents include the March 2009 Standard Documents for Construction & Supplement and the
January 2024 Design and Construction Manual. Basic Architectural Services provided under this procurement
should not exceed $100,000.00, which is a place-holder prior to the negotiation of a Professional Services
Agreement, without prior authorization from the Capital Development Board in consultation with the Chief
Procurement Office. Final Actual Costs will be reported upon project completion and project closeout.
In accordance with section 00 21 50 of the Standard Documents for Construction, the General Contractor shall
perform no less than 20% of work with its own staff. Each other trade shall perform no less than 40% of work
with its own staff. Work with own staff includes direct labor and supervision, as well as material purchases
where the material is installed by the contractor.
This Emergency Purchase has an expected start date of 06/07/2024 through 09/04/2024 with an Original
Estimated Cost of $100,000.00.
Signed By: Chris Miles, Exec II
Vendor: Kuhn & Trello Consulting Engineers Notary Date: 6/7/2024
Original Revised Paid To Actual
Estimate Estimate Date Final Cost FY QTR
State Cost: $100,000.00 $44,100.00 $0.00 $0.00 25 1
Federal $0.00
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
July 1, 2024 through September 30, 2024
78 Capital Development Board File Date: 11/19/2024
Third Filing – 11/19/2024: FY25, Qtr 2, Item # 356
An Emergency Purchase Extension was received on November 19, 2024 requesting an extension for dates
starting 12/13/2024 to 03/31/2025. The extension expenditure is not assessed and will be charged for time only.
Second Filing – 08/12/2024: FY25, Qtr 1, Item #78
An Emergency Purchase Extension was received on August 12, 2024 requesting an extension for dates starting
09/30/2024 to 12/13/2024 at an additional estimated cost of $240,550.00, revising the total estimated cost to
$340,550.00.
Original Filing – 3/13/2023: FY23, Qtr 3, Item# 32
The boilers were part of the original construction in 2001. Two of the operational boilers have patches on them
which are not holding,and water is leaking heavily out of the bottom of the boilers. The other two boilers have
been condemned. Heavy corrosive buildup and the decay on the copper components within the tanks on the hot
water heaters have caused them to not work properly which recently caused portions of the Individuals in
Custody to go without showers for several days. With the heavy corrosion of calcium, the circulation pumps do
not work properly, and the facility has spent over $65,000 since October 2022 to correct the water circulation
issue and has not been successful. The piping valves no longer work correctly which is compounding the issue
to get hot water to all the housing units.
Therefore, IDOC has requested CDB's assistance to replace all necessary equipment in the boiler houses under
an emergency declaration. This project began through the emergency selection of an Architect/Engineer
(“A/E”); this exempts the selection from a 14- day solicitation required through Qualifications-Based Selection
(“QBS”). Considering the time frames needed for the selection,
negotiation and execution of an A/E contract followed by bidding and award procedures, design and
construction services for repair/ replacement work under the existing processes would likely not begin for
several months. For this reason, an emergency purchase is necessary to provide expedited engineering services
to support the repair/replacement of all necessary equipment in the boiler houses
as quickly as possible in order to provide proper heat and hot water to the cell houses. Additionally, to alleviate
calcium concerns at the facility, CDB is in the process of providing water softeners under CDB Project No.:
120-295-018.
Clark Dietz, Inc., located in Champaign, IL, was selected because they have experience working with CDB and
IL Dept. of Corrections with the mechanical expertise to provide the design services for the project, and they
have the resources to provide expedited design services
The scope of work provides for expedited design services to assess and replace the heating boilers, and
associated controls, pumps, selected piping, insulation, and accessories. Additionally, the scope includes the
replacement of domestic water heaters, storage tanks, controls, pumps, selected piping, insulation, and
accessories. Associated Electrical, General, and/or other supporting work may be required. The A/E is also to
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
July 1, 2024 through September 30, 2024
determine whether any immediate temporary repairs can be implemented.
The A/E will need to determine if any components of this project are eligible for a utility company or other
energy grant or rebate and will be responsible for preparing and submitting the grant application if the project
qualifies for the rebate.
Incorporated documents include the March 2009 Standard Documents for Construction & Supplement and the
March 2009 Design and Construction Manual & Supplement. Basic Architectural Services provided under this
procurement should not exceed $100,000.00, which is a place-holder prior to the negotiation of a Professional
Services Agreement, without prior authorization from the Capital Development Board in consultation with the
Chief Procurement Office. Final Actual Costs will be reported upon project completion and project close-out.
In accordance with section 00 21 50 of the Standard Documents for Construction, the General Contractor shall
perform no less than 20% of work with its own staff. Each other trade shall perform no less than 40% of work
with its own staff. Work with own staff includes direct labor and supervision, as well as material purchases
where the material is installed by the contractor.
This Emergency Purchase has an expected start date of 03/13/2023 through 06/10/2023 with an Original
Estimated Cost of $100,000.00.
Signed By: Chris Miles, Exec II
Vendor: Clark Dietz, Inc. Notary Date: 3/13/2023
Original Revised Paid To Actual
Estimate Estimate Date Final Cost FY QTR
State Cost: $100,000.00 $340,550.00 $0.00 $0.00 25 1
Federal $0.00 $0.00
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
July 1, 2024 through September 30, 2024
79 Innovation & Technology, Department of File Date: 8/21/2024
Final Cost Statement
Latest Filing – 08/21/2024: FY25, Qtr 1, Item #79
The Actual Total Cost of FY25, Qtr 1, Item# 79 is $210,093.72
Second Filing - 12/07/2022: FY23, Qtr 2, Item #76
An Emergency Purchase Extension was received on December 7, 2022 requesting an extension for dates
starting 12/09/2022 to 06/06/2022. The extension expenditure is not assessed and will be charged for time only.
Original Filing – 09/08/2022: FY23, Qtr 1, Item# 48
The Illinois Department of Innovation and Technology currently has an emergency contract with SEPS, Inc,
CIT2030189 for critical power, generator, UPS, and maintenance needs. The existing contract ends September
9, 2022. This vendor is familiar with all of the DoIT/ICN sites across the state of Illinois and has installed the
majority of the equipment in use at these locations. This vendor also has security clearance to enter and perform
work at these and other locations. This vendor has staff that are certified and licensed to do highly skilled work
including but not limited to: install power, remove corrosive batteries, and perform maintenance. This
equipment support and backs up numerous critical state infrastructure. Failure to properly maintain this
equipment could result in catastrofic loss of functionality and data in the event of a power disruption.
This emergency contract will provide maintenance and support of existing infrastructure and allow DoIT to
engineer, furnish and install replacement uninterrupted power supply (“UPS”) systems, generators, and related
equipment as needed. The resulting contract will also provide the following services: power installation,
maintenance, emergency maintenance, and preventative maintenance at locations statewide. Maintenance and
emergency maintenance are crucial to keep critical state services working in case of power outages. An IFB is
currently drafted and is working it's way through reviews before posting which will replace the goods and
services provided by this emergency contract.
he goal setting worksheet and GSR recommended a 4% BEP goal for this emergency. The vendor agreed to the
4% BEP goal.
This Emergency Purchase has an expected start date of 09/10/2022 through 12/08/2022 with an Original
Estimated Cost of $3,500,000.00.
Signed By: Van P Austin, APO
Vendor: SEPS, Inc. Notary Date: 9/8/2022
Original Revised Paid To Actual
Estimate Estimate Date Final Cost FY QTR
State Cost: $3,500,000.00 $210,093.72 $210,093.72 25 1
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
July 1, 2024 through September 30, 2024
Federal $0.00 $0.00
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
July 1, 2024 through September 30, 2024
80 Innovation & Technology, Department of File Date: 8/20/2024
Final Cost Statement
Latest Filing – 08/20/2024: FY25, Qtr 1, Item #80
The Actual Total Cost of FY25, Qtr 1, Item# 80 is $278,103.00.
Original Filing – 8/25/2023: FY24, Qtr 1, Item# 47
The Joint Purchase Master Contract (JPMC) with Pluralsight expired. This emergency will reestablish a JPMC
for Pluralsight Enterprise Plan License subscriptions with Single Sign-on capability to be available to all
governmental units and qualified not-for-profit agencies.
The State has procured these licenses via Master Contract CMT1198910 for multiple years. The demand
within the State for these licenses continues to grow. Previous contracts (CIT9612400, CIT9246300,
CIC8063040, CIC6981940 and CIC5898500) have been in place for Pluralsight allowing other agencies (i.e.
CMS, DCFS, DOT, etc.) to utilize Pluralsight for years including the licenses that transferred from legacy
CMS/BCCS to DoIT. Due to demand and the increase in DoIT's headcount (DoIT transformation of absorbing
legacy client agency development staff) DoIT's Pluralsight license needs count grew from @70 (CMS/BCCS) to
@500. Additionally, non-DoIT agencies, boards and commissions have reached out to DoIT in attempts to
order Pluralsight licenses from a JPMC.
Any change in vendor would require a full solicitation to ensure the needs and compatibility that Pluralsight
provided. The master contract set up with Pluralsight (CMT1198910) in 2020 had renewal options that needed
to be executed by 8/20/23. Although the intent was to renew the master contract the deadline passed prior to
executing the renewals. This emergency would allow operations to continue without interruption as a new
competitive solicitation is processed.
Pluralsight Enterprise Plan License subscriptions with Single Sign-on capability.
DoIT would forgo placing a BEP goal on the proposed transaction. The purchase is for licenses, the user
software is already in place. The electronic purchase and delivery of licenses for the Pluralsight application does
not allow for the development of a viable scope of work for a BEP vendor. P-19891 was approved under DM
in 2019.
This Emergency Purchase has an expected start date of 08/25/2023 through 11/24/2023 with an Original
Estimated Cost of $500,000.00.
Signed By: Van P Austin, APO
Vendor: Pluralsight, LLC Notary Date: 8/25/2023
Original Revised Paid To Actual
Estimate Estimate Date Final Cost FY QTR
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
July 1, 2024 through September 30, 2024
State Cost: $500,000.00 $278,103.00 $278,103.00 25 1
Federal $0.00 $0.00
81 University of Illinois File Date: 8/21/2024
Final Cost Statement
Latest Filing –08/21/2024: FY25, Qtr 1, Item #81
The Actual Total Cost of FY25, Qtr 1, Item#81 is $270,000.00.
Original Filing – 04/08/2024: FY24, Qtr 4, Item# 7
Due to the Change Healthcare/Optum cyberattack, the Hospital's information systems shut down some of our
systems. This included the Computer Assisted Coding (CAC) Optum coding platform that was not available to
the coders to complete coding for 10 days. This system disruption led to the coding backlog. AAPC is being
utilized for coding and auditing services by our Compliance Department. The vendor has experienced hospital
coders that can be assigned to our site relatively quickly.
Medical coding services for hospital inpatient and outpatient accounts.
This Emergency Purchase has an expected start date of 04/22/2024 through 07/20/2024 with an Original
Estimated Cost of $270,000.00.
Signed By: Aaron Rosenthal, Sen. Assoc. Director
Vendor: AAPC Services Notary Date: 4/8/2024
Original Revised Paid To Actual
Estimate Estimate Date Final Cost FY QTR
State Cost: $270,000.00 $270,000.00 $270,000.00 25 1
Federal $0.00 $0.00
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
July 1, 2024 through September 30, 2024
82 Human Services, Department of File Date: 8/28/2024
Final Cost Statement
Latest Filing – 08/28/2024: FY25, Qtr 1, Item #82
The Actual Total Cost of FY25, Qtr 1, Item# 82 is $25,090.00.
Original Filing – 3/26/2024: FY24, Qtr 4, Item# 1
Until yesterday, the vendor was providing fingerprinting services for all agencies under a CMS master contract.
DHS used this contract almost daily, as we continue to respond to a desperate shortage in staffing. Due to the
short notice of the termination of coverage, DHS selected the incumbent to preserve the onboarding operations
currently underway.
Fingerprinting and photo ID services.
This Emergency Purchase has an expected start date of 03/27/2024 through 06/24/2024 with an Original
Estimated Cost of $97,500.00.
Signed By: Jean Sandstrom, APO
Vendor: Biometrics Notary Date: 3/26/2024
Original Revised Paid To Actual
Estimate Estimate Date Final Cost FY QTR
State Cost: $97,500.00 $25,090.00 $25,090.00 25 1
Federal $0.00 $0.00
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
July 1, 2024 through September 30, 2024
83 Capital Development Board File Date: 9/3/2024
Second Filing – 09/03/2024: FY25, Qtr 1, Item #83
An Emergency Purchase Extension was received on September 3, 2024 requesting an extension for dates
starting 09/09/2024 to 04/01/2025 at an additional estimated cost of $38,800.00, revising the total estimated cost
to $138,800.00.
Original Filing – 6/12/2024: FY24, Qtr 4, Item# 31
The scope of work provides for a detailed structural/geotechnical investigation of a foundation failure of the
Vocational Building at Centralia Correctional Center in Centralia, IL. It is believed that a water main break and
subsequent erosion beneath the building has caused this settlement. Investigation may include, but is not limited
to, assessment of conditions underneath the building floor, plan review of the original onstruction and any
renovations since its original construction, and extent of damage including that which is concealed from view.
Based on the results of testing, assessment, and analysis of the causes of damage, a recommended solution will
be formulated to allow reoccupation of the Vocational Building and restoration of utilities considering cost,
timeliness of repairs, and safety.
Incorporated documents include the March 2009 Standard Documents for Construction & Supplement and the
January 2024 Design and Construction Manual. Basic Architectural Services provided under this procurement
should not exceed $100,000.00, which is a place-holder prior to the negotiation of a Professional Services
Agreement, without prior authorization from the Capital Development Board in consultation with the Chief
Procurement Office. Final Actual Costs will be reported upon project completion and project closeout.
In accordance with section 00 21 50 of the Standard Documents for Construction, the General Contractor shall
perform no less than 20% of work with its own staff. Each other trade shall perform no less than 40% of work
with its own staff. Work with own staff includes direct labor and supervision, as well as material purchases
where the material is installed by the contractor.
This Emergency Purchase has an expected start date of 06/12/2024 through 09/09/2024 with an Original
Estimated Cost of $100,000.00.
Signed By: Chris Miles, Exec II
Vendor: Oates Associates, Inc. Notary Date: 6/12/2024
Original Revised Paid To Actual
Estimate Estimate Date Final Cost FY QTR
State Cost: $100,000.00 $138,800.00 $0.00 $0.00 25 1
Federal $0.00 $0.00
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
July 1, 2024 through September 30, 2024
84 Toll Highway Authority, Illinois State File Date: 9/6/2024
Second Filing – 09/06/24: FY25, Qtr 1, Item #84
An Emergency Purchase Extension was received on September 6, 2024 requesting an extension for dates
starting 9/12/2024 to 1/15/2025. The extension expenditure is not assessed and will be charged for time only.
Original Filing – 6/14/2024: FY24, Qtr 4, Item# 34
Metromex has previously completed pavement patching work at the interchange. They are familiar with the
area and the traffic configuration. Utilizing Metromex will have the least impact to the traveling public.
The Tollway must have a source to complete pavement repairs to ensure the pavement continues to be safely
maintained and avoid severe impact to the over 100,000 vehicles traveling on I-290 per day. In addition, fencing
is required to ensure access to the right of way and work zone is prohibited and erosion control must be
maintained to comply with federal clean water requirements, avoid impact to streams and waterways and avoid
monetary penalties for non-conformance. In order to complete the erosion control measures, clearing of
partially removed trees must also be completed. The work is along I-290 between North Ave and Butterfield
Road.
This Emergency Purchase has an expected start date of 06/14/2024 through 09/11/2024 with an Original
Estimated Cost of $500,000.00, using Other Funds.
Signed By: Eric Occomy, APO
Vendor: Metromex Contractors, Inc. Notary Date: 6/14/2024
Original Revised Paid To Actual
Estimate Estimate Date Final Cost FY QTR
State Cost: $500,000.00 $0.00 $0.00 25 1
Federal $0.00 $0.00
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
July 1, 2024 through September 30, 2024
85 Environmental Protection Agency File Date: 9/10/2024
Final Cost Statement
Latest Filing – 09/10/2024: FY25, Qtr 1, Item #85
The Actual Total Cost of FY25, Qtr 1, Item#85 is $323,682.55
Second Filing - 03/05/2024: FY24, Qtr 3, Item # 70
An Emergency Purchase Extension was received on March 5, 2024 requesting an extension for dates starting
4/1/2024 to 06/30/2024. The extension expenditure is not assessed and will be charged for time only. Reported
in the same filing quarter.
Original Filing – 1/5/2024: FY24, Qtr 3, Item# 15
IEPA has had contract with Heritage Environmental Services, LLC (Heritage) for these services for several
years. The contract expired 12/31/23. IEPA was unable to renew the contract due to Heritage's failure to meet
the BEP goal on the contract. IEPA had tried to competitively procure a new multi-year contract for these
services, but the procurement was unable to be completed in time. Given that Heritage was the incumbent
vendor and IEPA is pursuing a new multi-year contract, it is best to keep continuity of the services at this time.
If IEPA were to switch vendors for this emergency and then potentially switch vendors again at the conclusion
of the competitive procurement, it would cause multiple changes in services for our long term facility partners
and the public taking advantage of these services. It is imperative that the long term hazardous waste collection
program maintains the standard functionality during this stop gap period and eliminate a transition period so that
the program and participation does not decline.
Section 22.16b(d) of the Illinois Environmental Protection Act mandates that IEPA establish household
hazardous waste collections in appropriate places in the State to ensure that said wastes collected are properly
disposed of, and authorizes the IEPA to contract with other parties for that purpose. IEPA currently has five
Intergovernmental Agreements (IGAs) with cities/counties who serve as the long term collection sites for
household hazardous wastes. This emergency contract will ensure that IEPA fulfills the mandate under the
Illinois Environmental Protection Act as well as fulfill our responsibilities in the IGAs with the long term
collection sites.
Heritage will implement various packing, pick-up, disposal, and training services in
connection with IEPA's long-term Household Hazardous Waste (HHW) collection program.
- Vendor will
assist in planning and development of sites for use as long-term HHW collection stations
- Vendor will
provide all necessary materials, supplies, and incidentals for the collection station personnel to properly perform
the
required operations at the collection station.
- Vendor will provide the labor and equipment
necessary to pick-up, transport, store, and dispose of or recycle the collected HHW
- Vendor shall provide
training to the collection station personnel in the proper methods of receiving, segregating, packaging and
preparing for shipment the household hazardous wastes collected.
Under the current circumstances, IEPA needs continuity of services meaning the incumbent vendor is the best
option for the emergency contract. IEPA has strongly encouraged Heritage to utilize BEP subcontractors.
This Emergency Purchase has an expected start date of 01/02/2024 through 03/31/2024 with an Original
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
July 1, 2024 through September 30, 2024
Estimated Cost of $500,000.00.
Signed By: Andrew Shackelford, APO
Vendor: Hertiage Enviromental Services Notary Date: 1/5/2024
Original Revised Paid To Actual
Estimate Estimate Date Final Cost FY QTR
State Cost: $500,000.00 $323,682.55 $323,682.55 25 1
Federal $0.00 $0.00
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
July 1, 2024 through September 30, 2024
86 Central Management Services, Department of File Date: 12/16/2024
Fourth Filing – 12/16/2024: FY25, Qtr 2, Item # 396
An Emergency Purchase Extension was received on December 16, 2024 requesting an extension for dates
starting 12/26/2024 to 01/31/2025. The extension expenditure is not assessed and will be charged for time only.
Third Filing – 09/12/2024: FY25, Qtr 1, Item #86
An Emergency Purchase Extension was received on September 12, 2024 requesting an extension for dates
starting 09/25/2024 to 12/24/2024. The extension expenditure is not assessed and will be charged for time only.
Second Filing – 06/03/2024: FY24, Qtr 4, Item # 80
An Emergency Purchase Extension was received on June 3, 2024 requesting an extension for dates starting
6/28/2024 to 09/25/2024. The extension expenditure is not assessed and will be charged for time only.
Original Filing – 3/28/2024: FY24, Qtr 4, Item# 208
This Emergency JPMC will allow for the continuation of critical services for the State through a simplified
purchasing process for the State Agencies, local governmental units, and qualified not-for-profit agencies
because terms, conditions and pricing will be established prior to the time of orders for release off masters. This
process will save considerable time and resources for the end users because they
will not have to conduct their own solicitations, evaluate bids and establish individual contracts. This Emergency
Joint purchasing agreement will permit the State of Illinois, local governmental units, and qualified not-for-profit
agencies to leverage their market power with the expected outcome of lower pricing.
CMS intends to establish an Emergency Joint Purchase Master Contract (JPMC) for Fingerprinting & Photo ID
Services which includes photo identification, live scan and ink finger printing services which is available to State
Agencies, local governmental units, and qualified not-for-profit agencies.
CMS performed market research, demand and spend analysis for applicable cost based on the the current
industry and national market for applicable and similar services being procured. Spend analysis was processed
from Bidbuy on the prior contract, which expired 3/25/2024, with additional direct outreach to government units
using the prior JPMC for services to request both 90 and 180 days service estimates.
This Emergency Purchase has an expected start date of 03/28/2024 through 06/24/2024 with an Original
Signed By: Mary Beth Poani, GSSS Manager
Vendor: Accurate Biometrics Notary Date: 3/28/2024
Original Revised Paid To Actual
Estimate Estimate Date Final Cost FY QTR
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
July 1, 2024 through September 30, 2024
Estimated Cost of $560,000.00. State Cost: $560,000.00 $0.00 $0.00 25 1
Federal $0.00 $0.00
87 Corrections, Department of File Date: 9/17/2024
Second Filing – 09/17/2024: FY25, Qtr 1, Item #87
An Emergency Purchase Extension was received on September 17, 2024 requesting an extension for dates
starting 09/23/2024 to 04/22/2025 at an additional estimated cost of $331,453.43, revising the total estimated
cost to $763,492.09
There was a Second Filing from 3/23/2024 to 09/22/2024 at an additional cost of $284,102.94 revising total
estimated cost to $432,038.66. THIS EP B-42026 CAN NOT BE FOUND. 9/27/2024 KJL
Original Filing – 12/27/2023: FY24, Qtr 3, Item# 3
The vendors for this type of rental are limited and this is a specialty service.
Aggreko will be providing rental of three (3) boilers for Shawnee CC. They will also be changing out the wire
for the new boilers and updating it up to code.
Shawnee CC looked for Vendor to meet this type of emergency and was only able to find Agrekko in our area.
This Emergency Purchase has an expected start date of 12/23/2023 through 03/22/2024 with an Original
Estimated Cost of $147,935.72.
Signed By: Sandy Robinson II, Purchasing Manager
Vendor: Aggreko Notary Date: 12/27/2023
Original Revised Paid To Actual
Estimate Estimate Date Final Cost FY QTR
State Cost: $147,935.72 $763,492.09 $0.00 $0.00 25 1
Federal $0.00 $0.00
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
July 1, 2024 through September 30, 2024
88 Transportation, Department of File Date: 9/20/2024
Final Cost Statement
Latest Filing – 09/20/2024: FY25, Qtr 1, Item # 88
The Actual Total Cost of FY25, Qtr 1, Item# 88 is $186,035.34.
Second Filing - 03/11/2024: FY24, Qtr 3, Item # 66
An Emergency Purchase Extension was received on March 11, 2024 requesting an extension for dates starting
3/31/2024 to 07/30/2024 at an additional estimated cost of $69,000.00, revising the total estimated cost to
$170,000.00. Reported in the same filing quarter.
Original Filing – 12/21/2023: FY24, Qtr 3, Item# 6
This Vendor is selected for continuity of this safety services and to ensure IDOT employees receive medical
services to meet the occupational health and safety requirements set forth by OSHA standards for respiratory
protection, hearing conservation and medical surveillance for employees who are exposed to known health
hazards in the workplace.
The Vendor shall provide medical services that Illinois Department of Transportation (IDOT) needs to continue
to comply with respiratory protection, hearing conservation and medical surveillance standards.
This Emergency Purchase has an expected start date of 1/1/2024 through 03/31/2024 with an Original
Estimated Cost of $99,000.00.
Signed By: Omolara Erewele, Procurement Section Chief
Vendor: HSHS Medical Group Notary Date: 12/21/2023
Original Revised Paid To Actual
Estimate Estimate Date Final Cost FY QTR
State Cost: $99,000.00 $170,000.00 $186,035.34 $186,035.34 25 1
Federal $0.00 $0.00
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
July 1, 2024 through September 30, 2024
89 Transportation, Department of File Date: 9/23/2024
Final Cost Statement
Latest Filing – 09/23/2024: FY25, Qtr 1, Item #89
The Actual Total Cost of FY25, Qtr 1, Item# 89 is $0.00
Original Filing – 8/8/2023: FY24, Qtr 1, Item# 41
The selected vendor is able to provide the street sweepers. IDOT lacks the equipment to properly maintain the
streets; therefore, renting sweepers is needed to keep the roads safe from debris.
Four or five Street Sweeper, Self-Propelled, 4-Wheel, Mechanical, Conventional Cab rental units for 3 months
each.
This Emergency Purchase has an expected start date of 08/10/2023 through 11/08/2023 with an Original
Estimated Cost of $253,500.00.
Signed By: Megan Seitzinger, APO
Vendor: Standard Equipment Co. Notary Date: 8/8/2023
Original Revised Paid To Actual
Estimate Estimate Date Final Cost FY QTR
State Cost: $253,500.00 $0.00 $0.00 25 1
Federal $0.00 $0.00
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
July 1, 2024 through September 30, 2024
90 Transportation, Department of File Date: 9/23/2024
Final Cost Statement
Latest Filing – 09/23/2024: FY25, Qtr 1, Item #90
The Actual Total Cost of FY25, Qtr 1, Item# 90 is $0.00.
Original Filing – 5/09/2023: FY23, Qtr 4, Item# 36
The selected vendor is able to provide the needed fuel. IDOT lacks adequate coverage for fuel currently on
recently executed contracts and is a vital necessity for daily operations.
Fuel for daily operations of IDOT vehicles, both on and off highway.
Central Management Services is currently in process of awarding some location on a master contracts and
will be rebidding the non-awarded locations at a later date.
If this emergency procurement is not approved, IDOT will not have any means of keeping the roads and
highways safe for the public.
IDOT were previously utilizing these vendors on past contracts and are in locations where the service is needed
for this emergency.
This Emergency Purchase has an expected start date of 05/08/2023 through 08/09/2023 with an Original
Estimated Cost of $25,000.00.
Signed By: Aundra Williams, Bureau chief
Vendor: Piatt Co. Service Co. Notary Date: 5/9/2023
Original Revised Paid To Actual
Estimate Estimate Date Final Cost FY QTR
State Cost: $25,000.00 $0.00 $0.00 25 1
Federal $0.00 $0.00
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
July 1, 2024 through September 30, 2024
91 Transportation, Department of File Date: 9/23/2024
Final Cost Statement
Latest Filing – 09/23/2024: FY25, Qtr 1, Item # 91
The Actual Total Cost of FY25, Qtr 1, Item# 91 is $0.00.
Original Filing – 8/18/2023: FY24, Qtr 1, Item# 44
The selected vendor is able to provide the needed fuel. IDOT lacks adequate coverage for fuel currently on
recently executed contracts and is a vital necessity for daily operations.
Fuel for daily operations of IDOT vehicles, both on and off highway.
Central Management Services is currently in process of awarding some location on a master contracts and
will be rebidding the non-awarded locations at a later date.
If this emergency procurement is not approved, IDOT will not have any means of keeping the roads and
highways safe for the public.
IDOT were previously utilizing these vendors on past contracts and are in locations where the service is needed
for this emergency.
This Emergency Purchase has an expected start date of 08/11/2023 through 11/05/2023 with an Original
Estimated Cost of $950.00.
Signed By: Megan Seitzinger, APO
Vendor: Conserv FS Notary Date: 8/18/2023
Original Revised Paid To Actual
Estimate Estimate Date Final Cost FY QTR
State Cost: $950.00 $0.00 $0.00 25 1
Federal $0.00 $0.00
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
July 1, 2024 through September 30, 2024
92 Transportation, Department of File Date: 9/23/2024
Final Cost Statement
Latest Filing – 09/23/2024: FY25, Qtr 1, Item # 92
The Actual Total Cost of FY25, Qtr 1, Item# 92 is $25,695.06.
Original Filing – 8/18/2023: FY24, Qtr 1, Item# 43
The selected vendor is able to provide the needed fuel. IDOT lacks adequate coverage for fuel currently on
recently executed contracts and is a vital necessity for daily operations.
Fuel for daily operations of IDOT vehicles, both on and off highway.
Central Management Services is currently in process of awarding some location on a master contracts and
will be rebidding the non-awarded locations at a later date.
If this emergency procurement is not approved, IDOT will not have any means of keeping the roads and
highways safe for the public.
IDOT were previously utilizing these vendors on past contracts and are in locations where the service is needed
for this emergency.
This Emergency Purchase has an expected start date of 08/11/2023 through 11/05/2023 with an Original
Estimated Cost of $50,000.00.
Signed By: Megan Seitzinger, APO
Vendor: Heritage FS Notary Date: 8/18/2023
Original Revised Paid To Actual
Estimate Estimate Date Final Cost FY QTR
State Cost: $50,000.00 $25,695.06 $25,695.06 25 1
Federal $0.00 $0.00
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
July 1, 2024 through September 30, 2024
93 Transportation, Department of File Date: 9/23/2024
Final Cost Statement
Latest Filing – 09/23/2024: FY25, Qtr 1, Item # 93
The Actual Total Cost of FY25, Qtr 1, Item# 93 is $0.00.
Original Filing – 8/18/2023: FY24, Qtr 2, Item# 116
The selected vendor is able to provide the needed fuel. IDOT lacks adequate coverage for fuel currently on
recently executed contracts and is a vital necessity for daily operations.
Fuel for daily operations of IDOT vehicles, both on and off highway.
Central Management Services is currently in process of awarding some location on a master contracts and
will be rebidding the non-awarded locations at a later date.
If this emergency procurement is not approved, IDOT will not have any means of keeping the roads and
highways safe for the public.
This Emergency Purchase has an expected start date of 08/11/2023 through 11/05/2023 with an Original
Estimated Cost of $45,000.00.
Signed By: Megan Seitzinger, APO
Vendor: Illini FS, Inc. Notary Date: 8/18/2023
Original Revised Paid To Actual
Estimate Estimate Date Final Cost FY QTR
State Cost: $45,000.00 $0.00 $0.00 25 1
Federal $0.00 $0.00
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
July 1, 2024 through September 30, 2024
94 Commerce and Economic Opportunity, Department of File Date: 9/24/2024
Final Cost Statement
Latest Filing – 09/23/2024: FY25, Qtr 1, Item # 94
The Actual Total Cost of FY25, Qtr 1, Item# 94 is $621,248.57.
Third Filing - 05/31/2023: FY23, Qtr 4 Item # 110
An Emergency Purchase Extension was received on May 31, 2023 requesting an extension for dates starting
06/07/2023 to 09/06/2023 at an additional estimated cost of $400,000.00, revising the total estimated cost to
$1200,000.00.
Second Filing - 03/06/2023: FY23, Qtr 3, Item #265
An Emergency Purchase Extension was received on March 6, 2023 requesting an extension for dates starting
3/8/2023 to 06/06/2023 at an additional estimated cost of $4,000,000.00, revising the total estimated cost to
$8,000,000.00.
Original Filing – 12/09/2022: FY23, Qtr 2, Item# 38
The Vendor was awarded a contract (22-420DCEO-STRTC-P-32126) after a competitive solicitation.
However, the Vendor failed to meet the BEP goal during the initial term of the contract in order to be eligible for
renewal. The Vendor is being retained on an emergency basis until another competitive solicitation can be
processed.
A statewide call center to supplement in-person client intake and to provide an alternative mode for low-income
clients to request services for the Low-Income Home Energy Assistance Program (LIHEAP) and Community
Services Block Grant (CSBG) program through its Help Illinois Families call center announced by the Governor
in June 2020 during the height of the global pandemic. There will continue to be a critical and increased need to
safely provide utility bill assistance and other essential services in the future. Affording clients the option to start
the pre-application process for LIHEAP and CSBG remotely and with the assistance of a live call center agent
will increase accessibility, outreach and capacity to broadly serve many more eligible households efficiently and
effectively in the long-term. Implementing a statewide call center to support Help Illinois Families will extend
much-needed support to OCA grantees and local intake sites in handling the peak demand periods for LIHEAP
and CSBG services. This should prospectively minimize the delay of application review as best practices are
developed and assimilated to the ongoing circumstances in the best interest of prioritizing and serving the
vulnerable populations in Illinois.
****Funding is received thru Federal & State Funds
This Emergency Purchase has an expected start date of 12/08/2022 through 03/07/2023 with an Original
Estimated Cost of $400,000.00.
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
July 1, 2024 through September 30, 2024
Signed By: Candyce Thompson, APO
Vendor: FH Cann & Assoc. Notary Date: 12/9/2022
Original Revised Paid To Actual
Estimate Estimate Date Final Cost FY QTR
State Cost: $400,000.00 $1,200,000.00 $621,248.57 $621,248.57 25 1
Federal $0.00 $0.00
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
July 1, 2024 through September 30, 2024
95 Commerce and Economic Opportunity, Department of File Date: 9/24/2024
Final Cost Statement
Latest Filing – 09/24/2024: FY25, Qtr 1, Item # 95
The Actual Total Cost of FY25, Qtr 1, Item# 95 is $213,919.49.
Original Filing –6/8/2023: FY23, Qtr 4, Item# 59
Using both State & Federal Funding
The Vendor was awarded a contract 22-420DCEO-STRTC-P-32126 after a competitive solicitation. However,
the Vendor failed to meet the BEP goal during the initial term of the contract in order to be eligible for renewal.
The Vendor is being retained on an emergency basis until competitive solicitation 23-420DCEO-STRTC-B-
35050 can be awarded.
A statewide call center to supplement in-person client intake and to provide an alternative mode for low-income
clients to request services for the Low-Income Home Energy Assistance Program (LIHEAP) and Community
Services Block Grant (CSBG) program through its Help Illinois Families call center announced by the Governor
in June 2020 during the height of the global pandemic. There will continue to be a critical and increased need to
safely provide utility bill assistance and other essential services in the future. Affording clients the option to start
the pre-application process for LIHEAP and CSBG remotely and with the assistance of a live call center agent
will increase accessibility, outreach and capacity to broadly serve many more eligible households efficiently and
effectively in the long-term. Implementing a statewide call center to support Help Illinois Families will extend
much-needed support to OCA grantees and local intake sites in handling the peak demand periods for LIHEAP
and CSBG services. This should prospectively minimize the delay of application review as best practices are
developed and assimilated to the ongoing circumstances in the best interest of prioritizing and serving the
vulnerable populations in Illinois.
FH Cann & Associates was selected among 11 Bidders after an Invitation For Bid 22-420DCEO-STRTC-B-
21385 was duly processed. A continuance of service is critical to maintain operations until the new solicitation
is awarded.
This Emergency Purchase has an expected start date of 06/07/2023 through 09/04/2023 with an Original
Estimated Cost of $400,000.00, using both State and Federal Funds.
Signed By: Candyce Thompson, APO
Vendor: FH Cann & Assoc. Notary Date: 6/8/2023
Original Revised Paid To Actual
Estimate Estimate Date Final Cost FY QTR
State Cost: $0.00 $0.00 $0.00 25 1
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
July 1, 2024 through September 30, 2024
Federal $400,000.00 $213,919.49
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
July 1, 2024 through September 30, 2024
96 Commerce and Economic Opportunity, Department of File Date: 9/24/2024
Final Cost Statement
Latest Filing – 09/24/2024: FY25, Qtr 1, Item # 96
The Actual Total Cost of FY25, Qtr 1, Item# 96 is $35,630.00.
Original Filing – 11/23/2021: FY22, Qtr 2, Item# 38
Baker Tilly has been on Master Contract for Audit work for the State. CMS has been working on a Master
Contract for more than 4 months, that has not been finalized. CMS has been contacted on several occasions
regarding the progress of the procurement for this contract. The APO contacted CMS on November 3, 2021
regarding the Master Contract and was informed that the contract has not been finalized and could take several
weeks or so to be fully executed. The SPO contacted CMS and confirmed that the Master Contract will not be
fully executed or ready to use and we are looking at sometime in December. The current Master Contract has
been pending execution since November 3rd, the day it was approved for execution from the SPO. This is
causing further delay with DCEO's fiscal management issues. This emergency procurement is necessary to
allow Baker Tilly to continue providing services while CMS finalizes the Master Contract under 21-416CMS-
BOSS4-P-26279.
The Department has a Grantee in imminent threat of failure due to poor fiscal management. Despite several
years of substantial training and technical assistance provided to the Grantee, the problems are ongoing, and in
fact, worsening. We have become increasingly concerned with the Grantee’s long-term viability as a community
action agency authorized to provide CSBG services to the low-income residents of Ford, Iroquois, and
Vermillion Counties. The next and final step would be to initiate a formal action with the U.S. Department of
Health and Human Services to terminate the Grantee’s funding and to re-designate its status as a community
action agency, as allowed under the federal CSBG Act. Prior to taking such final action, it would be in the best
interest of the public to engage Baker Tilly to conduct an independent internal audit of the Grantee’s operations
by performing a fiscal operations assessment, internal control review, and risk assessment to develop an audit
remediation plan with detailed recommendations for improvement. This is the Department’s last attempt to help
Grantee correct material deficiencies and implement changes necessary to avoid termination of CSBG funding
and re-designation as a community action agency, and in the immediate term, provide the essential services to
needy families who cannot afford to make ends meet otherwise. Besides the serious disruption in critical State
Services, there is also a threat to public health or public safety. If services are not provided to these
communities, families who receive these grants to help with utilities, rent and other winter expenses, would not
be served and suffer utility shut-offs, loss of shelter and significant damage. If the grantee collapses, the low-
income residents of Ford, Iroquois, and Vermillion Counties will not be served during the interim while a new
provider is set up. This could take months and may present a real and dangerous, potentially life-threatening,
situation for some households as we go through the winter season.
Time is of the essence to move forward with Baker Tilly to diagnose the Grantee’s high-risk areas, and to
develop and implement a remediation plan, as soon as possible. With the Grantee’s continuing deficiencies and
unresolved issues, there is an urgent need for Baker Tilly to step in to prevent a disruption in services and to
maximize the services and assistance available to eligible residents in need. Grantee’s LIHEAP and
Weatherization programs are also similarly negatively impacted with the Grantee’s inability to properly maintain
fiscal and general operations. Any delay or disruption in services would pose a major threat to public health and
safety especially during the winter season for the most vulnerable families and households of Ford, Iroquois,
and Vermillion Counties.
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
July 1, 2024 through September 30, 2024
This Emergency Purchase has an expected start date of 11/29/2021 through 2/27/2022 with an Original
Estimated Cost of $36,000.00.
Signed By: Candyce Thompson, APO
Vendor: Baker Tilly Virchow Krause, LLP Notary Date: 11/23/2021
Original Revised Paid To Actual
Estimate Estimate Date Final Cost FY QTR
State Cost: $0.00 $0.00 $0.00 25 1
Federal $36,000.00 $35,630.00
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
July 1, 2024 through September 30, 2024
345 University of Illinois File Date: 11/1/2024
Final Cost Statement
Latest Filing – 11/1/2024: FY25, Qtr 2, Item # 345
The Actual Total Cost of FY25, Qtr 2, Item# 345 is $400,000.00, with a final contact term ending.
Original Filing – 08/22/2024: FY25, Qtr 1, Item# 22
At approximately 6:00 AM on August 16, 2024, the College of Medicine East Tower (Building 910) located at
808 S Wood Street experienced a significant power outage. Outside of the emergency power, all other electrical
systems within the building, including lighting, Heating, Ventilation, and Air Conditioning (HVAC), and power to
critical lab equipment, were affected. To restore power to the building as soon as possible, the university
dispatched vendor Airport Electric Company. This vendor has the labor, materials, and expertise necessary to
immediately begin repairs necessary to restore power to the building and protect state property from further
damage.
The vendor will provide labor and materials for the following services.
1) Trenching for new power lines into the building.
2) Construction of a new electrical duct bank.
3) Re-feed power lines and cut-over of power line feeders for building.
This Emergency Purchase has an expected start date of 08/16/2024 through 11/13/2024 with an Original
Estimated Cost of $400,000.00, using Self-Supporting Funds.
Signed By: Aaron Rosenthal, Interim Asst Vice Chancellor
Vendor: Airport Electric Co Notary Date: 8/22/2024
Original Revised Paid To Actual
Estimate Estimate Date Final Cost FY QTR
State Cost: $400,000.00 $400,000.00 $400,000.00 25 1
Federal $0.00 $0.00
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
July 1, 2024 through September 30, 2024