LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                         October 1, 2025 through December 31, 2025

  1      Healthcare and Family Services                                                               File Date:  10/30/2025

  Original Filing – 10/30/2025: FY26, Qtr 2, Item# 1

 

  The current contract with eQHealth Solutions, LLC (2021-35-001) expires on October 29, 2025. Continuity of

  these services is critical to maintain the State’s federally required surveillance and utilization control program

  under 42 CFR Part 476. Transitioning to a new vendor is not feasible during the emergency term, as onboarding

   a new contractor would require an estimated minimum of 3-5 month for staffing, credentialing, systems

  integration, data exchange configuration, and statewide provider training and readiness. Attempting to transition

  within the emergency timeframe would threaten the health and safety of Medicaid members by interrupting

  critical prior authorization and utilization review activities. This includes determinations for medically necessary

  inpatient services and psychiatric residential treatment for children, creating risk of delayed or denied access to

  needed care.

 

 

 

The incumbent vendor will maintain the original pricing established under the competitively procured RFP

  and will continue efforts to meet the existing 5% BEP participation goal for the duration of the emergency term,

  ensuring both cost stability and supplier diversity commitments remain intact while the State conducts a

  competitive procurement. The emergency contract will be issued to the legal entity name: Keystone Peer Review

   Organization, LLC dba Acentra Health.

 

  The Quality Improvement Organization (QIO) vendor must provide utilization management and quality

  assurance services for Medicaid members across multiple levels of care. This includes medical necessity

  determinations and continued stay reviews for inpatient hospital care, as well as review and oversight for

  hospital outpatient services, psychiatric residential treatment facilities, long-term acute care hospitals (LTAC),

  integrated health homes (IHHs), and other community-based treatment settings. The vendor will also conduct

  pre-payment and post-payment utilization reviews, appeals and reconsideration reviews, and investigations into

  potential quality of care concerns. The vendor will operate and support the web-based referral and authorization

  platform, provide provider outreach, training, and technical assistance, complete standard and ad hoc reporting,

  and perform special projects as directed by the Department. These activities collectively support the State’s

  surveillance and utilization control program in accordance with 42 CFR Part 476.

 

  This Emergency Purchase has an expected start date of 10/30/2025 through 01/27/2026 with an Original

  Estimated Cost of $339,000.00. Federal / State Funding.  This contract is 75% Federally Funded.

   Signed By:  Monique Wantland, SPSA

      Vendor:  Keystone Peer Review Org dba Acentra Health                                 Notary Date:           10/30/2025

                                Original                Revised              Paid To                Actual

                                Estimate               Estimate                  Date                  Final Cost                                 FY                    QTR

      State Cost:                               $0.00                                           $0.00                   $0.00      26 2

   Federal               $339,000.00                                                                   $0.00


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                         October 1, 2025 through December 31, 2025

  2      Public Health, Department of                                                                  File Date:  10/14/2025

  Original Filing – 10/14/2025: FY26, Qtr 2, Item# 2

 

  The Illinois Department of Public Health (IDPH), Division of Laboratories, requires an emergency procurement

  of proprietary reagents, calibrators, control kits, consumables, and instrument service for the Abbott

  ARCHITECT i1000SR analyzer systems used in HIV and Syphilis testing at the IDPH Carbondale Laboratory.

 

 

The Abbott ARCHITECT i1000SR is an automated immunoassay analyzer designed for high-accuracy clinical

  diagnostics. The reagents and consumables used in this system are proprietary to Abbott Laboratories and

  cannot be substituted with generic or third-party equivalents without compromising test validity or regulatory

  compliance.

 

This emergency procurement will include:

• Always-On Service for the ARCHITECT i1000SR

  instruments

• HIV and Syphilis reagent kits, calibrators, and control kits

• Ancillary solutions such as wash

  buffers, pre-trigger and trigger solutions, reaction vessels, and probe conditioning solutions

• Preventive

  maintenance and service support by Abbott-certified technicians

 

These materials and services are essential to

   maintain uninterrupted testing operations, uphold CLIA certification standards, ensure data integrity for disease

  surveillance, and support the timely diagnosis and treatment of HIV and Syphilis across Illinois. The continuity

  of these testing services directly supports the health and safety of Illinois residents and prevents serious

  disruption in critical public health operations.

 

 

Items included in tcontract:

   

Three (3) Architect i1000 Always on Service #01DL7-01

Four-thousand (4,000) HIV Reagent Kit #CPGMV

 

Four-thousand-five-hundred (4,500) Syphilis Reagent Kit #CPGFY

Four (4) Architect IA HIV Ag/Ab

  Calibrator Kit (US)  02P36-01 Included in Reagents

Ten (10) Architect IA HIV Ag/Ab Control Kit (US) 02P36-

  10 Included in Reagents

Seven (7) Architect IA Pre-Trigger Solution 06E23-68 Included in Reagents

Two (2)

   Architect IA Probe Conditioning Solution 01L56-40 Included in Reagents

Five (5) Architect IA Reaction

  Vessels 07C15-03 Included in Reagents

Two (2) Architect IA Replacement Caps 04D19-01 Included in

  Reagents

Four (4) Architect IA Septums 04D18-03 Included in Reagents

Four (4) Architect IA Syphilis

  Calibrator Kit 08D06-04 Included in Reagents

Ten (10 )Architect IA Syphilis Control Kit 08D06-13 Included in

   Reagents

Seven (7) Architect IA Trigger Solution 06C55-63 Included in Reagent

Eight (8) Architect IA

  Wash Buffer 4x975mL 06C54-58 Included in Reagents

Six (6) Architect IA/CC Sample Cups 07C14-01

  Included in Reagents.

 

  This Emergency Purchase has an expected start date of 10/15/2025 through 01/12/2026 with an Original

  Estimated Cost of $54,070.50, using Federal Funds.

   Signed By:  Mike Caceres, APO

      Vendor:  Abbott Laboratories                                                                  Notary Date:           10/14/2025

                                Original                Revised              Paid To                Actual

                                Estimate               Estimate                  Date                  Final Cost                                 FY                    QTR

      State Cost:                               $0.00                                           $0.00                   $0.00      26 2

   Federal                 $54,070.50                                                                   $0.00


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                         October 1, 2025 through December 31, 2025

  3      Natural Resources, Department of                                                           File Date:  11/3/2025

  Original Filing – 11/03/2025: FY26, Qtr 2, Item# 3

 

  Filotto Roofing has been identified as having the required expertise, knowledge and experience with cedar shake

  shingle roofing.  Filotto Roofing is already registered in the State's bid buy system.  Given the emergency

  criteria on this project the agency has identified Filotto roofing as best suited to expeditiously repair the the

  leaking roof.

 

  The agency would like to move forward with repairing the leaking cedar shake shingle roofing system at White

  Pines Forest State Park.  The roofing system has failed and is allowing water in to damage the lodge office. 

  Remove existing wood shakes until we can identify the cause of the leak and then provide and install

  replacement roofing material.

 

  Given the emergency criteria, the agency has prioritized resolving the criteria as swiftly as possible.  Filotto

  Roofing has been identified as having the required expertise, knowledge and experience with cedar shake shingle

   roofing.  Filotto Roofing is already registered in the State's bid buy system.  Given the emergency criteria on

  this project the agency has identified Filotto roofing as best suited to expeditiously repair the leaking roof.

 

  This Emergency Purchase has an expected start date of 11/03/2025 through 01/02/2026 with an Original

  Estimated Cost of $25,560.00.

   Signed By:  Joseph Lenkaitis, Regional Land Manager

      Vendor:  Filotto Roofing Inc.                                                                   Notary Date:           11/3/2025

                                Original                Revised              Paid To                Actual

                                Estimate               Estimate                  Date                  Final Cost                                 FY                    QTR

      State Cost:                        $25,560.00                                           $0.00                   $0.00      26 2

   Federal                        $0.00                                                                   $0.00


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                         October 1, 2025 through December 31, 2025

  4      Natural Resources, Department of                                                           File Date:  10/17/2025

  Original Filing – 10/17/2025: FY26, Qtr 2, Item# 4

 

  The Agency would like to move forward with immediate mold remediation as soon as possible. This project

  would include retaining a mold remediation contractor for the following:

- Removal and cleaning activities for

  the basement, lobby, and first floor of the hotel as identified in the MEC Investigation Report,

- Removal of

  impacted drywall throughout the basement,

- Removal & disposal of ceiling tiles in the basement,

- Cleaning

  & disinfecting remaining building materials in the basement, fiberglass insulation over balconies, and impacted

  wooden support beams,

- Cleaning ducts (internal & external).

 

  Given the Emergency Criteria, the Agency has selected Nichols Enterprises, LLC dba SERVPRO/Downtown

  Chicago Team Nichols (V00021835) – a Greater Chicagoland contractor who is already who has already been

  working with DNR’s Concessionaire – ExplorUS. Other SERVPRO franchises have had extensive experience on

   DNR properties throughout the State. While Nichols Enterprises, LLC is not a Small-Business Set-Aside, they

  are active in the Illinois Procurement Gateway, have already investigated the site with the Concessionaire at the

  Lodge & Conference Center, are intimately familiar with the subject building (specifically, the pool area and its

  challenges), and have the appropriate expertise and equipment to most swiftly mitigate the emergency criteria.

 

  This Emergency Purchase has an expected start date of 10/20/2025 through 01/17/2026 with an Original

  Estimated Cost of $300,000.00.

   Signed By:  Erick Huck, Div. Mngr. of Statewide Operations

      Vendor:  Nichols Enterprises dba SERVPRO                                               Notary Date:           10/17/2025

                                Original                Revised              Paid To                Actual

                                Estimate               Estimate                  Date                  Final Cost                                 FY                    QTR

      State Cost:                      $300,000.00                                           $0.00                   $0.00      26 2

   Federal                        $0.00                                                                   $0.00


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                         October 1, 2025 through December 31, 2025

  5      Human Services, Department of                                                              File Date:  10/8/2025

  Original Filing – 10/08/2025: FY26, Qtr 2, Item# 5

 

  The Vendor was a past vendor for DHS that processed Medicare Part D reimbursement claims whose contract

  ended 06/30/2024.  The Vendor had voluntarily abstained from submitting any offer to provide services or

  products in response to a solicitation from any State of Illinois purchasing agency as defined by Section 1-15.70

   of the Procurement Code per CPO Notice 2023.07. The Vendor was allowed to resume services for the State

  as of 08/01/2025. During the time the Vendor was not providing services, DHS solicited for a new vendor to

  provide this service but was unsuccessful.  This Vendor is the sole vendor that already has a system in place,

  can begin Medicare Part D reimbursement claim processing immediately and DHS will not incur any start-up

  costs.  DHS has no way to submit Medicare Part D reimbursement claims and could lose $7 million annually in

  federal reimbursements.  Claims are time sensitive and some must be processed within 90 days or the

  reimbursement is lost.

 

  The Vendor will process Medicare Part D claims for reimbursement to DHS from the Federal government.

 

  This Emergency Purchase has an expected start date of 10/20/2025 through 01/17/2026 with an Original

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

   Signed By:  Stacey Howlett, COO

      Vendor:  Public Consulting Group LLC                                                      Notary Date:           10/8/2025

                                Original                Revised              Paid To                Actual

                                Estimate               Estimate                  Date                  Final Cost                                 FY                    QTR

      State Cost:                      $350,000.00                                           $0.00                   $0.00      26 2

   Federal                        $0.00                                                                   $0.00


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                         October 1, 2025 through December 31, 2025

  6      Human Services, Department of                                                              File Date:  10/1/2025

  Original Filing – 10/1/2025: FY26, Qtr 2, Item# 6

 

  Ivan Ware & Son, Inc can provide boilers that meet the exact specifications for the project. DHS contacted 4

  other vendors registered in BidBuy as capable of providing Boiler rentals. One other vendor responded but the

  equipment they proposed as available for immediate rental did not match the required psi percentage, the voltage

  and plug size or the proper MBH/HR for output rate.

 

  Rental of Five (5) trailer mounted domestic/heating hot water mobile boilers

 

  This Emergency Purchase has an expected start date of 10/01/2025 through 12/31/2025 with an Original

  Estimated Cost of $268,570.00.

   Signed By:  Jean Sandstrom, APO

      Vendor:  Ivan Ware & Sons, Inc.                                                              Notary Date:           10/1/2025

                                Original                Revised              Paid To                Actual

                                Estimate               Estimate                  Date                  Final Cost                                 FY                    QTR

      State Cost:                      $268,570.00                                           $0.00                   $0.00      26 2

   Federal                        $0.00                                                                   $0.00


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                         October 1, 2025 through December 31, 2025

  7      Corrections, Department of                                                                    File Date:  10/23/2025

  Original Filing – 10/23/2025: FY26, Qtr 2, Item# 7

 

  Given the urgent need to ensure adequate uninterrupted healthcare services during the development of a new

  procurement, the State determined that it would be in its best interest to transition services to a new contractor.

  Centurion was selected based on its successful transitions in large state systems, such as Florida and Georgia,

  jurisdictions comparable to Illinois in terms of complexity and scale. In these other states, Centurion has been

  able to rapidly achieve targeted staffing numbers in order to ensure high-quality medical and mental health

  services.  As explained in the June EPS and July EPS, IDOC considered whether it could use a more

  competitive process of source selection.  However, such competition was not practicable.  

 

As described in

  the July EPS, IDOC and Centurion contemplated a 90-day transition, during which Centurion would plan to

  assume responsibility for comprehensive medical and mental health services for individuals in custody.

  However, despite weeks of effort to negotiate with Wexford to continue to provide services during that 90-day

  period, it became apparent by July 21, 2025, that a contract with Wexford for services beyond July 29 would

  not be immediately forthcoming.  As a result, IDOC issued the July EPS on July 24, 2025, and Centurion began

  providing comprehensive medical and mental health services on July 30, 2025.  

 

Because Centurion is now

  providing health services in IDOC facilities, IDOC has selected Centurion for this EPS to ensure continuous

  medical care for the individuals in IDOC custody.

 

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

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

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

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

  hospitals, outpatient facilities and consultative physician offices. 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 individuals to receive adequate

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

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

  contract: Big Muddy, Centralia, Danville, Decatur, Dixon, East Moline, 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, Stateville,

  Taylorville, Vandalia, Vienna, and Western Illinois.

 

  This Emergency Purchase has an expected start date of 10/23/2025 through 01/20/2026 with an Original

  Estimated Cost of $82,000,000.00.

   Signed By:  Jacenta Wilson, APO

      Vendor:  Centurion of Illinois                                                                  Notary Date:           10/23/2025

                                Original                Revised              Paid To                Actual

                                Estimate               Estimate                  Date                  Final Cost                                 FY                    QTR

      State Cost:                  $82,000,000.00                                           $0.00                   $0.00      26 2

   Federal                        $0.00                                                                   $0.00


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                         October 1, 2025 through December 31, 2025

  8      Capital Development Board                                                                    File Date:  11/6/2025

  Original Filing – 11/06/2025: FY26, Qtr 2, Item# 8

 

  The scope of work provides for removing approximately 229,000 square feet of low-slope roofing and

  insulation down to the sloped

roof deck on the west roof of IEMA Rochelle Warehouse (Building Number

  IEMA002-0001) and installing a new fully adhered single-ply

roofing system with a coverboard and insulation

  that meet the Illinois Stretch Energy Code. The scope also includes new drain flashings,

eliminating any

  abandoned HVAC equipment, removing and replacing the gutters, and installing new metal trim, and all

  necessary

accessories. The existing roof assembly is a single ply membrane, over 1” of insulation board, over an

  asphalt BUR with pea gravel, over a

pour gypsum/lightweight concrete, on steel deck. The scope of work also

  includes removing and replacing any damaged metal decking.

The scope of work assumes 50% metal deck

  replacement. Hazardous materials may be encountered.

 

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

  Design and

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

  exceed $1,500,000.00, which is a placeholder prior to the negotiation of a Professional Services Agreement,

  without prior authorization from the Capital Development Board

in consultation with the Chief Procurement

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

 

  This Emergency Purchase has an expected start date of 11/06/2025 through 02/03/2026 with an Original

  Estimated Cost of $1,500,000.00.

   Signed By:  Chris Miles, Exec II

      Vendor:  Valdes Engineering Co.                                                              Notary Date:           11/6/2025

                                Original                Revised              Paid To                Actual

                                Estimate               Estimate                  Date                  Final Cost                                 FY                    QTR

      State Cost:                    $1,500,000.00                                           $0.00                   $0.00      26 2

   Federal                        $0.00                                                                   $0.00


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                         October 1, 2025 through December 31, 2025

  9      Capital Development Board                                                                    File Date:  10/1/2025

  Original Filing – 10/01/2025: FY26, Qtr 2, Item# 9

 

  The scope of work provides for the removal of debris and plant growth in high side and low side gutters and

  clean existing gutter drain

heads and reinstallation. Re-caulk all skylights in their entirely and replace one

  cracked skylight glass pane. The scope of work also

includes replacement of the heat tracing and lightning

  protection systems and replacing the heat trace controller panels in mechanical

room. Recertifying the lightning

   protection system once installed will be required. Further, repairs/replacement of all failing snow

guards is

  included in the scope.

 

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

  PAYMENT PROCEDURES,

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

  Contractor Schedule of Values should equal the contract award

amount. Payment amounts will be approved

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

Services provided under

  this procurement should not exceed $400,000.00, which is a place-holder prior to entering into a Construction

 

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

  Procurement Office. Final

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

 

  This Emergency Purchase has an expected start date of 10/01/2025 through 12/29/2025 with an Original

  Estimated Cost of $50,000.00.

   Signed By:  Chris Miles, Exec II

      Vendor:  EXP U.S. Services, Inc.                                                              Notary Date:           10/1/2025

                                Original                Revised              Paid To                Actual

                                Estimate               Estimate                  Date                  Final Cost                                 FY                    QTR

      State Cost:                        $50,000.00                                           $0.00                   $0.00      26 2

   Federal                        $0.00                                                                   $0.00


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                         October 1, 2025 through December 31, 2025

  10     Capital Development Board                                                                    File Date:  10/1/2025

  Original Filing – 10/01/2025: FY26, Qtr 2, Item# 10

 

  The scope of work provides for the replacement of the Armory door control workstation with a new

  touchscreen system including new

software to serve as an HMI to the existing PLC controllers which control

  approximately 40 door locks. The existing PLC controllers are

to remain. The scope of work also includes

  replacing approximately 100 door position switches, approximately 40 intercom stations at

various locations

  across the facility, replacing the Seg Unit door control station, verifying the integrity of the associated wiring,

  replacing damaged wiring, and replacing 2 exterior doors between BY012 and BY017. Provisions for a

  redundant HMI station in the Armory

should be provided to allow for service of the primary HMI.

 

 

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

  2025 Design and

Construction Manual. Basic Architectural Services provided under this procurement should

  not exceed $50,000.00, 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.

 

  This Emergency Purchase has an expected start date of 10/01/2025 through 12/29/2025 with an Original

  Estimated Cost of $50,000.00.

   Signed By:  Chris Miles, Exec II

      Vendor:  Introba, Inc.                                                                            Notary Date:           10/1/2025

                                Original                Revised              Paid To                Actual

                                Estimate               Estimate                  Date                  Final Cost                                 FY                    QTR

      State Cost:                        $50,000.00                                           $0.00                   $0.00      26 2

   Federal                        $0.00                                                                   $0.00


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                         October 1, 2025 through December 31, 2025

  11     Transportation, Department of                                                               File Date:  10/20/2025

  Original Filing – 10/20/2025: FY26, Qtr 2, Item# 11

 

  Repairs to the mechanically stabilized earth (MSE) retaining wall located on the south side of the 1-55 EB ramp

 

to Damen/Ashland Ave in the City of Chicago, Cook County. This work will include Soil Anchors, grouting of

   the

voids, drainage system repairs, joint sealing, pavement patching as well as various striping and other work

  necessary to complete the repairs.

 

  This Emergency Purchase has an expected start date of 10/20/2025 through 01/17/2026 with an Original

  Estimated Cost of $4,500,000.00.

   Signed By:  Erskine Klyce, Eng of Operations - Reg 1

      Vendor:  D Construction Inc                                                                    Notary Date:           10/20/2025

                                Original                Revised              Paid To                Actual

                                Estimate               Estimate                  Date                  Final Cost                                 FY                    QTR

      State Cost:                    $4,500,000.00                                           $0.00                   $0.00      26 2

   Federal                        $0.00                                                                   $0.00


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                         October 1, 2025 through December 31, 2025

  12     Transportation, Department of                                                               File Date:  10/24/2025

  Original Filing – 10/24/2025: FY26, Qtr 2, Item# 12

 

 

  On 10/03/25, District 7 was inspecting a railroad crossing improvement on US 45 in Wayne County south of

 

  Fairfield. There were no issues noted that day. A heavy rainstorm occurred overnight, and a sinkhole was

 

  noticed the next morning by the railroad crew. It is located on the west side of US 45 between the main tracks

 

  and the side rail in the shoulder area. It w as determined that the 24” storm sewer underneath the rail had

 

  collapsed. It is assumed the vibratory roller played a part in the collapse, but the pipe w as installed in the 50’s.

 

SCOPE:

  District 7 proposes the scope to replace the entire run from inlet to headwall on the east and west sides of US

 

  45. We assume the storm sewer on the east side is in similar condition given the age. T he work would also

 

  include some incidental HMA surfacing and curb and gutter replacement.

  The estimate for this work is $750,000

 

  With the storm sewer going under the RR track s, the RR has a requirement for steel casing pipe boring under

 

  the tracks. Norfolk Southern has provided D7 with 2 potential contractors that can perform this work up to

  their

specifications

  .

  Using one of the trusted RR contractors allows for quick coordination and eliminates any issues that may arise

 

  regarding RR Liability Insurance or Right of Entry.

 

  Services are to include installation of storm sewer by boring underneath the railroad and encasing in steel. Work

 

will also include curb & gutter replacement and incidental HMA surfacing. Supplies include 36" Storm Sewer

 

CLASS A TYPE 2,trench backfill, subbase granular m aterial, HMA, Traffic Control and concrete.

 

  This Emergency Purchase has an expected start date of 10/24/2025 through 01/22/2026 with an Original

  Estimated Cost of $750,000.00.

   Signed By:  David Buzzard, Dist 7 Operations Eng.

      Vendor:  Howard Contracting LTD                                                           Notary Date:           10/24/2025

                                Original                Revised              Paid To                Actual

                                Estimate               Estimate                  Date                  Final Cost                                 FY                    QTR

      State Cost:                      $750,000.00                                           $0.00                   $0.00      26 2

   Federal                        $0.00                                                                   $0.00


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                         October 1, 2025 through December 31, 2025

  13     Military Affairs, Department of                                                               File Date:  9/27/2025

  Original Filing – 9/27/2025: FY26, Qtr 2, Item# 13

 

  Purchase of a Kubota M5-091HDC-12 with factory Ultra Grand cab, HVAC, Front Wheel Assist Includes all

  items listed: 12F/12R Two Range Transmission with Hydraulic shuttle shift, Cab has two full doors, Side

  mirrors, Full front and rear lighting, 540/1000 RPM Rear PTO, 3 sets of Hydraulic rear remote valves for

  Independent mower operation, Front weight bracket with full set of 10 weights, approx 1250 lbs, Front fenders

  Radio, AM/FM/WB with Blue Tooth, Block Heater, Rear wiper kit, Air Ride Seat, Rear fender Extensions,

  Amber strobe light on top of cab, wide area mirror in cab, Locking fuel cap.  Failure to complete purchase by

  end of federal fiscal year will result in loss of federal funds. Quick purchase as provided by Section 20-30(d) of

  the Illinois Procurement Code.

 

  This Emergency Purchase has an expected start date of 09/27/2025 through 12/25/2025 with an Original

  Estimated Cost of $73,603.00, using Federal Funds.

   Signed By:  Scott Eldridge, Exec I

      Vendor:  German Bliss                                                                          Notary Date:           9/27/2025

                                Original                Revised              Paid To                Actual

                                Estimate               Estimate                  Date                  Final Cost                                 FY                    QTR

      State Cost:                               $0.00                                           $0.00                   $0.00      26 2

   Federal                 $73,603.00                                                                   $0.00


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                         October 1, 2025 through December 31, 2025

  14     Veterans Affairs, Department of                                                              File Date:  9/26/2025

  Original Filing – 09/26/2025: FY26, Qtr 2, Item# 14

 

  The Illinois Veterans' Home - The agency was unable to get the renewal in place before the initial contract

  expired, and to avoid any disruption of services for residents to receive their medications the following day, the

  agency declared an emergency.   As the facility does not have an on-site pharmacy, it is necessary to solicit bids

   to ensure the continuity of pharmaceutical services.  The current vendor, JHC Acquisition Inc. dba Omnicare

  of Northern Illinois, was the sole respondent to the original solicitation (Bid -  B-1569) and has been providing

  reliable service, including six-day-per-week medication deliveries and the use of their medication carts,  and they

   have been providing the medication for the residents for 5 years until our contract expired 9/23/2025. Omnicare

   was the only vendor that could provide the necessary services and medication needed without any disruption in

  services. We are requesting to continue with this vendor under an emergency contract to avoid jeopardizing the

  health and safety of the veterans at the Illinois Veterans' Home Chicago.   This temporary contract will remain in

   place only until a new competitively awarded contract is finalized, at which point it will be canceled.

 

  The vendor shall provide pharmacy services, including the dispensing of medications and intravenous (IV)

  solutions, in full compliance with all applicable local, state, and federal laws and regulations.  The vendor must

  supply qualified staff, including a licensed pharmacist available on a 24-hour on-call basis, and conduct monthly

  chart reviews to ensure proper documentation and compliance.  Additionally, the vendor shall provide HIPAA- 

  compliant fax machines for the secure transmission of confidential information, as well as lockable medication

  carts for safe medication storage within the facility.  The vendor is responsible for keeping the Home informed

  of any medical concerns related to medications prescribed to residents.  Convenience boxes must also be

  supplied, including but not limited to: miscellaneous medical supplies, house stock medications, over-the-counter

   (OTC) medications, and IV supply and hydration kits. The current census is about 86 residents.

 

  Illinois Veterans' Home Chicago is in urgent need of pharmaceutical services to ensure all residents receive their

  prescribed medications without delay.  The Agency reached out to the following BEP vendors to see if they

  could provide the service needed for the emergency.

1. - A Safe Haven L.L.C - called 9/24/2025  - The staff

  that answered the phone stated that it was a large facility and he was not familiar with BEP contact person, he

  transferred me to another line but there was no answer.  2. Anuco RX - Called 9/24/2025 no answer.  3. 

  PharmaScript Inc. -Called 9/24/2025 - Staff transferred me to a line that didn't have a voicemail and no one

  answered.  3 R Health Care Products, Inc. Called 9/24/2025 -  Spoke with Helen and she stated she could

  possible provide services and to send the RFQ. The agency sent the RFQ to 3 R Health Care Products but they

  declined to provide service at this time.

 

  This Emergency Purchase has an expected start date of 09/24/2025 through 12/22/2025 with an Original

  Estimated Cost of $150,000.00.

   Signed By:  Stephanie Heckenkamp, Chief Fiscal Officer

      Vendor:  JHC Acquisition, LLC dba Omnicare                                             Notary Date:           9/26/2025


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                         October 1, 2025 through December 31, 2025

                                Original                Revised              Paid To                Actual

                                Estimate               Estimate                  Date                  Final Cost                                 FY                    QTR

      State Cost:                      $150,000.00                                           $0.00                   $0.00      26 2

   Federal                        $0.00                                                                   $0.00


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                         October 1, 2025 through December 31, 2025

  15     Veterans Affairs, Department of                                                              File Date:  10/2/2025

  Original Filing – 10/02/2025: FY26, Qtr 2, Item# 15

 

  Scope of Services

  Scheduled Pickup and Delivery

  - Three days a week pickup and delivery of healthcare linens, including patient gowns, bed linens, towels,

  washcloths, chuck

  pads and blankets.

  - All transport is conducted using dedicated vehicles designed to separate clean and soiled linens, minimizing risk

   of cross contamination.

  - Chain-of-custody documentation for all pickups and deliveries to ensure transparency and accountability.

  Sorting, Inspection, and Pre-Treatment

  - Linens are sorted by type and soil level upon arrival at their facility.

  - Visual inspection of each item to identify stains, damage, or contamination.

  - Stain treatment and safe handling of biohazard-exposed linens according to OSHA and CDC guidelines.

  High-Temperature Washing and Sanitization

  - Use of medical-grade detergents, disinfectants, and thermal disinfection processes to kill pathogens and meet

  healthcare

  infection control standards.

  - Compliance with ANSI/AAMI and HLAC (Healthcare Laundry Accreditation Council) guidelines.

  - Routine microbial testing and quality control procedures to ensure linens meet or exceed healthcare hygiene

  standards.

  Drying, Ironing, and Finishing

  - Appropriate drying based on item type to prevent fabric degradation.

  - Ironing and folding of flatwork (sheets, gowns, drapes) using commercial finishing equipment for professional

   appearance

  and ease of use.

  - Packaging of clean linens in protective materials to maintain hygiene during transport and storage.

  Linen Inventory and Par Level Management

  - Ongoing monitoring of linen inventory by type and volume.

  - Assistance in setting and managing par levels to prevent overstocking or shortages.

  - Reporting on usage trends and recommendations for inventory optimization.

  Quality Assurance and Compliance Support

  - Internal audits and performance monitoring to ensure service quality and compliance.

  - Prompt communication and resolution of service issues.

 

  This Emergency Purchase has an expected start date of 09/29/2025 through 12/27/2025 with an Original

  Estimated Cost of $230,000.00.

   Signed By:  Terry Prince, Director of CFO

      Vendor:  Denman Services                                                                      Notary Date:           10/2/2025


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                         October 1, 2025 through December 31, 2025

                                Original                Revised              Paid To                Actual

                                Estimate               Estimate                  Date                  Final Cost                                 FY                    QTR

      State Cost:                      $230,000.00                                           $0.00                   $0.00      26 2

   Federal                        $0.00                                                                   $0.00

  16     Southern Illinois University                                                                    File Date:  11/4/2025

  Original Filing – 11/4/2025: FY26, Qtr 2, Item# 16

 

  Vendor was selected during the CDB design phase of the Health Sciences Building, items need to be obtained to

  prevent any further delays to classes and student experiences.

 

  Medical event simulation devices for procedures like CPR,  defibrillator use,  human body models that mimic

  ailments, related equipment and programmable sensors that will aide in the training of both our Undergraduate

  and Graduate Nursing programs.   These devices and their related storage requirements are integrated into the

  training facilities in the building.

 

  This Emergency Purchase has an expected start date of 11/04/2025 through 06/30/2026 with an Original

  Estimated Cost of $158,142.80.

   Signed By:  Matt Brown, Director of Purchase

      Vendor:  Limbs & Things                                                                       Notary Date:           11/4/2025

                                Original                Revised              Paid To                Actual

                                Estimate               Estimate                  Date                  Final Cost                                 FY                    QTR

      State Cost:                      $158,142.80                                           $0.00                   $0.00      26 2

   Federal                        $0.00                                                                   $0.00


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                         October 1, 2025 through December 31, 2025

  17     Southern Illinois University                                                                    File Date:  11/4/2025

  Original Filing – 11/04/2025: FY26, Qtr 2, Item# 17

 

  vendor was selected during the CDB design phase of the Health Sciences Building, items need to be obtained to

  prevent any further delays to classes and student experiences.

 

  Hospital-grade ultrasound machines to strengthen our nursing program and provide students with hands-on

  experience using clinical equipment. They will aide in the training of both our Undergraduate and Graduate

  Nursing programs.   These devices and their related storage requirements are integrated into the training facilities

   in the building.

 

  This Emergency Purchase has an expected start date of 11/04/2025 through 06/30/2026 with an Original

  Estimated Cost of $340,340.00.

   Signed By:  Matt Brown, Director of Purchasing

      Vendor:  FujiFilm Sonosite Inc.                                                                Notary Date:           11/4/2025

                                Original                Revised              Paid To                Actual

                                Estimate               Estimate                  Date                  Final Cost                                 FY                    QTR

      State Cost:                      $340,340.00                                           $0.00                   $0.00      26 2

   Federal                        $0.00                                                                   $0.00


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                         October 1, 2025 through December 31, 2025

  18     Capital Development Board                                                                    File Date:  11/6/2025

  Original Filing – 11/6/2025: FY26, Qtr 2, Item# 18

 

  The scope of work provides for removing approximately 229,000 square feet of low-slope roofing and

  insulation down to the sloped

roof deck on the west roof of IEMA Rochelle Warehouse (Building Number

  IEMA002-0001) and installing a new fully adhered single-ply

roofing system with a coverboard and insulation

  that meet the Illinois Stretch Energy Code. The scope also includes new drain flashings,

eliminating any

  abandoned HVAC equipment, removing and replacing the gutters, and installing new metal trim, and all

  necessary

accessories. The existing roof assembly is a single ply membrane, over 1” of insulation board, over an

  asphalt BUR with pea gravel, over a

pour gypsum/lightweight concrete, on steel deck. The scope of work also

  includes removing and replacing any damaged metal decking.

The scope of work assumes 50% metal deck

  replacement. Hazardous materials may be encountered.

 

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

  Design and

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

  exceed $1,500,000.00, which is a placeholder prior to the negotiation of a Professional Services Agreement,

  without prior authorization from the Capital Development Board

in consultation with the Chief Procurement

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

 

  This Emergency Purchase has an expected start date of 11/06/2025 through 02/03/2026 with an Original

  Estimated Cost of $1,500,000.00.

   Signed By:  Chris Miles, Exec II

      Vendor:  Valdes Engineering Co.                                                              Notary Date:           11/6/2025

                                Original                Revised              Paid To                Actual

                                Estimate               Estimate                  Date                  Final Cost                                 FY                    QTR

      State Cost:                    $1,500,000.00                                           $0.00                   $0.00      26 2

   Federal                        $0.00                                                                   $0.00


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                         October 1, 2025 through December 31, 2025

  19     Capital Development Board                                                                    File Date:  11/19/2025

  Original Filing – 11/19/2025: FY26, Qtr 2, Item# 19

 

  The scope of work provides for an environmental assessment and the subsequent remediation of mold and

  possibly any asbestos

containing materials which could be impacted by the cleaning and or removal of building

  materials and associated HVAC equipment.

The scope shall also include providing cost estimates for all

  remediation efforts including any repairs necessary resulting from the

remediation of mold. Repairs may

  include but are not limited to fire rated construction and finishes.

 

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

  Design and

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

  exceed $100,000.00, which is a placeholder prior to the negotiation of a Professional Services Agreement,

  without prior authorization from the Capital Development Board

in consultation with the Chief Procurement

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

 

  This Emergency Purchase has an expected start date of 11/19/2025 through 02/16/2026 with an Original

  Estimated Cost of $100,000.00.

   Signed By:  Chris Miles, Exec II

      Vendor:  Primera Engineers, Ltd                                                               Notary Date:           11/19/2025

                                Original                Revised              Paid To                Actual

                                Estimate               Estimate                  Date                  Final Cost                                 FY                    QTR

      State Cost:                      $100,000.00                                           $0.00                   $0.00      26 2

   Federal                        $0.00                                                                   $0.00


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                         October 1, 2025 through December 31, 2025

  20     Agriculture, Department of                                                                    File Date:  10/24/2025

  Original Filing – 10/24/2025: FY26, Qtr 2, Item# 20

 

  The Illinois Department of Agriculture, Bureau of Cannabis, requires the immediate acquisition of vehicles for

  use by its inspectors. The Bureau’s inspectors travel throughout the State of Illinois to conduct inspections of

  cannabis cultivation centers, processing facilities, and dispensaries. These inspections are essential to ensuring

  that cannabis products sold to Illinois residents meet all safety and regulatory standards.Without access to

  properly equipped and reliable vehicles, the Department’s inspectors cannot perform these required inspections.

  This would significantly hinder the Department’s ability to protect public health and safety, as uninspected

  cannabis products could potentially be distributed and sold to the public.Pursuant to Section 20-30(d) of the

  Illinois Procurement Code and 44 Ill. Adm. Code 1.2030(c), the Emergency Purchase method of source

  selection may be used to make a “quick purchase” when items are available on the spot market or at discounted

  prices for a limited time, and good business judgment mandates immediate action to take advantage of such

  availability and pricing.Given the current vehicle market conditions, dealerships are unlikely to hold multiple

  vehicles on their lots without a guarantee of purchase. The time required to conduct a full competitive

  solicitation would likely result in the unavailability of suitable vehicles, thereby prolonging the Department’s

  inability to meet its statutory responsibilities.Therefore, the Emergency Spot Market procurement method is

  being utilized in lieu of a competitive solicitation to expedite the purchase of vehicles necessary for the Bureau of

   Cannabis inspectors to carry out their duties in protecting public safety.

 

  The Mavericks Trucks offered by the vendor are much cheaper and they are hybrid The master contract offers

  F-150, however, they are not hybrid. The price for the F-150 for a car is $ 38,113.00 while for one Maverick

  Truck is $ 32,000.00 per vehicle.  The department will save money by purchasing mavericks.

 

  This Emergency Purchase has an expected start date of 11/07/2025 through 02/04/2026 with an Original

  Estimated Cost of $199,676.00.

   Signed By:  Michelle Grimsley, SPSA

      Vendor:  Morrow Brothers                                                                      Notary Date:           10/24/2025

                                Original                Revised              Paid To                Actual

                                Estimate               Estimate                  Date                  Final Cost                                 FY                    QTR

      State Cost:                      $199,676.00                                           $0.00                   $0.00      26 2

   Federal                        $0.00                                                                   $0.00


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                         October 1, 2025 through December 31, 2025

  21     Transportation, Department of                                                               File Date:  11/6/2025

  Original Filing – 11/06/2025: FY26, Qtr 2, Item# 21

 

  The selected vendor is the current supplier under a previous CMS master contract and have an established

  relationship with

IDOT District 1. The familiarity with our fleet and ordering process, along with maintaining

  commonly used parts in stock

specifically for our needs, helps minimize delays and ensures immediate

  availability. This vendor provides continuity of service,

reliable parts supply, and consisten pricing in support

  of ongoing maintenance and emergency operations.

 

  IDOT District 1 requires continuous access to automotive repair parts to keep maintenance and emergency

  response vehicles

operational. Any interruption in parts supply would delay critical roadway repairs, snow and

  ice removal, and other safety

operations, creating immediate risks to safety and disrupting essential state

  services. The contract also ensures cost-effective

purchasing under the previous CMS master agreement,

  preventing costly delays and protecting state resources.

 

  This Emergency Purchase has an expected start date of 11/02/2025 through 12/02/2025 with an Original

  Estimated Cost of $600,000.00.

   Signed By:  Eric Bolinger, Bureau Chief of Business Services

      Vendor:  Genuine Auto Parts dba NAPA                                                     Notary Date:           11/6/2025

                                Original                Revised              Paid To                Actual

                                Estimate               Estimate                  Date                  Final Cost                                 FY                    QTR

      State Cost:                      $600,000.00                                           $0.00                   $0.00      26 2

   Federal                        $0.00                                                                   $0.00


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                         October 1, 2025 through December 31, 2025

  22     Public Health, Department of                                                                  File Date:  11/10/2025

  Original Filing – 11/10/2025: FY26, Qtr 2, Item# 22

 

  The Illinois Department of Public Health (IDPH) is seeking a second emergency procurement to extend services

   for the administrative and logistical management of the State’s ventilator cache, which is stored at the Strategic

  National Stockpile (SNS) Regional Storage Site (RSS) warehouse. This third emergency contract will sustain

  uninterrupted maintenance and repair services for these critical devices while a new competitively bid contract is

   finalized and awarded.

 

 

 

The services provided under this contract include the continued inspection, preventive maintenance, and

  repair of 365 ventilator units in accordance with manufacturer guidelines. This also includes the coordination of

  parts procurement, completion of repairs, performance verification, and logistical management for the return or

  deployment of the units. All ventilators must be returned to a fully operational, ready-for-use state, either

  shipped directly to healthcare facilities or returned to the RSS warehouse.

 

 

 

These ventilator devices, originally procured by the Illinois Emergency Management Agency (IEMA), were

  transferred to IDPH under an Intergovernmental Agreement. IDPH is now responsible for ensuring their

  ongoing maintenance and operational readiness to support emergency response operations across the state.

 

 

 

This 90-day third emergency agreement ensures critical continuity of services while the agency transitions

  to a new solicitation.

 

  This Emergency Purchase has an expected start date of 11/10/2025 through 02/07/2026 with an Original

  Estimated Cost of $650,973.60, using Federal Funds.

   Signed By:  Mike Caceres, APO

      Vendor:  Agiliti Health                                                                          Notary Date:           11/10/2025

                                Original                Revised              Paid To                Actual

                                Estimate               Estimate                  Date                  Final Cost                                 FY                    QTR

      State Cost:                               $0.00                                           $0.00                   $0.00      26 2

   Federal               $650,973.60                                                                   $0.00


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                         October 1, 2025 through December 31, 2025

  23     Public Health, Department of                                                                  File Date:  11/13/2025

  Original Filing – 11/13/2025: FY26, Qtr 2, Item# 23

 

  Federal regulations require the Illinois Department of Public Health (IDPH) to maintain a strategic cache of

  emergency medical equipment, pharmaceuticals, and supplies to ensure the State’s readiness for public health

  emergencies. These items must be stored in a facility that meets all applicable local, state, and federal standards,

  including Current Good Manufacturing Practices (cGMP), to ensure their safety, security, and usability in an

  emergency response.

 

 

Agiliti Health, Inc. is selected for this emergency procurement because it is the current provider of

  warehousing services under Emergency Contract No. 26-482DPH-FINAN-B-48965. Although execution of that

  agreement has been delayed due to vendor disclosure errors and extended response times from Agiliti’s higher

  headquarters, the vendor continues to maintain custody of the supplies and equipment and has committed to

  ongoing compliance with all required standards.

Agiliti’s facility is already housing the materials in question and is

  uniquely equipped to meet IDPH’s storage requirements, including climate control, security systems, and

  emergency backup infrastructure. Transitioning to a new vendor at this time would require physically relocating

  the cache, posing risks to the integrity of the supplies and incurring significant costs and delays, which would

  compromise the State’s emergency preparedness.

IDPH issued a formal solicitation (IFB 25-482DPH-FINAN-B-

  47367), which closed on 05/06/2025. However, no bids met the Business Enterprise Program (BEP) goal. As a

  result, IDPH is preparing to reissue the solicitation under IFB 25-482DPH-FINAN- B-48312.

 

This short-term emergency procurement is intended to ensure uninterrupted warehousing and logistics

  services while the new long-term contract is competitively awarded. Agiliti Health, Inc. remains the only vendor

  currently capable of providing compliant and continuous storage services for these federally funded medical

  assets.

 

  The Illinois Department of Public Health (IDPH) requires continued warehousing and logistics support for its

  emergency medical equipment and pharmaceutical cache to ensure 24/7 operational readiness in accordance

  with state and federal public health preparedness standards. This emergency contract will maintain uninterrupted

   services while the long-term contract is finalized under solicitation 25-482DPH-FINAN-B-48312.

 

Under this emergency procurement, the selected vendor, Agiliti Health, Inc., wprovide

 

1. Technical reports for management and operations, plans, analyses, and prototype efforts every month

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 products

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 include 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 the established State and Federal Records Act. All data, information, drafts, 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 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 ResponsTime.

 


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                         October 1, 2025 through December 31, 2025

 

  This Emergency Purchase has an expected start date of 11/10/2025 through 02/07/2026 with an Original

  Estimated Cost of $298,498.60, using Federal Funds.

   Signed By:  Mike Caceres, APO

      Vendor:  Agiliti Health                                                                          Notary Date:           11/13/2025

                                Original                Revised              Paid To                Actual

                                Estimate               Estimate                  Date                  Final Cost                                 FY                    QTR

      State Cost:                               $0.00                                           $0.00                   $0.00      26 2

   Federal               $298,498.60                                                                   $0.00


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                         October 1, 2025 through December 31, 2025

  24     Human Services, Department of                                                              File Date:  11/10/2025

  Original Filing – 11/10/2025: FY26, Qtr 2, Item# 24

 

  AKSA USA Central is the vendor who provided and installed the Center's main generator through a CDB funded

  project two (2) years ago.  The main generator broke down again and the vendor was called out to access the

  issue.  The vendor reported the repairs the generator requires are going to take time to complete.  If the Center

  encounters a power outage during this time, there would be no air conditioning, domestic hot water or power in

  the Boiler House, Main Dietary, Mechanical Building, Community Building and Administration Building. 

  Therefore immediate rental of a temporary generator is required until the main generator can be repaired.  AKSA

   USA Central was already on site and was able to immediately deliver and install a temporary generator.

 

 

 

The Center declared an emergency on 08/19/2025 due to this generator breaking down.  The repairs were

  finished and the generator removed back in September ending services with that vendor.

 

  Rental of one (1) 500kw generator, 50' camlock cable and pig tails.  Rental includes delivery, labor to connect,

  labor to disconnect and removal.

 

  This Emergency Purchase has an expected start date of 11/06/2025 through 02/03/2026 with an Original

  Estimated Cost of $54,523.16.

   Signed By:  Jean Sandstrom, APO

      Vendor:  AKSA USA Central                                                                  Notary Date:           11/10/2025

                                Original                Revised              Paid To                Actual

                                Estimate               Estimate                  Date                  Final Cost                                 FY                    QTR

      State Cost:                        $54,523.16                                           $0.00                   $0.00      26 2

   Federal                        $0.00                                                                   $0.00


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                         October 1, 2025 through December 31, 2025

  25     Human Rights, Department of                                                                File Date:  11/7/2025

  Original Filing – 11/07/2025: FY26, Qtr 2, Item# 25

 

  Legal advice to the Commission relating to constitutional law, civil rights law, immigration law, and legal issues

  impacting the work of government. Legal guidance regarding legal issues and risks the Commission must

  address due to ongoing and potential litigation relating to the actions of federal officers in “Operation Midway

  Blitz.”

 

  This Emergency Purchase has an expected start date of 11/10/2025 through 02/07/2026 with an Original

  Estimated Cost of $125,000.00.

   Signed By:  Allison Macfarlane, Chief of Staff

      Vendor:  Hughes Socol Piers Resnick & Dym, Ltd                                         Notary Date:           11/7/2025

                                Original                Revised              Paid To                Actual

                                Estimate               Estimate                  Date                  Final Cost                                 FY                    QTR

      State Cost:                      $125,000.00                                           $0.00                   $0.00      26 2

   Federal                        $0.00                                                                   $0.00

  26     Eastern Illinois University                                                                      File Date:  11/7/2025

  Original Filing – 11/07/2025: FY26, Qtr 2, Item# 26

 

  The current fire alarm system in Buzzard Hall lost enunciation function and no longer provides in-building alarms

   in the case of a fire. Getz Fire Equipment Company will provide alarm systems.

 

  This Emergency Purchase has an expected start date of 11/10/2025 through 02/09/2026 with an Original

  Estimated Cost of $115,924.00.

   Signed By:  Megan Wells, Director of Purchasing

      Vendor:  Getz Fire Equipment Co.                                                            Notary Date:           11/7/2025

                                Original                Revised              Paid To                Actual

                                Estimate               Estimate                  Date                  Final Cost                                 FY                    QTR

      State Cost:                      $115,924.00                                           $0.00                   $0.00      26 2

   Federal                        $0.00                                                                   $0.00


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                         October 1, 2025 through December 31, 2025

  27     University of Illinois Urbana-Champaign                                                  File Date:  11/21/2025

  Original Filing – 11/21/2025: FY26, Qtr 2, Item# 27

 

  The university has experienced a critical failure of the heating, ventilation, and air conditioning (HVAC) system

  at the College of Medicine West Tower (909), 1819 W Polk, Chicago, IL 60612. The energy recovery wheel

  has failed and cannot rotate properly. This failure is causing excessive strain on the associated HVAC

  components. If the issue is not addressed immediately, continued operation will lead to further mechanical

  damage to state-owned equipment, potential loss of conditioned air capacity, and possible failure of compressors

   or other critical systems. This subsequent failure will result in significant additional repair costs, extended

  downtime, and disruption to building operations. Kraemer Contracting Group Inc (KCG) is the only vendor

  currently available and qualified to perform this work.

 

  KCG will provide all labor, tools, equipment, and materials necessary to remove and replace the failed energy

  recovery wheel located in building 909. Due to limited building access, the contractor will disassemble the

  existing wheel on-site to allow removal without the use of a crane. KCG will then transport the new replacement

   wheel to the mechanical room, disassemble it as needed, and reassemble it in place.

 

  This Emergency Purchase has an expected start date of 11/20/2025 through 02/17/2026 with an Original

  Estimated Cost of $115,000.00, using Other Funds.

   Signed By:  Aaron Rosenthal, Asst Vice Chancellor

      Vendor:  Kraemer Contracting Group                                                         Notary Date:           11/21/2025

                                Original                Revised              Paid To                Actual

                                Estimate               Estimate                  Date                  Final Cost                                 FY                    QTR

      State Cost:                      $115,000.00                                           $0.00                   $0.00      26 2

   Federal                        $0.00                                                                   $0.00


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                         October 1, 2025 through December 31, 2025

  28     Public Health, Department of                                                                  File Date:  8/14/2025

  Original Filing – 08/14/2025: FY26, Qtr 2, Item# 28

 

  Federal regulations require the Illinois Department of Public Health (IDPH) to maintain a strategic cache of

  emergency medical equipment, pharmaceuticals, and supplies to ensure the State’s readiness for public health

  emergencies. These items must be stored in a facility that meets all applicable local, state, and federal standards,

  including Current Good Manufacturing Practices (cGMP), to ensure their safety, security, and usability in an

  emergency response.

 

 

 

Agiliti Health, Inc. is selected for this emergency procurement because it is the current provider of

  warehousing services under Emergency Contract No. 25-482DPH-FINAN-B-47810. Although execution of that

  agreement has been delayed due to vendor disclosure errors and extended response times from Agiliti’s higher

  headquarters, the vendor continues to maintain custody of the supplies and equipment and has committed to

  ongoing compliance with all required standards.

 

 

 

Agiliti’s facility is already housing the materials in question and is uniquely equipped to meet IDPH’s storage

  requirements, including climate control, security systems, and emergency backup infrastructure. Transitioning

  to a new vendor at this time would require physically relocating the cache, posing risks to the integrity of the

  supplies and incurring significant costs and delays, which would compromise the State’s emergency

  preparedness.

 

 

 

IDPH issued a formal solicitation (IFB 25-482DPH-FINAN-B-47367), which closed on 05/06/2025.

  However, no bids met the Business Enterprise Program (BEP) goal. As a result, IDPH is preparing to reissue the

   solicitation under IFB 25-482DPH-FINAN-B-48312.

 

 

 

This short-term emergency procurement is intended to ensure uninterrupted warehousing and logistics

  services while the new long-term contract is competitively awarded. Agiliti Health, Inc. remains the only vendor

  currently capable of providing compliant and continuous storage services for these federally funded medical

  assets.

 

  The Illinois Department of Public Health (IDPH) requires continued warehousing and logistics support for its

  emergency medical equipment and pharmaceutical cache to ensure 24/7 operational readiness in accordance

  with state and federal public health preparedness standards. This emergency contract will maintain uninterrupted

   services while the long-term contract is finalized under solicitation 25-482DPH-FINAN-B-48312.

 

  This Emergency Purchase has an expected start date of 08/14/2025 through 11/07/2025 with an Original

  Estimated Cost of $298,498.60, using Federal Funds.

   Signed By:  Mike Caceres, APO

      Vendor:  Agiliti Health                                                                          Notary Date:           8/14/2025


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                         October 1, 2025 through December 31, 2025

                                Original                Revised              Paid To                Actual

                                Estimate               Estimate                  Date                  Final Cost                                 FY                    QTR

      State Cost:                               $0.00                                           $0.00                   $0.00      26 2

   Federal               $298,498.60                                                                   $0.00

  29     Natural Resources, Department of                                                           File Date:  11/19/2025

  Original Filing – 11/19/2025: FY26, Qtr 2, Item# 29

 

  North Point SMI Westrec, LLC has been operating the Marina for the State of Illinois directly for 2 1/2 years

  and thusly has direct knowledge of all the needs and requirements of the location with the proper personal

  already in place to provide the services necessary to winterize the Marina and protect it from freezing over the

  winter.

 

   

 

It is a large undertaking to complete the winterization of the 1,100 slips which includes partial removal and

  installation of the northern section of the docks to complete. The damage that could be cause to the

  infrastructure and State assets would be extreme and costly to repair.

 

  This Emergency Purchase has an expected start date of 11/14/2025 through 12/31/2025 with an Original

  Estimated Cost of $220,000.00.

   Signed By:  Maurice Mosley, APO

      Vendor:  North Point SMI Westrec, LLC                                                    Notary Date:           11/19/2025

                                Original                Revised              Paid To                Actual

                                Estimate               Estimate                  Date                  Final Cost                                 FY                    QTR

      State Cost:                      $220,000.00                                           $0.00                   $0.00      26 2

   Federal                        $0.00                                                                   $0.00


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                         October 1, 2025 through December 31, 2025

  30     Innovation & Technology, Department of                                                  File Date:  12/8/2025

  Original Filing – 12/08/2025: FY26, Qtr 2, Item# 30

 

  The Department requires services which fulfill the State’s private telecommunications network, voice and data

  services required to perform our critical mission.  The scope of services covered is wide-ranging services

  (including but not limited to Transport services, Private Fiber, Internet  Egress, DDOS, Local Voice, Long

  Distance, Conferencing and Other Services) which will enable governmental units and qualified not-for-profit

  agencies to purchase telecommunications services as to be specified in the resulting contract. This contract will

  not include Plain Old Telephone Service (POTS).

 

  This emergency contract with AT&T contains a goal that only applies to 10% of the applicable services. Of this

   10% there is a 5% goal that requires subcontracting out to businesses owned and controlled by minorities,

  women, and persons with disabilities. The scope of this goal was reduced due to the fact that the majority of the

   services on this contract are for connectivity which can not be subcontracted out.

 

 

 

While the case may be different for other permitted users establishing their own contracts for services with

  this vendor, the State does not anticipate that there will be any significant construction projects done as part of

  this emergency, since the state intends to primarily use this contract to allow for the uninterrupted usage of

  already-established circuits.

 

  This Emergency Purchase has an expected start date of 12/12/2025 through 03/11/2026 with an Original

  Estimated Cost of $30,000,000.00.

   Signed By:  Chris Brinkmeyer, APO

      Vendor:  AT & T Enterprises LLC                                                            Notary Date:           12/8/2025

                                Original                Revised              Paid To                Actual

                                Estimate               Estimate                  Date                  Final Cost                                 FY                    QTR

      State Cost:                  $30,000,000.00                                           $0.00                   $0.00      26 2

   Federal                        $0.00                                                                   $0.00


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                         October 1, 2025 through December 31, 2025

  31     Natural Resources, Department of                                                           File Date:  12/1/2025

  Original Filing – 12/1/2025: FY26, Qtr 2, Item# 31

 

  This procurement (DNR File Number 4-26-077) will provide the material, equipment, and labor to replace the

  roof on the Grand Marias Golf Course Clubhouse located with in Frank Holten State Park. The roof is beyond

  its serviceable life and needs to be replaced. The shingles and flashings are deteriorated and causing water

  infiltration into the building. The infiltration is causing water damage to drywall, ceilings, and new carpet that

  was installed in the last couple of months.  Continued water exposure can also cause black mold in the walls,

  which would require further mitigation if that is allowed to occur.  IDNR has tried to patch areas of the roof

  and are going to put tarps on the roof in the interim.

 

  This Emergency Purchase has an expected start date of 12/01/2025 through 02/28/2026 with an Original

  Estimated Cost of $166,600.00.

   Signed By:  Maurice Mosley, Manager III

      Vendor:  Tori Construction                                                                     Notary Date:           12/1/2025

                                Original                Revised              Paid To                Actual

                                Estimate               Estimate                  Date                  Final Cost                                 FY                    QTR

      State Cost:                      $166,600.00                                           $0.00                   $0.00      26 2

   Federal                        $0.00                                                                   $0.00


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                         October 1, 2025 through December 31, 2025

  32     Illinois State University                                                                         File Date:  11/25/2025

  Original Filing – 11/25/2025: FY26, Qtr 2, Item# 32

 

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

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

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

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

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

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

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

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

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

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

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

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

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

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

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

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

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

  Wilkins, Haynie, and Wright dormitories. 

 

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

  water repellent application to the remainder of the elevations on Wilkins, Haynie, and Wright dormitories. [please

   see attachment for additional details]

  Extension Justification missed

 

  This Emergency Purchase has an expected start date of 12/1/2025 through 03/01/2026 with an Original

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

   Signed By:  Stacey Brown, int Director of Purchases

      Vendor:  Western Waterproofing Co dba Western Specialty Cont               Notary Date:

                                Original                Revised              Paid To                Actual

                                Estimate               Estimate                  Date                  Final Cost                                 FY                    QTR

      State Cost:                      $727,860.00                                           $0.00                   $0.00      26 2

   Federal                        $0.00                                                                   $0.00


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                         October 1, 2025 through December 31, 2025

  33     Children and Family Services, Department of                                             File Date:  11/18/2025

  Original Filing – 11/18/2025: FY26, Qtr 2, Item# 33

 

  The Department of Children and Family Services (DCFS) is responsible for protecting children who are

  reported to be abused or neglected and to increase their families' capacity to safely care for them; providing for

  the well-being of children in care; providing appropriate, permanent families as quickly as possible for those

  children who cannot safely return home; supporting early intervention and child abuse prevention activities and

  working in partnerships with communities to fulfill this mission.

 

 

 

DCFS is responsible for providing an array of community level services, preventative services and

  protective services for the children and families of Illinois. The Purpose of Part 132 Medicaid Community

  Mental Health Services (MCMHS) Program is to facilitate the establishment of a comprehensive and coordinated

   continuum of community-based programs, sensitive to the needs of local communities, for persons with or at

  risk for a diagnosis of mental illness; to effectuate the Division of Mental Health's role as the federally-

  recognized State Mental Health Authority with statutory mandates to plan, fund and monitor community-based

  mental health programs, to promote the availability of culturally relevant, evidence-based, developmentally

  appropriate, trauma-informed mental health programs across the lifespan;  to maximize the effectiveness and

  quality of programs to ensure cost efficiency and best possible outcomes in natural settings that reduce the use

  of institutional care and to establish criteria for certification and recertification of Comprehensive Community

  Mental Health Centers (CMHC) and other entities seeking to offer programs directly funded by DCFS.

 

 

 

Funding is crucial for providers engaged with foster homes, group homes, residential facilities, etc. DCFS

  requires help in many ways including helping them complete all the steps necessary to bill for Medicaid services.

   To bill they must be Medicaid certified. Once certified, DCFS helps them through all the next steps culminating

  in contracting with the Managed Care Organizations (MCOs), so they can claim for services rendered. DCFS

  helps them optimize their time by assisting them with making documentation concise, optimizing billing

  opportunities and connecting them to resources. All providers must be Medicaid certified in Illinois to bill for

  MCMHS services. Without Medicaid certification, providers are not eligible to contract with the MCOs, which

  accounts for approximately 80% of all Medicaid individuals in the state (and the vast majority of DCFS

  children). For times when a provider is not registered with an MCO like YouthCare, DCFS gives them

  information about how much they can help them through the steps. For instance, if a child needs mental health

  services in an area where there are no mental health resources close by, they work to get agencies on board

  with certification so an option can be opened for the children.

 

 

 

Once all policies and procedures are determined to meet Medicaid Part 132 requirements, DCFS assists in

  completing the MCMHS application and schedule a site visit to the provider. DCFS visits the provider to ensure

  required physical site standards are met using the Site Walkthrough Checklist. If everything is in order, the

  provider sends their application materials to DCFS for final review. When the materials are fully compliant,

  DCFS sends the provider the DCFS Initial Certification for a Provisional Certificate. Once approved DCFS

  informs the provider of the necessity to enroll in the IMPACT system and provides them assistance in starting

  that process if the provider does not have an NPI number and or is not enrolled in the IMPACT system. DCFS

  helps the providers obtain a NPI and enroll in the IMPACT system. Once this is completed and the provider

  receives their contract from the Medicaid Care Organization (MCO), they can start billing for MCMHS services.

 

 


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                         October 1, 2025 through December 31, 2025

  DCFS reached out to the vendor regarding BEP participation. As of today’s date, the answer is a no. There are

  currently no BEP vendors with NIGP Code 946-10 which employ staff who meet the required bachelor’s

  degree and three years of clinical experience which is required by this contract.

 

 

 

DCFS ran a Goal setting sheet for a different NIGP code of 917-48 for Data Processing Services and this

  resulted in a 0% BEP vendor goal for 58 potential vendors that could meet our agencies needs.  This was also

  approved by CEI on 11/24/25 for the IFB competitive solicitation.

 

  This Emergency Purchase has an expected start date of 11/28/2025 through 02/25/2026 with an Original

  Estimated Cost of $91,875.00.

   Signed By:  Devin McQuillan, APO

      Vendor:  The Infant -Parent Institute, Inc.                                                    Notary Date:           11/18/2025

                                Original                Revised              Paid To                Actual

                                Estimate               Estimate                  Date                  Final Cost                                 FY                    QTR

      State Cost:                        $91,875.00                                           $0.00                   $0.00      26 2

   Federal                        $0.00                                                                   $0.00


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                         October 1, 2025 through December 31, 2025

  34     Children and Family Services, Department of                                             File Date:  11/18/2025

  Original Filing – 11/18/2025: FY26, Qtr 2, Item# 34

 

  The Illinois Department of Children and Family Services is declaring an emergency contract need due to the

  connection between I.T. systems and federal claiming. DCFS requires maintenance and development of

  complex application system software and databases supporting federal program eligibility and claiming.  The

  Department requires continuing I.T. application software services to develop, enhance, and support the

  computer systems which support these initiatives, and to parallel the policy changes and enhancements

  necessary to further these programs. To meet this need, the Department requires professional services for the

  maintenance and support of these related systems.

 

 

The Vendor must be prepared to adapt existing federal claiming programs as the Department transitions to

  new systems.

   

 

The vendor must also support systems, applications and programs associated with federal claiming.  This

  includes maintenance and development of complex applications system software and databases. 

 

The

  Vendor must provide support of Related IT Application Systems – Web and Mainfra

  me.

 

 

The Vendor must prepare, maintain, and improve DCFS’ quarterly Title IV-E reimbursement claiming and identify

   potential unclaimed but allowable costs that can be claimed and capture all potential sources of revenue.

 

 

The Vendor must continue the efforts in maintaining Emergency Assistance as part of the State’s Maintenance of

  Effort, assist DCFS in compliance with Title IV-E claiming and the overall area of administrative claiming.

 

 

The Vendor must keep the Public Assistance Cost Allocation Plan (PACAP) current updating as required for

     legislative changes, changes in policy, procedures or operational needs.

 

 

The Vendor must provide technical support of Federal claiming related IT application systems: they are the

  Federal Financial Participation (MARS FFP) Applications, the Emergency Assistance Claiming Systems, the

  Medical Assistance System, Managed Care and associated inter-agency coordination, Child Support Interface,

  the Home of Relative System/Certified Homes, the Trust Accounting System, the Subsidy Tracking System,

  CWCA Packet Tracking System, Clearance Tracking System, the Court Tracking System,  the Title IV-E and

  Title IV-B Claim Development System (CARS).These application systems are very complex and requires a

  vendor with strong programming skills required to support these systems, but also understand the intricacies

  involved with the policy requirements.

 

 

The Vendor must provide contractual assistance to DCFS' continued efforts related to Home of Relative

  Licensing Initiative & Certified Homes.

 

  The Vendor must perform first level FFP review on all adoption and guardianship subsidies moving towards

  finalization. Review focuses on AA’s & SG’s meeting State and Federal requirements related to DCFS policy

  and Federal Title IV-E regulations. This population is around 2,000 adoption files and 400 guardianships per

  fiscal year. And maintain the Subsidy Tracking System including the CWCA Tracking System.

 

 

The Vendor must provide technical assistance for the on-going Adoption & Subsidized Guardianship (SG)

  cases that require advanced review of State/Federal laws and policies.

 

 

The Vendor must provide support in preparing, reviewing, and analyzing case and supportive documentation

   for federal and state audits as well as providing on-site assistance during the actual audits pertaining to Foster

  Care, Adoption, or Guardianships, preparing materials for review by auditors, identifying areas "at risk" and

  assisting the state in the development of defenses for cases, including interpretation of state policies and

  practices.

 

 

The Vendor must assist DCFS in preparation of federal on-site review and participate as support


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                         October 1, 2025 through December 31, 2025

  staff/reviewers during the review.

 

 

The Vendor must work with DCFS to monitor and report the timeliness of permane

 

 

 

Consultants will provide ongoing assistance to CAPU, EDU, Technical Support Unit, Child Support,

  Licensing and Background Check Unit, Contract analysis for claiming, APME, Subsidy Support Unit, joint

  development with DCFS OITS / DoIT MARS / CYCIS IT staff, Youthcare, HFS and DHS Staff, DCFS Legal

  Staff, Budget and Finance Staff and Operations as it relates to federal program eligibility and/or claiming.

 

 

  This Emergency Purchase has an expected start date of 11/28/2025 through 02/25/2026 with an Original

  Estimated Cost of $762,111.00.

   Signed By:  Devin McQuillan, APO

      Vendor:  Diversified Services Network  (DSN)                                            Notary Date:           11/18/2025

                                Original                Revised              Paid To                Actual

                                Estimate               Estimate                  Date                  Final Cost                                 FY                    QTR

      State Cost:                      $762,111.00                                           $0.00                   $0.00      26 2

   Federal                        $0.00                                                                   $0.00


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                         October 1, 2025 through December 31, 2025

  35     Corrections, Department of                                                                    File Date:  11/26/2025

  Original Filing – 11/26/2025: FY26, Qtr 2, Item# 35

 

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

  Individual in Custody and Correctional Facility Employees.

 

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

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

 

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

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

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

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

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

  competitive solicitation for a long-term contract.

 

  This Emergency Purchase has an expected start date of 11/25/2025 through 02/22/2026 with an Original

  Estimated Cost of $6,000,000.00, This is a zero dollar contract, the State does not fund the expenses.

   Signed By:  Jared Brunk, Chief Admin Officer

      Vendor:  E-Ford Commissary Inc.                                                             Notary Date:           11/26/2025

                                Original                Revised              Paid To                Actual

                                Estimate               Estimate                  Date                  Final Cost                                 FY                    QTR

      State Cost:                    $6,000,000.00                                           $0.00                   $0.00      26 2

   Federal                        $0.00                                                                   $0.00


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                         October 1, 2025 through December 31, 2025

  36     Corrections, Department of                                                                    File Date:  11/26/2025

  Original Filing – 11/26/2025: FY26, Qtr 2, Item# 36

 

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

  Individual in Custody and Correctional Facility Employees.

 

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

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

 

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

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

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

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

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

  competitive solicitation for a long-term contract.

 

  This Emergency Purchase has an expected start date of 11/25/2025 through 02/22/2026 with an Original

  Estimated Cost of $6,000,000.00, This is a zero dollar contract, the State does not fund the expenses.

   Signed By:  Jared Brunk, CAO

      Vendor:  Keefe Group                                                                           Notary Date:           11/26/2025

                                Original                Revised              Paid To                Actual

                                Estimate               Estimate                  Date                  Final Cost                                 FY                    QTR

      State Cost:                    $6,000,000.00                                           $0.00                   $0.00      26 2

   Federal                        $0.00                                                                   $0.00


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                         October 1, 2025 through December 31, 2025

  37     Corrections, Department of                                                                    File Date:  11/26/2025

  Original Filing – 11/26/2025: FY26, Qtr 2, Item# 37

 

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

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

 

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

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

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

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

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

  competitive solicitation for a long-term contract.

 

  This Emergency Purchase has an expected start date of 11/25/2025 through 02/22/2026 with an Original

  Estimated Cost of $6,000,000.00, This is a zero dollar contract, the State does not fund the expenses..

   Signed By:  Jared Brunk, Chief Admin Officer

      Vendor:  Walkenhorst's                                                                          Notary Date:           11/26/2025

                                Original                Revised              Paid To                Actual

                                Estimate               Estimate                  Date                  Final Cost                                 FY                    QTR

      State Cost:                    $6,000,000.00                                           $0.00                   $0.00      26 2

   Federal                        $0.00                                                                   $0.00


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                         October 1, 2025 through December 31, 2025

  38     Corrections, Department of                                                                    File Date:  11/26/2025

  Original Filing – 11/26/2025: FY26, Qtr 2, Item# 38

 

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

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

 

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

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

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

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

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

  competitive solicitation for a long-term contract.

 

  This Emergency Purchase has an expected start date of 11/25/2025 through 02/22/2026 with an Original

  Estimated Cost of $6,000,000.00, This is a zero dollar contract, the State does not fund the expenses.

   Signed By:  Jared Brunk, Chief Admin Officer

      Vendor:  Performance Food Group dba Vistar                                              Notary Date:           11/26/2025

                                Original                Revised              Paid To                Actual

                                Estimate               Estimate                  Date                  Final Cost                                 FY                    QTR

      State Cost:                    $6,000,000.00                                           $0.00                   $0.00      26 2

   Federal                        $0.00                                                                   $0.00


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                         October 1, 2025 through December 31, 2025

  39     Corrections, Department of                                                                    File Date:  11/26/2025

  Original Filing – 11/26/2025: FY26, Qtr 2, Item# 39

 

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

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

 

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

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

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

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

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

  competitive solicitation for a long-term contract.

 

  This Emergency Purchase has an expected start date of 11/25/2025 through 2/22/2026 with an Original

  Estimated Cost of $6,000,000.00, This is a zero dollar contract, the State does not fund the expenses.

   Signed By:  Jared Brunk, Chief Admin Officer

      Vendor:  Union Supply Group                                                                 Notary Date:           11/26/2025

                                Original                Revised              Paid To                Actual

                                Estimate               Estimate                  Date                  Final Cost                                 FY                    QTR

      State Cost:                    $6,000,000.00                                           $0.00                   $0.00      26 2

   Federal                        $0.00                                                                   $0.00


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                         October 1, 2025 through December 31, 2025

  40     Transportation, Department of                                                               File Date:  12/2/2025

  Original Filing – 12/2/2025: FY26, Qtr 2, Item# 40

 

  IDOT District 1 requires continuous access to automotive repair parts to keep maintenance and emergency

  response vehicles operational. Any interruption in parts supply would delay critical roadway repairs, snow and

  ice removal, and other safety operations, creating immediate risks to safety and disrupting essential state

  services. The contract also ensures cost-effective purchasing under the previous CMS master agreement,

  preventing costly delays and protecting state resources.

 

  This Emergency Purchase has an expected start date of 12/3/2025 through 03/02/2026 with an Original

  Estimated Cost of $1,800,000.00.

   Signed By:  Omolara Erewele, APO

      Vendor:  Genuine Auto Parts dba NAPA                                                     Notary Date:           12/2/2025

                                Original                Revised              Paid To                Actual

                                Estimate               Estimate                  Date                  Final Cost                                 FY                    QTR

      State Cost:                    $1,800,000.00                                           $0.00                   $0.00      26 2

   Federal                        $0.00                                                                   $0.00

  41     Transportation, Department of                                                               File Date:  12/5/2025

  Original Filing – 12/5/2025: FY26, Qtr 2, Item# 41

 

  The selected vendor had a contract for the last two years that just expired and is very familiar with our process.

    This will help minimize delays and ensures immediate availability.  

 

  De-icer for the winter months to ensure the state roads are safe.

 

  This Emergency Purchase has an expected start date of 12/01/2025 through 02/28/2026 with an Original

  Estimated Cost of $1,184,125.00.

   Signed By:  Omolara Erewele, APO

      Vendor:  SNI Solutions                                                                          Notary Date:           12/5/2025

                                Original                Revised              Paid To                Actual

                                Estimate               Estimate                  Date                  Final Cost                                 FY                    QTR

      State Cost:                    $1,184,125.00                                           $0.00                   $0.00      26 2

   Federal                        $0.00                                                                   $0.00


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                         October 1, 2025 through December 31, 2025


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                         October 1, 2025 through December 31, 2025

  42     Capital Development Board                                                                    File Date:  11/24/2025

 

  Second Filing – 11/24/2025: FY26, Qtr 2,  Item # 42

  An Emergency Purchase Extension was received on November 24, 2025 requesting an extension for dates

  starting 11/24/2025 to 04/15/2027 at an additional estimated cost of $64,600.00, revising the total estimated cost

   to $114,600.00. Reported in the same filing quarter

 

 

  Original Filing – 10/01/2025: FY26, Qtr 2, Item# 309

 

  The scope of work provides for repairs to the Plaza Elevator, the installation of a temporary accessible

  wheelchair ramp at the South

elevation, and the replacement of the Book Lift Elevator panel with a code-

  compliant panel.

 

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

  Design and

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

  exceed $50,000.00, which is a placeholder prior to the negotiation of a Professional Services Agreement,

  without prior authorization from the Capital Development Board

in consultation with the Chief Procurement

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

 

  This Emergency Purchase has an expected start date of 10/01/2025 through 12/29/025 with an Original

  Estimated Cost of $50,000.00.

   Signed By:  Chris Miles, Exec II

      Vendor:  Berners-Schober Assocs                                                             Notary Date:           10/1/2025

                                Original                Revised              Paid To                Actual

                                Estimate               Estimate                  Date                  Final Cost                                 FY                    QTR

      State Cost:                        $50,000.00          $114,600.00                  $0.00                   $0.00      26 2

   Federal                        $0.00                                                                   $0.00


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                         October 1, 2025 through December 31, 2025

  43     Capital Development Board                                                                    File Date:  12/1/2025

 

  Second Filing – 12/01/2025:  FY26, Qtr 2, Item # 43

  An Emergency Purchase Extension was received on December 01, 2025 requesting an extension for dates

  starting 01/13/2026 to 06/01/2026. The extension expenditure is not assessed and will be charged for time only.

   Reported in the same filing quarter.

 

  Original Filing – 10/16/2025: FY26, Qtr 2, Item# 311

 

  The scope of work provides for the removal of debris and plant growth in high side and low side gutters and

  clean existing gutter drain

heads and reinstallation. Re-caulk all skylights in their entirely and replace one

  cracked skylight glass pane. The scope of work also

includes replacement of the heat tracing and lightning

  protection systems and replacing the heat trace controller panels in mechanical

room. Recertifying the lightning

   protection system once installed will be required. Further, repairs/replacement of all failing snow

guards is

  included in the scope.

 

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

  PAYMENT PROCEDURES,

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

  Contractor Schedule of Values should equal the contract award

amount. Payment amounts will be approved

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

Services provided under

  this procurement should not exceed $400,000.00, which is a place-holder prior to entering into a Construction

 

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

  Procurement Office. Final

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

 

  This Emergency Purchase has an expected start date of 10/16/2025 through 01/13/2026 with an Original

  Estimated Cost of $400,000.00.

   Signed By:  Chris Miles, Exec II

      Vendor:  Coltrane Systems LLC                                                               Notary Date:           10/16/2025

                                Original                Revised              Paid To                Actual

                                Estimate               Estimate                  Date                  Final Cost                                 FY                    QTR

      State Cost:                      $400,000.00                                           $0.00                   $0.00      26 2

   Federal                        $0.00                                                                   $0.00


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                         October 1, 2025 through December 31, 2025

  44     Capital Development Board                                                                    File Date:  11/6/2024

  Fourth Filing – 10/27/2026:  FY26,  Qtr 2,  Item #44

  An Emergency Purchase Extension was received on October 27, 2025 requesting an extension for dates starting

   03/31/2026 to 06/30/2026. The extension expenditure is not assessed and will be charged for time only.

 

  Third Filing – 09/16/25:  FY26,  Qtr 1,  Item # 109

  An Emergency Purchase Extension was received on September 16, 2025 requesting an extension for dates

  starting 12/31/2025 to 03/31/2026. The extension expenditure is not assessed and will be charged for time only.

 

 

  Second Filing - 11/06/2024:  FY25, Qtr 2, Item # 33

  An Emergency Purchase Extension was received on November 6, 2024 requesting an extension for dates

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

   Reported in the same filing quarter.

 

  Original Filing – 10/09/2024: FY25, Qtr 2, Item# 309

 

  The scope of work provides for the renovation of 16 elevators and 1 chair lift located within 9 buildings on the

  Chicago State University campus. These buildings include Education, Business Health Science, Harold

  Washington Hall, Williams Science Center, Douglas Hall, Cook Administration, Jacoby Dickens Athletic and

  Physical Education Center (JDC), Gwendolyn Brooks Library and Jones Convocation Center. Renovations will

  include updating elevators for code compliance, maintenance and aesthetics. Asbestos abatement is part of 5

  elevator floor systems. The scope also includes any temporary measures needed to utilize elevators most in

  need, before more permanent repairs can be implemented.

 

  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 $2,500,000.00, 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 10/09/2024 through 01/06/2025 with an Original

  Estimated Cost of $2,500,000.00.

   Signed By:  Chris Miles, Exec II

      Vendor:  Parkway Elevators, Inc.                                                              Notary Date:           10/9/2024


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                         October 1, 2025 through December 31, 2025

                                Original                Revised              Paid To                Actual

                                Estimate               Estimate                  Date                  Final Cost                                 FY                    QTR

      State Cost:                    $2,500,000.00                                           $0.00                   $0.00      26 2

   Federal                        $0.00                                                                   $0.00


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                         October 1, 2025 through December 31, 2025

  45     Capital Development Board                                                                    File Date:  3/13/2025

 

  Fourth Filing – 11/14/2025: FY26, Qtr 2,  Item # 45

  An Emergency Purchase Extension was received on November 4, 2025 requesting an extension for dates

  starting 11/19/2025 to 02/28/2026 at an additional estimated cost of $30,033.00, revising the total estimated cost

   to $485,033.00.

 

 

  Third Filing – 09/09/25: FY26, Qtr 1,  Item # 85

  An Emergency Purchase Extension was received on September 9, 2025 requesting an extension for dates

  starting 09/30/2025 to 11/19/2025 at an additional estimated cost of $200,000.00, revising the total estimated

  cost to $455,000.00.

 

 

  Second Filing – 03/13/2025: FY25, Qtr 3,  Item # 129

  An Emergency Purchase Extension was received on March 13, 2025 requesting an extension for dates starting

  03/23/2025 to 07/02/2025 at an additional estimated cost of $55,000.00, revising the total estimated cost to

  $155,000.00.Reported in the same filing quarter

 

  Original Filing – 1/29/2025: FY25, Qtr 3, Item# 302

 

  REVISED (1/29/2025) The scope of work provides for dehumidification, selective demolition, and mold

  remediation to include the removal of all damaged building materials and drying the structure to industry

  standards.

   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 $100,000.00, which is a place-holder prior entering into a Construction

  Contract if needed, 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 12/24/2024 through 03/23/2025 with an Original

  Estimated Cost of $100,000.00.

   Signed By:  Chris Miles, Exec II

      Vendor:  Servpro of Kankakee                                                                 Notary Date:           1/29/2025


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                         October 1, 2025 through December 31, 2025

                                Original                Revised              Paid To                Actual

                                Estimate               Estimate                  Date                  Final Cost                                 FY                    QTR

      State Cost:                      $100,000.00          $485,033.00                  $0.00                   $0.00      26 2

   Federal                        $0.00                                                                   $0.00


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                         October 1, 2025 through December 31, 2025

  46     Capital Development Board                                                                    File Date:  3/5/2025

 

  Fourth Filing – 10/27/2025: FY26, Qtr 2,  Item # 46

  An Emergency Purchase Extension was received on October 27, 2025 requesting an extension for dates starting

   10/31/2025 to 09/30/2026 at an additional estimated cost of $6,097.00, revising the total estimated cost to

  $3,461,239.19

 

 

  Third Filing – 03/05/2025: FY25, Qtr 3,  Item # 164

  An Emergency Purchase Extension was received on March 5, 2025 requesting an extension for dates starting

  04/30/2025 to 10/31/2025 at an additional estimated cost of $42,142.19, revising the total estimated cost to

  $3,455,142.19.

 

 

  Second Filing – 04/04/2024: FY24, Qtr 4,  Item # 45

  An Emergency Purchase Extension was received on April 4, 2024 requesting an extension for dates starting

  April 23, 2024 to 4/30/2025. The extension expenditure is not assessed and will be charged for time only.

 

  Original Filing – 1/25/2024: FY24, Qtr 3, Item# 24

 

  The scope of work provides for portions of the existing Boiler House Building (C0530) to be demolished. Prior

  to demolition the contractor shall relocate the fuel oil pumps, associated equipment, and rework supply and

  return lines feeding the existing generators to remain and the temporary boiler. Also, the contractor will be

  required to relocate the salt brine tanks and pump to a portion of the building to remain. A new sink and base

  cabinet will need to be added to the existing restroom to remain for water testing. Once this work has been

  completed the contractor will start demolition of the portions of the building as shown on the drawings.

  Contractor is responsible for removal of all equipment located within the building from the project site and

  disposing of properly.

 

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

  documents provided by the Architect/Engineer of record, and quote received by River City Construction LLC.

  Section 01 29 00 PAYMENT PROCEDURES, will be strictly followed and adhered to. The sum of all items

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

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

  provided under this procurement should not exceed $3,413,000.00, 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 01/25/2024 through 04/23/2024 with an Original


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                         October 1, 2025 through December 31, 2025

  Estimated Cost of $3,413,000.00.

   Signed By:  Chris Miles, Exec II

      Vendor:  River City Construction                                                              Notary Date:           1/25/2024

                                Original                Revised              Paid To                Actual

                                Estimate               Estimate                  Date                  Final Cost                                 FY                    QTR

      State Cost:                    $3,413,000.00        $3,461,239.19                  $0.00                   $0.00      26 2

   Federal                        $0.00                                                                   $0.00


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                         October 1, 2025 through December 31, 2025

  47     Capital Development Board                                                                    File Date:  4/15/2025

 

  Third Filing – 11/04/2025: FY26, Qtr 2,  Item # 47

  An Emergency Purchase Extension was received on November 04, 2025 requesting an extension for dates

  starting 12/31/2025 to 03/31/2026 at an additional estimated cost of $3,956.87, revising the total estimated cost

  to $128,356.87.

 

  Second Filing – 04/15/25:  FY25,  Qtr 4,  Item # 159

  An Emergency Purchase Extension was received on April 15, 2025 requesting an extension for dates starting

  05/10/2025 to 12/31/2025 The extension expenditure is not assessed and will be charged for time only.

 

 

  Original Filing – 2/10/2025: FY25, Qtr 3, Item# 100

 

  The scope of work provides for interior and exterior repairs to the existing Vocational Building. Demolition

  required to complete the repairs includes partial removal of the interior slab-on-grade and removal of drywall and

   finishes as needed to complete the repairs. Interior repairs include backfilling voids under the slab-on-grade,

  repainting non-load bearing CMU partition walls, replacing cracked CMU, minor ceiling repairs, replacing

  carpeting and base boards, and painting after repairs are completed. Additionally, work will be needed in the

  Mechanical Room to repair an existing electrical service that was damaged during concrete coring. The work

  includes additional demolition of the concrete slab-on-grade to replace approximately 6-7' of ¾" dia. rigid steel

  conduit, installing a floor junction box rated for high traffic areas and replacing (4) #10-12 wires (size to be

  verified by GC) spliced from the floor box back to the existing

  panel. The Client Agency will assist the GC with identifying the correct items and sizes prior to construction.

 

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

  provided by the Architect/Engineer of record and quote received by Samron Midwest Contracting, Inc. Section

  01 29 00 PAYMENT PROCEDURES, will be strictly followed and adhered to. The sum of all items listed in the

  Contractor Schedule of Values should equal the contract award amount.

  Payment amounts will be approved based on proof of work actually performed and materials actually used.

  Construction Services provided under this procurement should not exceed $124,400.00, which is a place-holder

   prior to entering into a Construction Contract, without prior authorization from the Capital Development Board

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

  and project close-out.

 

  This Emergency Purchase has an expected start date of 02/10/2025 through 05/10/2025 with an Original

  Estimated Cost of $124,400.00.

   Signed By:  Chris Miller, Exec II

      Vendor:  Samron Midwest Contracting                                                       Notary Date:           2/10/2025

                                Original                Revised              Paid To                Actual

                                Estimate               Estimate                  Date                  Final Cost                                 FY                    QTR


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                         October 1, 2025 through December 31, 2025

      State Cost:                      $124,400.00          $128,356.87                  $0.00                   $0.00      26 2

   Federal                        $0.00                                                                   $0.00

  48     Capital Development Board                                                                    File Date:  10/22/2025

 

  Second Filing – 10/22/2025: FY26, Qtr 2,  Item # 48

  An Emergency Purchase Extension was received on October 22, 2025 requesting an extension for dates starting

   11/4/2025 to 05/01/2027 for the current contract cost of $234,500.00.

 

 

  Original Filing – 8/7/2025: FY26, Qtr 1, Item# 23

 

  The scope of work provides for modernizing the East and West traction elevators in the South Tower of the

  ISP Headquarters (Building

J0172). The scope includes a full code analysis by the A/E and construction

  estimates to meet all OSFM requirements and includes but is

not limited to providing new controllers, control

  stations, all safety devices including braking systems, and related components.

 

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

  Design and

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

  exceed $300,000.00, which is a placeholder prior to the negotiation of a Professional Services Agreement,

  without prior authorization from the Capital Development Board

in consultation with the Chief Procurement

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

 

  This Emergency Purchase has an expected start date of 08/07/2025 through 11/04/2025 with an Original

  Estimated Cost of $300,000.00.

   Signed By:  Chris Miles, Exec II

      Vendor:  Berners-Shober Assoc                                                                Notary Date:           8/7/2025

                                Original                Revised              Paid To                Actual

                                Estimate               Estimate                  Date                  Final Cost                                 FY                    QTR

      State Cost:                      $300,000.00          $234,500.00                  $0.00                   $0.00      26 2

   Federal                        $0.00                                                                   $0.00


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                         October 1, 2025 through December 31, 2025

  50     Capital Development Board                                                                    File Date:  9/16/2022

 

  Third Filing – 08/07/2023: FY26, Qtr 2,  Item # 50

  An Emergency Purchase Extension was received on August 7, 2023 requesting an extension for dates starting

  10/19/2023 to 01/31/2026 at an additional estimated cost of $157,500.00, revising the total estimated cost to

  $257,500.00.

 

 

  Second Filing – 09/16/2025:  FY26,  Qtr 2,  Item #49

  An Emergency Purchase Extension was received on September 16, 2025 requesting an extension for dates

  starting 09/16/2022 to 10/19/2023. The extension expenditure is not assessed and will be charged for time only.

 

 

 

  Original Filing – 6/30/2022: FY23, Qtr 1, Item# 8

 

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

  the boiler controls in the Boiler House have stopped functioning in most cases and the facility cannot tell the

  status at any given time. It is reported that many of the probes, meters, gauges, and sensors throughout the

  system are currently not operable. These controls require consistent adjustment and calibration to ensure the

  existing boilers, are operating efficiently. The controls on two water tube boilers have not been calibrated since

  they were installed causing each boiler to run inefficiently. The existing boiler controls have been in operation

  since they were installed in 1994. Maintenance personnel are only able to monitor internal temperatures,

  pressures, and output factors by "sight & sound only" causing a life & safety issue.

 

  The scope of work provides for expedited design services to support repair work at the Boiler House to include

  a bid package for limited and temporary roofing, window and lighting repair work, and separate design

  documents for upgrades to the boilers and controls.

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

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

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

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

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

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

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

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

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

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

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

  Additionally, Governor Pritzker has issued Executive Order 2022-14 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 06/27/2022 through 09/24/2022 with an Original

  Estimated Cost of $100,000.00.


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                         October 1, 2025 through December 31, 2025

   Signed By:  Chris Miles, Exec II

      Vendor:  Ross & Baruzzini, Inc.                                                               Notary Date:           6/30/2022

                                Original                Revised              Paid To                Actual

                                Estimate               Estimate                  Date                  Final Cost                                 FY                    QTR

      State Cost:                      $100,000.00          $257,500.00                  $0.00                   $0.00      26 2

   Federal                        $0.00                                                                   $0.00


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                         October 1, 2025 through December 31, 2025

  51     Capital Development Board                                                                    File Date:  8/28/2025

 

  Fourth Filing – 09/29/2025: FY26, Qtr 2,  Item # 51

  An Emergency Purchase Extension was received on September 29, 2025 requesting an extension for dates

  starting 09/30/2025 to 02/28/2026 at an additional estimated cost of $2,260,217.58, revising the total estimated

  cost to $7,164,447.67.

 

 

  Third Filing – 08/28/25: FY26, Qtr 1,  Item # 84

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

  8/31/2025 to 09/30/2025 at an additional estimated cost of $3,904,230.09, revising the total estimated cost to

  $4,904,230.09.

 

 

  Second Filing – 10/15/24:  FY25,  Qtr 2,  Item # 41

  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.


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                         October 1, 2025 through December 31, 2025

   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        $7,164,447.67                  $0.00                   $0.00      26 2

   Federal                        $0.00                                                                   $0.00

  52     Southern Illinois University                                                                    File Date:  8/8/2025

 

  Second Filing – 10/28/25:  FY26,  Qtr 2,  Item # 52

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

   11/14/2025 to 05/31/2026. The extension expenditure is not assessed and will be charged for time only.

 

 

  Original Filing – 8/8/2025: FY26, Qtr 1, Item# 38

 

  Using Local Funds

 

  This is the only provider that had availability and that is willing to work with our needs.  They will also adopt the

   code of conduct for students as an extension of the SIUE student housing program.

 

  SIUE has a limited amount of on-campus housing for students.  We have residency requirements for freshman

  students and as a result, applications for student housing exceed the available on-campus space.  We are using

  this opportunity to place older students that otherwise qualify to live off campus in off-campus apartments for

  the coming year.  These placements are at the same terms the students would receive if they remain in on-

  campus housing.    

 

  This Emergency Purchase has an expected start date of 08/15/2025 through 11/13/2025 with an Original

  Estimated Cost of $310,760.00, using Local Funds.

   Signed By:  Matt Brown, Dir of Purchases

      Vendor:  New Poag Assoc. LLC                                                               Notary Date:           8/8/2025

                                Original                Revised              Paid To                Actual

                                Estimate               Estimate                  Date                  Final Cost                                 FY                    QTR

      State Cost:                      $310,760.00                                           $0.00                   $0.00      26 2

   Federal                        $0.00                                                                   $0.00


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                         October 1, 2025 through December 31, 2025

  53     Governors State University                                                                    File Date:  7/10/2025

 

  Second Filing – 10/22/25:  FY26,  Qtr 2,  Item # 53

  An Emergency Purchase Extension was received on October 22, 2025 requesting an extension for dates starting

   10/30/2025 to 01/27/2026. The extension expenditure is not assessed and will be charged for time only.

 

 

  Original Filing – 7/10/2025: FY26, Qtr 1, Item# 3

 

  Other Funds - Student Tech Fees

 

  This vendor is an expert in the field of Managed Security Operations that focuses on monitoring, detecting,

  analyzing, and responding to cybersecurity threats.  Additional supporting documents are attached.

 

  Managed security services, ensuring continuous monitoring (24/7/365) of the University’s network, servers,

  and computing infrastructure, will address current audit findings and ensure the University complies with federal

   laws regarding cybersecurity and administrative capability.  Additional supporting documents are attached.

 

  This Emergency Purchase has an expected start date of 08/01/2025 through 10/29/2025 with an Original

  Estimated Cost of $30,000.00.

   Signed By:  Lannie Brown-Simon, Asst VP Procurement

      Vendor:  Sentinel Technologies                                                                Notary Date:           7/10/2025

                                Original                Revised              Paid To                Actual

                                Estimate               Estimate                  Date                  Final Cost                                 FY                    QTR

      State Cost:                        $30,000.00                                           $0.00                   $0.00      26 2

   Federal                        $0.00                                                                   $0.00


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                         October 1, 2025 through December 31, 2025

  54     Governors State University                                                                    File Date:  10/3/2025

 

  Second Filing – 10/03/25:  FY26,  Qtr 2,  Item # 54

  An Emergency Purchase Extension was received on October 3, 2025 requesting an extension for dates starting

  10/30/2025 to 09/30/2026. The extension expenditure is not assessed and will be charged for time only.

 

 

  Original Filing – 7/302025: FY26, Qtr 1, Item# 18

 

  Using Other Funding

 

 

  Governors State University had an unforeseen surge in housing applications for Fall 2025. We have a record

  number of housing applications and deposits. Our enrollment is slightly up, but it doesn't represent this growth

  in housing applications. 4Stay is an established vendor in our market and could meet the University's urgent

  needs in off-campus housing.  This purchase will enable the University to offer a single, nearby location for

  overflow housing so that its students' safety can be closely monitored, and safe, reliable transportation to and

  from Campus can be coordinated by the University.

 

  Classes are set to commence on August 25, 2025, and 4Stay is prepared to accommodate the University with

  approximately 50 beds within the same apartment complex, located just a few miles from campus. Governors

  State University is situated near the Illinois-Indiana state line, and many residents from Illinois often opt for

  regional state universities in Indiana, such as Purdue Northwest and Indiana University Northwest. Securing

  emergency procurement approval would significantly assist Governors State in reaching its enrollment goals and

   help mitigate the number of students who may choose to pursue their studies in Indiana.

 

  These 50 students represent over $1,930,000 in lost revenue if we are not able to accommodate these

  individuals. This includes year-over-year retention.

 

  Stay provides the apartment, furnishing, utilities (including cable), student support (not on site), renter

  insurance, the guarantor, and is responsible for the lease. They will be able to provide our students with

  approximately 48 to 50 beds adjacent to campus in one off-site location. 4Stay can provide these amenities at

  the same cost as living on campus in GovState's campus housing. 

 

  This Emergency Purchase has an expected start date of 08/01/2025 through 10/29/2025 with an Original

  Estimated Cost of $610,000.00, using Other Funds.  Revenue is generated from the cost of off campus

  housing.  This cost the same as a comparable living arrangement.

   Signed By:  Lannie Brown-Simon, AVP, Procurement

      Vendor:  4Stay                                                                                    Notary Date:           7/30/2025

                                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

                                         October 1, 2025 through December 31, 2025

      State Cost:                      $610,000.00                                           $0.00                   $0.00      26 2

   Federal                        $0.00                                                                   $0.00


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                         October 1, 2025 through December 31, 2025

  55     Natural Resources, Department of                                                           File Date:  1/27/2025

  **** Revenue Generating Contract

 

  Third Filing – 10/15/25:  FY26,  Qtr 2,  Item # 55

  An Emergency Purchase Extension was received on October 15, 2025 requesting an extension for dates starting

   11/01/2025 to 03/31/2026. The extension expenditure is not assessed and will be charged for time only.

 

 

  ***Revenue Generating Contract

 

  Second Filing – 01/27/25:  FY25,  Qtr 3,  Item # 141

  An Emergency Purchase Extension was received on January 27, 2025 requesting an extension for dates starting

  01/31/2025 to 10/31/2025. The extension expenditure is not assessed and will be charged for time only.

 

 

  Original Filing – 8/15/2023: FY24, Qtr 1, Item# 42

 

  *** Revenue Generating Contract

 

  System Compatibility requires the use of old-technology proprietary software that is not compatible with

  modern systems for the operation of the access gates and payment systems in the parking garage. Mr. McCann

  is the only vendor who can both access and maintain the current parking and revenue collection system. 

 

  The Illinois Department of Natural Resources (IDNR) requires emergency concession services to operate and

  maintain  a 2 - level underground parking garage at 526 E. Adams St, Springfield, Illinois, with 452 parking

  spaces. The parking garage is open Monday through Friday 7:00 a.m. to 7:00 p.m. The vendor must maintain

  access control and collect parking fees from both daily visitors to the state historic sites and downtown

  businesses, and monthly parking permit holders who occupy many spaces.

   

 

Concessionaire's Responsibilities:

1.) Provide all supplies, labor, supervision, maintenance, equipment,

  tools, materials, and incidentals necessary to operate and maintain    the parking facility.

2.) Collection of

  parking fees.

3.) Waste removal/disposal and cleaning of the garage area, ramps, elevator and stairwells.

4.)

  Replacing ballasts and light bulbs.

5.) Paying electric utilities for the garage.

 

  IDNR researched the available registered BEP vendors in NIGP Codes 961-15 Concessions and 958-72 Parking

  Management Services and deemed that none of the available Vendors were close enough to the project location

  to fulfill any portion of the contract on an emergency basis.

 

   

 

Early in 2023, the Agency conducted a survey of available IT vendors who could install and maintain an

  upgraded Parking Access and Revenue Collection system that would meet our needs. The agency could not

  come to an agreement with those vendors on control of proprietary software systems and hardware.  In

  addition, the vendors could not provide acceptable contract terms and conditions after several rounds of

  negotiations.  The Agency has need to continue with the current vendor on an emergency basis until a

  competitive bidding process has been completed which will involve following all required BEP procurement

  processes.

 


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                         October 1, 2025 through December 31, 2025

  Revenue Generating Contract

 

  This Emergency Purchase has an expected start date of 08/11/2023 through 11/08/2023 with an Original

  Estimated Cost of $100,000.00, using Revenue Generating Contract

   Signed By:  Amanda Long, APO

      Vendor:  James McCann dba Uptown Garage                                               Notary Date:           8/15/2023

                                Original                Revised              Paid To                Actual

                                Estimate               Estimate                  Date                  Final Cost                                 FY                    QTR

      State Cost:                               $0.00                                           $0.00                   $0.00      26 2

   Federal                        $0.00                                                                   $0.00


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                         October 1, 2025 through December 31, 2025

  56     Veterans Affairs, Department of                                                              File Date:  8/1/2025

 

  Second Filing – 10/24/25:  FY26,  Qtr 2,  Item # 56

  An Emergency Purchase Extension was received on October 24, 2025 requesting an extension for dates starting

   10/26/2025 to 04/30/2026 at an additional estimated cost of $421,500..00, revising the total estimated cost to

  $843,000.00.

 

  Original Filing – 08/01/2025: FY26, Qtr 1, Item# 20

 

  There are currently not enough cooks on staff to provide 3 meals a day to residents, 22nd Century is unable to

  provide temporary staff under the Master Contract, and the current need is for a vendor to come into the home

  for consulting and training in addition to cooks and support service workers.  Arena Foods Inc has the ability to

  begin services in the time frame that is required, and is also overseeing and overseen similar projects at our

  Quincy and Manteno Homes.  This is beneficial as Arena Foods Inc is familiar with the services and processes

  at IDVA which will allow for services to be expedited. 

 

  Vendor will act as the Project Manager to oversee the services currently being administered at the Illinois

  Veterans Home Chicago (IVHC). They will provide additional staff to the minimal staff IVHC currently has. 

  The staff will need professional guidance and direction of services and new processes. Vendor will direct

  Agency Staff as needed and will be the point of contact for all services related to the Dietary Department. 

  Vendor will be point of contact and will provide direction to all Agency staff regarding all aspects of the dietary

  services including, but not limited to, conducting test dietary operations; overseeing and training Agency staff

  and assessing IDVA dietary operations to ensue applicable standards are met; drafting and review 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. Services needed to ensure the health and

  safety of the residents is maintained and we are in compliance with the Illinois Department of Public Health

  standards.

 

  Vendor intends to partner with an identified BEP certified vendor to provide qualified temporary staffing services

   within the Emergency Dietary Contract with LT Staffing dba Express Employment Professionals.  Estimate that

   the BEP vendor will provide up to 12 identified hourly staff. Prime Vendor will notify other interested potential

  BEP vendors that the need has been fulfilled.  Agency has reached out to BEP vendors noting the prime vendor

  is for food service consulting and staffing and would they be able to provide temporary services for specialized

  staffing. 

BEP vendors notified:

 

Chicago Eats Sweet Honey Tea & Lemonade - emailed and they responded

   interested, prime vendor is currently working with LT Staffing BEP vendor.

Chicago Flavas - emailed and

  they responded interested, prime vendor is currently working with LT Staffing BEP vendor.

Dynamic

  Interactive Business System - emailed and they responded interested, prime vendor is currently work with LT

  Staffing BEP Vendor.

IAMMAKEISHA LLC - emailed and they have not responded

Inter-City Supply Co.,

  Inc - emailed and they have not responded

S2O Consultants, Inc - emailed and they responded scope does not

  appear to be applicable for them.

World Link Trading, Ltd - emailed and they have not responded.

 


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                         October 1, 2025 through December 31, 2025

  This Emergency Purchase has an expected start date of 07/28/2025 through 10/25/2025 with an Original

  Estimated Cost of $421,500.00.

   Signed By:  Stephanie Heckenkamp, CFO

      Vendor:  Arena Foods                                                                           Notary Date:           8/1/2025

                                Original                Revised              Paid To                Actual

                                Estimate               Estimate                  Date                  Final Cost                                 FY                    QTR

      State Cost:                      $421,500.00          $843,000.00                  $0.00                   $0.00      26 2

   Federal                        $0.00                                                                   $0.00


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                         October 1, 2025 through December 31, 2025

  57     State Police, Illinois                                                                              File Date:  7/7/2025

  Third Filing – 10/01/25:  FY26,  Qtr 2,  Item # 57

  An Emergency Purchase Extension was received on October 1, 2025 requesting an extension for dates starting

  10/17/2025 to 01/16/2026. The extension expenditure is not assessed and will be charged for time only.

 

  Second Filing – 07/07/25:  FY26,  Qtr 1,  Item #58

  An Emergency Purchase Extension was received on July 7, 2025 requesting an extension for dates starting

  07/16/2025 to 10/16/2025. The extension expenditure is not assessed and will be charged for time only.

 

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

 

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

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

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

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

  solicitation initiated.

 

 

 

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

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

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

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

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

 

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

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

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

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

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

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

 

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

  Estimated Cost of $433,028.16.

   Signed By:  Jasmin Dixon, Exec Dir

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

                                Original                Revised              Paid To                Actual

                                Estimate               Estimate                  Date                  Final Cost                                 FY                    QTR

      State Cost:                      $433,028.16                                           $0.00                   $0.00      26 2

   Federal                        $0.00                                                                   $0.00


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                         October 1, 2025 through December 31, 2025


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                         October 1, 2025 through December 31, 2025

  58     Finance Authority, Illinois                                                                      File Date:  6/26/2025

 

 

  Second Filing – 09/29/2025: FY26, Qtr 2,  Item # 58

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

  starting 09/24/2025 to 09/23/2026 at an additional estimated cost of $1,000,000.00, revising the total estimated

  cost to $1,250,000.00.

 

  Original Filing – 6/26/2025: FY26, Qtr 1, Item# 2

  State project tax credit facilitation: perform pre-construction tax credit eligibility, post-construction tax credit

  substantiation, and direct pay filing processes for IFA and state agency projects.

 

  The emergency purchase and extensions maintain continuity of current services and prevent or minimize serious

   disruption to  comprehensive tax and advisory services to support the urgent deployment of existing resources

  to capture IRA Federal Credit opportunities, the continued duration of which is currently limited and subject to

  ongoing attacks by the federal government. Current federal policy seeks to undermine the IRA Federal Credit

  programs and the industries and projects they were intended to support.  If IFA and its other state partners are

  able to pair public and public-private investment with the currently available IRA Federal Credits, we have the

  potential to reduce the financial burden on Illinois taxpayers/ratepayers/residents by offsetting project costs with

   tax credits. We will also be able to leverage the IRA Federal Credits to reduce the risk of IFA loans to support

  clean energy projects, which will enhance our ability to attract private investment for these projects. The IRA

  Federal Credits require strict compliance with complicated regulations and, without IFA and this vendor's

  support, the compliance burden would likely fall on local governments and contractors that will not have a

  robust specialized compliance and project management infrastructure.  This vendor is able to provide

  comprehensive strategic advice relating to deployment of available federal funds to support state and local clean

  energy infrastructure projects and support for compliance with the requirements of the IRA Federal Credits and

  other IRA clean energy programs. The vendor's expertise in the federal clean energy tax credit and grant

  program compliance fields will be essential in administering these time-sensitive programs.

 

  The immediate selection of this vendor is necessary to avoid lapsing or loss of federal funds pursuant to 44 Ill.

  Adm. Code 1.2030(c)(5). IFA is implementing or supporting the implementation of various federal financial

  assistance programs that are intended to support energy efficiency and the development of clean energy

  resources. Recent federal legislation reduced the availability of the IRA Federal Credits for renewable energy

  projects, and projects seeking to take advantage of the IRA Federal Credits must be underway or at an advanced

   stage of planning within the next few months. At the same time as the IRA Federal Credits are being phased out

   years earlier than anticipated, federal actions have eliminated billions in low-cost financing intended to support

  renewable energy projects, leading many projects scrambling to identify new financial support. Time is of the

  essence in ensuring the IRA Federal Credits are available to projects that are critical to the state's

  decarbonization efforts.

 

  The comprehensive tax and advisory services provided by the Vendor is necessary to support Illinois renewable

  energy projects' opportunities to receive IRA Federal Credits while they remain available. If IFA and its other

  state partners are able to pair public and public-private investment with the currently available IRA Federal

  Credits, we have the potential to reduce the financial burden on Illinois taxpayers/ratepayers/residents by

  offsetting project costs with tax credits. Without these services, projects supported by IFA and other


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                         October 1, 2025 through December 31, 2025

  decarbonization efforts may not be viable or may come at a higher cost to IFA, taxpayers, and developers and

  users of renewable energy.

 

  This Emergency Purchase has an expected start date of 06/26/2025 through 09/23/2025 with an Original

  Estimated Cost of $250,000.00, using Federal Funds.

   Signed By:  Sanjay Patel, COO

      Vendor:  Baker Tilly US, LLP                                                                 Notary Date:           6/26/2025

                                Original                Revised              Paid To                Actual

                                Estimate               Estimate                  Date                  Final Cost                                 FY                    QTR

      State Cost:                               $0.00                                           $0.00                   $0.00      26 2

   Federal               $250,000.00                                                                   $0.00


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                         October 1, 2025 through December 31, 2025

  59     Corrections, Department of                                                                    File Date:  6/9/2025

 

  Fourth Filing – 10/28/2025: FY26, Qtr 2,  Item # 59

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

   11/01/2025 to 12/31/2025 at an additional estimated cost of $800,000.00, revising the total estimated cost to

  $6,000,000.00.

 

 

  Third Filing – 06/09/2025: FY25, Qtr 4,  Item # 205

  An Emergency Purchase Extension was received on June 9, 2025 requesting an extension for dates starting

  07/01/2025 to 10/31/2025 at an additional estimated cost of $1,600,000.00, revising the total estimated cost to

  $5,200,000.00.

 

 

  Second Filing – 12/18/2024: FY25, Qtr 2,  Item # 84

  An Emergency Purchase Extension was received on December 18, 2024 requesting an extension for dates

  starting 12/24/2024 to 06/30/2025 at an additional estimated cost of $2,400,000.00, revising the total estimated

  cost to $3,600,000.00.

 

 

  Original Filing – 09/25/2024: FY25, Qtr 1, Item# 33

 

  The vendor will provide global positioning systems (GPS) and radio (RF) electronic monitoring equipment

  related services for individuals being monitored outside of correctional facilities.

 

 

  This Emergency Purchase has an expected start date of 09/25/2024 through 12/24/2024 with an Original

  Estimated Cost of $1,200,000.00.

   Signed By:  Jacenta Wilson, APO

      Vendor:  BI Incorp                                                                               Notary Date:           9/25/2024

                                Original                Revised              Paid To                Actual

                                Estimate               Estimate                  Date                  Final Cost                                 FY                    QTR

      State Cost:                    $1,200,000.00        $6,000,000.00                  $0.00                   $0.00      26 2

   Federal                        $0.00                                                                   $0.00


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                         October 1, 2025 through December 31, 2025

  60     Capital Development Board                                                                    File Date:  12/18/2024

 

  Fourth Filing – 08/26/2025: FY26, Qtr 2,  Item # 60

  An Emergency Purchase Extension was received on August 26, 2025 requesting an extension for dates starting

  11/24/2025 to 03/31/2026 at an additional estimated cost of $692,316.10, revising the total estimated cost to

  $1,832,316.10.

 

 

  Third Filing – 08/26/2025: FY26, Qtr 1,  Item # 91

  An Emergency Purchase Extension was received on August 26, 2025 requesting an extension for dates starting

  08/31/2025 to 11/30/2025 at an additional estimated cost of $100,000.00, revising the total estimated cost to

  $1,140,000.00.

 

 

  Second Filing – 12/18/24:  FY25,  Qtr 2,  Item # 34

  An Emergency Purchase Extension was received on December 18, 2024 requesting an extension for dates

  starting 01/08/2025 to 08/31/2025. The extension expenditure is not assessed and will be charged for time only.

 

 

 

  Original Filing – 10/11/2024: FY25, Qtr 2, Item# 312

 

  The scope of work provides for expedited stabilization and limited repair work at the Rear Erecting Shop as

  directed by the Architect/Engineer. The scope of also includes any recommended fencing around the perimeter

  of the building to ensure public safety.

 

  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 $1,040,000.00, 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 10/11/2024 through 1/08/2025 with an Original

  Estimated Cost of $1,040,000.00

   Signed By:  Chris Miles, Exec II


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                         October 1, 2025 through December 31, 2025

      Vendor:  Otto Baum Co                                                                         Notary Date:           10/11/2024

                                Original                Revised              Paid To                Actual

                                Estimate               Estimate                  Date                  Final Cost                                 FY                    QTR

      State Cost:                    $1,040,000.00        $1,832,316.10                  $0.00                   $0.00      26 2

   Federal                        $0.00                                                                   $0.00


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                         October 1, 2025 through December 31, 2025

  61     Capital Development Board                                                                    File Date:  11/21/2025

 

  Third Filing – 11/21/25:  FY26,  Qtr 2,  Item # 61

  An Emergency Purchase Extension was received on November 21, 2025 requesting an extension for dates

  starting 11/30/2025 to 05/31/2026. The extension expenditure is not assessed and will be charged for time only.

 

 

 

  Second Filing – 05/15/2025: FY25, Qtr 4,  Item #170

  An Emergency Purchase Extension was received on May 15, 2025 requesting an extension for dates starting

  05/19/2025 to 11/30/2025 at an additional estimated cost of $150,000.00, revising the total estimated cost to

  $350,000.00.

 

 

  Original Filing – 2/27/2025: FY25, Qtr 3, Item# 120

 

  REVISION (02/27/2025): Due to the immediate need for heat and domestic hot water, the contractor is

  authorized to provide temporary heaters, temporary hot water heaters and temporary boilers for short-term

  immediate use. Further, CDB and the CPO agree to raise the initial not-to-exceed amount from $100,000.00 to

  $200,000.00.

 

  REVISION (2/27/2025) The scope of work provides for assessment assistance and temporary repairs to the

  piping to stabilize the leaks until a permanent solution can be determined. The scope of work also includes the

  implementation of more immediate short-term solutions to include temporary heaters, temporary hot water

  heaters, and temporary boilers (‘skid boilers’) if required.

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

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

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

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

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

  exceed $100,000.00, which is a place-holder prior entering into a Construction Contract, without prior

  authorization from the Capital Development Board in consultation with the Chief Procurement Office. Final

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

 

  This Emergency Purchase has an expected start date of 02/19/2025 through 05/19/2025 with an Original

  Estimated Cost of $200,000.00.

   Signed By:  Chris Miles, Exec II

      Vendor:  Henson Robinson Co.                                                                Notary Date:           2/27/2025

                                Original                Revised              Paid To                Actual

                                Estimate               Estimate                  Date                  Final Cost                                 FY                    QTR

      State Cost:                      $200,000.00          $350,000.00                  $0.00                   $0.00      26 2


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                         October 1, 2025 through December 31, 2025

   Federal                        $0.00                                                                   $0.00

  62     Capital Development Board                                                                    File Date:  11/13/2025

 

  Third Filing – 11/13/25: FY26, Qtr 2,  Item # 62

  An Emergency Purchase Extension was received on November 13, 2025 requesting an extension for dates

  starting 12/31/2025 to 3/31/2026 at an additional estimated cost of $23,837.00, revising the total estimated cost

  to $113,817.00.

 

 

  Second Filing – 04/11/2025:  FY25,  Qtr 4,  Item # 156

  An Emergency Purchase Extension was received on April 11, 2025 requesting an extension for dates starting

  04/21/2025 to 12/31/2025. The extension expenditure is not assessed and will be charged for time only.

 

 

  Original Filing – 1/22/2025: FY25, Qtr 3, Item# 101

 

  The scope of work provides for the design and implementation of temporary repairs to the HVAC control

  system in Housing Unit #15 and the Vocational Building to regulate temperatures to the maximum extent

  practical. The scope also includes an engineering assessment with recommendations, cost estimates, and lead

  times on equipment, for the installation of a new DDC system for Housing Unit #15 and the Vocational Building

 

 

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

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

  exceed $100,000.00, which is a placeholder prior to the negotiation of a Professional Services Agreement,

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

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

 

  This Emergency Purchase has an expected start date of 01/22/2025 through 04/21/2025 with an Original

  Estimated Cost of $100,000.00.

   Signed By:  Chris Miles, Exec II

      Vendor:  Henneman Engineering                                                              Notary Date:           1/22/2025

                                Original                Revised              Paid To                Actual

                                Estimate               Estimate                  Date                  Final Cost                                 FY                    QTR

      State Cost:                      $100,000.00          $113,817.00                  $0.00                   $0.00      26 2

   Federal                        $0.00                                                                   $0.00


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                         October 1, 2025 through December 31, 2025

  63     Human Services, Department of                                                              File Date:  11/19/2025

 

  Second Filing – 11/19/2025: FY26, Qtr 2,  Item # 63

  An Emergency Purchase Extension was received on November 19, 2025 requesting an extension for dates

  starting 11/30/2025 to 5/29/2026 at an additional estimated cost of $21,994.00, revising the total estimated cost

  to $43,988.00.

 

 

  Original Filing – 8/29/2025: FY26, Qtr 1, Item# 46

 

  Summit Cold Storage Corp. has been providing cold storage services based on the most recent Small Purchase

  Bid for FY24-25. Multiple bids for a new contract have been conducted and no responsive bids were received.

  This contract will allow Ludeman to continue with current vendor until a new Bid is awarded.

 

  The vendor shall receive the frozen and refrigerated food delivered by various food vendors, store the food at

  correct temperatures, then withdraw and deliver the food items that the kitchen requests once a week.

 

  This Emergency Purchase has an expected start date of 09/01/2025 through 11/29/2025 with an Original

  Estimated Cost of $21,994.00.

   Signed By:  Jean Sandstrom, APO

      Vendor:  Summit Cold Storage Co.                                                            Notary Date:           8/29/2025

                                Original                Revised              Paid To                Actual

                                Estimate               Estimate                  Date                  Final Cost                                 FY                    QTR

      State Cost:                        $21,994.00            $43,988.00                  $0.00                   $0.00      26 2

   Federal                        $0.00                                                                   $0.00


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                         October 1, 2025 through December 31, 2025

  64     Human Services, Department of                                                              File Date:  11/7/2025

 

  Second Filing – 11/07/2025: FY26, Qtr 2,  Item # 64

  An Emergency Purchase Extension was received on  November 7, 2025 requesting an extension for dates

  starting 11/18/2025 to 05/17/2026 at an additional estimated cost of $25,684.26, revising the total estimated cost

   to $51,368.52.

 

  Original Filing – 8/21/2025: FY26, Qtr 1, Item# 45

 

  This vendor has been providing medical director services at ICRE and has current experienced with the needs of

   the students and the services required.

 

  ICRE requires medical director services 24 hours a day Monday - Friday for students who are physically

  disabled.  The Medical Director will provide case management and medical consultation over the phone when

  requested by the medical staff at the Center.  The Medical Director will spend at least 5 hours per month at the

  Center to review/approve medications.  The Medical Director will also be available for medical consultation with

   outside hospitals for the students medical needs. 

 

  This Emergency Purchase has an expected start date of 08/20/2025 through 11/17/2025 with an Original

  Estimated Cost of $25,684.26.

   Signed By:  Jean Sandstrom, APO

      Vendor:  University of Chicago                                                                Notary Date:           8/21/2025

                                Original                Revised              Paid To                Actual

                                Estimate               Estimate                  Date                  Final Cost                                 FY                    QTR

      State Cost:                        $25,684.26            $51,368.52                  $0.00                   $0.00      26 2

   Federal                        $0.00                                                                   $0.00


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                         October 1, 2025 through December 31, 2025

  65     Transportation, Department of                                                               File Date:  12/4/2025

  Third Filing – 12/04/2025:  FY26, Qtr 2, Item # 65

  An Emergency Purchase Extension was received on December 04, 2025 requesting an extension for dates

  starting 12/30/2025 to 06/30/2027. The extension expenditure is not assessed and will be charged for time only.

   

 

 

  Second Filing – 05/07/2024:  FY24,  Qtr 4,  Item #97

  An Emergency Purchase Extension was received on May 7, 2024 requesting an extension for dates starting June

   30, 2024 to 12/29/2025. The extension expenditure is not assessed and will be charged for time only.

 

 

  Original Filing –4/3/2024: FY24, Qtr 4, Item# 204

 

  Purchase of 65 Snowplow Dump Trucks for the Illinois Department of Transportation. The last new trucks

  IDOT received were in October of 2021, which were from FY21 orders.  From FY22 orders, 65 units (of the

  original 235 units ordered) are pending delivery but have yet to be delivered. No units were able to be ordered

  from the contract in FY23 or FY24 due to production and supply issues.  The old contract expired on 6/2/23

  and there is no contract to purchase new units. Given that approximately 34% of the fleet is replacement eligible

   at this time and is expected to reach 47% within the next 2 years, it is crucial to replenish the fleet to maintain

  operational efficiency and safety standards.

 

  This Emergency Purchase has an expected start date of 04/01/2024 through 06/29/2024 with an Original

  Estimated

  Cost of $16,285,000.00.

   Signed By:  Megan Seitzinger, Bureau Chief

      Vendor:  Rush Truck Center, Springfield                                                     Notary Date:           4/3/2024

                                Original                Revised              Paid To                Actual

                                Estimate               Estimate                  Date                  Final Cost                                 FY                    QTR

      State Cost:                  $16,285,000.00                                           $0.00                   $0.00      26 2

   Federal                        $0.00                                                                   $0.00


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                         October 1, 2025 through December 31, 2025

  66     Housing Development Authority                                                              File Date:  12/1/2025

 

  Second Filing – 12/01/25:  FY26,  Qtr 2,  Item # 66

  An Emergency Purchase Extension was received on December 01, 2025 requesting an extension for dates

  starting 12/10/2025 to 02/28/2026. The extension expenditure is not assessed and will be charged for time only.

 

 

  Original Filing – 8/28/2025: FY26, Qtr 1, Item# 47

 

  IHDA does not have the staff in-house to perform the type of executive level search functions as is required to

  fill the positions of Director of Human Resources and the Chief Information Officer. The Director of Human

  Resources position recently and unexpectedly become vacant. The Chief Information Officer position will be

  vacant within the coming weeks. Both of these positions are key executive level positions within IHDA 's

  leadership and reach every department. Currently, IHDA is working on several agency wide and other initiatives

  related to its mission of financing affordable housing throughout the State of Illinois that require these leadership

   positions to be filled urgently by qualified candidates. Delays in filling these two positions would result in

  further delays in moving these important initiatives. IHDA has worked with Korn Ferry successfully in the past

  three years to fill previous vacancies of both its Chief Financial Office and Chief Information Officer positions,

  both of which are executive level positions and therefore has the relevant experience working with IHDA to

  identify qualified executive level candidates in a timely and effective manner and is uniquely familiar with IHDA's

   recruitment process. 

 

  HDA is seeking a 90 day emergency contract with Korn Ferry (US) to provide executive search firm services to

   assist in filling both its Director of Human Resources position and Chief Information Officer position. Services

  include identifying, screening and interviewing executive level candidates with the expertise and experience in

  these two positions.

 

  This Emergency Purchase has an expected start date of 09/11/2025 through 12/09/2025 with an Original

  Estimated Cost of $124,400.00, using locally held funds at IHDA.

   Signed By:  Kristin Faust, Executive Director

      Vendor:  Korn Ferry                                                                             Notary Date:           8/28/2025

                                Original                Revised              Paid To                Actual

                                Estimate               Estimate                  Date                  Final Cost                                 FY                    QTR

      State Cost:                      $124,400.00                                           $0.00                   $0.00      26 2

   Federal                        $0.00                                                                   $0.00


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                         October 1, 2025 through December 31, 2025

  67     University of Illinois Urbana-Champaign                                                  File Date:  11/21/2025

 

  Second Filing – 11/21/25:  FY26,  Qtr 2,  Item # 67

  An Emergency Purchase Extension was received on November 21, 2025 requesting an extension for dates

  starting 11/24/2025 to 06/30/2026. The extension expenditure is not assessed and will be charged for time only.

 

 

  Original Filing – 8/22/2025: FY26, Qtr 1, Item# 35

 

  Using OTHER FUNDS / UI Hospital Funds

 

  Metropolitan Industries has successfully completed similar projects at the University. Their proven track record

  suggests they can execute this critical project efficiently and effectively. One of the three hot water heaters has

  suffered a mechanical failure. The failure is unrepairable, as replacement parts are no longer available.

  Accordingly, the unit must be replaced. Until the replacement occurs, the remaining two heaters must provide

  hot water for the entire medical center. The remaining two units are similarly past their useful life and at

  imminent risk of unrepairable failure. Should this occur, the Hospital and Outpatient Care Center will not have

  sufficient hot water to operate. The integrity of the system is not changed by replacing one failed unit, as

  impending failure of the remaining two units would imperil the ability of the medical center to operate.

 

  hree Metropolitan M-DHAS-D-DW-1232-075 horizontally mounted semi-instantaneous water heaters, complete

  with steam control valves, touchscreen controllers, and accessories. Each unit includes safety features,

  circulation pump, and all necessary gauges for efficient operation. One Metropolitan M4520M5CD-D duplex

  condensate return unit with 45-gallon stainless steel receiver, Duplex 1.5 HP pumps, mechanical alternator, and

  UL/CUL/CSA-approved NEMA 3R control panel.

 

  This Emergency Purchase has an expected start date of 08/25/2025 through 11/23/2025 with an Original

  Estimated Cost of $200,000.00, using Other Funds - UI Hospital Funds.

   Signed By:  Aaron Rosenthal, AV Chancellor

      Vendor:  Metropolitan Industries, Inc.                                                        Notary Date:           8/22/2025

                                Original                Revised              Paid To                Actual

                                Estimate               Estimate                  Date                  Final Cost                                 FY                    QTR

      State Cost:                      $200,000.00                                           $0.00                   $0.00      26 2

   Federal                        $0.00                                                                   $0.00


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                         October 1, 2025 through December 31, 2025

  68     Capital Development Board                                                                    File Date:  11/4/2025

  Third Filing – 11/04/2025:  FY26,  Qtr 2,  Item # 68

  An Emergency Purchase Extension was received on November 04, 2025 requesting an extension for dates

  starting 12/31/2025 to 06/30/2026. The extension expenditure is not assessed and will be charged for time only.

 

 

 

  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      26 2


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                         October 1, 2025 through December 31, 2025

   Federal                        $0.00                                                                   $0.00

  69     Southern Illinois University                                                                    File Date:  11/7/2025

 

  Second Filing – 11/07/25:  FY26,  Qtr 2,  Item # 69

  An Emergency Purchase Extension was received on November 7, 2025 requesting an extension for dates

  starting 11/18/2025 to 02/17/2026. The extension expenditure is not assessed and will be charged for time only.

 

 

 

  Original Filing – 8/22/2025: FY26, Qtr 1, Item# 37

 

  Using  Local Funds

 

  Combined with Nixon being the oniy authorized service center for the Kohler Diesel generator in our area,they

  also had the best price

on the replacement radiator.

 

  Nixon will drain the complete system, remove radiator, repair all coolant leaks at the front of the engine which

  will include water pump,

thermostats, remove manifolds and re-seal. Repair all fuel rail manifolds and gaskets.

  Replace all rubber hoses and clamps and install the new radiator. Fill the system with new coolant. Perform a

  complete service on the engine, and repair leaking oil seal. See Service

 

  This Emergency Purchase has an expected start date of 08/22/2025 through 11/17/2025 with an Original

  Estimated Cost of $112,371.78 using Local Funds.

   Signed By:  Eric Massey, Dir of Procurement

      Vendor:  Nixon Power Services LLC                                                         Notary Date:           8/22/2025

                                Original                Revised              Paid To                Actual

                                Estimate               Estimate                  Date                  Final Cost                                 FY                    QTR

      State Cost:                      $112,371.78                                           $0.00                   $0.00      26 2

   Federal                        $0.00                                                                   $0.00


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                         October 1, 2025 through December 31, 2025

  70     Illinois State University                                                                  File Date:

 

  Second Filing – 11/25/2025: FY26, Qtr 2,  Item # 70

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

  starting 11/27/2025 to 02/25/2026 at an additional estimated cost of $-(270,000.00), revising the total estimated

  cost to $180,000.00.

 

 

  Original Filing – 8/26/2025: FY26, Qtr 1, Item# 36

 

  Using Bond Revenue (University Housing Budget)

 

  Vendor has familiarity with the campus and the project, as well as the ability to immediately mobilize to provide

  the cohesive design-build construction services to rapidly mitigate the issue. Subcontractor KED/Bluestone

  Consultants is also familiar with our buildings, processes and our construction guidelines.

 

  Provide and engineered solution and contruction services to remedy failed systems at Wattterson towers

  including bridge heaters at elevator lobbies and expansion tanks for hydronic systems. Piping that has failed is

  not accessible and has been valved off. Immediate fixes are needed before winter weather to prevent freezing

  and further breaks. Alternate routes for piping is required.

 

  This Emergency Purchase has an expected start date of 08/26/2025 through 08/15/2026 with an Original

  Estimated Cost of $450,000.00, using Bond Revenue (University Housing Budget).

   Signed By:  Stacy Brown, Director of Purchases

      Vendor:  Reliable Mechanical                                                                  Notary Date:           8/26/2025

                                Original                Revised              Paid To                Actual

                                Estimate               Estimate                  Date                  Final Cost                                 FY                    QTR

      State Cost:                      $450,000.00          $180,000.00                  $0.00                   $0.00      26 2

   Federal                        $0.00                                                                   $0.00


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                         October 1, 2025 through December 31, 2025

  71     Human Services, Department of                                                              File Date:  8/8/2025

 

  Second Filing – 08/08/2025: FY26, Qtr 2,  Item # 71

  An Emergency Purchase Extension was received on August 8, 2025 requesting an extension for dates starting

  09/29/2025 to 03/28/2026 at an additional estimated cost of $168,000.00, revising the total estimated cost to

  $336,000.00.

 

 

  Original Filing – 07/03/2025: FY26, Qtr 1, Item# 15

 

  Emergency procurement needed to provide a Medical Director for Chester Mental Health Center. This vendor

  has been providing services for our Medical Director however their contract expired on 6/30/2025. 

 

  Staffing services needed to provide a full time Medical Director for Chester Mental Health Center. The

  contractor shall screen and present a physician with an Illinois Physician and Surgeon License with a specialty

  in Psychiatry. Board Certification is required to provide medical leadership and oversight of the psychiatric

  services provided at the Center to provide services to Chester Mental Health Center to ensure adequate and

  competent coverage. The physician serves as the Medical Director and supervises medical staff, maintains

  overall quality of clinical care, and develops and implements policies and procedures. Services shall be provided

  in accordance with the Scope of Work in the contract. Routinely, full time hours will be 40 hours per week

  between the hours of 8:00am and 5:00pm, Monday-Friday.

 

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

  Estimated Cost of $168,000.00.

   Signed By:  Jean Sandstrom, APO

      Vendor:  Annashae                                                                               Notary Date:           7/3/2025

                                Original                Revised              Paid To                Actual

                                Estimate               Estimate                  Date                  Final Cost                                 FY                    QTR

      State Cost:                      $168,000.00          $336,000.00                  $0.00                   $0.00      26 2

   Federal                        $0.00                                                                   $0.00


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                         October 1, 2025 through December 31, 2025

  72     Commerce and Economic Opportunity, Department of                                 File Date:  11/6/2025

 

 

  Fourth Filing – 11/06/2025: FY26, Qtr 2,  Item # 72

  An Emergency Purchase Extension was received on November 6, 2025 requesting an extension for dates

  starting 01/01/2026 to 06/30/2026 at an additional estimated cost of $26,300,000.00, revising the total estimated

  cost to $87,600,000.00.

 

  Third Filing – 04/23/25: FY25, Qtr 4,  Item # 162

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

  07/01/2025 to 12/31/2025 at an additional estimated cost of $17,500,000.00, revising the total estimated cost to

  $61,300,000.00.

 

  Second Filing – 09/04/2024: FY25, Qtr 1,  Item #73

  An Emergency Purchase Extension was received on September 4, 2024 requesting an extension for dates

  starting 09/29/2024 to 06/30/2025 at an additional estimated cost of $35,800,000.00, revising the total estimated

  cost to $43,800,000.00 was reported in the same filing quarter.

 

 

  Original Filing – 07/01/2024: FY25, Qtr 1, Item# 357

 

  Spurrier Group LLC (Spurrier) was selected as the vendor because they were a vital sub-contractor for the

  contract that expired on 6-30-24. (P-8963- RFP Marketing Communications Agency) Spurrier has a long

  standing working relationship with the Illinois Office of Tourism and with all anticipated sub-contractors that

  will be utilized during the term of this emergency procurement.  

 

  Planning and execution of marketing and advertising programs to promote Illinois as a tourism destination. The

  marketing and advertising programs encompass domestic and international tourism. Scope of work will include

  creative planning and production, media planning and buying, production, research, web-site management, event

   participation and sponsorships.

 

  This Emergency Purchase has an expected start date of 07/01/2024 through 09/28/2024 with an Original

  Estimated Cost of $8,000,000.00.

   Signed By:  Rick Rogers, APO

      Vendor:  Spurrier Group, LLC                                                                 Notary Date:           7/1/2024

                                Original                Revised              Paid To                Actual

                                Estimate               Estimate                  Date                  Final Cost                                 FY                    QTR

      State Cost:                    $8,000,000.00       $87,600,000.00                  $0.00                   $0.00      26 2

   Federal                        $0.00                                                                   $0.00


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                         October 1, 2025 through December 31, 2025

  73     Capital Development Board                                                                    File Date:  5/20/2025

 

  Final Cost Statement

  Latest Filing – 09/30/25: FY26, Qtr 2, Item # 73

  The Actual Total Cost of FY26, Qtr 2, Item# 73  is $611,606.00, with the final contract term ending.

 

 

  Second Filing – 5/20/25:  FY25,  Qtr 4,  Item # 172

  An Emergency Purchase Extension was received on May 20, 2025 requesting an extension for dates starting

  06/07/2025 to 09/30/2025. The extension expenditure is not assessed and will be charged for time only.

 

 

  Original Filing – 3/10/2025: FY25, Qtr 3, Item# 123

 

  The scope of work provides for removing and replacing approximately 32,000 square feet of ballasted roofing

  with a new fully adhered system including raising roof top equipment to accommodate the new roof thickness

  and replacing all attendant accessories.

 

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

  provided by the Architect/ Engineer of record and quote received by Henson Robinson Company. Section 01 29

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

  Contractor Schedule of Values should equal the contract award amount.

  Payment amounts will be approved based on proof of work actually performed and materials actually used.

  Construction Services provided under this procurement should not exceed $611,606.00, which is a place-holder

   prior to entering into a Construction Contract, without prior authorization from the Capital Development Board

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

  and project close-out.

 

  This Emergency Purchase has an expected start date of 03/10/2025 through 06/07/2025 with an Original

  Estimated Cost of $611,606.00.

   Signed By:  Chris Miles, Exec II

      Vendor:  Henson Robinson Co.                                                                Notary Date:           3/10/2025

                                Original                Revised              Paid To                Actual

                                Estimate               Estimate                  Date                  Final Cost                                 FY                    QTR

      State Cost:                      $611,606.00                                   $611,606.00           $611,606.00      26 2

   Federal                        $0.00                                                                   $0.00


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                         October 1, 2025 through December 31, 2025

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

 

  Final Cost Statement

  Latest Filing – 10/01/25: FY26, Qtr 2, Item # 74

  The Actual Total Cost of FY26, Qtr 2, Item#  74  is $48,965.58, with the final contract term ending.

 

 

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

 

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

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

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

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

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

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

  provided under this procurement should not exceed as a place holder of $55,000.00 without prior authorization

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

  be reported upon project completion and project closeout.

 

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

  Estimated Cost of $55,000.00.

   Signed By:  Amber Evans, SCPA

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

                                Original                Revised              Paid To                Actual

                                Estimate               Estimate                  Date                  Final Cost                                 FY                    QTR

      State Cost:                        $55,000.00                                    $48,965.58            $48,965.58      26 2

   Federal                        $0.00                                                                   $0.00


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                         October 1, 2025 through December 31, 2025

  75     Central Management Services, Department of                                            File Date:  8/19/2025

 

  Final Cost Statement

  Latest Filing – 11/04/25: FY26, Qtr 2, Item # 75

  The Actual Total Cost of FY26, Qtr 2, Item# 75  is $108,971.68, with the final contract term ending.

 

  Original Filing – 8/19/2025: FY26, Qtr 1, Item# 33

 

  In order to get the backed up water jetted out immediately, all the JPMC Plumbers on contract, as well as 4

  other plumbing companies were contacted and none of them had the availability to get there immediately with a

  jetter.  Therefore, Peerless was the next called that had a jetter and was available immediately to get to the

  facility to handle removing the backed up sewer water.

 

  Vendor will be using a jetter to remove backed up sewer water from office floors.

 

  This Emergency Purchase has an expected start date of 08/15/2025 through 11/12/2025 with an Original

  Estimated Cost of $5,000.00.

   Signed By:  Martha Blackwell, Manager

      Vendor:  Peerless Cleaners, Inc.                                                               Notary Date:           8/19/2025

                                Original                Revised              Paid To                Actual

                                Estimate               Estimate                  Date                  Final Cost                                 FY                    QTR

      State Cost:                         $5,000.00                                   $108,971.68           $108,971.68      26 2

   Federal                        $0.00                                                                   $0.00


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                         October 1, 2025 through December 31, 2025

  76     University of Illinois Urbana-Champaign                                                  File Date:  9/24/2024

 

  Final Cost Statement

  Latest Filing – 10/27/25: FY26, Qtr 2, Item # 76

  The Actual Total Cost of FY26, Qtr 2, Item#  76  is $303,230.32 with the final contract term ending.

 

 

  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         $303,230.32           $303,230.32      26 2

   Federal                        $0.00                                                                   $0.00


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                         October 1, 2025 through December 31, 2025

  77     University of Illinois Urbana-Champaign                                                  File Date:  4/24/2025

 

  Final Cost Statement

  Latest Filing – 10/22/25: FY26, Qtr 2, Item # 77

  The Actual Total Cost of FY26, Qtr 2, Item# 77  is $75,148.75, with the final contract term ending.

 

 

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

 

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

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

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

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

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

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

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

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

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

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

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

  executed contract, and staff transition is completed. 

 

  Medical coding services for hospital inpatient and outpatient accounts.

 

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

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

   Signed By:  Aaron Rosenthal, Assist Vice Chancellor

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

                                Original                Revised              Paid To                Actual

                                Estimate               Estimate                  Date                  Final Cost                                 FY                    QTR

      State Cost:                      $150,000.00                                    $75,148.75            $75,148.75      26 2

   Federal                        $0.00                                                                   $0.00


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                         October 1, 2025 through December 31, 2025

  78     Transportation, Department of                                                               File Date:  9/23/2025

 

  Final Cost Statement

  Latest Filing – 10/24/2025: FY26, Qtr 2, Item# 78

  An Actual Total Cost of FY26, Qtr 2, Item # 78  is $413,388.94 was reported in the same filing quarter.

 

  Original Filing – 9/23/2025: FY26, Qtr 2, Item# 312

 

  The section of IL 104 from 38th St to I-172 in Quincy has required repeated emergency patching with frequent

  maintenance anticipated in the future especially after rain/snow events.  Given the extensive pavement raveling

  and deterioration, regular maintenance alone will be insufficient to keep the roadway in serviceable condition

  through the upcoming winter.  Milling and resurfacing work will be required to avoid frequent future

  maintenance.

 

 

 

Work will consist of milling two existing longitudinal construction joints and two curb lines 2’ wide and 1.5”

  deep and replacing with Hot Mix Asphalt and pavement striping on IL 104 (Broadway Street) from 38th Street

  to the I172 Overpass in Quincy, Adams County.

 

  This Emergency Purchase has an expected start date of 09/22/2025 through 12/21/2025 with an Original

  Estimated Cost of $550,000.00.

   Signed By:  Martin Wagner, OFE

      Vendor:  Diamond Construction Co.                                                          Notary Date:           9/23/2025

                                Original                Revised              Paid To                Actual

                                Estimate               Estimate                  Date                  Final Cost                                 FY                    QTR

      State Cost:                      $550,000.00                                   $413,388.94           $413,388.94      26 2

   Federal                        $0.00                                                                   $0.00


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                         October 1, 2025 through December 31, 2025

  79     Capital Development Board                                                                    File Date:  7/23/2025

 

  REVISED FINAL COST STATEMENT

 

  Final Cost Statement

  Latest Filing – 10/2/25: FY26, Qtr 2, Item # 79

  The Actual Total Cost of FY26, Qtr 2, Item# 79   is $678,695.52, with the final contract term ending.

 

 

 

  Final Cost Statement

  Latest Filing – 07/23/25: FY26, Qtr 1, Item # 64

  The Actual Total Cost of FY26, Qtr 1, Item# 64  is $624,640.14, with the final contract term ending.

 

  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.


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                         October 1, 2025 through December 31, 2025

   Signed By:  Chris Miles, Exec II

      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                                   $678,695.52           $678,695.52      26 2

   Federal                        $0.00                                                                   $0.00

  80     Transportation, Department of                                                               File Date:  7/9/2025

 

  Final Cost Statement

  Latest Filing – 08/12/25: FY26, Qtr 2, Item # 80

  The Actual Total Cost of FY26, Qtr 2, Item# 80   is $108,020.00, with the final contract term ending.

 

 

  Original Filing – 7/09/2025: FY26, Qtr 1, Item# 19

 

  Civil Helm has the capacity and availability to perform the work on an expedited schedule and has submitted

  lowest estimated cost

 

  Construct Class B Patches along with expansion joints.

 

  This Emergency Purchase has an expected start date of 07/09/2025 through 10/06/2025 with an Original

  Estimated Cost of $450,000.00.

   Signed By:  David Almy, OMFE

      Vendor:  Helm Civil                                                                             Notary Date:           7/9/2025

                                Original                Revised              Paid To                Actual

                                Estimate               Estimate                  Date                  Final Cost                                 FY                    QTR

      State Cost:                      $450,000.00                                   $108,020.00           $108,020.00      26 2

   Federal                        $0.00                                                                   $0.00


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                         October 1, 2025 through December 31, 2025

  81     University of Illinois Urbana-Champaign                                                  File Date:  8/1/2025

 

  Final Cost Statement

  Latest Filing – 10/01/25: FY26, Qtr. 2, Item # 81

  The Actual Total Cost of FY26, Qtr. 2, Item# 81  is $23,437.38, with the final contract term ending.

 

  Original Filing – 08/01/2025: FY26, Qtr. 1, Item# 17

 

  using OTHER FUNDS - University Housing Auxiliary Funding

 

  During a masonry repair project at the Florida Avenue Residence Halls, a section of a masonry face brick wall

  collapsed, injuring two workers. The cause of the collapse was determined to be the lack of and/or failure of

  horizontal masonry ties which should have held the wall section in position attached to the concrete structural

  wall behind it.  Since this is a concealed condition, the appropriate action is to design and install a retrofit

  solution to provide appropriate attachment of the face brick to the concrete structure.

 

  Design of retrofit horizontal attachments to tie face brick to concrete structure, review of contractor pricing for

   this remedial work, and observation of this remedial work to ensure its proper installation, al provided by a

  professional services consultant (structural engineer).

 

  This Emergency Purchase has an expected start date of 08/11/2025 through 09/30/2025 with an Original

  Estimated Cost of $60,000.00, using University Housing Auxiliary Funding.

   Signed By:  Paul Ellinger, VP,CFO

      Vendor:  Klein & Hoffman, Inc.                                                               Notary Date:           8/1/2025

                                Original                Revised              Paid To                Actual

                                Estimate               Estimate                  Date                  Final Cost                                 FY                    QTR

      State Cost:                        $60,000.00                                    $23,437.38            $23,437.38      26 2

   Federal                        $0.00                                                                   $0.00


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                         October 1, 2025 through December 31, 2025

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

 

  Final Cost Statement

  Latest Filing – 10/15/25: FY26, Qtr. 2, Item # 82

  The Actual Total Cost of FY26, Qtr. 2, Item#  82  is $74,576.48, with the final contract term ending.

 

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

 

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

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

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

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

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

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

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

   is also located within 50 miles of Lewistown.

 

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

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

  the Dickson Mounds museum.

 

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

  Estimated Cost of $5,000.00.

   Signed By:  Martha Blackwell, Manager

      Vendor:  Carrier                                                                                  Notary Date:           5/15/2025

                                Original                Revised              Paid To                Actual

                                Estimate               Estimate                  Date                  Final Cost                                 FY                    QTR

      State Cost:                         $5,000.00                                    $74,576.48            $74,576.48      26 2

   Federal                        $0.00                                                                   $0.00


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                         October 1, 2025 through December 31, 2025

  83     Capital Development Board                                                                    File Date:  2/24/2025

 

  Final Cost Statement

  Latest Filing – 09/29/25: FY26, Qtr. 2, Item # 83

  The Actual Total Cost of FY26, Qtr. 2, Item# 83  is $3,425,243.76, with the final contract term ending.

 

  Fourth Filing – 02/24/2025:  FY25,  Qtr. 3,  Item # 159

  An Emergency Purchase Extension was received on February 24,2025 requesting an extension for dates starting

   03/30/2025 to 09/30/2025. The extension expenditure is not assessed and will be charged for time only.

 

 

  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/Indefinite 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


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                         October 1, 2025 through December 31, 2025

  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 under an emergency declaration.

 

  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       $3,425,243.76        $3,425,243.76      26 2

   Federal                        $0.00                                                                   $0.00


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                         October 1, 2025 through December 31, 2025

  84     Capital Development Board                                                                    File Date:  2/24/2025

 

  Final Cost Statement

  Latest Filing – 10/14/25: FY26, Qtr. 2, Item # 84

  The Actual Total Cost of FY26, Qtr. 2, Item# 84  is $66,203.03, with the final contract term ending.

 

  Third Filing – 02/24/2025:  FY25,  Qtr. 3,  Item # 160

  An Emergency Purchase Extension was received on February 24, 2025 requesting an extension for dates

  starting 03/31/2025 to 09/30/2025. The extension expenditure is not assessed and will be charged for time only.

 

 

 

  Second Filing – 11/26/2024:  FY25,  Qtr. 2,  Item # 75

  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


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                         October 1, 2025 through December 31, 2025

                                Original                Revised              Paid To                Actual

                                Estimate               Estimate                  Date                  Final Cost                                 FY                    QTR

      State Cost:                      $141,285.12                                    $66,203.03            $66,203.03      26 2

   Federal                        $0.00                                                                   $0.00

  85     Human Services, Department of                                                              File Date:  11/14/2025

 

  Final Cost Statement

  Latest Filing – 11/14/25: FY26, Qtr 2, Item # 85

  The Actual Total Cost of FY26, Qtr 2, Item#  85  is $39,000.00, with the final contract term ending.

 

  Original Filing – 8/4/2025: FY26, Qtr 1, Item# 13

 

  Immediate removal of tree branches and trees affected by recent weather. Trees and hanging branches are

  safety concern for staff and students on Illinois School for the Visually Impaired campus. Vendor to provide

  labor and equipment to remove broken tree branches and trees that are no longer structurally sound. Vendor to

  remove all debris and dispose of properly.

 

  This Emergency Purchase has an expected start date of 08/04/2025 through 11/1/2025 with an Original

  Estimated Cost of $39,000.00.

   Signed By:  Jean Sandstrom, APO

      Vendor:  Turner Tree Service                                                                  Notary Date:           8/4/2025

                                Original                Revised              Paid To                Actual

                                Estimate               Estimate                  Date                  Final Cost                                 FY                    QTR

      State Cost:                        $39,000.00                                    $39,000.00            $39,000.00      26 2

   Federal                        $0.00                                                                   $0.00


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                         October 1, 2025 through December 31, 2025

  87     Human Services, Department of                                                              File Date:  11/14/2025

 

  Final Cost Statement

  Latest Filing – 11/14/25: FY26, Qtr 2, Item # 87

  The Actual Total Cost of FY26, Qtr 2, Item# 87  is $115,615.25, with the final contract term ending.

 

  Original Filing – 7/14/2025: FY26, Qtr 1, Item# 14

 

  The Ludeman Center has had a contract for housekeeping services with Ada S. McKinley Community Services

  for the past several years.  This vendor is a State Use Vendor.

 

  The vendor shall complete housekeeping services in the 65 buildings at the Ludeman Center, including scrubbing

   and waxing floors, etc. The vendor provides services during first and second shifts with approximately 7

  people assigned per shift.

 

  This Emergency Purchase has an expected start date of 07/11/2025 through 10/08/25 with an Original

  Estimated Cost of $129,892.80.

   Signed By:  Jean Sandstrom, APO

      Vendor:  Ada S. McKinley Comm Serv                                                      Notary Date:           7/14/2025

                                Original                Revised              Paid To                Actual

                                Estimate               Estimate                  Date                  Final Cost                                 FY                    QTR

      State Cost:                      $129,892.80                                   $115,615.25           $115,615.25      26 2

   Federal                        $0.00                                                                   $0.00


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                         October 1, 2025 through December 31, 2025

  88     Capital Development Board                                                                    File Date:  12/4/2025

 

 

  Final Cost Statement

  Latest Filing – 12/04/25: FY26, Qtr 2, Item # 88

  The Actual Total Cost of FY26, Qtr 2, Item# 88  is $21,585.88 with the final contract term ending.

 

  Second Filing – 09/04/25:  FY26,  Qtr 1,  Item # 90

  An Emergency Purchase Extension was received on September 4, 2025 requesting an extension for dates

  starting 09/21/2025 to 1/1/2026. The extension expenditure is not assessed and will be charged for time only. 

  Reported in the same filing quarter.

 

 

  Original Filing – 06/24/2025: FY26, Qtr 1, Item# 310

 

  The Appellate Court/Third District has again notified the Capital Development Board ("CDB") that the

  Courthouse is experiencing lack of

cooling due to ongoing HVAC failures

  .

  The current HVAC system is over 40 years old and is still in the process of being replaced under CDB Project

  No.: 023-010-020. Although

the overall project has been bid, administrative processes continue with no

  construction contract currently in place.

 

  CDB's assistance has again been requested to provide temporary cooling measures under an emergency

  declaration, until such time

permanent replacement systems can be implemented under CDB Project No.: 023-

  010-020. Considering the time frames needed for

standard bidding and award procedures, design and

  construction services for temporary cooling under the existing processes would

likely not begin for several

  months. For this reason, an emergency purchase is necessary to provide expedited temporary cooling units

to

  support proper cooling of the facility as quickly as possible to ensure the Courthouse remains open to the public,

   Appellate Court

Justices and employees. This will also assist with minimizing additional damage to a historic

  Courthouse.

 

  Commercial Mechanical, Inc. was selected for construction services as they have the expertise to complete the

  work, they can work in an

expedited manner, and they are they are the apparent low bidder for the

  replacement of the HVAC system under CDB Project No.:

023-010-020

 

  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 January 2025 Standard Documents for Construction. Section 01 29 00

  PAYMENT PROCEDURES,

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

  Contractor Schedule of Values should equal the contract award

amount. Payment amounts will be approved

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

Services provided under

  this procurement should not exceed $50,000.00, which is a place-holder prior to entering into a Construction

 


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                         October 1, 2025 through December 31, 2025

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

  Procurement Office. Final

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

 

  This Emergency Purchase has an expected start date of 06/24/2025 through 09/21/2025 with an Original

  Estimated Cost of $50,000.00.

   Signed By:  Chris Miles, Exec II

      Vendor:  Commercial Mechancial                                                             Notary Date:           6/24/2025

                                Original                Revised              Paid To                Actual

                                Estimate               Estimate                  Date                  Final Cost                                 FY                    QTR

      State Cost:                        $50,000.00                                    $21,585.88            $21,585.88      26 2

   Federal                        $0.00                                                                   $0.00


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                         October 1, 2025 through December 31, 2025

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

 

  Final Cost Statement

  Latest Filing – 12/05/25: FY26, Qtr 2, Item # 89

  The Actual Total Cost of FY26, Qtr 2, Item# 89  is $1,064,449.52, with the final contract term ending.

 

  Second Filing – 08/27/2025: FY26, Qtr 1,  Item #87

  An Emergency Purchase Extension was received on August 27, 2025 requesting an extension for dates starting

  09/01/2025 to 10/15/2025 at an additional estimated cost of $128,995.00, revising the total estimated cost to

  $1,064,500.00.

 

 

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

 

  Other - Illinois State Univ Academic Enhancement Funds

 

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

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

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

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

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

 

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

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

   Signed By:  Stacy Brown, Director of Purchasing

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

                                Original                Revised              Paid To                Actual

                                Estimate               Estimate                  Date                  Final Cost                                 FY                    QTR

      State Cost:                      $935,505.00        $1,064,500.00       $1,064,449.52        $1,064,449.52      26 2

   Federal                        $0.00                                                                   $0.00


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                         October 1, 2025 through December 31, 2025

  90     Capital Development Board                                                                    File Date:  11/30/2025

  Final Cost Statement

  Latest Filing – 11/30/25: FY26, Qtr 2, Item # 90

  The Actual Total Cost of FY26, Qtr 2, Item# 90  is $493,256.27, with the final contract term ending.

 

 

  Fourth Filing – 02/26/2025:  FY25,  Qtr 3,  Item # 162

  An Emergency Purchase Extension was received on February 26, 2025 requesting an extension for dates

  starting 03/31/2025 to 06/30/2025. The extension expenditure is not assessed and will be charged for time only.

 

 

 

  Third Filing – 12/09/24:  FY25,  Qtr 2,  Item # 82

  An Emergency Purchase Extension was received on December 9, 2024 requesting an extension for dates

  starting 01/30/2025 to 03/31/2025. The extension expenditure is not assessed and will be charged for time only.

 

 

 

  Second Filing – 09/16/2024: FY25, Qtr 1,  Item #42

  An Emergency Purchase Extension was received on September 16, 2024 requesting an extension for dates

  starting 09/29/2024 to 01/30/2025 at an additional estimated cost of $165,807.72, revising the total estimated

  cost to $425,807.72. Reported in the same filing quarter

 

 

  Original Filing – 07/02/2024: FY25, Qtr 1, Item# 315

 

  The scope of work provides for the removal and replacement of the damaged partitions and concrete slab on

  grade in the affected areas as outlined and described as “Option 2” in the Architect/Engineer’s assessment report

   dated February 21, 2024.

 

  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 $260,000.00, 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 07/02/2024 through 09/29/2024 with an Original


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                         October 1, 2025 through December 31, 2025

  Estimated Cost of $260,000.00.

   Signed By:  Chris Miles, Exec II

      Vendor:  Shores Builders, Inc.                                                                 Notary Date:           7/2/2024

                                Original                Revised              Paid To                Actual

                                Estimate               Estimate                  Date                  Final Cost                                 FY                    QTR

      State Cost:                      $260,000.00          $425,807.72         $493,256.27           $493,256.27      26 2

   Federal                        $0.00                                                                   $0.00

  91     Commerce Commission, Illinois                                                              File Date:  11/4/2025

  Final Cost Statement

  Latest Filing – 11/04/25: FY26, Qtr 2, Item # 91

  The Actual Total Cost of FY26, Qtr 2, Item#  91 is $122,030.00, with the final contract term ending.

 

 

  Original Filing – 08/22/2025: FY26, Qtr 1, Item# 30

 

  Landmark Ford has 4 SUV's available for purchase on the lot.

 

  Four AWD Ford Escapes.

 

  This is a quick purchase to secure vehicles to meet agency need.

 

  This Emergency Purchase has an expected start date of 08/22/2025 through 11/21/2025 with an Original

  Estimated Cost of $125,000.00.

   Signed By:  Crystal Blakeman, Procurement Manager

      Vendor:  Landmark Ford                                                                        Notary Date:           8/22/2025

                                Original                Revised              Paid To                Actual

                                Estimate               Estimate                  Date                  Final Cost                                 FY                    QTR

      State Cost:                      $125,000.00                                   $122,030.00           $122,030.00      26 2

   Federal                        $0.00                                                                   $0.00


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                         October 1, 2025 through December 31, 2025

  92     Agriculture, Department of                                                                    File Date:  11/20/2025

  Final Cost Statement

  Latest Filing – 11/20/25: FY26, Qtr 2, Item # 92

  The Actual Total Cost of FY26, Qtr 2, Item# 92  is $174,926.18, with the final contract term ending.

 

 

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

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

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

 

 

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

 

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

 

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

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

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

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

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

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

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

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

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

 

 

 

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

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

  growing season starts.  Farm tile services must be done in the spring for several reason, both weather

  conditions and farming schedules.  The current soil has thawed from the winter months and has the right

  moisture content for digging and installing the tiles. The tiling is also preparing the land for the growing season.

  Installing the tiles now can improve soil conditions and prevent crop damage. Also installing the tiles now allows

   for minimal disruption to the farming schedule, as the drainage system system is in place and working

  efficiently when the crops are ready to grow. 

 

   

 

The vendor will be responsible for the drainage pipes, tiles, stone, any backfill material all equipment to

  provide the services.

 

  This Emergency Purchase has an expected start date of 03/03/2025 through 05/31/2025 with an Original

  Estimated Cost of $164,608.40.

   Signed By:  Michelle Grimsley, SPSA

      Vendor:  Baxmeyer Construction Inc.                                                         Notary Date:           2/27/2025


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                         October 1, 2025 through December 31, 2025

                                Original                Revised              Paid To                Actual

                                Estimate               Estimate                  Date                  Final Cost                                 FY                    QTR

      State Cost:                      $164,608.40                                   $174,926.18           $174,926.18      26 2

   Federal                        $0.00                                                                   $0.00

  93     Central Management Services, Department of                                            File Date:  11/13/2025

  Final Cost Statement

  Latest Filing – 11/13/25: FY26, Qtr 2, Item # 93

  The Actual Total Cost of FY26, Qtr 2, Item# 93  is $3,340.00, with the final contract term ending.

 

 

  Original Filing – 8/21/2025: FY26, Qtr 1, Item# 32

 

  There are no remediation vendors located in McLean county and this Vendor located in Springfield had

  immediate availability to come do the testing.  The Vendor has been used for other mold remediation and is

  familiar with State buildings.

 

  During the emergency declared on 8/15/25 for the sewer backup at this location, drywall had to be removed and

   mold was found.  Therefore, we need to do emergency testing for mold throughout the building.

 

  This Emergency Purchase has an expected start date of 08/20/2025 through 11/17/2025 with an Original

  Estimated Cost of $6,000.00.

   Signed By:  Martha Blackwell, Manager

      Vendor:  D.S. Consulting Services LLC                                                      Notary Date:           8/21/2025

                                Original                Revised              Paid To                Actual

                                Estimate               Estimate                  Date                  Final Cost                                 FY                    QTR

      State Cost:                         $6,000.00                                      $3,340.00              $3,340.00      26 2

   Federal                        $0.00                                                                   $0.00


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                         October 1, 2025 through December 31, 2025

  94     University of Illinois Urbana-Champaign                                                  File Date:  11/19/2025

 

  Final Cost Statement

  Latest Filing – 11/19/25: FY26, Qtr 2, Item # 94

  The Actual Total Cost of FY26, Qtr 2, Item# 94  is $257,051.00, with the final contract term ending.

 

 

  Second Filing – 10/15/24:  FY25,  Qtr 2,  Item # 36

  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.

 

  Using self-supporting funds

 

 

  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                                   $257,051.00           $257,051.00      26 2


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                         October 1, 2025 through December 31, 2025

   Federal                        $0.00                                                                   $0.00

  95     University of Illinois Urbana-Champaign                                                  File Date:  11/20/2025

  Final Cost Statement

  Latest Filing – 11/20/25: FY26, Qtr 2, Item # 95

  The Actual Total Cost of FY26, Qtr 2, Item# 95  is $375,993.00, with the final contract term ending.

 

 

  Original Filing – 08/01/2025: FY26, Qtr 1, Item# 16

 

  Althoff is  highly familiar with both the building and our operational processes from prior work. Most

  importantly, Althoff has the labor force and materials readily available to meet the accelerated project timeline,

  ensuring all work is completed so the student resident rooms are ready for move-in the week of August 18,

  2025.

 

  Repair piping, electrical and finishing for 43 fan coil units.  We have failed condensate lines in multiple rooms

  that caused significant drywall, flooring and furniture damage as a result of mold growth. After remediation

  occurs, Althoff Industries will begin restoration process, which includes fan coil condensate line reroutes as

  well as installation of mold resistant drywall.

 

  This Emergency Purchase has an expected start date of 08/01/2025 through 10/26/2025 with an Original

  Estimated Cost of $375,993.00.

   Signed By:  Aaron Rosenthal, Assist Vice Chancellor

      Vendor:  Althoff Industries                                                                     Notary Date:           8/1/2025

                                Original                Revised              Paid To                Actual

                                Estimate               Estimate                  Date                  Final Cost                                 FY                    QTR

      State Cost:                      $375,993.00                                   $375,993.00           $375,993.00      26 2

   Federal                        $0.00                                                                   $0.00


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                         October 1, 2025 through December 31, 2025

  96     University of Illinois Urbana-Champaign                                                  File Date:  11/11/2025

 

  Final Cost Statement

  Latest Filing – 11/11/25: FY26, Qtr 2, Item # 96

  The Actual Total Cost of FY26, Qtr 2, Item# 96  is $21,000.00, with the final contract term ending.

 

 

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

 

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

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

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

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

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

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

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

  efficiencies and streamlines coordination with campus departments.

 

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

 

  Receive the equipment at our warehouse and prep for delivery

  Deliver the equipment to the site and set in place

  Set both outdoor condensers in the penthouse

  New refrigerant copper piping from indoor unit to outdoor unit

  Condensate drain line

  Pressure test refrigerant piping with nitrogen to test for leaks

  Vacuum test to 500 microns

  Refrigerant needed to furnish the installation

  Start up of equipment by one of our factory technicians

  Unit comes with a 1-year parts and labor warranty

  Additional installation of cold isle containment curtains

 

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

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

   facilities repairs, maintenance and improvements.

   Signed By:  Aaron Rosenthal, AVC

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

                                Original                Revised              Paid To                Actual

                                Estimate               Estimate                  Date                  Final Cost                                 FY                    QTR

      State Cost:                      $150,000.00                                    $21,000.00            $21,000.00      26 2


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                         October 1, 2025 through December 31, 2025

   Federal                        $0.00                                                                   $0.00

  97     University of Illinois Urbana-Champaign                                                  File Date:  11/11/2025

 

  Final Cost Statement

  Latest Filing – 11/11/25: FY26, Qtr 2, Item # 97

  The Actual Total Cost of FY26, Qtr 2, Item# 97  is $191,880.00, with the final contract term ending.

 

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

 

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

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

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

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

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

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

  compromised. 

 

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

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

  Disconnect and reconnect existing electric to new motor.

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

  Provide vibration analysis after motor is installed and started.

 

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

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

   Signed By:  Aaron Rosenthal, AVC

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

                                Original                Revised              Paid To                Actual

                                Estimate               Estimate                  Date                  Final Cost                                 FY                    QTR

      State Cost:                      $225,000.00                                   $191,880.00           $191,880.00      26 2

   Federal                        $0.00                                                                   $0.00


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                         October 1, 2025 through December 31, 2025