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