DuPage Water Gomm ission - DuPage Water Commission

106
t. il. ilt. IV DuPage Water Gomm ission 600 E. Butterfield Road, Elmhurst, lL 60126-4642 (630) 834-0100 Fax: (630) 834-0120 AGENDA DuPAGE WATER COMMISSION THURSDAY, APRIL 17, 2014 7:00 P.M. 600 EAST BUTTERFIELD ROAD ELMHURST, IL 60126 Call to Order and Pledge of Allegiance Roll Call (Majority of the Commissioners then in Office-rninimum 7) Public Comments (limited to 3 minutes per person) Approval of Minutes (Concurrence of a Majority of tho$e Commissioners Present, provided there is a quorum-fiinimum 4) RECOMMENDED MOTION; To approve the Minutes of the March 20,2014 Regular Meeting, and the Minutes of the March 20,2014 Executive $ession Meeting of the DuPage Water Commission (Voice Vote). V. Charter Customer Hearing Regarding Management Budget Ordinance for the Fiscal Year Commencing May 1,2014 and Ending April 30, 2015 (Concurrence of a Majority of those Commissioners Present, provided there i$ a quorum*minimum 4) REGOMMENDED MOTION: To open the Charter Customer Hearing regarding the Management Budget Ordinance for the Fiscal Year Commencing May 1, 2014 and Ending April 30, 2015 (Voice Vote). RECOMMENDED MOTION: To close the Charter Customer Hearing regarding the Management Budget Ordinance for the Fiscal Year Commencing May 1, 2014 and Ending April 30, 20{5 (Voice Vote). Vl. Treasurer's Report - March 2Q14 (Concurrence of a Majority of those Commissioners Present, provided there is a quorum-minimum 4) RECOMMENDED MOTION: To accept the March 2014 Treasurer's Report (Voice Vote). All visitors must present a valid driver's license or other government-issued photo identification, sign in at the reception area and wear a visitor badge while at the DuPage Pumping Station.

Transcript of DuPage Water Gomm ission - DuPage Water Commission

t.

il.

ilt.

IV

DuPage Water Gomm ission600 E. Butterfield Road, Elmhurst, lL 60126-4642

(630) 834-0100 Fax: (630) 834-0120

AGENDA

DuPAGE WATER COMMISSION

THURSDAY, APRIL 17, 20147:00 P.M.

600 EAST BUTTERFIELD ROADELMHURST, IL 60126

Call to Order and Pledge of Allegiance

Roll Call(Majority of the Commissioners then in Office-rninimum 7)

Public Comments (limited to 3 minutes per person)

Approval of Minutes(Concurrence of a Majority of tho$e Commissioners Present, provided there is a quorum-fiinimum 4)

RECOMMENDED MOTION; To approve the Minutes of the March 20,2014 RegularMeeting, and the Minutes of the March 20,2014 Executive $ession Meeting of theDuPage Water Commission (Voice Vote).

V. Charter Customer Hearing Regarding Management Budget Ordinance for theFiscal Year Commencing May 1,2014 and Ending April 30, 2015(Concurrence of a Majority of those Commissioners Present, provided there i$ a quorum*minimum 4)

REGOMMENDED MOTION: To open the Charter Customer Hearing regarding theManagement Budget Ordinance for the Fiscal Year Commencing May 1, 2014 andEnding April 30, 2015 (Voice Vote).

RECOMMENDED MOTION: To close the Charter Customer Hearing regarding theManagement Budget Ordinance for the Fiscal Year Commencing May 1, 2014 andEnding April 30, 20{5 (Voice Vote).

Vl. Treasurer's Report - March 2Q14

(Concurrence of a Majority of those Commissioners Present, provided there is a quorum-minimum 4)

RECOMMENDED MOTION: To accept the March 2014 Treasurer's Report (VoiceVote).

All visitors must present a valid driver's license or other government-issued photo identification, sign in atthe reception area and wear a visitor badge while at the DuPage Pumping Station.

Commission Agenda April 17,2014

Vll. Committee Reports

A. Finance Committee

1. Report of 4117114 Finance Committee

2. Ordinance No. O-2-14: An Ordinance Approving and Adopting an AnnualManagement Budget for the Fiscal Year Commencing May 1, 2014 andEnding April 30,2015(Concurrence of a Majority of the Appointed Commissioners-7)

3. Ordinance No. O-3-14: An Ordinance Establishing Fixed Costs to be Payableby Each Contract Customer for the Fiscal Year Commencing May 1, 2014and Ending April 30,2015(Affirmative Majority of the Appointed Commissioners, containing the vote$ of at least 1/3 of the County AppointedCommissioners and 40% of the Municipal Appointed Commissioners*3 County + 3 Muni+1=7)

4. Retain the services of Baker Tilly as Financial Services Provider at a cost not toexceed $102,000.00 for a one year term.

(Affrmative Majority of the Appointed Commissioners, containing the votes of at least 1/3 of the County AppointedCommissioners and 40% of the Municipal Appointed CommissionersA3 Coun$ + 3 Muni+1=7

RECOMMENDED MOTION: To adopt item numbers 2 through 4 under the FinanceReport section of the Agenda in a single group pursuant to the Omnibus VoteProcedures (Roll Gall).

5. Actions on Other ltems Listed on 4117114 Finance Committee Agenda

B. Administration Committee

1. Report of 4117114 Administration Committee

2. Actions on Other ltems Listed on 4117114 Administration Committee Agenda

C. Engineering & Construction Committee

1. Report of 4117114 Engineering & Construction Committee

2. Resolution No. R-10-14: A Resolution Approving and Ratifying Certain WorkAuthorization Orders Under Quick Response Electrical Contract QRE-6/12(Contractor TBD at an Estimated Cost not-to-exceed $80,000.00)

(TO APPROVE: Concurrence of a Majority of the Appointed Commissioners-7)

3. Resolution No. R-11-14: A Resolution Approving Rider No. 2 to the StandardForm of Agreement between DuPage Water Commission and Tank IndustryConsultants Inc. for Professional Engineering $ervices (Estimated not-to-exceed $131,485.00)

(Afflrmative Majority of the Appointed Commissioners, containing the votes of at least 1/3 of the County AppointedCommissioners and 40% of the Municipal Appointed Commissioners-3 County + 3 Muni+1=7)

Commission Agenda April 17,2014

Resolution No. R-13-14: A Resolution Directing Advertisement for Bids on aContract for the Rehabilitation of Coating Systems and Fall ProtectionSystems for Tank Sites No. 2 and No. 4 West (Contract SS-6/14)

(TO APPROVE: Concurrence of a Majority of the Appointed Commissioners-7)

Request for Board Action: Approval of Final Design, Plans and Specificationsfor the Construction of the DuPage County York Township Joint Facility andConnection Faculties (No Cost Component)

(TO APPROVE: Cencurrence of a Majority of the Appointed Commissioners-7)

Request for Board Action - To Suspend the Purchasing Procedures of theCommission's By-Laws and to Authorize the purchase of two (2) High LiftPump Motor Bearings from Electric Machinery, Inc. at a cost not to exceed$30,000.00

(TO SUSPEND PURCHASING PROCEDURES: 2/3 Majority of those Commissioners Present, provided there is aquorum - minimum 5)

(TO APPROVE: Concurrence of a Majority of the Appointed Commissioners-7)

RECOMMENDED MOTION: To adopt item numbers 2 through 6 under theEngineering & Construction Report section of the Agenda in a single grouppursuant to the Omnibus Vote Procedures (Roll Gall).

7. Actions on Other ltems Listed on 4117114 Engineering & ConstructionCommittee Agenda

Vlll. Accounts Payable(Affirmative Majority of the Appointed Commissioners, containing the votes of at least 1/3 of the County AppointedCommissioners and 40% of the Municipal Appointed Commissioners-3 County + 3 Muni+1=7)

RECOMMENDED MOTION: To approve the Accounts Payable in the amount of$7,761,970.40, subject to submission of all contractually required documentation,for invoices that have been received (Roll Call).

RECOMMENDED MOTION: To approve the Accounts Payable in the amount of$991,555.00, subject to submission of all contractually required documentation,for invoices that have not yet been received but have been estimated (Roll Call).

lX. Chairman's Report

X. Omnibus Vote Requiring Majority Vote

Xl. Omnibus Vote Requiring Super-Majority or Special Majority Vote

3

4.

5.

6.

Commission Agenda

Xll. Old Business

April 17 ,2014

Xlll. New Business

XlV. Executive Session

(Concurrence of a Majority of those Commissioners Present, provided there is a quorum-rninimum 4)

RECOMMENDED MOTION: To go into Executive Session to discuss securityprocedures pursuant to 5 ILCS 120/2(cXB), to discuss mafters related topersonnel pursuant to 5 ILCS {20/2(c)({) and (2), to discuss acquisition of realestate pursuant to 5 ILCS 120/2(c)(5), to discuss pending, probable, or imminentlitigation pursuant to 5 ILCS .|20/2(c)(11), and/or to discuss minutes of closedmeetings pursuant to 5 ILC$ 120/,2(cl(21) (Roll Call).

RECOMMENDED MOTION: To come out of Executive Session (Voice Vote).

XV. Adjournment(Concurrence of a Majority of those Commissioners Pre$ent, provided there is a quorum-minimum 4)

Board/Agendas/Commission/20 1 4/Rcrn 1 404.docx

4

MINUTES OF A MEETING OF THEDUPAGE WATER COMMISSION

HELD ON THURSDAY, MARCH 20,2014600 E. BUTTERFIELD ROAD

ELMHURST, ILLINOIS

The meeting was called to order by ChairmanZay at 7:00 P.M.

Commissioners in attendance: J. Broda, R. Furstenau, C. Janc, D. Loftus, J. Pruyn, M.

Scheck, P. Suess, J.B. Webb and J. Zay

Commissioners Absent: L. CraMord, W. Murphy, D. Russo, and F. Saverino

Also in attendance: Treasurer D" Ellsworth, J. Spatz, C" Johnson, C. Peterson, T.McGhee, J. Rodriguez, F. Frelka, J. Schori, R, C. Bostick, H. Kazmierczak, and G.

Gorski of Gorski & Good, LLP.

PUBLIC COMMENT

None

APPROVAL OF MINUTES

Commissioner Broda moved to approve the Minutes of the Februarv 20. 2014 SpecialCommittee of the Whole Meetinq, the Minutes of the Februarv 20. 2014 ReqularMeetino, and the Minutes of the Februarv 20. 2014 Executive Session Meetinq of theDuPage Water Commission. Seconded by Commissioner Janc and unanimouslyapproved by a Voice Vote.

All voted aye. Motion carried.

TREASURER REPORT

Treasurer Ellsworth presented the February 2014 Treasurer's Report, consisting of tenpages, noting that pages 1 and 2 contained a brief summary of the report.

Treasurer Ellsworth pointed out the $71.7 million of cash and investments on page 3,

which reflected an increase of about $2.1 million from the previous month. TreasurerEllsworth also pointed out the schedule of investments on pages 4 through I totaling

$69.0 million and the market yield on the total portfolio showed 51 basis points whichhad decreased slightly from the prior month. On page 9, the statement of cash flowsshowed an increase in cash and investments by about $6.8 million and operatingactivities increased cash by approximately $7.5 million, roughly $28.7 million of salestax was received, and principal and interest debt payments on bonds totaled about

929.6 million. On page 10, the monthly cash/operating report showed that theCommission had met or exceeded all of its reserve requirements and approximately

$41.4 million of outstanding debt in Table 3, Rows H and l.

-1-

carolyn
Draft

Minutes of the 3n1n4 Commission Meeting

Commissioner Suess moved to accept the Februarv 2014 Treasurer's Report.

Seconded by Commissioner Janc and unanimously approved by a Voice Vote.

All voted aye. Motion carried.

COMMITTEE REPORTS

Finance Committee - Reported by Commissioner Suess

Commissioner Suess reported that the Finance Committee reviewed all items listed on

the Finance Committee Agenda.

With respect to the Interest Period under the Northern Trust Certificate of Debt,

Commissioner $uess stated that the Finance Committee recommended electinganother one month interest period.

With respect to the 2014/2015 appropriation budget, Commissioner Suess stated thatthe Finance Committee recommended that staff post and make available to the publicfor viewing.

Commissioner Suess moved to adopt Resolution No. R-8-14: A Resolution Authorizingand Directinq the Use of General Account Balances for the Pavment of Debt Service onthe Northern Trust Certificate of Debt - up to $6M. Seconded by CommissionerFurstenau and unanimously approved by a Roll Call Vote.

Ayes: J. Broda, R. Furstenau, C. Janc, D. Loftus, J. Pruyn, M. Scheck, P. Suess,J.B. Webb and J. Zay

Nays: None

Absent: L. Crawford, W. Murphy, D. Russo, and F. $averino

Administration Committee - Reported by Commissioner Broda

Commissioner Broda reported that the Administration Committee reviewed andrecommended for approval all items listed on the Administration Committee Agenda.After Commissioner Broda gave a brief summary of each item, he welcomed anyquestions.

Hearing none, Commissioner Broda moved to adopt Resolution No. R-9-14: AResolution Authorizinq and Ratifvinq the Disposal of Certain Personal Propertv Ownedbv the DuPaqe Water Commission. Seconded by Commissioner Loftus.

Commissioner Loftus inquired as to how the two groups were selected for the donateditems. General Manager Spatz replied that the Commission had worked with AssistiveTechnology Exchange Network in the past and the other organization wa$ suggested bya staff member. With no further discussion, the motion was unanimously approved by aRoll CallVote.

-2-

Minutes of the 3120114 Commission Meeting

Ayes: J. Broda, R. Furstenau, C. Janc, D. Loftus, J. Pruyn, M. Scheck, P. Suess,J.B. Webb and J. Zay

Nays: None

Absent: L. Crawford, W. Murphy, D. Russo, and F. Saverino

Commissioner Webb left the meeting at 7:05 P.M.

Engineering & Construction Committee * Reported by Commissioner Loftus

Commissioner Loftus reported that the Engineering & Construction Committee hadreviewed and recommended for approval all action items listed on the Engineering &Construction Agenda. Before the motion was made, Commissioner Loftus referred toItem Number 5 and requested that it be removed from the Omnibus Group Vote Agendafor separate consideration and added that the item would be considered by twoseparate votes; 1) to suspend the purchasing procedures of the Commission By-Laws;and 2) to approve the purchase.

With no further discussion, Commissioner Loftusand 6 under the Enqineerinq & Construction Report section of the Aoenda in a sinqlegroup pursuant to the Omnibus Vote Procedures. Seconded by CommissionerFurstenau and unanimously approved by a Roll CallVote.

Ayes: J. Broda, R. Furstenau, C. Janc, D. Loftus, J. Pruyn, M. Scheck, P. Suess,and J. Zay

Nays: None

Absent: L. Crawford, !V. Murphy, D. Russo, F. Saverino, and J.B. Webb

Item 2: Ordinance No. O-1-14: An Ordinance Requesting the IntergovernmentalTransfer of Easement Rights for the DuPage County York Township WaterFacility Metering $tation and Authorizing the Execution of the DuPageCounty York Township Water Facility Metering Station EasementAgreement (No Cost Component)

Resolution No. R-6-14: A Resolution Approving and Ratifying Certain WorkAuthorization Orders Under Quick Response Electrical Contract QRE-6/12(McWilliams Electric Co. Inc. Estimated not-to-exceed $55,100.00 andDivane Bros. Electric Co., Estimated not-to-exceed $6,500.00)

Resolution No. R-7-14: A Resolution Approving and Ratifying Certain WorkAuthorization Orders Under Quick Response Contract QR-10/13 (RossiContractors, Inc Estimated Range Between $125,000.00 and $145,000.00)

Minutes of the 3120114 Commission Meeting

Item 6: Request for Board Action: To give the General Manager the authorizationto purchase Surge Protective Devices from $teiner Electric Company (in theamount of $33,999.00).

AfterCommissionerLoftusprovidedabriefSummaryof|temNumber5,@ILoftus moved to Suspend the Purchasinq Procedures of the Commission's Bv-Laws.Seconded by Commissioner Janc and unanimously approved by a Roll Call Vote.

Ayes: J. Broda, R. Furstenau, C. Janc, D. Loftus, J. Pruyn, M. Scheck, P. Suess,and J. Zay

Nays: None

Absent: L. Crawford, W. Murphy, D. Russo, F. Saverino, and J.B. Webb

Commissioner Loftus moved to Authorize the Purchase and lnstallation Services for anAdditional Four (4) PAX Mixers from Utilitv Service Companv estimated cost of

. Seconded by Commissioner Scheck and unanimously approved by a RollCallVote.

Ayes: J. Broda, R. Furstenau, C. Janc, D. Loftus, J. Pruyn, M. Scheck, P. Suess,and J. Zay

Nays: None

Absent: L. Crawford, !V. Murphy, D. Russo, F. Saverino, and J.B. Webb

ACCOUNTS PAYABLE

Commissioner Broda moved to approve the Accounts Pavable in the total amount of$8.062,500.54 subiect to submission of all contractuallv required documentation. forinvoices that have been received and for invoices that have not vet been received buthave been estimated. Seconded by Commissioner Pruyn and unanimously approvedby a Roll CallVote:

Ayes: J. Broda, R. Furstenau, C. Janc, D. Loftus, J. Pruyn, M. Scheck, P. Suess,and J. Zay

None

Absent: L. Crawford, W. Murphy, D. Russo, F. Saverino, and J.B. Webb

CHAIRMAN'S REPORT

Chairman Zay repofted the he and General Manager Spatz met with CommissionerTom Powers from the Department of Water Management for the City of Chicago notingthat the meeting went well. Chairman Zay noted the topics of discussion were: 1) thepossibility of amending the Water Contract between the Chicago of Chicago and the

Minutes of the 3120114 Commission Meeting

Commission to include some water rate safeguards and 2) the discussion of sharingcosts regarding insurance coverage for the Lexington Pumping Station shouldsomething catastrophic happen, the Commission would be protected. Both items werewell received.

Chairman Zay concluded his report by congratulating General Manager Spatz as hewould be celebrating his third year anniversary with the Commission the following day.

OMNIBUS VOTE REQUIRING MAJORITY VOTE

None

OMNIBUS VOTE REQUIRING SUPER-MAJORITY OR SPHCIAL MAJORITY VOTE

None

OLD BUSINESS

With regards to the FY2014-2015 Tentative Annual Draft Budget, Chairman Zay askedif any of the Board members had any questions/comments. Hearing none, ChairmanZay welcomed Board members to contact General Manager Spatz should they needfurther explanation.

Commissioner Furstenau suggested that staff put together, at the end of the fiscal year,a report of what the Commission had forecasted and what the Commission hadaccomplished to show customers the positive steps that the Commission has made.

Chairman Zay reminded the Commissioners of how well received the presentation thathe and General Manager Spatz gave at the DuPage Mayors and Managers Conferencein February which included the Commission's accomplishments.

General Manager Spatz noted that staff had updated the 4-year model withcomparisons from what was forecasted versus what was actually spent and/or budgetedand would make it available to Commissioner Furstenau.

NEW BUSINE$S

Chairman Zay shared how pleased he was with General Manager Spatz and staff'swork during the recent water main leaks that occurred in the City of Wheaton and in theVillage of ltasca; noting the positive responses that he had received from customersand others regarding staff's hard work and professionalism.

lvith regards to the current pieces of legislation involving the Commission,Commissioner Furstenau inquired as to the status of the Bills and its effect on theCommission. General Manager Spatz noted that the proposed changes would create asignificant negative impact concerning the Commission's annual audit, budget, billingsystem, and with the process of water rate increases.

-5-

Minutes of the 3120114 Commission Meeting

Commissioner's Broda and Pruyn noted that they had shared the legislation Bills withthe DuPage Mayors and Managers staff and their lobbyist. Chairman Zay and GeneralManager Spatz added that the County was aware of it, as well as, the Commission'sconsultant, John J. Millner and Associates.

EXECUTIVE SESSION

Commissioner Furstenau moved to go into Executive Session to discuss matters relatedto personnel pursuant to 5 ILCS 120/2(cX1) and (2). Seconded by Commissioner Pruynand unanimously approved by a Roll CallVote:

Ayes: J. Broda, R. Furstenau, C. Janc, D. Loftus, J. Pruyn, M. Scheck, P. Suess,

Nays:

and J. Zay

None

Absent: L. Crawford, W. Murphy, D. Russo, F. Saverino, and J.B. Webb

The Board went into Executive Session at 7:20 P.M.

Commissioner Webb returned at 7:30 P.M.

Commissioner Broda moved to come out of Executive Session at 7:50 P.M. Secondedby Commissioner Loftus and unanimously approved by a Voice Vote.

All voted aye. Motion carried.

Commissioner Pruvn moved to adiourn the meeting at 7:51 P.M. $econded byCommissioner Broda and unanimously approved by a Voice Vote.

All voted aye. Motion carried.

Board/Minutes/Commission/201 4/Rcm 1 40320docx

-6-

DUPAGE WATER COMMISSIONINTEROFFICE M EMORANDUM

TO: Chairman and Commissioners

FROM: Douglas Ellsworth, Treasurer

DATE: April 8,2014

SUBJECT: TREASURER'S REPORT - MARGH 31, 2014

I am pleased to report that I have reviewed and approved alljournal entries and bank reconciliations for

the month of March, 2014. I have also reviewed the monthly financial statements and budget status

reports, and have found them to be in order.

Summarv of Gash & Investments (Pflge 3l1. Cash and investments totaled $74.8 million at March 31"', up $3.1 million from last month. The

increase can be attributed to strong cash flow from operations and healthy sales tax receipts.

Z. The balance in the BMO Harris checking account at March 31"'was $9.1 million, but $6 millionwas transferred into the account at the end of the month to cover the April 1 Northern Trust debtcertificate payment that the Commissioner$ approved at their March meeting.

I S. The BMO Harris money market account balance decreased by $2.5 million during the month, for

I an ending balance of $10.4 million.It.| +. The lllT money market account used by PFM had $2.+ million at March 31", a decrease from the

| $4.9 million reported as of February 28'n. PFM purchased various investment securities, whichI resulted in the decrease.

5. PFM increased our investment in U.S. treasuries by $e.Z million during March. Out holdings ofcommercial paper increased by $1.S million. Our investment in agency securities decreased $2.1million from last month.

6. The current holdings of cash and investments are in compliance with the approved investmentpolicy.

7. The Commission's cash and investment position is $9.8 million better than the start of the fiscalyear, The following table presents a summary of the changes in cash position by account.

Gash and Investments by Account

Account Balance 51112013Balance

313112014YTD Increase

f Decrease)

Operations & Maintenance $8,451 ,017 $18,305,19e $ 9,854,183Bond lnterest 120.200 23,468 (96,73?)

Bond Principal 3.580.200 1.164,500 (2.415,700)

General Accounl 7,926,657 8.231,700 305,043Sales Tax 9.158.084 s.182.583 24.499Operatino Reserve 34,182.436 34,421,177 238,741Lono-Term Cao. Reserve 1.545.423 3.480.S57 1.935,534Total Cash & Investments $64,964,017 $74.809,585 $ 9.845.568

Treasurer's ReportMarch,2014Page Two

While the $9.9 million increase in the Operations & Maintenance account is high, keep in mindthat $6 million was moved to the account late this month to cover the Northern Trust debtcertificate payment that was made on April 1sI.

$chedule of Investments (Paqes 4-B)1. The average yield to maturity on the Commission's investments was 0.55%, up slightly over the

Q.51o/o reported last month.

2. The portfolio is showing unrealized losses of $119,998 at March 31*t, compared to unrealizedgains of $26,709 at February 28th. At April 30, 2013 our portfolio showed unrealized gains of$205,000.

3. The amortized cost of our investments was $65.7 million at March 31*t, a decrease of $3.3 millionfrom last month. The decrea$e can be attributed to a withdrawal of funds to cover the $6 milliondebt payment that was made on April 1".

$tatement of Gash Flows (Pase 9)1. The statement of cash flows shows cash & investments increasing $9.8 million over the past

eleven months.

2. Operating activities increased cash by $8.3 million.

3. $32.2 million of sales tax revenue was received.

4. Debt service payments totaled $30"8 million.

5. Investment earnings totaled $489,981.

Reserve Analvsis (Paqe 10)1. The reserve analysis report shows the commission has met or exceeded all reserve targets at

March 31st.

2. The Operating Reserve account is $309,788 over its target of $34.1 million.

3. The O & M account has $18.3 million, compared to the target of $8"8 million, but the balancedropped by $0 million on April 1".

4. The General Account has $9.1 million. and the $ales Tax Account has $9.2 million.

5. There was $40.2 million of debt outstanding at March 31", a reduction of $1.2 million from lastmonth. For the year, $30.3 million of debt has been retired.

Respectfully submitted,

Treasurer

DU PAGE WATER COMMISSIONTREASURER'S REPORTSUMMARY OF CASH AND INVESTMENTSMarch 31,2014

FUNDS CONSIST OF: March 31, 2014 Februarv 28.2014 rNcR. - (DECR.)

PETTY CASHCASH AT HARRIS BANK

IIIT MONEY MARKET FUNDSBMO HARRIS MONEY MARKET FUNDSU. S. TREASURY INVE$TMENTSU. S. AGENCY INVESTMENTSMUNICIPAL BONDSCOMMERCIAL PAPERCERTIFICATES OF DEPO$IT

TOTAL CASH

TOTAL INVESTMENTS

TOTAL CASH AND INVESTMENTS

TOTAL INVESTMENTS

1,200.009,105,406.37

1,200.002,723,667.51

0.006,381,738.86

9.106.606.37 2,724,867.51 6.381.738.86

2,392,426.5210,386,561.?723,583,387.7716,318,293.564,452,617.536,596,691.961,973,000.00

4,865,339.1612,886,01s.1721 ,399,515.6018,380,568.104,455,367.865,049,007.061,973,000.00

(2,472,912.64)(2,499,4s3.90)2,183,872.17

(2,062,274.54)(2,750.33)

1,s47,684.900.00

65,702,978.61 69.008.812.95 (3,305,834,34)

74,809,584.98

March 31, 2014

71,733,680.46

February 28,2Q14

3,075,904.52

% CHANGE

IIIT MONEY MARKET FUND$BMO HARRIS MONEY MARKET FUNDSU. S. TREASURY INVESTMENTSU. S. AGENCY INVESTMENTSMUNICIPAL BONDSCOMMERCIAL PAPERCERTIFICATES OF DEPOSIT

3.60/o

15.8%35.9%24.8o/o

6.8%10.0%3.0o/o

7.0o/o

18.7%31.0%26.60/o

6.5n/"7.3%2.9o/o

-50.8%-19.4o/o

1Q.2%-11.2o/o

-0.1o/o

30.7%0.0%

99.9% 100.0% -4.Io/t

Note 1 - lnvestments are carried at amortized co$t.

HN-

N(?oc_{

FdNsENFF+Nd;s+c!

6FO

@

E[[E

666+

o666+N

66qqqqc!q--q6t6+

tsF6F

66ObS

(oF+

666dO66F

ddtdtdtdt J

ts O

FrO

O

OO

OO

OO

O\

oqqqq qqqqqqqq

E E

RE

E 88888888

o +

S-6

OO

OO

OO

OO

- 6O

Od

'$6.S.Jf.S

6"O{O

@

oooo tsttttss

N

OS

.OO

. N

NN

NN

NN

N

6E

6NO

oNo

dtdio6$@odrtd6N

6

ts O

+F

@

OO

OO

OO

eO\

c?={.-q

qqqqqqqqO

€trO

O

OO

OO

OO

OS

O

q@N

O

OO

OO

OO

Oo

@seo

oooooooo-'

ototst€ ur dddddodto

@

oooo qf

ttsEqt

N

6666 N

NN

NN

NN

NJJ

s@6N

O

didt66_

+_

6-6fi$O

NG

F

OO

OO

66666666

6 0000

$++

++

++

+N

O

OO

O

NN

NN

NN

NN

FN

FN

ssfs sss"lR

s.:Rss

OO

OO

@

OQ

OE

OO

QN

NN

N

€tststs@O

S$

iii; iaai;;;;

s66

;eEe;e

NO

O..

q q

ilta+JU

5H

HH

E40Uo<

ul-L)!,8E

A

trJ

{J(L{

nFF=

F-!L(4=

/ogfs->

5zOU

JT

LFl{(J

fi;=F

5=troE=

(JtlJ!l(/)0r*6sFu)o(JUNEE

6@

6NO

oNo

dtdto6006+

6cos+grN

(ori-o

fififis tooo

@O

OO

N

NN

NN

€fiS

@ttttt$tt

toooN

NN

NN

S6d

tttftttt

NN

NN

NO

OS

oooosoooN

NN

NN

ES

Stststss$

q E

EE

E

F

NN

NN

S

@@

FF

.f $tt.+$ts$ts

e Q

$es!o

aaeao

oooo

* ssss

; ;;;;

tlf+

stt

$n-t

ooom

oo

SS

SN

OO

?iPA

R

b +

Efr*E

Ef -E

=re

t fisE# 5 E

gEgF

SE

s gFt; #E

E$+

$EE

F

P=

dh oooo6ooo

=

(Jdloo (Jo(J(J(Jo(Jo

tsN€dtsNfo(JtgdE0

4E

+r

ogES

m5

6NE'oE.E(Lc.r2 fiE

qO

EE

6dtE

NN

xRh{E

H>u

00CE

o:E

rSH

OE

E6

IE

IE

s-Noo{'6Fodjooc=Ia0E

FEr

PT

EuJU)

fHpf;(r

.E=EE{gt.P0E

ssssssss60606600q\h\qc?qR

n-16too0E.9.qEEo(JNsNcFE=oqI{i

uJOEazI

zIUI

g,EE(JTE

tiJEP

E

Bfr+

R}H

Fgi

FfiE

:4u69

BE

5#

c?tsc!NN

Nf

6FN

Nsr@

@@

@oH

+o

OO

+6N

+

NN

6O66+

F@

trooEsts+

+oor+

F

NO

+S

OS

6dF

6ON

oo

o si o o

@ o

+

Oj ri

r; (Ij F

Ci di +

r, 'f) +

({ = !e

F d 6i -

ci F ct

F-ssF

-oF@

Nd)C

{NdF

dN

6N+

66O

6F+

clts- €O

--n'_€N-N

-6.NtsO

_ 6+

6_ N

h F

-tFN

O

F

N

ilna+?H

=H

Hfr

tszo

uJU

'* l,t6#rf 6-f-

U<

Jo-s

nFH5E

F+

*

sfEE

ooAi

FS

tts

FF

E

qE

E88

EoiS

S

ER

R

E156

-ooo

EE

F

tsFO

ddd+F

6Ots+

O+

fiO

OO

OO

OO

O

nOO

OO

$ N

@d

d6O66t+

66FtS

SS

OF

O

OO

OO

O

AT

OO

SO

@

OS

d -

+ -

+ di -

dt ts 6 6i d trt r crt F

rj o s o o o o

ts o Ki d ci r; qj

<p +

d F

S+

++

N66ts+

6ts6tO$

OO

OIO

O(O

T

NS

OO

OF

n@

N

666666+N

ON

tNF

rtsfi O

O$O

O$

OO

OO

NO

A

Go

6 dtsoN

-66o$sdF:risiG

id rtdrtddd

sirto;dotJ<p

oglF

O

66FfiS

FO

O6@

rSQ

nn @

tsNO

EO

E

tst+E

ro oo

6. @

S+

fiN

FN

TT

TN

NN

OT

F

FN

FF

F

HN

FF

F

F

NN

N

oob

6666666666666866 5E

H6156

E55rst56E

E

6;

;;;;;;;;;;aiiiii iiiiii

Iiiilii ii

H

)< )<

)<:<

:< )<

)< )<

)< )d:<

){ }{ }4 }< }<

}<

H }<

}< }<

}<

}< }4 }<

}< }<

}< }<

}<

Hxi

xxxxxxxxxx)<xxxxx

xxxxxx xxxxxxx

xx@

dK

tridrtF

de cjo-iri-id-i-i

ri-i-i-i-i-i -iri-irid-iri

-i-iF

oE

Fooiari6o6666666

6F8565

6il6=6E

d 66

O

@O

SO

N

-NT

+-N

NN

OF

F

FN

FF

F

FN

FF

F

F

OO

si

mt@

A@

@{eN

dFcO

(o+6F

+

O

O

6+tsF

66d0 hF

firS@

OO

OO

mN

EO

NO

-d 66

6 +

6OO

F6+

N

o'

+ddd;ri+

d-r;Fdidid;-di

'dF

si dtridF

o6dt so

6ts@N

NN

rrNo6N

dtd(o- +

F

6 6F

+

666 6O

rN@

@O

@N

-@F

oF-N

d vh

OF

F

FN

66@@

S

Fooq

o N

=

F

+fi+

6NN

OO

+@

OO

SQ

SO

O

(QO

eOO

tsrtsrO

rO

F@

oq (| q q oq q u?.. oq c! q \

oq q a oq cl

q a q q q c'{ q q q q q

n? - :

c!O

ts+

AO

Sts+

@E

@N

o@o6N

66O

O66

6+O

6O+

ts O

F@

r@

FN

Nd)@

obdN+

6F+

+

OdN

OO

O

FO

6FdO

F

NS

N

s@drrdabN

Nd6F

6OO

SS

O

O6O

Ot

6dOO

S€fi

Fo

d o6+

'rtod66odt66tcidi-No

6o6ooo obo+

oidd 6iot

F

OF

66NdF

O666F

6666 @

FO

OO

O

etsS-$tsO

O

OO

_ 6S

+6N

F

NF

TT

NN

Nm

T

FF

Nrrr

tsNr-F

F

N

NN

6'l).iN66tsNe6NENxso

trtEH

=f

troEH

(JtIJ!aEE

FT

L{-v

FoouJNEF

ssssss sssssss

(Po@

Qc{qt

CP

@O

$-ehoF

onoo tN

o6EE

E-dcidci-

cicioci6do

s sss.:sssssssssssss(!J

OoO

On$O

r€-qmO

cqNN

o N

NO

NO

tOO

6ttEtn@

Oci

o o cioo cio

cidoo cicio

o o

- u}$F

tsO---T

NN

NS

@S

(FS

rfcgq)tststs(ON

NN

@tsts9)

Noqe@

@@

tsQa€€ooq

NtsF

€@(Q

o€O

OO

NN

@N

tcqE$

tsalSO

Orr

qtt@o

N$@

tstsoo

++

Rxi

bbNN

66

t tth6660@

@60666@

F

t66666 +

666066

F

6F6F

OF

FF

O6O

OF

OO

F

FF

bF6F

6N

OO

O@

dO

r(5r(qciS

(qdOS

SO

Sd66

OO

FO

FO

N

FS

SdN

NS

S

OflF

r-FF

t@@

@@

FF

O

@@

@6F

F

NO

NO

dOo

O

OT

OO

TO

OO

OO

OO

OT

TO

O

OO

OO

F

FO

FO

OO

O

+

N6S

NN

d++

d6dS+

dS+

N

NN

dSd

NtO

mA

eA

F

OF

66OO

++

6ON

+tstsF

O

6FF

dSN

O

SO

+6rF

6 S

NO

6$lSO

eNrN

NN

Ndr

NS

dFN

N

SN

dFN

OC

IS

S

OO

OT

FO

Nfi666N

FO

O

@O

tsNN

O

tFN

N6O

OO

O

OO

OT

OO

OO

OO

OO

FF

O

OF

OO

FF

O

OF

OO

FF

@,^

FE

g 66

#6F

Eg

;T,$

Bz

5#"esf +qE

# "?^

@@

oq@qooqo@

@6ha6

€8E# eessseseE

eess+se E

rs+!E

gHE

E

6'E$

2EE

E222E

2222EP

EE

eEE

.E"+

,aoEo6

gf;-+

elF+

gBE

Fb>

Ftshhhh

rosFE

€t €E

=IE

ES

;?

o ?l=

??r==

=5;;;;;;

f,fiEF

E F

fiEF

ftfiFF

frRfiR

RR

Rfi E

Fgpsn =

=0+

+:t E

$

I fi6666666fi6fi6fi6fifi FH

iEE

g =$fF

sEE

Ef

tstrE=

kE

o=ula{r!(J{

s ssssssssssss*ss* ssssss ssssssso

o60060060oooo660 +

ooF60

6060000fi

OF

OhF

OO

FO

666OF

FO

66O

OF

h N

OF

OO

66q

qc?qtc?qqc?qc!c!c!qoqoqq q\qaoN

66s66N

Nci

;sid;+sisictsiom

o-oo- ro6ocjr

ooc;c;c;-J

zO

r.u

={

olr

=€oooEE-o.qEF6qsNcFE=Io{i

NadNE=LLtr@ru6U)

u(J(J'

ozq

za(hLEE(JUEF

:E

#=R

!{FE

;V

FE

€trfrH

6:)>

E

FE

+J=

F

FdO

NN

SO

tmri-(O

GS

@-N

NO

@O

F

OS

QO

Qqd

+'4e{F

dO6F

ts6FF

6tsFfi6S

$6SN

FrO

rNr

OT

OO

O<

)t.OO

NN

66Oo

6 N

6

o 6

o d

6 +

N

(q o o

t r

Q

t r

@ Q

d- @

o O

()

<) t

F

OJ -

l{ 6

d d

66dOt66€F

O6O

{SS

O

r6tst S

QO

OF

btFH

cOF

F6O

O_O

-N-6-O

-fi-F-G

t-$

o{s{n-- o"

o n

O

Q-

m @

F

o @

E

6.F

d +

+

_+_6

6_F

SF

FT

N\f

\f r@

N

N

N

F+

t

E ft€fiE

EflfrE

EflqfrE

qEE

EqE

€frq E

qEE

qEE

qEqE

EE

EN

+

6

N

66 F

6

ts t

6@6

6€s sl'-

r c)@

t r

F

rr{ t

F

6.O.O

O

o' E

O+

Q

g,N

$F

t+6+

6F66@

hNN

6tsOO

$NO

r K

JSrbN

AqeO

Nf)F

QO

o N

cO(f)S

its6F+

6NO

66€N6fiF

€FF

m

t6OO

FT

OO

OO

@sO

qot

at o o dt + 6 J J dt o d F

ei 6 t d o 6 oi +

Fi 6

d d d d d d oi { o rt rt -j lrt si

o oF

d(OO

(OO

OO

FdN

ts66OO

66FO

F

O6O

NtsO

rSS

ts-StsO

N(O

+6N

+6F

dt+6+

6€O

N

FS

@

TF

NT

NO

NT

SN

f A

Nts

--------.

+oosN

@E

@@

Sdd6666+

FO

666 O

6OhF

NO

F

6hS

O,

qc?klqu?oq\qqqqqqrlqqu?qqqq- qaqqa-qoq

,'.qq , c!

' s6@

FF

-r@!+

NdrcO

bFF

OO

G66F

ON

F

6+6O

tsFr

€FN

F

rNroooN

Od66d6tstN

F+

6+N

O

6tFN

6ON

$ N

SF

S

@o@

\+abdF

FN

6OS

S-6N

OF

fi66 t€O

vvvo eN

ts N

+o@

6sid6i-J*J€s* -'

-' d

*rtd

o 6@

oN@

@@

+cO

FN

N66F

bNtsO

dGF

O

OO

666OO

O666O

O\

u? c? q? c! q oq n t q q q 6{ (li q sq q \

- c? q q \

q q q - q q (? q q f| q q q

oqN

o@

aF@

oCbS

FbF

FtsO

NbS

FN

tdS

OO

6tsFtsO

OO

rOE

Or

N

s@N

s@+

NF

dN66S

6N666+

ts6O

OO

ON

6ON

OO

O6$O

&o

@!+

o!f,EoN

6s60+s6+

N€6tsO

ON

S

OO

OO

OO

OO

O@

bFO

Nof

@ o

a o

- dico

- Jci-

6 o

o t

@ 6

€ o

qjt o

o dddddotK

tdqtodrirtcio

N@

c)sO6O

OdF

dFG

S6666O

FO

N

O6O

NF

OO

fi6tsON

tsOr

N@

+nN

+rF

d++

6t66O

NF

FT

G

FF

NT

NS

NT

ON

TO

Nts

-------.-.

F

600000600ooooooooooooo oooooooooooooo^ooooo

6 O

OO

OO

6OO

OO

OO

OO

OO

OO

c)Oc)O

O

Oc]oooooo6oooo

o 60sooE

@oonno6600000606

0soooo66060060o

NhN

@ohF

o@@

8ON

N60000ts6N

O

60NtsO

OS

6FO

OtsO

- N

@+

sN+

tsF6+

+6+

66FF

dFF

66 F

FN

FN

fiNT

eNT

ON

ts

-- --

-j--- -

s s s S

s s S * S

* S S

S S

S # S

S S

S S

S S

S

S S

S $

Ee E

e $ $ Ee E

e $ Ee S

e cO

cOd(o666F

O6N

ON

ON

Nt6+

+6F

666S

fimhO

NS

66NO

o r)6d!s(o(odd66d+

6FsF

FF

Fts6d

OO

Otststs€66000e6

o o o o o o o o o ci ct ct d ci o o o d ci o o ci o

- -

- ci o o o o ci ci -

- -

-r

@<

dTF

OS

OF

F+

+6N

6GF

66OO

OF

N

NN

FF

tsF66N

tstsFF

66cOcO

FF

+F

Fd6+

6666FF

FF

66 666N

NN

'+qO

6tsOO

fi F

+

+

+

+

6 6

66 odd

S

O_O

_O_F

_N-N

.6_S_+

_t- +

tt

t +

66

€€€ S

-

;e tse;e;eS

;e;eS;eS

;e;eS$aeE

e;eSS

;eSS

;e ;eS

;gS;eS

SS

tsetse;eS;eS

6 6600eo6hooooE

oo60bo60h +

+to600tsooooN

oS

F

FS

66hNF

OO

OO

NO

ON

ON

hNbN

6O

666FO

OF

6OO

N6

q cqoq t

h c! e! r fl

qqq qqq

q qu?q \

qt q

q qq \

l: \

qa o?qq

qq |\

O

rrNO

Nrr-tT

FO

OO

OO

OO

rrrO

OO

OO

Or6hrr

t r)$r)rof)66(o(o(o(o(oF

FF

FF

FF

F6cO

$t+

6666666666FO

O+

- f,F

FF

FO

FF

EO

F

Ff,F

OF

OE

fFJF

o addddddddS

ddFO

dSS

SddN

d O

OO

OO

OF

OF

OF

FF

O+

6@

tsEO

ON

FF

66ON

6€6FO

OO

Nt

6@O

6O@

@6F

N@

@F

F6

OO

OO

FF

FO

6OO

FO

OO

OO

OF

FO

O

O6O

OO

OO

OO

OO

OO

-

+

NN

NN

NN

++

++

Sd+

++

dNN

NN

dS

NN

NN

NN

NdS

6NN

Sd

F

OO

@tsO

OdttF

O@

OF

ON

OF

F66O

@

6@F

FF

F6S

tsFF

ON

A

QA

QS

QQ

SQ

QqS

QE

S{{{Q

QQ

QE

S

SS

AQ

QQ

E€!E

!QA

QS

TO

S

oO

@ooF

N

oN

Cg

(!)=q!

(!)qJCpO

-

r S

r,

@@

G

OO

O

tsN

N

{Q

ts ts

({) Oo

oooooooooooooooooFF

+oo

ooor+F

ooFoooor

@@

@,^.^,^

c c

E

=

Y

y @

@

@E

oooxhhE

ttc

dBB

;;;fi 839.^

qqqdEfi

E

> >

o+=

==

dadrr ##g

E

E

orh,io,i,h,4,iv)q6qaqqq@@

eq@@

€i€S

SS

E

E

EE

EE

J gggggggggggggggggggggg

iAi>

>>

E*;@

FF

*6E

EE

EE

EE

EE

EE

EE

EE

EE

EE

EE

EE

}}E8A

8EE

fl EE

EE

I;

bbFF

FF

FF

bBlbF

FlbbF

bbbe E

EF

=F

FF

Tg6F

F:t

0 f

f f

f f

f f

f f

f f

f f

f f

f f

r f

r r

f lll,H

,H,H

E

H

E6

h h F

4

E $E

$E$E

$$$88$$8fi8$$E$$s E

EE

ilIrs:tP55F

f;

FF

FF

FF

FF

FF

FF

FF

FF

FF

FF

FF

.9.9.9i4'O

tNt'A

TtnnnI,.tn

= sssssssssssssessssssss gggE

ee362i332i

=o0E.96.9cEa(J=NsNdEoaaE+

NoeaoEEEIE4g6F

ntstroa+#E

=frH

SE

zouJU

'{

IIJ

M=

(L

UdJ(!<

n}-l-F

-

T5E

+kc

>E

tr=E

F=

rH

o=E

Ptr

{--

oo(JotrJNEE

-f<EUU)

<ul

(J<tE

o

zOU

JilFl{

Utt)zr

zaatLEE(JtrUJ

kP

=B

fr+8

!{EE

-jE

6E?

o_uJ6EB

E5*

z=t4EgtuE.E.9.qEE6(JPrTsc{Eaosf

qNfl2s

d F

6

+

6 O

ON

O

fi €

S$

6O

OO

ts

qlr @

N66N

6F6O

N66O

O$tsO

@O

@E

@S

tstF

F6fi

tseN6O

NO

$€nQF

E

$l-6q'

tots6 sN

oNostF

N@

@o)eE

F@

FN

N@

6-ts-O

- O

-O-N

SF

O@

-N@

S-F

_F

r+

+N

+

F

o

a?q q q qqa a q c! qq

qc!q q r: qq

qq q

6N€

F

6 F

e!

OO

@

AQ

O

NeN

+

'{)N

+

6 c'

TF

6OT

NT

FO

O-f

NF

@N

FN

FF

NF

@rststs+

o++

tooFtsF

s60€6+6

d oi

-j *f

dt dt

dt 6i

J +

-

di -

6 -

o +

d

oo' tr'i N

.':N

EdF

dS6F

dOF

6ON

OO

FO

$OO

O6

F

6 6

N

6 6

N

6 N

6

O-O

F

6

- $

o{S

O-$

O

F- l'.- o

N

@ @

!t (r) F

+

+

O

) N

6 F

ts

t ts

N

6 d

Fo@

F

E

ts

S

H

+

O

6cfrd F

N

O

O

O666

S

Fo

ni n

6 @

F

6 G

i - d

tti *

dj -

rj J

O

6i co si

6i fli

F

OF

N

6 F

r

eS

O

$ O

N

@

a?N

C)N

o E

)o -

66F

6@$F

$-rStO

@N

@N

tN

NF

6too

eoNN

@@

+F

o66FdO

OF

SF

N6S

Fer@

OE

FF

666FO

NO

66ts666OF

di oi si di 6i ri - ri +

F 6t di d -

ct ci t F

o 6 d 6d(O

E N

OO

6 t 6 O

G +

O O

+ $ r

F rG

O

o66N

6666666N666S

S6€O

6@O

fti 6 0 + 6 0 0 6 6 0 c'i trid ri-jd

rtdotntntsiN

+dts66E

OF

OO

OO

NO

OtsO

$OO

O6

F

6 O

N

6

6 N

6

N

S

O-O

r

o N

t

s{t O

-$ O

N66tsF

+O

OO

OO

OO

NO

OF

O4O

OO

SF

66N66N

bN6O

6FS

N$O

$rSO

Ee ae ae S

$ $ ;e ae $ S S

S S

S S

S S

S S

S S

S^^-^aiiaaA

AA

aao

6 ts o $

$ Q @

({) ({) ({) ts (p (E' @

C\ N

(N q.l C

{ E E

@ s

+ o

a @

60drd o

F 6dd

66s 6 06

6d o

ci d o

ci ci o ci - -

d o o o

o o 6 o -

ci c;

oN

s o

o o{

@@

N N

Q

({' 6 n (O

({) $ F

. F, N

N@

NrO

Oets@

@+

FN

@F

FE

EO

OO

FF

o d- s

@ E

F E

F F

(}} 6 6

- N

. N. N

_ N. d_ +

- +. s-'.q

1'r6N.

u)n-E6i\N6FFNdFNN;+OSF

EF6Ea!'d=

tsstssEetss;s3eE

s;eEetsstsstsstsstss

tse ;stsstse EsS

E{;e

6006000600060006666666F

OO

FO

O66666tsO

OO

FtstststsF

tsc? q

q F

? rl q

(| q (| c! c! dq q q q

oq oq oq dq e 0q q

OO

OO

OO

ON

NT

FO

TF

TO

OO

OO

OO

6S666d666666tsF

tsFF

Fd6S

S

6FdO

OO

dEE

66+666666tstsF

FF

NN

SddF

NN

NN

FN

NN

NN

NO

ON

N666N

dd6666606tsts6606666O

OO

FO

OO

OO

OO

FO

OO

OO

FO

OO

O

N

N

NA

O

S

AN

N

N

N

d)O

N

N

NN

6(Q

dd)O

OS

OO

$$tsOO

OO

rr-FO

QtstsN

$NO

NeO

TF

OO

OA

oOoooO

ON

NF

NN

sstsNN

Nm

seesootstsooFoo60

OO

OT

OO

OO

OO

O+

FO

OO

OF

OO

OO

o0oz,^,^*#€!gg€

gf;€E{g€g.H

giizoiiz

zzziiizzii6 6 X

U

6 G

X

X X

)t 6 6 6 )t X

6 d

##dFfifid, @

@

665f f f d6##., ", o1.,.,

0EE

Y

: YtE

O

O U

.,.,., O

O ",..

E#sfrg+

sEE

gSE

sssgg*ssggs H

gtH P

gggs*g#fifi: s ef # e e

F F

E=

F F

E=

i=.E

iE

E E

F F

E E

E E

ELLU

LLULU

LLLULLLLU

ULU

UL

oE(J6NoeaobEdiDee=rag

t!(4+;85H

P#

E=

oulo+strJ

(E]

tr*

nFyF-

I5EH

=s

trtEN

=r

=o=

9FH

q-*

FU)

(JolrlNFE= {FtkEUu)SP

(J{

ilzOU

(LFl{(J

uJ

EozL

zIU'

q,EFtrJ

Hfl :

Ffr+

R

'H=

giE

EE

:o.!!6EezS

g

s.;tsNEENfi

OO

OO

@S

OO

@

NrO

O\

olqt q

k? c? c?c? c!..

o?q\tG

O\tF

F@

NN

H

rNO

tsGS

tsO

rtsF

$rm@

<60

600tt toE

@**

,j6i

S

Sqr@

FG

Srr

OO

OO

c! \o?oqc!o?oqflc?c

qqoqk?e

€SN

$6SrO

r N

Oe6

€ r€S

rFn@

tsO

66rO6^

r-s_E-r-N

"@-F

-N-s{

e{e{6-@-

\f O

OO

@F

SN

66 S

ON

rF

6|r)FF

€Ftsts

tsO()F

FF

VF

FF

TF

F

FfrV

V

NA

@-@

O6O

@

Om

ts$,

c!c?c.,laqqqc!c?ol qolu?c!

sc'oi-(QotsN

ts oot-i9

e]$or\t@-O

O

roOG

SO

tsm

N

.-vbr

-,j

{ eoF

ots@ooF

N

Ftst

c! u?u?qaulqk?\o?

qqcltm

E

@N

OS

@€N

O

-OO

@6

6+E

dNF

EE

d +

+N

F6-

6_6_6_O_ts_ts_t_

6_6_ N

_N_O

_ts_t

66OO

tsSS

6€ 6O

6F6F

()Fts6F

FF

F

OIf)F

rrtrFF

srr F

Nst

{- ooo600hoo

soo6@

ts@F

€66S6

FO

6FrrS

rrr$rF

rNtt

s sssssssss s*ss

O

OrF

Om

@€N

N

@@

r@o

@@

6tso666d 6608

o ooc;d-c;-c;d

oci-J

nO6O

tstsOrr

O66N

tsts@o6ssoo

€600o

o o-q F

---s-$-s- r-r-s-F

_

ntstroa+#E

FH

HH

E40trJQ<

rurC

JH

F(r

IU

{J0-$

VF

^

I5EH

ge

6!l o

e?ii q

Nii

o51

lloll

6€il

ts6il

r6!l6iitl*ii

eF

rr N

tsil o

;ii ts

s!!stl..i

llrytl+

tltl

6llE

iioiiH

. ii

Hii

E*ii

Ell@ii

BIC

4ll I

qts.;c!€E-

$''

ft==

N-f

tro=E

Hff

{--FIJ'

(JotrJNFIE=

o!lF

: iitsiiE

iiotlsIstld!!6ii*ll

;e;e3s;stss6S

FF

oqqc?at

sh.@

s1EIrutr.9.9co+(f)

qc{6ooasii

NN.

- O

xJOE

P x * *

>=

o o o

r=E

EE

! =

aFtsF

E9

6=3^11

ii=

{ P

id id 6=

=

.l ii qr qJ !D

^# rE

,Eiii

FF

' '

'

*; 33s33

e,E IE

gg$E

ir E

Enry+

>F

O

OO

rr

ENm=PGE

t 66tstststs666

FtsF

d

r O

OO

FF

F6O

O

66dFO

6C

ON

SdS

Nd6

NN

NN

S

rFN

O66N

t+

66OF

O

FF

OO

OO

6OO

O

OF

F

+

ssd+o+

ooo $sas

F

FdO

FdbF

Sb

FF

@r

!D

l{rC{rrO

SF

F

FdN

oO

O

NN

O6N

N66

NO

NN

O

FT

TO

OO

-OO

O

FF

F

tsf<Eo

EUU)

+F

J(J<

(rzOur

.LFf{O

(E(J

$ ;eB

e;eEeS

;1e3R;$;s S

SS

So

ooso6so6b oo66

(I.J @

StsO

NN

SN

N

OO

FN

o rF

eosots@G

oo6@

o 6i6idJcloooo

--ci-

=0EooI$Eo6{- P

,Raa

rt g.Y

0 d)

c E

iEg

fr @

@@

oooo@6

v rusgleqc)aqe

EE

EE

=

o o o o o o o o o gg

o o+

Z

ZZ

ZZ

ZZ

ZZ

O

(li6o;

bbbbbFbF

b es;;

H fifrfrE

frEE

EE

**SS

E

PP

PE

PP

PP

E

**.e.er

FF

FF

FF

FF

F

*:ctrF

oooooooaa

FF

FE

=

ffffflfff r!rrti:ti:

N0EooEdo.E6EIC=Lg)oB

LrJ

oU)

zL

z6LEE()trJF

:A

tB

fr+R

!{Fgj

vts=o

<6=

-o-!t.t6E=

246O

=JE

DUPAGE WATER COMMISSION

ELMHURSI ILLINOIS

TREASURER'S REPORT

STATEMENT OF CASH FLOWS

For the Period from April 30, 2013 to March 3I,2OI4

CASH FLOWS FROM OPERATING ACTIVITIES

Cash received from customersCash payments to suppliers

Cash payments to employees

Net cash from operating activities

CASH FLOWS FROM NONCAPITAL

FINANCING ACTIVITIES

Cash received from sales taxes

Cash Received from water quality loans

Net cash from noncapital financing activities

CASH FLOWS FROM CAPITAL AND

RELATED FI NANCI NG ACTIVITIES

Interest paid

Principal Paid

Construction and purchase ofcapital assets

Net cash from capital and related financing activities

CASH FLOWS FROM INVESTING ACTIVITIES

Interest on investmentsNet cash from investing activities

Net Increase (Decrease) in cash and investments

CASH AND INVESTMENTS, APRIL 30

CASH AND INVESTMENTS, MARCH 31

$ 94,993,481(84,2L4,9O7].

(2,462,r52)8,316,422

32,L74,3O3

49,O45

32,223,348

(540,190)

(30,225,005)

(418,988)

(31,L84,183)

489,981

489,981

9,945,559

64,964,0L7

$ 74,909,595

oN

(,-!l33E

'F

IG<

bFo

Ctt

t-N

{-@(o-t-ot

aoF@

ttt

F--

o)-orood)c)

N

=L

<5

o

FF

O@

O'F

Floor0cro

q or

(t- \t-

- 6{

-<tt('l!'rt

ot@€N

oFtltF

d)+

r"tJodC

)F

@e44q@

oroot(oa.F-

lr)

ofi€E

$i+

olr$€

0ro€ttoF@

oroF.N

c(")^q\a\sl?o('(9(O

tF

I{'(9(\l(rtFF

tF@

{d.jd

@

{a q

e rt

6

€Nrat

lr

lltJDs

goooJIo|JfEoco()6trIEottiq,G

ooo' rlf

OG

g.D-=Gllr=

oC

|Fo.9

!t-::iuD

i-O=

=:-

;c2?5Pi#sB

E=

Fe*e'F

={

d.9,;.!.(.r!!!6;=

xF.=

q<c

il,u^Y

=!=

LQ

.OJO

.:Oc|

.!:X,<

l0OO

UJtr-

Lo-zuJe.utolu+IU

'

t=EDu,F

!oO€

-csrh=t!F

;.=

;i5i:

:ox

zto

o:!

t:O

N

=F

^=E6 :

i:C:l

oe ;

ct 9ti

FbE

E:6;;;i(J.crG'=

oc'>

! tr tr

5 9e frE

EF

Jqr.:q.E

gi\i:6!!5

3t $Ex g 5'E-. R

t -(o=

-==

@F

lllr<..

t.ieoJO2z

Ful

oztrEruo-oF

+-

c69<t+o

p>:9, I1p5E

f=-o,,9D

=_q([E

Fcl

I(t,

otIJJ

F(\lutJt0F

April 10,2014

REQUEST FOR BOARD ACTION

AGENDA FinanceCommitteeSECTION

ORIGINATING FinanceDEPARTMENT

ITEM An Ordinance Approving andAdopting an Annual ManagementBudget for the Fiscal YearCommencing May 1,2014 andEnding April 30,2015

Ordinance No. O-2-14

APPROVAL

Ary

UP

Ordinance No. O-2-14 would approve and adopt the Annual Management Budget for theFiscal Year Commencing May 1, 2014, and Ending April 30, 2015.

MOTION: To adopt Ordinance No. O-2-14.

DUPAGE VVATER COMM ISSION

ORDINANCE NO. c,-2-14

AN ORDINANCE APPROVING AND ADOPTINGAN ANNUAL MANAGEMHNT BUDGET

FOR THE FISCAL YEAR COMMENCINGMAY 1.2O14AND ENDING APRIL 30.2015

WHEREAS, the General Manager and Administrative Staff of the DuPage Water

Commission (the "Commission") prepared and submitted a tentative annual Management

Budget for the fiscal year commencing May 1 , 2014 and ending April 30, 2015, as and

when required by Article X, Section 2 of the Commission's By-Laws, as amended from

time to time; and

WHEREAS, due notice having been given, a hearing was held on the tentative

annual Management Budget prior to any final action being taken thereon, at which time

the Charter Customers were heard; and

WHEREAS. after full review and consideration. the Commission has determined

that it is reasonable, necessary and desirable for the Commission to approve and adopt

the budget set forth in Exhibit 1 attached hereto and by this reference incorporated herein

and made a part hereof as and for its Management Budget for the fiscal year

commencing May 1,2Q14 and ending April 30, 2015; and

WHHREAS, it appearing to the Commission that all things required for the

approval and adoption of said Management Budget have been complied with;

NOW, THEREFORE, BE lT ORDAINED by the Board of Commissioners of the

DuPage Water Commission as follows:

SECTION ONE: The foregoing recitals are hereby incorporated herein as findings

of the Board of Commissioners of the DuPage Water Commission.

carolyn
Draft

Ordinance No. O-2-14

SECTION TWO: The Budget attached hereto as Exhibit 1 and by this reference

incorporated herein and made a part hereof shall be and hereby is approved and adopted

as and for the Management Budget of the DuPage Water Commission for the fiscal year

commendng May 1,2014 and ending April 30,2015.

SECTION THREE: This Ordinance shall be in full force and effect from and after

its adoption.

AYES:

NAYS:

ABSENT:

ADOPTED this day of 2Q14.

ChairmanATTEST:

Clerk

Board/Ordinances/20 1 4/O-2-1 4.docx

EXHIBIT 1

Page 1

BUDGET REPORT

2014-2015 Budget Year

01 WATER FUND

ACCOUNT

NO#

ACCOUNT NAME UNITS UNIT

cosTITEM ANNUAT

TOTAT

ANNUAT

BUDGET

01-5111

01-51L2

0L-s121

01-5122

01-5L31

01-5132

01-5141

01-5142

01-520001-5300

01-5300.10

01-5300.30

01-54000L-s8100L-s90001-5901

01-s920

PAGE TOTAT

TOTAT REVENUES

O&M PAYMENTS- GOVERNMENTAT

May 2014 - Dec 2014 $3.97

Jan 2015- May 2015 54.68

O&M PAYMENTS- PRIVATE

May 2014 - Dec 20L4 53.92Jan 2015- May 20L5 $4.68FIXED COST PAYMENTS- GOVT

50% Funded by Sales Tax

FIXED COST PAYM ENTS.PRIVATE

50% Funded by Sales Tax

SUBSEQUENT CUSTOMER . GOVT

WinfieldOakbrook Terrace

Du Page County

SUBSEQUENT CUSTOMER - PRIVATE

IAWC

Argonne Labs

EMERGENCY WATER SERVICE- GOVT

Annual Fee

Water Use

EMERGENCY WATER SERVICE

PROPERTYTAX

SATES TAX

SATES TAXES - VVATER REVENUE

All receipts until budget metWATER FUND - GENERAT

Remaining Receipts until FYE

RENTAT INCOME

INVESTMENT INCOME

OTHER INCOME

SAIE OF EQUIPMENT

CONTRIBUTIONS

DPC York Township

1

2500

179267747682904

44647019r.344

7,76t.OO

3.97

7r,L69,292.7835,955,990.72

1",772,485.90

895,489.92

6,969,558.94

I73,578.23

100,200.0031,700.00

L93,200.00

430,000.00

148,300.00

7,76t.OO

9,925.00

26,400,000.00

6,600,000.00

298,391.00

107,125,283.50

2,667,975.82

6,969,558.94

173,578.23

325,100.00

578,300.00

17,686.00

0.000.00

26,400,000.00

6,600,000.00

0,00336,000.00

0.000.00

298,391.00

151,491,873.49

151,491,873.49(Creditl

Page 2

BUDGET REPORT

20f4-2015 Budget Year

OT WATER FUND

ACCOUNT

NOfACCOUNT NAME UNITS UNIT

cosTITEM ANNUAT

TOTAT

ANNUAT

BUDGET

01-50-6111

01-60-6112

01-50-6L13

01-60-6116

01-60-6L17

01-60-6121

01.-60-6122

01-60-6123

01-60-6128

01-60-6131

t 1,208,L49.56

t2 L,666.67

I 600.00

1 515,L42.99

1 591,3LL.95

1 384,197.99

4 5,000.00

L 7,400,00

L LL9,252.23

7 34,000.00

s 44,200.00

7 4,000.00

s 4,600,00

7 800.00

5 920.00

L2 60.00

1 139,000.00

1,208,149.s6

20,000.00

5,400.00

515,142.99

591,31t.95384,L97.99

20,000.00

7,400.00

rLg,252.23

330,722.46

238,000.00

221,000.00

28,000.00

23,000.00

s,600.00

4,600.00

720.00(102,000.00)

139,000.00

L77,992.99

4r,627.39

L3,780.00

6,000.00

3,600,00

600.00

600.00

1,233,549.56

1,490,652.93

20,000.00

7,400.00

LLg,252.23

33O,722.46

557,920.00

219,620.38

13,780.00

10,800.00

ADMIN SATARIES

AdministrationTreasurer

Commissioner

OPERATIONS SAIARIEs

Operations DepartmentPipeline DepartmentInstrum/Remote Fac Dept

SUMMER INTERNS

ADMIN OVERTIME

less than 1% of Admin Employees

OPERATIONS OVERTIME

8 % of Oper Payroll

PENSION

2014 IMRF rate = 1L.52%

MEDICAVLIFE BENEFITS

Blue Cross Blue Shield

30% Increase for 2015

Metlife Dental/Vision

L5% lncrease for 2015

Principle Life & ADD

15% lncrease for 2015

Envision Healthcare

Employee Contribution 20%

Employer H.S.A ContributionFEDERAT PAYROL[TAXES

Social Security

Medicare

STATE UNEMPTOYMENT

lllinois 2.65%

TRAVEL

GM Auto Allowance

ISTHA ToIIs

Parking

Non Commission Vehicles

t2 500.00

t2 300.00

12 50,00

PAGE TOTAT 4,003,697.56

Page 3

BUDGET REPORT

2014-2015 Budget Year

01 WATER FUND

ACCOUNT

NO#

ACCOUNT NAME UNITS UNIT

cosrITEM ANNUAT

TOTAT

ANNUAT

BUDGET

01-60-6L32

01-60-6133.01

01-60-6133.0201-60-6191

01-60-6210

01-60-6232

01-60-6233

TRAINING

lnstrumentation Classes

Admin Training

O&M Classes

Infor 7i Training

Mgr/Supv Training

GIS Training

Electrical Training

Hach Lab Training

lncode Training

Operator/Pi peline Training

Webinars

5upervisor Training

U nderground Storage Tank

Corrossion Protection Training

OSHA Public Sector CertificationAUTOCAD

CONFERENCES

AMWA Conference

AWWA ACE (Boston)

Misc Conference

ILGISA Conference

ISAIVWA Annual MtgI RTH N ET User Conference

Facilities ManagementNational Safety Conference

TUITION REIMBURSEMENT

OTHER PERSONNEt CO5T5

Annual Physicals

Pre-employment Physicals

Employment Ads

Background Checking

Employee Assistance

Security at Commission MtgWATER CONSERVATION PROGRAM

Resources

ConsultingBOND ISSUE ADVISORY SERVICES

INVESTMENT FEES & BANK CHARGE

lnvestment Fees

Banking Fees

6

10

t22

1

l"

3

1

2

2

2

2

2

3

1"

I

1

2

2.

1_

3

II1

30

3

3

3

L2

12

t1

1

L?

250.00

2s0.00

250.00

2,500.00

2,500.00

2,500.00

1,500.00

2,000.00

2,000.00

500.00

250.00

s00,00

L,800.00

2,500.00

3,700.00

500,00

3,000,00

3,500.00

2,000.00

300.00

800.00

1,500.00

2,000.00

3,500.00

300.00

400.00

2,s00.00

L,000.00

150.00

150,00

15,000.00

5,000.00

55,000.00

500.00

1,500.00

2,500.00

3,000.00

5,000.00

2,s00,00

2,500.00

4,500.00

2,000.00

4,000.00

L,000.00

500.00

1,000.00

3,600,00

7,500.00

3,700.00

500.00

3,000.00

7,000.00

4,000.00

300.00

2,400.00

1,500.00

2,000.00

3,s00.00

9,000.00

1,200.00

7,s00.00

3,000.00

1,800.00

L,800.00

15,000.00

5,000.00

5s,000,00

6,000.00

45,300.00

23,700.00

0.0024,300.00

20,000.00

0.0061,000.00

PAGE TOTAT 174,300.00

BUD6ET REPORT

2014-2015 Budget YearOI WATER FUND

ACCOUNT

NO#

ACCOUNT NAME UNITS UNIT

cosrITEM ANNUAT

TOTAT

ANNUAIBUDGET

01-60-6251

01-60-6252

01-60-6253

01-60-6258

01-60-6259

01-60-6260

01-60-6280

01-60-6290

tEGAt 5ERVICE5. GENERAL

General

Litigation

BOND COUNSEL

Certificate of Debt

LEGAT SERVICES- SPECIAI

As Required

LEGAT NOTICES

Admin Legal Notices

Project Legal Notices

Operations Legal Notices

Treasurers Report

OTHER tEGAt SERVICES

AUDIT SERVICES

Audit FY 2013

CONSULTING SERVICES

Network Consultants

Incode Finance Programming

Unidentified Services

Application Develop.

Electrical Supply Consult

Insurance Consultant

Stand Operating Procedures

Document Management

Engineering Consult

CONTRACTUAT SERVICES

Accounting Service

Annual UPS Maintenance

IRTHNET Service

Custodial Service

Landscaping Services

Landscape Conversion

Window Cleaning Service

Elevator Service Contract

Fire Alarm Panel Service

Exterminator Service

Refuse Service

Floor Mat Service

Server Hardwa re Agreement

HVAC Service and Controls Contract

Overhead Door Service Contract

Hydro Excavation Services

L

1

95,000.00

25,000.00

0.00

8,500.00

400.00

2,000.00

5,000.00

45,000.00

15,000.00

70,000.00

35,000.00

30,000.00

5,000.00

10,000.00

10,000,00

L0,000.00

30,000.00

5,000.00

9,500.00

18,250.00

2,083.34

5,000.00

13,000.00

800.00

200.00

1,300.00

200.00

700.00

600.00

3,300.00

15,000.0o

7,000.00

90,000.00

95,000.00

25,000.00

0.00

50,000.00

8,500.00

4,000.00

8,000.00

5,000.00

45,000.00

15,000.00

70,000.00

35,000.00

30,000.00

5,000.00

10,000.00

L0,000.00

10,000.00

30,000.00

50,000.00

9,500.00

18,250.00

25,000.08

35,000.00

13,000.00

9,500.00

2,400.00

15,600.00

2,400.00

8,400.00

7,200.00

3,300.00

L5,000.00

7,000.00

90,000.00

120,000.00

0.00

50,000.00

25,500.00

0.0045,000.00

215,000.00

343,260.08

1

10

4

1

1

1

1

1

L

I1

1

1

L?.

1

L

t27

1

L2

I2I2t2t2L2

1

1

1

1

PAGE TOTAT 798,760.08

Page 5

BUDGET REPORT

2014-2015 Budget Year

01 WATER FUND

ACCOUNT

No#ACCOUNT NAME UNITS UNIT

cosrITEM ANNUAT

TOTAI.

ANNUAL

BUDGET

01-60-6290

01-60-6411

01-60-6412

0t -60-6413

01-60-6415

01-60-6416

01-60-6421

01-60-6422

01-60-6491

01-60-6512

01-60-6513

01-60-6sr_4,01

1 8s,000.00

L 35,000.00

1 340,000.00

L 35,000.00

1. L5,000.00

1 25,000.00

L 25,000.00

25,000 4.s0

1 30,000.00

12 950.00

L2 s90.00

r2 100.00

r2 231.00

L2 700.00

1 400,00

12 400.00

1 840.00

coNTRACf UAr SE RVTCES (CONT.)

dpwc.org Web Hosting

Telephone Service Contract

Annual Freq ProtectionHSQ Maintenance Contract

Cloud Backup Service

Hach MaintenanceGENERAT LIABIIITY INSURANCE

General Liability

UST

Crime

Polf ution (L/3 of Premium)

PUBTIC OFFICIAT TIABIIITY

Treasurer's Bond

General Manager's Bond

Commissioners' Bond

TEMPORARY BONDS

WORKER'S COMPENSATION

lllinois Public Risk Fund

EXCESS TIABILITY COVERAGE

Umbrella

PROPERW INSURANCE

Property

Insurance Fees

AUTOMOBI[E INSURANCE

Auto lnsurance

SEI.F INSURANCE PROPERTY

Above Ground L lncidentBelow Ground 1 lncidentGENERATOR DIESET FUEt

Diesel Fuel

NATURAL GAs

Natural Gas Service

TETEPHONE

ISDN Prime,DlDs

POTS Lines, DSL InternelLong Distance Usage

ComCast InternetData Circuits Generators

Telephone Conferencing

lpad Internet Services

GPS Correction Signal

12

1

1_

1

t_

1

I1

1

1

1

L

1

200.00

2,500.00

410.00

7,400.00

2,400,00

6,500.00

35,000.00

1,500.00

5,000.00

9,500.00

5,200.00

1.s,000.00

2,000.00

2,400.00

2,500.00

410.00

7,400.00

2,400.00

6,500.00

35,000.001,500.00

s,000,00

9,s00.00

5,200.00

L5,000.00

?,000.00

85,000.00

3s,000.00

340,000.00

35,000.00

1s,000.00

2s,000.00

25,000.00

112,500.00

30,000.00

11,400.00

7,080,00

L,200.00

2,772.00

8,400,00

400.00

4,800.00

840.00

51,000.00

22,200.00

o.o0

85,000.00

35,000.00

375,000.00

x.5,000.00

50,000.00

112,500.00

30,00o.00

36,892.00

PAGE TOTAT 812,592.00

Page 6

BUDGET REPORT

2014-2015 Budget Year01 WATER FUND

ACCOUNT

NOfACCOUNT NAME UNITS UNIT

cosTITEM ANNUAT

TOTAL

ANNUAT

BUDGET

01-60-6514.02 CEtt PHONE & CORR. TETEMETRY

Cellular Service

Cellular RTU Charge

Phones and supplies

01-60-6514.03 RAD|OS

sTARCOM21

01-60-6514.04 REPAIRS & EQUIPMENT

Cellular Repair

Radio Maintenance

450 MHZ Radio Replacements

01-60-6521 oFFICE SUPPUES

General Office Supplies

Print supplies

Check Stock

WZs & 1099s

Printer & Plotter Paper

Tapes for computer backup

0L-60-6s22 BOOKS & PUBUCATIONS

Blue Book Subscription

Training References

Standards & References

Eng News Record

Best's Key Rating Guide

Rothstein OSHA Law

GIS Books

01-60-6531 PRINTING- GENERAT

Large PrintJobs

Photos

Letterhead

Forms

Business Cards

Construction Plan Printing

Annual Reports

Printing & Mounting

L2

L2

1

L2

1

L2

2

L2

1

L

1

1

t2

ItL

1

t1

1

1

1

I1_

4

ttL

2,000.00

275.OO

4,000.00

780.00

2,500.00

100.00

s00,00

2,200.00

500,00

1,000.00

200.00

1,000.00

90.00

1,650.00

1,000.00

250.00

82.00

165.00

116.00

1.25.00

750,00

500.00

800.00200.00

100.00

2,000.00

2,000.00

2,000.00

24,000.00

3,300.00

4,000.00

9,360.00

2,500.00

1,200.00

1,000.00

26,400.00

500.00

L,000.00

200.00

1,000.00

1,080.00

1,650.00

1,000.00

?50.00

82.00

L65.00

116.00

1.2s,00

750.00

500.00

800.00

200.00400.00

2,000.00

2,000.00

2,000.00

31,300.00

9,360.00

4,700.00

30,180.00

3,388.00

8,650.00

PAGE TOTAT 87,578.00

Page 7

BUDGET REPORT

2014-2015 Budget Year

01 WATER FUND

ACCOUNT

NO#

ACCOUNT NAME UNITS UNIT

cosrITEM ANNUAT

TOTAT

ANNUAT

BUDGET

01-60-6532

0t -60-6540

01*60-6550

01-60-6s60

POSTAGE & DETIVERY

US Postal Service

Overnight Service Board

Overnight Delivery Misc

PROFESSIONAT DUES

NACE Dues

Operators License

ISA Membership Dues

GFOA Dues

AWWA & AMWA Commission Dues

AWWA Research Fund

Mid Central Water Works

ILGISA Membership Dues

Alliance for Water Eff

Membership IFMA

REPAIRS & MAINT- OFFICE EQUIP

Model Repair

Fax/Scanner MaintCopier Usage

PostaBe Meter Rental

Postage Meter Repairs

REPAIRS & MAINT- BLDGS & GRNDS

Custodial Supplies

Fire Alarm Monitor Service

Police & Fire Protection

City Elevator Inspection

Building Supplies

HVAC Systems & ModificationsRock Salt & lcemeltMisc

Fire Ext RechargeqRE-s/10

Security Syst Maintenance

Forklift Truck Repair

Elevator Repairs

Underground Storage Testing

Battery Repair & Service

Generator Repairs

L2

I210

300.00100.00

300,00

200.00

40.00

125.00

250.00

12,000.00

2,000.00

125.00

50.00

3,000.00

325.00

5,000.00

50.00

350.00

630.00

1,000.00

800.00

1,s00.00

s4,000.00

500.00

1,500.00

L0,000.00

11,000.00

320,00

2,000.00

22,500.00

5,000.00

1,200.00

2,500.00

2,500.00

1,500,00

10,000,00

3,500.00

1,200.00

3,000.00

600.00

480.00

L25.00

250.00

12,000.00

2,000.00

2s0,00

50.00

3,000.00

325.00

5,000.00

600.00

4,200.00

2,520.00

1,000.00

9,600.00

L,500.00

54,000.00

1,000.00

18,000.00

10,000.00

11,000.00

3,840.00

2,000.00

22,500.00

s,000.00

2,400.00s,000.00

2,500.00

6,000.00

L0,000.00

7,800.00

19,080.00

r3,320.00

187,540.00

3

t21

1

1

L

2

1

t1

1

L2

L2

4

1

12

1

1

2

t21

L

L2

L

1

1

2

2

1

4

1

PAGE TOTAL 227,74O,0O

Page 8

BUDGET REPORT

2014-2015 Budget Year01 WATER FUND

ACCOUNT

NO#

ACCOUNT NAME UNITS UNIT

cosTITEM ANNUAT

TOTAT

ANNUAL

BUDGET

01-60-6s60 REPATRS & MA|NT- BTDGS & GRNDS (CONT.)

Aerial Lift Service

Chillers

Crane Inspections & Repairs

Capacitors for Main UPS System

01-60-6580 COMPUTER SOFTWARE

Network Upgrades

Misc. GIS softwareDocu ment Management System

Misc Software Programs

01-60-6590 COMPUTER/SOFTWAREMATNTENANCE

ESRI Software Maint.lnfor 7i Software Maintlncode Software

AUTOCAD License

Maplogic Layout Manager

Google SketchUp Pro

Google Earth Pro

Document Management Maint.Misc Hardware and Repairs

Software License Renewals

HP Maintenance Agreement01-60-6591 OTHERADMINISTRATIVEEXPENSE

Misc Meeting Expenses

Retirement Plaques

Scanning Service

HR Plus Background Checks

Notary Public Renewals

0L-60-66L1;0L WATER BlttlNGWater Purchase (May-Dec) $3.32Water Purchase (Jan-April) S3.82

01-60-6611,0? FTECTRTC|TY

LPS Electrical Charges

I1

1

1

1

3

1

6

3

19,328,0s0 64,1.69,1.26.00

8,LL7,78L 31,009,923.42

1 1,400,000.00 1,400,000.00

1

1

1

1

2,000.00

10,000.00

5,000.00

6,200.00

s,000.00

200.00

5,000,00

s,000,00

9,600.00

40,000.00

14,500.00

960.00

250.00

495.00

400.00

L0,000.00

4,000.00

10,000.00

1,s00.00

3,000.00

200.00

5,000.00

1,000.00

L00.00

2,000.00

10,000.00

5,000.00

6,200.00

5,000.00

200.00

s,000.00

5,000.00

9,600.00

40,000.00

14,500.00

960.00

250.00

495,00

400.00

10,000.00

4,000,00

L0,000.00

1,500.00

3,000.00

600.00

5,000.00

6,000.00

300.00

15,200.00

91,705.00

14,900.00

95,179,O49,42

1,400,000.00

PAGE TOTAT 95,700,854.42

Page 9

BUDGET REPORT

2014-2015 Budget YearOI WATER FUND

ACCOUNT

NOfACCOUNT NAME UNITS UNIT

cosrITEM ANNUAT

TOTAIANNUAT

BUDGET

01.-60-6611.03 OPERATIONS & MAINTENANCE

LPS 50% O&M Charges

MAJOR MAINTENANCE

Lexington Roof Replacement

MAJOR MAINTENANCE BIttEDEIECTRIC. DUPAGE

PUMP STATION

DPS Electrical Charges

01-60-6612.02 METER STATION, ROV, TANK SITE

MS/ROV/SIandpipes/CP

Naper 6 MS Sta & #3 STP

WATER CHEMICAIS

Sodium Hypochorite

De-Chlor Chemicals

WATER TESTING

Analyzers, Supplies & Equipment

IEPA Lab Testing Program

Suburban Lab (Misc)

WATER TESTING - COR CONTROL

PUMP STATION - OPERATING

PUMPING SERVICES

Highlift Pump Repair

Small Tools / Equipment

Electrical SwitchgearValves & ActuatorsCompressor Repair

Electrical Supplies

Pumps Footing/Sump

Oil/Lubricants

Chlorine Feed Sys Repair

Emergency GeneratorBackflow Preventor Service

Thermoscaning Service

Spare MotorsCompressed gases

Waste Oil Disposal

Pump Vibration Testing

Breaker Maintenance

Relay Calibration

Parco Service Contract

I2 38,000.00

400,000.00

L 2,000,000.00

1

L

110,000.00

7,000.00

3,750.00

700,00

18,000.00

2,500.00

3,s00.00

6

6

1

IL

456,000,00

400,000.00

2,000,000.00

1L0,000,00

7,000.00

22,500.00

4,200.00

18,000.00

2,s00.00

3,500.00

456,000.00

400,000.00

0.00

0.00

2,000,000.00

117,000.00

26,700.00

24,000.00

0.00

221,800.00

01-60-6611.04

01-60-6611.05

01-60-6612

01-60-6612.01

0L-60-6613

0L-60-6614

01-60-6614.03

01-60-6620

0L-60-6621

1

L2

1

t23

T2

L2

12

2

2

1

L

I2t2

2

1

1

1

L

80,000.00

600.00

5,000.00

300.00

1,s00.00

450.00400.00

300.00

2,500.00

1,500,00

5,000.00

3,500.00

200.00

75.00

250.00

5,000.00

30,000.00

L0,000.00

6,000.00

80,000.00

7,200,00

5,000.00

3,600.00

4,500.00

5,400.00

4,800.00

3,600.00

s,000.00

3,000.00

5,000.00

3,500,00

2,400.00

900.00

500.00

5,000.0030,000.00

10,000.00

6,000.00

PAGE TOTAT 3,245,500.00

Page 10

BUDGET REPORT

2014-2015 Budget Year01 WATER FUND

ACCOUNT

NO#

ACCOUNT NAME UNITS UNIT

coST

ITEM ANNUAT

TOTAT

ANNUAT

BUDGET

01-60-662L

01-60-6623

01-60-6624

01-60-6625

01-60-6626

01-60-6627

PUMPTN6 SERVTCES (CONr.)

Mechanical Seals

Multilin Replacement

METER TESTING & REPAIRS

Test Bench Repairs

Meter Parts

Annual Scale Calibration

Compound Meter Testing

PLC Repairs & Programming

SCADA / INSTRUMENTATION

SCADA Antenna Maintenance

Backup Telemetry Repairs

InstrumentationRepair Circuit Boards

Annual Test Equipment Cal

SCADA Radio Repairs

Scada Backhaul

EQUIPMENT RENTAT

Tools & Equipment

Manlift & Misc Tools

Traffic Lane Closure Setup

UNIFORMS

Uniform Replacements

Work Boot

SAFEW

Contract Training

Equipment/Supplies

Consultant Services

NSC Dues and Subscriptions

Professional Development

In-House Training MaterialSafety & First Aid

1

4

1

1

6

1

1

1

1

1

L

1

t1_

1

1

t2

1

1

1

1

1

I1

1

L2

30,000.00

1,600.00

8,000.0020,000.00

2,400.00

s00.00

4,800.00

2,s00.00

L,000.00

5,000.00

6,000.00

4,000.00

2,000.00

1,950.00

s,000.00

1,000.00

9s0.00

25,000.00

4,000.00

10,310.00

18,900.00

30,000.00

s00.00

3,750.00

2,000.00

350.00

30,000.00

6,400.00

8,000.0020,000.00

2,400.00

500.00

4,800.00

2,s00.00

1,000.00

5,000.00

6,000.00

4,000.00

2,000.00

23,400.00

5,000.00

1,000.00

5,700.00

25,000,00

4,000.00

r.0,310.00

L8,900.00

30,000.00

s00.00

3,750.00

2,000.00

4,200.00

35,700.00

43,900.00

11,700.00

29,000.00

69,660.00

PAGE TOTAT 189,960.00

Page 11

BUDGET REPORT

2014-2015 Budget Year

01 WATER FUND

ACCOUNT

NO#

ACCOUNT NAME UNITS UNIT

cosTITEM ANNUAL

TOTAL

ANNUAT

BUDGET

01-60-6631

10-60-6532

0L-60-6633

01-60-6634

01-60-6635

01-60-6637

01-60-6640

01-60-6641

01-60-6642

PIPELINE REPAIRS

Major Pipe Repair

Manhole Repairs and Adjustments

COR TESTING & MITIGATION

Misc COR Testing

Standpipe CP Test

REMOTE FACIIITIES MAINTENANCE

Fencing Repairs

QRE-5/10 Electrica I WorkMinor Facility Repairs

Repair Parts

Tool Replacement

Hoist Inspections

CP System Maintenance

Electrical Upgrades

PIAN REVIEW. PIPETINE CONFLICT

JULIE NotificationPaint for JULIE Locating

New Locating Equipment

Locating Flags

PIPETINE EQUIPMENT RENTAT

PIPETINE SUPPLIES

DWC Frames & Lids

Blow Off Frames & Lids

Misc. Supplies

New Test Stations

MACHINERY & EQUIPMENT NON.CAP

Utility Vehicle Tools

Traffic Barricade Batteries

Office Upgrades

REPAIRS & MAINT- VEHICTES

Vehicle Maintenance

Oil Changes

FUEL. VEHICIES

Bulk Fuel Purchase

1 300,000.00

1 150,000.00

L 35,000.00

I 4,000.00

1 1,000.00

1 7s,000.00

1 50,000.00

12 3,000.001 1,000.00

L7 200.00

L 5,000.00

I 25,000.00

4

1

1

1

15,750.00

4,000.00

7,990.00

375,00

42,000.00

7,100.00

29,950.00

4,800.00

2,000.00

250.00

5,000.00

3,000.00

3,500,00

1666,67

1

1

1

1

300,000.00

150,000.00

35,000.00

4,000.00

1,000.00

75,000.00

50,000.00

36,000.001,000.00

3,400,00

5,000.00

25,000.00

67,000.00

4,000.00

7,990.00

375.00

42,000.00

7,100.00

29,950.00

4,800.00

2,000.00

250.00

15,000.00

36,000.00

3,500.00

40,000.00

450,000.00

39,fi)0.00

196,400.00

79,355.00

o.o0

83,850.00

17,250.00

39,500.00

40,000.00

1

1

3

T2

1

24

PAGE TOTAT 945,365.00

Page 12

BUDGET REPORT

2014-2015 Budget Year01 WATER FUND

ACCOUNT

NOfACCOUNT NAME UNITS UNIT

cosrITEM ANNUAT

TOTAT

ANNUAIBUDGET

0L-60-6721

oL-60-6722

01-60-6723

0L-60-6724

0L-60-6810

01-60-6820

01-60-6830

01-60,68s1

01-60-6643 UCENSES- VEHTCIES

City of Elmhurst

State of lLBOND INTEREST- GO BONDS

BOND INTEREST- REV BONDS

2013 Bond Int Pmts

20L3 Premium AmortizationNOTE INTEREST - DEBT CERT.

lnt Pmt LL(LIL lnt Pmt slLltsCAPITAL LEASE INTEREST

Copier Lease InterestTEASES

ISTHA Pipe Crossings

ISTHA SCADA Antenna Use

PERMITS & FEES

Cook County Maywood Easemt

IEPA APC Annual Fee

LPS Title Transfer lnsur.

LPS Title Transfer Insur.

Highway Permits

EASEMENTS

COMPUTERS

Replacement Computers

Replacement Laptops

Field Inspection Camera

Tablet Devices

01.60-6852 OFFICE FURNITURE & EQUIPMT

01.-60-6856 MACHINERY & EqUIPMENT

01-60-6858 CAPITALIZEDEQUTPPURCHASES

0L-60-6860 VEHtCtES

0L-60-6868 CAPTTAUZEDVEHICTEPURCHASES

01-60-6880 CAPTTAUZEDFTXEDASSETS

1,700.00

1s0.00

1 200,000.00

1 s00,000.00

1 100,000.00

1 100,000.00

1 1,500.00

1 500.00

1 500.00

L 3,500.00

1 2,500.00

1 1,500.00

L7 2s0,00

5 100.00

12 900.00

6 1,200,00

2 3s0.00

5 1,000.00

1,700.00

L50.00

200,000.00

s00,000.00

100,000.00

100,000.00

1,500.00

500.00

500.00

3,500.00

2,500.00

1,s00.00

4,250.00

500.00

L0,800.00

7,200.00

700.00

s,000.00

x,850.00

0.00

700,000.00

200,000.00

1,500.00

1,000.00

12,250.00

0.00

23,700.00

0.00

0.00

0.000.00

0.00

0.00

PAGE TOTAL 940,300.00

Page 13

BUDGET REPORT

?014-2015 Budget Year

OT WATER FUND

ACCOUNT

NO#

ACCOUNT NAME UNITS UNIT

coST

ITEM ANNUAL

TOTAT

ANNUAL

BUDGET

01-60-6920

01-60-6930

01-60-6940

01-60-69s2

01-60-6960

DEPRECIATION. TRANS MAINS

DEPRECIATION FY2O14

DEPRECIATION. BUILDINGS

DEPRECIATION FYzO14

DEPRECIATION-PUMPING EQUI PMENT

DEPRECIATION FYzO14

DEPRECIATION- OFFICE FURN &DEPRECIATION FY2O14

DEPRECIATION- VEHICTES

DEPRECIATION FY2OT4

4,565,000.00

4,565,000.00

2,600,000.00

2,600,000.00

910,000.00

910,000.00

99,000.00

99,000.00

52,000.00

62,000,00

PAGE TOTAT 8,235,000.00

Page 14

BUDGET REPORT

2014-2015 Budget YearOT WATER FUND. CAPITAL IMPROVEMENTS BUDGET

ACCOUNT

NOfACCOUNT NAME UNITS UNIT

cosTITEM ANNUAI

TOTAT

ANNUAT

BUDGET

01-60-71L2.0r. DPC YORK TOWNSHTP-CONSTR 299,391.00298,391.00

0.00

1,000,000.00

130,000.00

100,000.00

65,000.00

1,910,000.00

800,000.00

300,000.00

75,000.00

200,000.00

(4,878,391.00)

0.00

116,362,647.06

35,129,226.43(Credlt)

0L-60-7216

0r-60-72L7

0L-60-7218

01-60-721 9

0L-60-7707.0r

01-60-7708.01

0L-60-7710

01-60-7711

0L-60-7712

01-60-7980

York ConstructionLESS: PA STATION

ROOF REPTACEMENT

Roof Replacement

PUBTIC MTG ROOM HVAC REPTACEMENT

Replace Public Mtg Room HVAC

REsERVOIR HATCH REPTACEMENT

Replace Reservoir Hatches

EFFTUENT VAUTT STAIRS REPI.ACEMENT

Replace Effluent Vault Stairs

STANDPIPE PAINTING-CONSTR

Standpipe Painting ConstructionSTANDPIPE MIXING SYSTEM.CONSTR

Standpipe Mixing System Eng

VAI-VE REHAB & REPIACEMENT

Valve Construction/Reha b

METER REPTACEMENT

Meter Replacement

CONDITION ASSESSMENT

Condition Assess & Related Projects

CAPITATIZED FIXED ASSETS

1

1

1

1

1

1

1

1

L

L

1

298,391.00

0.00

L,000,000.0o

130,000.00

100,000.o0

65,000.00

1,9L0,000.00

800,000.00

300,000.00

75,000.00

200,000.00

L,000,000.00

130,000.00

100,000.00

65,000.00

1,910,000.00

800,000.00

300,000.00

75,000.00

200,000.00

PAGE TOTAT

TOTAT EXPEN DITU RES(pages2-14) :

NET REVENUES/EXPENDITURES:

F|-1fl

Fl-,l'il@zqloDz

F*

ZY

:o{->F5eOH

,,,F

t!

=ti

<;x

t;n*dX

t

PP

F

ss E

hF

F

frfrfr

6Ek4XJ

i9n{tE4;Hpq9fisET

NB

xdHqF

r6$H

EH

EE

:=zl!t

tEF

qFH

tr6;F

9*'E

*r6=

+i.ll

Hi;.g'

c3n:E

- -I HH

S$H

FF

HH

ftE$E

H$H

frEgH

ER

Hg$:H

frFfrE

!EH

EqF

$hI E

H E

E E

l fi iE fr H

iH H

iiE"p ;p ;n il F

i i iB'; :; H

; :;: *: * : : ; * * s Fl -l ;

o$EE

l * -

lE

= ul H

H$H

EF

EE

HffE

$=fr$H

$SE

HE

HH

fi$EH

HH

frfi:FH

HH

ff$Fl

F

fffiH31 *=

=*d:+

ER

EE

dF;$x::=

sa*4@rcir r ;rt

;N: | "

- -l ruuurFH

;ER

E$E

H$H

H$F

HE

HH

*$=H

HF

HH

EF

EH

HffsF

T

FH

EqS

l FS

pKid:C

gRE

EdF

Es-5igtgi**od_-d;

_- _';+- r;N

r | ;tsft651 *

le

. *.-l EqF

EE

EE

.;E$E

gER

$HH

EsflF

HH

fr$iHH

pHfiiqH

HH

ff*pl n

X=

qSl $S

pR*jC

gggErF

;ij$:rpeo.do--d;; ; --+

- ;*;

lgjE

F6E

I *o

or l'

= *I H

H$E

EF

F;H

fiE$E

H$H

H$E

HE

Rfr$$F

8EgS

8:;ES

PgS

UI

Ag i E

5l $i F H

; : e d ii s*E * B

E fi R

: p p s - o p. - *-3 - F - : : ;' - fr li : -l fi

trHall *

lrtF

oll

= =

l H$fi$E

FE

HH

ftEgE

H$H

HE

SH

EE

H$$:H

HH

HH

iFfrH

HF

$Fl

n

trEH

El H

-t-odFeH

Rss'P

;s.nssssdddd-.c'r -. -.'r+- -t.

| fi

- -l n g*tFF

;H$f$E

H$H

HE

gHE

ftH*$:F

mF

mE

rEH

ses$bl 6

g E H

*l *EE

H n s H

li ii iE'E

; E ; $fi E

FF

H

; ;'; ; : ; : - : - : : ; * * n FP

-l #

.,= =

l ****EE

EiE

fi *.qFE

.u8fr qgqEE

H$r=

f; HH

Hn:F

HH

HH

$Fr

F$fr S

fl m:exi*E

csRE

E- g;$ner*s;";go;*

E6U

FI

o r, c_:iq**y*F

"

."_ | fil

= =

l Ecfiq=

EqE

EE

EE

.-$EF

$qEqs$qE

HE

$iH$P

HH

EE

HH

Hfi*pl

nl6=

gEl H

:eRd+

+g-siE

edps$R9+

gs*-Rdi4r

; --q-

tt- |

Ei'l

*s-Fr

| |

= =

l Es$ E

E{F

HH

ft E_s,E

F$ E

H $ E

H E

HH

$ $ : H

H H

H H

": r s s s p $ Fl nl

5:EE

l H:g*d=

sSpegdpF

$RgggS

dds(i--6; -- i;q-

t-=

| $l-s"E

l'll=

=l F

q$EE

FF

EH

HE

gEH

fffi.H$s$E

HH

*$EH

HpH

E:F

frHH

F$F

l F

[

fiHH

*l S=

**ds+s-d=

edpfi$sFP

gHddF

jd;rdr ; ii{'-'

l S

-ll

o ot l*i

llll=

=l

H H

$ $,$H F

; H

H.E

F_E

Erq

E s g fl -E

FE

E$ E

H H

F H

fl :E fr H

H F

$ Fl F

t

frfi:gl *=-S

d:ssRE

EdF

E$jR

ssPs*=

;fr''o';-4-.''--'':;+* **=

| H

il*'llil

sH f; "l

^$ f i H

F s E

.E $ E

.EF

E qE

E $ E

F E

fl $E E

H n $ H

H E

EE

; : H

EE

$ $l F[

:.H : E

l S

F I B

E F

H E

+ E

3 F I X

g C fr $ 53 s :8

E trh* E

e t d do dcioio ri Ail ell

Ei;sl H

--"*;+i6.{;'i;i.;-N

.;+-fi::&

+"'=

H'--"'- --" lill

sEH

;l I "il

HE

4HI $$$H

H$H

$$H$$H

$HH

H$$H

HH

HE

$f;$E$f;H

EH

$$H$H

gI E

IE

S P

gl * . * * o N

@ d m

d d F fj fj ci d ci si ej a; ; ;

rj J ci ; ci qj ci cj o o ;

o ; o o ; ;l

gllns'*l

| =t

;s4J $.sHH

H;H

E.H

.HH

$SR

FF

EH

HH

HH

;HH

FH

FH

FH

$$$FH

Hf;

Hl F

il

E$g$l nei$.n=

$HE

EE

HF

sg$l.:flgaa{;px:ernpgs--Hfr

FF

l g.[

^"-l |

il

I p

-hae|

,* H

figfi**:riEE

r

cl cf;*H*ugsE

H+

p,cEE

EIE

EE

FE

+H

HH

EE

Efi$fE

EE

figE

g

s

mIU

fiE=

H E

n5H

Hs€reE

FE

trs *T

Ufz

6n

6 v^:

E*IE

dEr#

SH

FT

il5goto*FE

ehT!H

EE

d-F

Fft;

Effi#g

DATE: April 10,2014

REQUEST FOR BOARD ACTION

AGENDA Finance CommitteeSECTION

ORIGINATING FinanceDEPARTMENT

ITEM An Ordinance Establishing FixedCosts to be Payable by EachContract Customer for the FiscalYear Commencing May 1 ,2014and Ending April 30, 2015

Ordinance No. O-3-14

APPROVAL

qvM

Account No. 01-5120

Ordinance No. 0-3-14 would establish a rate for Fixed Costs for FYapproximating an average Charter Customer rate of $0.27 per 1,000accordance with the Annual Management Budget that appears on theOrdinance No. O-2-14.

2014t2015gallons in

agenda as

MOTION: To adopt Ordinance No. O-3-14.

DUPAGE WATER COMMISSION

ORDTNANCE NO. O-3-14

AN ORDINANCE ESTABLI$HING FIXED COSTS TOBE PAYABLE BY EACH CONTRACT CUSTOMER

FOR THE FISCAL YEAR COMMENCINGMAY 1, 2014 AND ENDING APRIL 30. 2015

WHEREAS, pursuant to Section 11-135-5 of the lllinois Municipal Code, 65 ILCS

5111-135-5, the Commission is required to establish, by ordinance, rates and charges for

water which are sufficient at all times to pay, among other things, Fixed Costs; and

WHEREAS, pursuant to that certain Water Purchase and Sale Contract dated as

of June 11, 1986, by and between the Commission and its Charter Customers (the

"Charter Customer Contract"), Fixed Costs payable by the Charter Customers in each

Fiscal Year are determined and assessed by the Commission proportionately in

accordance with the provisions of Subsection 6(b) of the Charter Customer Contract;

and

WHEREA$, the Commission prepared and submitted to the Charter Customers a

tentative budget for the Fiscal Year commencing May 1 , 2014, and ending April 30, 2015

(the "Covered Fiscal Year"), as required by Subsection 7(l) of the Charter Customer

Contract (the "Tentative Budget"); and

WHEREAS, the Tentative Budget contained an estimate of Fixed Costs to be

payable by Contract Customers, in the aggregate, for the Covered Fiscal Year in a stated

aggregate dollar amount of $7,143,137.00, which amount is generally allocated among

Contract Customers based upon each Contract Customer's proportionate share of such

Fixed Costs that such Contract Customer's FullWater Requirements or Minimum Take or

Pay Requirements, as applicable, bears to the sum of the Full Water Requirements or

-1-

carolyn
Draft

Ordinance No. O-3-14

Minimum Take or Pay Requirements, as applicable, of all Contract Customers for the

period between January 1, 2012, and December 31, 2013; and

WHEREAS, the Tentative Budget contained an estimate of Fixed Costs to be

funded by sales taxes, in the aggregate, for the Covered Fiscal Year in a stated

aggregate dollar amount of $7,143,137.00; and

WHEREAS, due notice having been given, a hearing was held on the Tentative

Budget at which time the Charter Customers were heard; and

WHEREAS, after full review and consideration, the Commission has determined

that it is reasonable, necessary, and sufficient for the Commission to approve and adopt

the stated aggregate dollar amount of $7,143,137.00 as and for the amount of Fixed

Costs to be payable by Contract Customers, in the aggregate, for the Covered Fiscal

Year;

NOW, THEREFORH, BE lT ORDAINED, by the Board of Commissioners of the

DuPage Water Commission as follows:

SECTION ONE: The foregoing recitals are hereby incorporated herein as findings

of the Board of Commissioners of the DuPage Water Commission.

SECTION TWO: Capitalized terms not otherwise defined in this Ordinance shall

have the meanings ascribed to them in the Charter Customer Contract.

SECTION THREE: The Fixed Costs to be payable by Contract Customers, in the

aggregate, for the Covered Fiscal Year shall be and they hereby are established in the

aggregate dollar amount of $7,143,137.00, which amount is generally allocated among

Contract Customers based upon each Contract Customer's proportionate share of such

Fixed Costs that such Contract Customer's FullWater Requirements or Minimum Take or

-2-

Ordinance No. O-3-14

Pay Requirements, as applicable, bears to the sum of the Full Water Requirements or

Minimum Take or Pay Requirements, as applicable, of all Contract Customers for the

period between January 1,2012, and December 31, 2013. Each Contract Customer's

proportionate share of Fixed Costs established pursuant to this Ordinance for the

Covered Fiscal Year shall be in addition to, and not in lieu of or as a credit against, any

and all other costs, fees, or charges imposed by the Charter Customer or applicable

Subsequent Contract.

SECTION FOUR: The Fixed Costs established pursuant to this Ordinance for the

Covered Fiscal Year shall be subject to change by amendatory ordinance approved in the

same manner as this Ordinance.

SECTION FIVE: This Ordinance shall be in full force and effect from and after its

adoption by a majority affirmative vote of all of the Commissioners including the

affirmative votes of at least 1/3 of the Commissioners appointed by the County Board

Chairman and 40o/o of the Commissioners appointed by the Mayors; provided, however,

that Section Three of this Ordinance shall be of no force or effect until May 1,2014.

AYE$:

NAYS:

ABSENT:

ADOPTED this day of 2014.

ATTEST:

ClerkBoard/Ordinancesi2Ol 4/O-3-1 4.docx

-3-

Chairman

DATE: April 10,2014

REQUEST FOR BOARD AGTION

AGENDA Omnibus Vote Requiring $uper-SECTION Majority or Special Majority Vote

Maioritv Vote

ORIGINATING General Manager'sDEPARTMENT Office

ITEM To Approve the Renewal of theFinancial Services Contractbetween the DuPage WaterCommission and Baker TillyVirchow Krause. LLP

APPROVAL

qTMV

Account Number: 01-60-6290

Due to the continued requirements of the Commission for part-time assistance and thepossibility of additional consulting services in the finance department, the Commission isrequesting to renew the Financial Seruices Contract with Baker Tilly Virchow Krause, LLPfor another one year term upon the same terms and conditions.

The previously signed contract gave the Commission the option to extend the contract oneadditional year upon delivery of a letter to Baker Tilly from the General Manager electing torenew.

The Commission has been very satisfied with the services from Baker Tilly. In addition, theCommission has been able to control costs and maintain professional coverage withworking knowledge of the Commission by continuing to use Baker Tilly on a limited basis.

Baker Tilly is able to provide experienced support for the Finance Department as theCommission continues to work on improving processes, while maintaining the neededlevel of segregation of duties. The Commission would also have immediate access tothe resources needed should the Finance Department be without an employee for ashort or prolonged period of time with this contract.

MOTION: To retain the services of Baker Tilly Virchow Krause for a one year term.

DATE: April 10,20,|4

REQUEST FOR BOARD ACTION

AGENDA Engineering & ConstructionSECTION Committee

ORIGINATINe FacilitiesDEPARTMENT Construction/Safety

Coordinator

ITEM A Resolution Approving andRatifying Certain WorkAuthorization Orders Under QuickResponse Electrical ContractQRE-6/12 at the April 17, 2Q14,DuPage Water CommissionMeeting

Resolution No. R-10-14

APPROVAL

s(

OrPAccount Numbers: 01-60-7708.01 (Estimated Not to Exceed $80,000.00)

The Commission entered into certain agreements dated December 10, 2012, with DivaneBros. Electric Co. and McWilliams Electric Co. Inc. for quick response electrical work asneeded through the issuance of Work Authorization Orders. Resolution No. R-10-14would approve the following Work Authorization Orders under the Quick ResponseElectrical Contracts:

Work Authorization Order No. 6.009: Previously, the Board approved the purchase andinstallation of PAX mixers for all standpipes. This work authorization to tQReCONTRACTOR TBDI would pick up the electrical service, A/C circuitry, above grade andunderground conduit installation and start-up services and coordination with the PAXmixer installation contractor. An additional underground conduit is also being installed forfuture low-voltage conductors anticipated in the future.

Proposals have yet to be received however based upon previous similar work the cost ofthe work is estimated but not to exceed $80,000.00.

MOTION: To adopt Resolution No. R-10-14.

DuPAGE WATER COMMISSION

RESOLUTION NO. R.10.14

A RESOLUTION APPROVING AND RATIFYINGCERTAIN WORK AUTHORIZATION ORDERS

UNDER QUICK RESPON$E ELECTRICAL CONTRACT QRE-6/12AT THE APRIL 17. 2014. DUPAGE WATER COMMISSION MEETING

WHEREAS, the DuPage Water Commission (the "Commis$ion") entered into

certain agreements dated December 10, 2012, with Divane Bros. Electric Co. and with

McWilliams Electric Co. Inc. for quick response electrical work related to the

Commission's Waterworks System (said agreements being hereinafter collectively

referred to as "Contract QRE-6/12"); and

WHEREAS, Contract QRE-6/12 is designed to allow the Commission to direct one

or more or all of the quick response electrical contractors to perform emergency electrical

work, including without limitation electrical work that the Commission is unable to

perform through its own personnel and with its own equipment, as needed through the

issuance of Work Authorization Orders; and

WHEREAS, the need for such emergency electrical work could not have been

reasonably foreseen at the time the contracts were signed;

NOW, THEREFORE, BE lT RESOLVED by the Board of Commissioners of the

DuPage Water Commission as follows:

SECTION ONE: The foregoing recitals are by this reference incorporated herein

and made a part hereof as findings of the Board of Commissioners of the DuPage Water

Commission.

SECTION TWO. The Work Authorization Orders attached hereto and by this

reference incorporated herein and made a part hereof as Exhibit 1 shall be and hereby

-1-

carolyn
Draft

Resolution No. R-10-14

are approved and, if already issued, ratified because the Board of Commissioners of the

DuPage Water Commission has determined, based upon the representations of staff,

that the circumstances said to necessitate the Work Authorization Orders were not

reasonably foreseeable at the time the contracts were signed, the Work Authorization

Orders are germane to the original contracts as signed, and/or the Work Authorization

Orders are in the best interest of the DuPage Water Commission and authorized by law.

SECTION THREE: This Resolution shall constitute the written determination

required by Section 33E-9 of the Criminal Code of 1961 and shall be in full force and

effect from and after its adoption.

AYES:

NAYS:

ABSENT:

ADOPTED this day of ,2014

ChairmanATTEST:

Clerk

-2-

Board/Resolutions/201 4/R-1 G1 4.docx

Exhibit 1

WORK AUTHORIZATION ORDER

SHEET

CONTRACT QRE-6/12: QUIGK RESPONSE ELEGTRIGAL CONTRAGT

PROJECT: QRE-S.009

LOGATION:

,| oF2

Standpipe Sites and Locations:TS4W, Unincorporated Lisle Township; TS4E, Unincorporated Lisle Township; TS3,Naperville; TS2, Glendale Heights; and TS1, Roselle.

CONTRACTOR:

TBD

DESCRIPTION OF WORK:

. lnstall PAX Controller at four sites. Run power from lighting panel below to PAX Controller utilizing 1-112" GRCconduit.. Drill and tap into existing control box. Run whip to connect two boxes.. Furnish & install disconnect switch for PAX Controller. Furnish and install NHMA4x JB @ panel location.

. Run (1)%" GRC conduit from controller to tank. Pick up cables at tankpenetration. Run (U 1-112'from near tank to near controller location. Cap bothends.

r Tlme for Z-man crew, 1 additional day to assisUcoordinate PAX Mixerlnstallation.

As per Proposal Dated (TBD).

REASON FOR WORK:

Provide up the electrical service, A/C circuitry, above grade and underground conduitinstallation and stail-up services and coordination with the PAX mixer installationcontractor. An additional underground conduit is also being installed for future low-voltage conductors anticipated in the future.

MINIMUM RESPONSE TIME:

TBD, to be coordinated with PAX installation contractor.

SHEET 2 OF 2

COMMISSION.SUPPLIED MATERIALS, EQUIPMENTAND SUPPLIES TO BE INCORPORATED INTO THE WORK:

PAX Control Panels

THE WORK ORDERED PURSUANT TO THIS WORK AUTHORIZATION ORDER

[l rs I x I rs ruor pRroRrry EMERGENcv woRK

SUBMITTALS REQUESTED:

N/A

SUPPLEMENTARY NOTIFICATION OF POTENTIALLY HAZARDOUS CONDITION$:

N/A

SU PPLEMENTARY CONTRACT SPECI FICATIONS AN D DRAWI NGS :

PAX Mixer Manufacturer's Installation Guides and Drawings.

DUPAGE WATER COMMISSION

By:Signature of AuthorizedRepresentative

DATE:

CONTRACTOR RECEIPT ACKNOWLEDGED:

By:Signature of AuthorizedRepresentative

DATE:

2

DATE: April 10,2014

REQUEST FOR BOARD ACTION

AGENDA Engineering & ConstructionSECTION Committee

ORIGINATING Facilities ConstructionDEPARTMENT

ITEM A Resolution Approving Rider No.2 to the $tandard Form AgreementBetween the DuPage WaterCommission and Tank IndustryConsultants Inc. for ProfessionalEngineering Seruices

Resolution No. R-11-14

APPROVAL

s//lB N

Account Numbers: 01-60-7707.01 - 9131,485.00

The DuPage Water Commission entered into an agreement with Tank Industry Consultants,pursuant to R-36-12 adopted on October 18, 2012, for professional engineering servicesrequired in connection with the evaluation of the Commission's five steel standpipes,including the paint coating system, and any recommended corrective and preventativemaintenance on the standpipes.

The Project Agreement divided the professional engineering services into five separatephases: Phase I Pre-Bid Tank Evaluation $ervices, Phase ll Design services, Phase lllBidding services, Phase lV Construction seruices, and Phase V First Anniversary Evaluationservices. The Phase I Pre-Bid Tank Evaluation services were authorized to proceedpursuant to Rider No. 1 to the Project Agreement, which Rider No. 1 was also approvedpursuant to Resolution No. R-36-12. During the Phase I Pre-Bid Tank Evaluation services,the Engineers identified paint coating deficiencies in the paint coating system andrecommended repair of other noted deficiencies.

Commission Staff and the Engineers desire to authorize the Phase ll Design Services($11,385.00), Phase lll Bidding Services ($4,300.00), Phase lV Construction Services($1t t,600.00) and Phase V First Anniversary Evaluation Services ($4,200.00), insubstantially the form attached, for standpipe rehab at Tank Sites No. 2 and No. 4 West, tobe performed in the 2014 painting season.

These professional services were included in the 201412015 Management Budget.

MOTION: To adopt Resolution No. R-11-14.

CONTRACT DU PAGE WATER COMMISSION

RESOLUTION NO. R.l1-14

A RE$OLUTION APPROVING RIDER NO. 2 TO THESTANDARD FORM OF AGREEMENT

BETWEEN DU PAGE WATER COMMISSION ANDTANK INDUSTRY CONSULTANTS INC. FORPROFESSIONAL ENGINEERING SERVICES

WHEREAS, the DuPage Water Commission (the "Commission") and Tank

Industry Consultants Inc. (the "Engineers") entered into an agreement dated as of

October 18,2012, for professional engineering services required in connection with the

evaluation of the Commission's five steel standpipes, including the paint coating

system, and any recommended corrective and preventative maintenance on the

standpipes, pursuant to Resolution No. R'36-12 adopted on October 18, 2012 (the

"Project Agreement"); and

WHEREAS, the Project Agreement divided the professional engineering services

to be provided into five separate phases: Phase I Pre-Bid Tank Evaluation services,

Phase ll Design service$, Phase lll Bidding services, Phase lV Construction services,

and Phase V First Anniversary Evaluation services; and

WHEREAS, the Project Agreement provides that no work shall be undertaken on

any phase of services pursuant to the Project Agreement unless the Commission

authorizes the Engineers to proceed with such phase of services; and

WHEREAS, the Phase I Pre-Bid Tank Evaluation services were authorized to

proceed pursuant to Rider No. 1 to the Project Agreement, which Rider No. 1 was also

approved pursuant to Resolution No. R-36-12 adopted on October 18, 2012; and

carolyn
Draft

Resolution R-11-14

WHEREAS, in performing the Phase I Pre-Bid Tank Evaluation

Engineers identified paint coating deficiencies in the paint coating

recommended certain rePairs; and

the

and

WHEREAS, the Commission and the Engineers desire to authorize the Phase ll

Design services, Phase lll Bidding services, and Phase lV Construction services to

proceed pursuant to, and in accordance with, Rider No. 2 to the Project Agreement in

substantially the form attached hereto and by this reference incorporated herein and

made a part hereof as Exhibit A ("Rider No. 2"), the Board of Commissioners of the

DuPage Water Commission hereby finding and determining that the circumstances said

to necessitate the changes were not reasonably foreseeable at the time the Project

Agreement with the Engineers was signed, the changes are germane to the Project

Agreement as signed, and/or the changes are in the best interest of the DuPage Water

Commission and authorized by law;

NOW, THEREFORE, BE lT RESOLVED by the Board of Commissioners of the

DuPage Water Commission as follows:

SECTION ONE: The foregoing recitals are incorporated herein and made a paft

hereof as findings of the Board of Commissioners of the DuPage Water Commission.

SECTION TWO: The General Manager of the DuPage Water Commission shall

be and hereby is authorized to execute Rider No. 2 with such modifications as may be

required or approved by the General Manager. Upon execution by the General

-2-

Resolution R-11-14

Manager, Rider No. 2, and all things provided for therein, shall be deemed accepted by

the DuPage Water Commission without further act.

SECTION THREE: This Resolution shall constitute the written determination

required by Section 33E-9 of Article 33E of the Criminal Code of 1961 and shall be in

fullforce and effect from and after its adoption.

AYES:

NAYS:

AB$ENT:

ADOPTED THIS dayof ,2014.

Chairman

ATTEST:

Clerk

Boatd/Resolutions/R-1 1'1 4.doc

-3-

RIDER NO. 2TO

STANDARD FORM OF AGREEMENT BETWEENOWNER AND ENGINEER F'OR PROFESSIONAL SERVICES

This Rider No. 2 is attached to and made a part of that certain Standard Form of Agreement between Owner and Engineer for Profes-

sional Services made this 17ft day of April, 2014 by and between Tank Industry Consultants, HeadguarteredatTT4} West NewYork Street, Indianapolis, Indiana 46214, hereafter referred to as the ENGINEER and DuPage Water Commission, located at 600

East Butterfield Road, Elmhurst, Illinois 60126-4642, hereafter referred to as the OWNER.

R-l.1 Section LI of the Agreement shall be and it hereby is revised to read as follows:

l.l. The ENGTNEER agrees to provide professional services for the Project described in ENGINEER's proposal to OWNERdated September I 8, 20 12 (the "Qualification Proposal"), the Standard Form Agreement made on the I 9* day of October,2012, ENGINEER's cost proposal to OWNER dated March 27,2014 with respect to the Phase II through Phase V ser-

vices only (the "Phase II through V Cost Proposal") for Tank #4 West and Tank #2, this Agreement, Rider No. 2 attachedhereto and any other Rider that may be subsequently agreed to by the pafties hereto.

In the event a conflict befween any Rider to this Agreement and the Qualification Proposal, the Phase II Cost Proposal orthis Agreement, Rider No. 2 and any other Rider that may be subsequently agreed to by the parties hereto shall control.Subject to the foregoing, the RFP, the Qualification Proposal, the Phase II Cost Proposal, this Agreement, Rider No. 2 and

any other Rider that may be subsequently agreed to by the parties hereto shall be interpreted so that the duties and re-quirements imposed by any one of them are cumulative among all of them.

The services for the Project have been divided into the following phases of service; Phase I Pre-Bid Tank Evaluation ser-vices; Phase Il Design services; Phase III Bidding services; Phase IV Consfuction services; and Phase V First Anniver-sary Evaluation services. No work shall be undeftaken on any phase of services pursuant to this Agreement unlessOWNER authorizes ENGINEER to proceed with such phase of services in witing.

With respect to the Phase II Design services and the Phase III Bidding services, OWNER's form of Bidding and ContractDocuments shall be utilized. With respect to the Phase IV Construction services, the ENGINEER shall provide construc-tion inspection services to assure, a$ the corrective and preventative maintenance work progresses, that the work to be per-formed by the contractor is being performed in compliance with, and as required by or pursuant to, the technical specifica-tions. With respect to the Phase V First Anniversary Evaluation services, the ENGINEER shall determine whether thework performed by the contractor is free from defects and flaws in materials and workmanship or other failures to meetthe contractor's warranty and, if the work fails to meet warranty, the ENGINEER shall prepare a report identifying the cor-rections required to be made by the contractor in order to meet warranty.

R-l.?a Clause l.2a of the Agreement shall be and it hereby is revised to read as follows:

a. Conduct consfuction inspection services to assure, as the corrective and preventative maintenance work progresses,

that the work to be performed by the contractor is being performed in compliance with, and as required by or pursu-ant to, the technical specifications.

R-I.2g Section 1.2 of the Agreement shall be and it hereby is further revised to add a new clause g, which clause g shall read asfollows:

g. Perform a one-year warranff inspection to determine whether the work performed by the confiactor is free from de-fects and flaws in materials and worlqnanship or other failures to meet the contractor's warranty and, if the work failsto meet warranfy, prepare a report identifying the corrections required to be made by the contractor in order to meetwalTAnty.

R-1.3d Clause 1.3d of the Apreement shall be and it herebv is revised to read as follows:

d. The ENGINEER shall not issue directions relative to or assume control over any aspect of the means, methods,techniques, sequences or ptocedures of construction.

R-1.3f Clause l.3f of the Agreement shall be and it hereby is revised to read as follows:

f. The ENGINEER shall not issue directions regarding or assume control over conhactor's compliance with envi-ronmental regulations.

R-2'l Section 2.1 of the Agreement shall be and is hereby is revised to add the following to the end of the last sentence ofsaid Section 2. I :

R-3

except flrose matters that may require Board approval of OWNER.

section 3 of the Agreement shalt be and it hereby is revised to read as follows:

OWNER shall pay ENGINEER for the Phase I Pre-Bid Tank Evaluation services provided pursuant to and in accor-dance with this Agreement the applicable lump sum amount(s) set forth in the Phase I Cost Froposal. OWNER shallpay ENGINEER for the Phase II Desigrr services, the Phase III Bidding services, the Phase IV Constuction servicesand the Phase V First Anniversary Evaluation services provided pursuant to and in accordance with this Agreementthe amount or amounts agreed to between the parties hereto and set fofih in a Rider to this Agreement for such ser-vices. The ENGINEER's invoices or, in the event of disputed or contested invoices, the undisputed portions thereofshall be paid by OWNER on or about the 20th day of the month following the month in which the invoice is ten-dered. If any undisputed payment due ENGINEER from OWNER is unpaid after the date it is due bears interest, inno event shall such interest exceed the highest rate permitted by law to be paid by OWNER.

section 4.1 of the Agreement shall be and it hereby is revised to read as follows:

Professional Responsibility - ENGINEER represents that the services shall be performed in a manner consistentwith the highest standards of professional practice, care, and diligence practiced by recognized consulting firms inperforming services of a similar nature in existence at the time of performance of the services and in full compliancewith, and as required by or pursuant to, this Agreement. Except as provided in the Qualification proposal, the CostProposal or in any Rider that may be subsequently agreed to by the parties hereto, no other representations toOWNER expressed or implied and no wananty or guarantee is included in this Agreement, or in any report, opin-ion, document, or otherwise.

Section 4.4 of the Agreement shall be and it hereby is revised to add the following to the end of the last sentence ofsaid Section 4.2:

minus, in the event the termination is due to the fault of the ENGINEER, any damages suffered by OWNER. In noevent, however, shall the total amount paid prior to and at the time of termination for any phase of the ENGINEER'swork exceed the maximum amount payable for that phase of the ENGINEER's work.

The frst two sentences of Section 4.3 of the Agreement shall be replaced with the fotlowing sentence:

All documents furnished by the ENGINEER pursuant to this Agreement shall be and remain the property ofOWNER whether or not the Project is completed; however, such documents are not intended to be suitable for re-useby the OWNER or others on extensions of the Project or on any other project.

R-4.1

4.1.

R-4.2

R-4.3

R-4.5

Safety

Section 4.4 of the Agreernent shall be and is hereby revised to read as follows:

4.4. Insurance - ENGINEER shall procure and maintain workers' compensation, automobile, general liability and pro-

fessional liability insurance, with limits no less than the minimum limits of liability set forth in the RFP. Upon re-ceipt of this executed Agreement, ENGINEER shall provide OWNER with such certificates and policies of insur-ance. OWNER shall require all contractors working on this project to name ENCINEER as an additional insured onthe comprehensive general liability and owner's/contractor protective liability insruance policies to be provided bysuch contractors pursuant to the Conkact Documents.

Section 4.5 of the Agreement shall be and it hereby is revised to delete the last sentence of said Section 4.5 without substi-

tution therefore.

A. Enqincal! XegDaxslbilily. The Engineer shall be solely and completely responsible for providing and maintainingsafe conditions for their employees at the Work site or sites. The Engineer shall take all safety precautions as shall be necessary tocomply with all applicable law. The Engineer shall provide, by its orvn designation, only "Qualified Workers" to perform the Workand shall provide its own Personal Protective Equipment (PPE) for such Work including, but not limited to: clothing, gloves,

eyewear/safety glasses, head/face shields, body harnesses, lanyards and personnel fall protection systems, footwear, hard hats, and

hearing protection, as appropriate for the potential hazards to be encormtered as determined by the Engineer. The Engineer must

ensure that all personnel observe all appropriate safety precautions when working on or in the vicinity of the Owner's facilities and

appurtenances.

B. No DutJ. Neither the Owner, nor any official or employee of the Owner, nor any authorized assistant or agent ofany of them, shall be responsible for the adequacy of the Engineer's safety measures in, on, or near the Work site or sites. The

Owner shall not provide design or construction review relating to the Engineer's safef;r precautions required for the Engineer toperform the Work.

C. No Liabilitv. Neither the Owner, nor any official or employee ofthe Owner, nor any authorized assistant or agent ofany of them, shall be responsible for the safety of Engineer's employees or property, during the performance of the Work.

D. Safety Represefialrvc. The Engineer shall employ or hire a competent safety representative or Sub-consultant, whois capable of identifying predictable and existing conditions that are unsanitary, hazardous, or dangerous to persons or properly, todevise, supervise, and ensure compliance with all safety precautions and programs as shall be necessary to comply with all applicablelaws, regulations, and guidelines, including without limitation OSHA, and to prevent injury to persons and damage to property. TheEngineer shall advise the Owner, in writing, of such safety representative's name, address, and telephone number or numbers where

such safety representative may be reached at all times, 24 hours per day, and such safety representative shall have full and completeauthority to promptly correct or eliminate any such unsanitaty, hazardous, or dangerous conditions.

E. Notilicatiqn of Potentially Hazad . The Engineer is advised that potentially hazardous conditionsdescribed in the Illinois Health and Safety Act, federal OSIIA Regulations and Guidelines, ANSI Standard 830.5-1968 as Ermended,

ANSI StandardZllT.l-1995 as amended, and Illinois Department of Labor Rules and Regulations, could be encountered during theperformance of the Work, including without limitation energized electrical facilities and overhead wires; cranes, derricks, and otherhoisting machinery with operational and use limitations, special hazard warnings and instructions, and revolving superstnrcturesrequiring proper barricading; confined or enclosed spaces that are subject to the accurnulation ofhazardous substances or toxic orflammable contaminants or that have oxygen deficient or other hazardous atnospheres, requiring, among other things, independentfall protection, respiratory equipment, ventilation, two-way communication with the outside, and safe means of egress. The Engineer

should take special notice ofthe potentially hazardous conditions identified in this paragraph and take all necessary precautions toguard against such potential haaards, including without limitation conducting employee safeq, training and education, postingwamings and instructions, testing and inspecting, and utilizing adequate protective and emergency systems, equipment, and devices,in as much safety remains the Engineer's sole responsibility rurder the Contract. The Engineer is directed to the Illinois Health andSafety Act, federal OSHA Regulations and Guidelines, including without limitation Occupational Safety & Health Standards andConskuction Industry Safety & Health Regulations as outlined in Parts 1910 and 1926 of US Dept. of Labor Chapter XVII -Occupational Safeff and Health Administration, Title 29, and US Dept. of Labor Document OSFIA 2202 "OSHA Safety and HealthStandards Digest," ANSI Standard 830.5-1968 as amended, ANSI Standard Zll7.l-1995 as amended, and Illinois Deparhnent ofLabor Rules and Regulations for a further description of thes€ potentially hazardous conditions and the regulations applicablethereto.

The Engineer is being notified of these potentially hazardous conditions so that the Engineer may independently assess thepotentially hazardous conditions and take the necessary precautions to ensure a safe workplace pursuant to ti.te Contract and theEngineer's legal obligations. The Owner's notification of these potentially hazardous conditions should not be construed to be, norinteryreted as, an exclusive listing of the potentially hazardous conditions that could be encountered during the performance of theWork but, rather, such notice shall be construed to be, and interpreted as, exemplary only. The Owner's notification of thesepotentially hazardous conditions should not be construed or interpreted as waiving the Engineer's sole and complete responsibilityfor their employee's safety at the Work site or sites or for providing and maintaining safe conditions at the Work site or sitei,including the safety of all persons and prope{y during performance of the Work. This notification of potentially hazardousconditions is provided solely to assist the Engineer in the performance of these duties, in the interest of maximum safety.

F. Confined SBaces. Even though the Engineer is required to independently assess the potentially hazardousconditions at the Work site or sites and take the necessary precautions to ensure a safe workplace pursuanf to the Rider and theEngineer's legal obligations, when the Engineer is advised that the Owner has designated a particular Work site or sites as a permit-required confined space because the space has limited means of egress and other hazardous conditions exist and the space may besubject to the accumulation of toxic gasses, flammable gasses, combustible materials, or engulfurg substances, or be subjeit tooxygen deficient or oxygen enriched atmospheres, requiring (i) equipment, including without limitation continual atmospheric iestingequipment and supplied air respiratory equipment, (ii) mechanical ventilation, (iii) two-way communication with the outside, (iv)body harnesses and personnel retrieval systems, and (v) rescue services, entry into such permit-required confured space shall be onlythrough compliance with a confined space enfiy permit program meeting the requirements of OSHA and other applipable law. Insuch case, the Owner will inform the Engineer of the precautions and procedures that the Owner has implementea for the.erotection__-yof the Owner's employees in or near the Work site or sites where the Engineer's personnel will be working. fhe Engin}ir--sfiAiiinform the Owner of the precautions and procedures that the Engineer has implemented for the protection of the Engineer'semployees in or near the Work site or sites, including the confured space permit entry program that the Engineer will follow and ofany hazards confronted or created while working in the Owner's designated permit-required confined spaces. When both Engineerand Owner personnel will be working simultaneously in or near Owner's designated permit-required confined spaces, the Owner andthe Hngineer shall coordinate entry operations as required by OSHA and other applicable law.

G. Hazardous Chemicals. The Engineer shall not use or store hazardous chemicals in such a way that the Owner'semployees may be exposed to such hazardous chemicals. Whenever hazardous chemicals are used or stored by the Engineer in sucha way that employees of the Owner may be exposed to such hazardous chemicals, the Engineer shall inform the Owner of (i) theprecautions and procedures that the Engineer has implemented for the protection of its own employees exposed to such hazardouschemicals in or near the location(s) where Owner personnel will be working and (ii) the labeling system that the Engineer use$ tolabel hazardous chemical containers. In addition, the Engineer shall provide the Owner with a copy of the most cgrrent MSDS forsuch hazardous chemicals and access to the central MSDS binder maintained by the Engineer.

Whenever hazardous chemicals are used or stored by the Owner in such a way that employees of the Engineer may beexposed to such hazardous chemicals, the Owner shall inform the Engineer of (i) the precautions and procedures that the Owner hasimplemented for the protection of its own employees exposed to such hazardous chemicals in or near the location(s) where Engineerpersonnel will be working and (ii) the labeling system that the Owner uses to label hazardous chemical containers. In addition. theOwner shall provide Engineer with access to the central MSDS binder maintained by Owner.

H. Safetv-Related Equipment. The Engineer shall not use, nor be entitled to use, any of the Owner's safegr-relatedequipment, including without limitation: The Owner's fall-protection, fall-reshaint, or fall-anest equipment; the Owner's ladders orother materials handling equipment; the Owner's confined space entry equipment, including gas monitors, ventilation equipment, orpersonnel retrieval systems; or the Owner's ventilators, fire extinguishers, or personnel rescue systems.

I.Accident Records. The Engineer shall maintain an accwate record of all accidents resulting in death, injury, occupa-tional disease, or damage to any properfy whether or not that of the Owner and shall promptly report any of the same to the Owner.

IN WITNESS WHEREOF, the parties hereto have executed or caused to be executed by their duly elected offrcials, this RIDER NO.2 in duplicate on the respective dates indicated below.

ENGINEER: Tank Indusky Consultants OWNER DuPage WaterCommission

WBy: Gregory Stein, P.E., Managing Principal By:

Printed:

Dated:

ou"* {G-\\_

DATE: April 10, 20{4

REQUEST FOR BOARD ACTION

AGENDA Omnibus Vote Requiring MajoritySECTION Vote

ORIGINATING Facilities ConstructionDEPARTMENT /Safety Coordinator

ITEM A Resolution DirectingAdvertisement for Bids on aContract for the Rehabilitation ofCoating $ystems and FallProtection Systems for TankSites No. 2 and No. 4 West(Contract 5S-6/14)

Resolution No. R-13-14

APPROVAL

q,0#

Account Number: 01 -60-7707.01

At the February 20,2014, meeting, the Board approved the distribution of the Tentative DraftManagement Budget for Fiscal Year 2014-2015 which included the painting and otherconstruction work for Rehabilitation of Coating Systems and Fall Protection Systems forTank Sites No. 2 and No. 4 West (Contract 5S-6/14). Resolution No. R-13-14 wouldauthorize the advertisement for bids for this project and establish requirements necessary forthe bidding, for the awarding of the contract, and for the approval of the contractor's bonds.

MOTION: To approve Resolution No. R-13-14.

DUPAGE WATER COMMISSION

RESOLUTION NO. R-13-14

A RESOLUTION DIRECTING ADVERTISEMENT FOR BIDSON A CONTRACT FOR THE REHABILITATION OF COATING SY$TEMS AND FALL

PROTECTION SYSTEMS FOR TANK SITE NO. 2 AND NO. 4 WEST(Contract SS-6/14)

BE lT RESOLVED by the Board of Commissioners of the DuPage Water

Commission as follows:

SECTION ONE: Advertisement for Bids. The General Manager is hereby

authorized and directed to advertise for bids for the contract entitled "Contract for the

Rehabilitation of Coating Systems and Fall Protection Systems for Tank Site No. 2 and

No. 4 West -Contract S5-6/14" (the "Contract").

SECTION TWO: Notice Invitin-q Bids. The Notice inviting bids on the Contract

shall be in substantially the form of the "lnvitation for Bidder's Proposals" attached

hereto and by this reference incorporated herein and made a part hereof as Exhibit A.

SECTION THREE: Requirements for Biddinq. $ealed envelopes or packages

containing proposals for the performance of the Contract shall be submitted to the

Commission in accordance with the "General Instructions to Bidders" substantially in the

form attached hereto and by this reference incorporated herein and made a part hereof

as Exhibit B, and the "Special Instructions to Bidders" substantially in the form attached

hereto and by this reference incorporated herein and made a part hereof as Exhibit C.

SECTION FOUR: Awardins of Contract. The Commission will award the

Contract to the bidder whose proposal is found to be in the best interests of the

Commission. The bidder who is to receive an award shall be determined in accordance

with Article Vlll of the Commission By-Laws, the General Instructions to Bidders

-1-

carolyn
Draft

Resolution No. R-13-14

substantially in the form attached hereto as Exhibit B, and the $pecial Instructions to

Bidders substantially in the form attached hereto as Exhibit C'

SECTION FIVE: ApprovaL llBands. The approval of the contractor's faithful

performance bonds shall be subject to the requirements set fotth under the subheading

"Pefformance and Payment Bonds" in the Invitation for Bidder's Proposals attached

hereto as Exhibit A.

SECTION SIX: Effective Date. This resolution shall be in full force and

effect from and after its adoption.

AYES:

NAYS:

ABSENT:

ADOPTED this _ day of 2014.

Chairman

ATTEST:

Clerk

Board/Resolutions/R-1 3- 1 4.doc

-2-

EXHIBIT A

DUPAGE WATER COMMISSION

CONTRACT FOR THE CONSTRUCTION OF

CONTRACT FOR THE REHABILITATION OF COATING SYSTEMS AND FALLPROTECTION SYSTEMS FOR TANK SITE NO. 2 AND NO. 4 WEST

CONTRACT 5S.6/14

INVITATION FOR BIDDER'S PROPOSALS

OWNER:DuPage Water Commission600 East Butterfield RoadElmhurst, lllinois 60126-4642

ENGINEER: Tank Industry Consultants7740 West New York Streetlndianapolis, lN 46214

1. lnvitation to Bid

Owner invites sealed Bidder's Proposals for the Work described in detail inthe Contract and generally described as follows:

Furnishing of all labor, materials, equipment for the rehabilitation of thecoating systems, and design and construction of fall protection systems forthe 7.5 MG standpipe at Tank Site No. 2 and the 5.0 MG west standpipeat Tank Site No. 4, including painting and rechlorination of the standpipe.

The Work shall be performed at the following Work Sites:

Owners Tank $ite No. 2 which is located on Bloomingdale Road south ofBrandon Court in Glendale Heights and, Owner's Tank Site No. 4, which islocated on 75th $treet just eas[ of Palamino Drive in unincorporated LisleTownship, both in DuPage County, lllinois.

2. Defined Terms

All terms capitalized in this Invitation for Bidder's Proposals and in theother documents included in the Bid Package are defined in the documents included inthe Bid Package, as hereinafter defined, and shall have such defined meaningswherever used.

3. The Bid Packaqe

The Bid Package consists of the following documents, all of which are bythis reference made a part of this Invitation for Bidder's Proposals as though fully setforth herein:

-1-

INVITATION

(1) Invitation for Bidder's Proposals;

(2) General Instructions to Bidders;

(3) Special Instructions to Bidders;

(4) Addenda, if issued;

(5) Bidder's Proposal;

(6) Bidder'sSwornAcknowledgement;

(7) Bidder's Sworn Work History $tatement;

(8) Other Information Submitted by Bidder, if requested;

(9) Notice of Award; and

(10) Contract, including all of its Attachments and Appendices, if any.

4. Inspection and Examination

The Bid Package may be examined at the office of Owner and Engineeras listed above. A copy of the Bid Package may be purchased at the office of Engineerupon payment of $[TO BE DETERIUIINEDI per set, which fee is nonrefundable.Persons requesting documents to be sent by mail shall include an additional $[IBD] perset to cover postage and handling. In making copies of the Bid Package available toprospective Bidders, Owner and Engineer do so only for the purpose of obtainingBidder's Proposals and such provision does not confer a license or grant for any otheruse.

Each prospective Bidder shall, before submitting its Bidder's Proposal,carefully examine the Bid Package. Each prospective Bidder shall inspect in detail theWork Site and the surrounding area and shall familiarize itself with all local conditions,including subsurface, underground and other concealed conditions, affecting theContract, the Work and the Work Site. The Bidder whose Bidder's Proposal is acceptedwill be responsible for all errors in its Bidder's Proposal including those resulting from itsfailure or neglect to make a thorough examination and investigation of the Bid Packageand the conditions of the Work Site and the surrounding area.

5. Bid Openinq

Owner will receive sealed Bidder's Proposals for the Work until 1:00 p.m.,local time, ITO BE DETERMINEDI, 2014, at Owner's office listed above, at which time,or as soon thereafter as possible, all Bidder's Proposals will be publicly opened andread aloud. Bidders or their agents are invited to be present.

-2-

INVITATION

6. Bid $ecuritv. Bonds and lnsurance

A. Bid Securitv. Each Bidder's Proposal shall be accompanied by asecurity deposit of at least ten percent of the Bidder's Price Proposal in the form of (1) aCashier's Check or Certified Check drawn on a solvent bank insured by the FederalDeposit Insurance Corporation and payable without condition to Owner or (2) a BidBond in a form satisfactory to Owner from a surety company licensed to do business inthe State of lllinois with a general rating of A minus and a financial size category ofClass X or better in Best's Insurance Guide.

B. Performance and Pavment Bonds. The successful Bidder will berequired to furnish a Performance Bond and a Labor and Material Payment Bond uponaward of the Contract, each in the penal sum of the full amount of the Contract Price, inthe forms included in Appendices to the Contract and from a surety company meetingthe requirements set forth above. Each Bidder's Proposal must be accompanied by aletter from such a surety company stating that it will execute Bonds on forms providedby, or otherwise acceptable to, Owner, upon award of the Contract to Bidder.

C. lnsurance. The successful Bidder will be required to furnishcertificates and policies of insurance as required by Section 4.2 of the Contract uponaward of the Contract. Each Bidder's Proposal must be accompanied by a letter fromBidder's insurance carrier or its agent certifying that said insurer has read therequirements set forth in the Contract and will issue the required certificates and policiesof insurance upon award of the Contract to Bidder.

DATED this _ day of _, 2014.

DUPAGE WATER COMMISSION

/s/ John F. SpatzGeneral Manager

By:

-3-

EXHIBIT B

DUPAGE WATER COMMISSION

CONTRACT FOR THE REHABILITATION OF COATING SYSTEMS AND FALLPROTECTION SYSTEMS FOR TANK SITE NO. 2 AND NO. 4 WEST

CONTRACT 5S.6/14

GENERAL IN$TRUCTIONS TO BIDDERS

1. Interpretation of Documents Included in Bid Packaqe

A. Defined Terms. All terms capitalized in these General Instructionsto Bidders and in the other documents included in the Bid Package are defined in thedocuments included in the Bid Package and shall have such defined meaningswherever used.

B. lmplied Terms. lf any personnel, equipment, materials, or suppliesthat are not directly or indirectly set forth in the Contract are nevertheless necessary tothe proper provision, performance, and completion of the whole of the Work inaccordance with the intent of the Contract, each prospective Bidder shall understandsuch personnel, equipment, materials, or supplies to be implied and shall provide forsuch personnel, equipment, materials, or $upplies in its Bidder's Proposal as fully as if itwere particularly described.

C. Information Provided bv Owner or Engineer. When informationpertaining to subsurface, underground or other concealed conditions, soils analysis,borings, test pits, utility locations or conditions, buried structufes, condition of existingstructures, and other preliminary investigations is distributed with the Bid Package, orsuch information is otherwise made available to any prospective Bidder by Owner orEngineer, such information is distributed or made available solely for the convenience ofsuch prospective Bidder and is not part of the Bid Package. Owner and Engineerassume no responsibility whatever in respect to the sufficiency or accuracy of any suchinformation, and there is no guaranty or warranty, either expressed or implied, that theconditions indicated are representative of those existing throughout the Work or theWork $ite, or that the conditions indicated are representative of those existing at anyparticular location, or that unanticipated conditions may not be present.

D. Addenda. No interpretation of the documents included within theBid Package will be made except by written addendum duly issued by Owner orEngineer ("Addendum"). No interpretation not contained in an Addendum shall be validor have any force or effect whatever, nor entitle any Bidder to assert any claim ordemand against Owner or Engineer on account thereof.

All Addenda issued prior to the opening of Bidder's Proposals shallbecome a part of the Bid Package. Each prospective Bidder shall be responsible forinquiring from time to time as to the availability of Addenda.

-1-

GENERAL INSTRUCTIONS

lf any prospective Bidder is in doubt as to the true meaning of any part ofthe Bid Package, such prospective Bidder shall submit to Owner or Engineer a writtenrequest for an interpretation thereof as far in advance of the scheduled opening ofBidder's Proposals as possible.

Owner shall use its best etforts to issue Addenda in response to all valid,appropriate, and timely inquiries, but accepts no responsibility for doing so. Inquiriesnot answered by Addenda shall be considered invalid, inappropriate, or untimelyinquiries.

2. Calculation of Unit Price Proposals

On all items for which Bidder's Proposals are to be received on a unit pricebasis, the approximate quantities stated in the Schedule of Prices are Engineer'sestimate only for Owner's convenience in comparing Bidder's Proposals and shall notbe relied upon by prospective Bidders. Each prospective Bidder shall, before submittingits Bidder's Proposal, make its own estimate of the quantities of Unit Price ltemsrequired to complete the Work and shall determine its Price Proposal for each Unit PriceItem in light of its own estimate.

3. Prevailing Waqes

In accordance with the Prevailing Wage Act, 8?0 ILCS 130/0.01 et seq.,not less than the prevailing rate of wages for similar work in the locality in which theWork is to be performed shall be paid to all laborers. A copy of Owner's ordinanceascertaining the prevailing rate of wages, in effect as of the date of the Invitation forBidder's Proposals, is included in the Bid Package. lf the lllinois Depaftment of Laborrevises the prevailing rate of hourly wages to be paid, the revised rate shall apply to theContract.

4. Taxes and Benefits

Owner is exempt from state and local sales, use, and excise taxes.Bidder's Price Proposal shall not include any such taxes. A letter of exemption will beprovided to the successful Bidder, if necessary. Owner will not reimburse, nor assist thesuccessful Bidder in obtaining reimbursement for, any state or local $ales, use or excisetaxes paid by the successful Bidder.

Bidder's Price Proposal shall include all other applicable federal, state,and local taxes of every kind or nature applicable to the Work as well as all taxes,contributions, and premiums for unemployment insurance, old age or retirementbenefits, pensions, annuities or other similar benefits.

-2-

GENERAL INSTRUCTIONS

5. Permits and Licenses

Except as othenruise expressly provided in Attachment A to the Contract,Bidder's Price Proposal shall include the cost of obtaining all permits, licenses, andother approvals and authorizations required by law for performance of the Work. lt shallbe the sole responsibility of each prospective Bidder to determine the applicablepermits, licenses, and other approvals and authorizations and no extra compensationshall be paid by Owner for the successful Bidder's failure to include these costs in itsBidder's Proposal.

6. Preparation of Bidder's Proposal

Bidder's Proposals to enter into the Contract for the Work shall be madeonly on the blank Bidder's Proposal form furnished by Owner and included in the BidPackage. The Bidder's Proposal form included in the Bid Package may be removedfrom the Bid Package prior to preparation for submission.

Entries on the Bidder's Proposal form shall be typed or legibly written inink. Price Proposals are to be written by words and by figures as provided on theBidder's Proposal form. In case of any conflict, words shall prevail. In case of any errorin adding or multiplying individual items, the prices listed for individual items shallcontrol over any incorrect total of such items. A Bidder's Proposal may be rejected if itdoes not contain a requested price for each and every item named in the Bidder'sProposal form or may be interpreted as bidding "no charge" to Owner for any item leftblank.

Prospective Bidders are warned against making alterations of any kind tothe Bidder's Proposal form or to any entry thereon. Bidder's Proposals that containomissions, conditions, alterations, or additions not called for may be rejected orinterpreted so as to be most favorable to Owner.

Each Bidder shall securely staple into its Bidder's Proposal a copy of eachAddendum issued and shall include in the place provided therefor in the Bidder'sProposal form a listing of all such Addenda.

Each Bidder shall complete and securely staple into its Bidder's Proposalthe Bidder's Sworn Acknowledgement and the Bidder's Sworn Work History Statementincluded in the Bid Package, and shall staple into its Bidder's Proposal the Bid Securityand the surety and insurance commitment letters as specified in the Invitation forBidder's Proposals.

Every Bidder submitting a Bidder's Proposal shall be conclusively deemedto have evidenced an intention to be bound thereby whether or not the requirements forsigning Bidder's Proposals found in Section 7 of these General Instructions to Biddersare satisfied. However, any Bidder's Proposal that fails to comply with $ection 7 ofthese General Instructions to Bidders may nevertheless be rejected.

-3-

GENERAL INSTRUCTIONS

Bidder's Proposals that are not submitted on the Bidder's Proposal formfurnished by Owner or that are not prepared in accordance with these GeneralInstructions to Bidders may be rejected. lf a deficiently prepared Bidder's proposal isnot rejected, Owner may demand correction of any deficiency and award the Contract toBidder upon satisfactory compliance with these General Instructions to Bidders.

7. SiqnatureRequirements

A. Bidder's Proposals. The following requirements shall be observedin the signing of each Bidder's Proposal:

(1) corporations. Each Bidder's proposal submitted by acorporation shall be signed by the President or otherauthorized officer of the corporation and shall also bear theattesting signature of the Secretary or Assistant Secretary ofthe corporation.

(2) Partnerships. Each Bidder's proposal submitted by apartnership shall be signed by all of its general partners orby an attorney-in-fact.

(3) Individuals. Each Bidder's proposal submitted by anindividual shall be signed by such individual or by anattorney-in-fact.

(4) Joint Ventures. Each Bidder's Proposal submitted by a jointventure shall be signed by each signator of the joint ventureagreement by which such joint venture was formed inaccordance with the applicable provisions of (1), (Z), and (3)above or by an attorney-in-fact.

When requested by Owner, satisfactory evidence of the authority of the person orpersons signing on behalf of Bidder shall be furnished.

B. Other Documents. The signature requirements set forth inSubsection 7A shall apply to all other documents in the Bid Package required to beexecuted by Bidder, Bidder's sureties and Bidder's insurance representatives as well asto the Contract, the Contractor's Certification, and all other required documentationrelated to the Contract.

L Bid Securitv

A. Required Bid Securitv. Every Bidder's Proposal shall beaccompanied by bid security in the form of a Cashier'$ Check, Certified Check or BidBond as specified in the Invitation for Bidder's Proposals ("Bid Security"), which Bid

GENERAL INSTRUCTIONS

Security shall stand as a guaranty that (1) Bidder will submit all additional informationrequested by Owner; (2) if such Bidder's Proposal is accepted, Bidder will timely file theBonds and the ceilificates and policies of insurance requiied by the Contract; ind (3) ifsuch Bidder's Proposal is accepted, Bidder will timely execute the Contract,'tireContractor's Certification, and all other required documentation related to the Contract.

B. Return of Bid Securitv. Bid Security submitted in the form ofCashier's Checks or Certified Checks will be returned within five days after execution ofth.e Contract by Owner. Bid Bonds will not be returned unless othirwise requested byBidder.

C. Liquidqted Damaqes. lf a Bidder fails to timely submit all additionalinformation requested by Owner, or if the successful Bidder fails t,o timely anO properlyltlbmit all required Bonds, certificates and policies of insurance, or if ihe successfulBidder fails to timely and properly execute the Contract, the Contractor's Ceilification,and all other required documentation related to the contract, it will be difficult andimpracticable to ascertain and determine the amount of damage that Owner will sustainby.reason of any such failure. For such rea$on, every Bidder shall, by submittinj itsBidder's Proposal, be deemed to agree that Owner snall have the right,- at its optio-n inthe event of any such default, to retain or recover as reasonably eitimated liquidateddamages, and not as a penalty, the entire amount of the Bid Security or ten percent ofthe Bidder's Price Proposal, whichever is greater, or to exercise any and all equitableremedies it may have against the defaulting Bidder.

9. $ubmission of Bidder's proposal

One copy of each Bidder's Proposal, properly signed, together w1h allother required documents, shall be enclosed in a seal'ed enu-elopi or paclage and shallbe addressed and {qliv.ered_to the place, before the time, and in the manner-designatedin the Invitation for Bidder's Proposals. All Bidder's Proposals received after the time forthe opening of bids specified in the Invitation for Bidder's Proposals will be returnedunopened.

Each sealed envelope or package containing a Bidder's proposal shall beidentified as such and shall be marked with the title of the Contract and Bidder's fulllegal name. All Addenda will be considered paft of each Bidder's proposal whetherattached or not.

10. Withdrawal of Bidder's proposal

Any Bidder's Proposal may be withdrawn at any time prior to the openingof any Bidder's Proposal, provided that a request in writing, executed by Biddei in thEmanner specified in $ection 7 of these General lnstructions to Bidders, for thewithdrawal of such Bidder's Proposal is filed with Owner prior to the opening of any

-5-

GENERAL INSTRUCTIONS

Bidder's Proposal. The withdrawal of a Bidder's Proposal prior to opening of anyBidder's Proposalwill not prejudice the right of Bidder to file a new Bidder's Proposal.

No Bidder's Proposal shall be withdrawn without the consent of Owner fora period of 60 days after the opening of any Bidder's Proposal. Any Bidder's Proposalmay be withdrawn at any time following the expiration of said 60 day period, providedthat a request in writing, executed by Bidder in the manner specified in Section 7 ofthese General lnstructions to Bidders, for the withdrawal of such Bidder's Proposal is

filed with Owner after said 60 day period. lf no such request is filed, the date foracceptance of such Bidder's Proposal shall be deemed to be extended until such arequest is filed or until Owner executes a Contract pursuant to the Invitation for Bidder'sProposals or until Owner affirmatively and in writing rejects such Bidder's Proposal.

11. Qualification of Bidders

A. Factors. Owner intends to award the Contract only to a Bidder thatfurnishes satisfactory evidence that it has the requisite experience, ability, capital,facilities, plant, organization and staffing to enable it to perform the Work successfullyand promptly and to complete the Work for the Contract Price and within the ContractTime.

B. Additional lnformation. Owner reserves the right to require fromany Bidder, prior to award of the Contract, a detailed statement regarding the businessand technical organizations and plant of Bidder that is available for the Work.Information pertaining to financial resources, experience of personnel, contract defaults,litigation history, and pending construction projects may also be requested.

C. Final Determination. The final selection of the successful Biddershall be made on the basis of the amount of the Bidder's Price Proposals, Owne/s priorexperience with the Bidders, Owner's knowledge of the Bidders' performance on otherrelevant projects, any additional information submitted by Bidders to satisfy Owner thatBidders are adequately prepared to fulfill the Contract, and all other relevant facts ormatters mentioned in the Bid Package or that Owner may legally consider in making itsdetermination.

12. Disqualification of Bidders

A. More Than One Bidder's Proposal. No more than one Bidder'sProposal for the Work described in the Contract shall be considered from any singlecorporation, partnership, individual or joint venture, whether under the same or differentnames and whether or not in conjunction with any other corporation, partnership,individual or joint venture. Reasonable grounds for believing that any corporation,paftnership, individual or joint venture is interested in more than one Bidder's Proposalfor the Work may cause the rejection of all Bidder's Proposals in which suchcorporation, pailnership, individual or joint venture is interested. Nothing contained in

-6-

GENERAL INSTRUCTIONS

this Subsection 12A shall prohibit any single corporation, partnership, individual or jointventure, whether under the same or different names and whether or'not in conjunctionwith any other corporation, partner$hip, individual or joint venture, from submitting a bidor quoting prices to more than one Bidder for equipment, materials and supplies or laborto be furnished as a subcontractor or supplier.

B. Collusion. lf there are reasonable grounds for believing thatcollusion exists among any Bidders, all Bidder's ProposalJof the participants in- suchcollusion will not be considered.

C' Default. lf a Bidder is or has been in default on a contract withowner or in the payment of monies due Owner, its Biddur* iroposal will not beconsidered.

13. Award of Contract

A' . .. Bqseryqtion of Riohts. Owner reserues the right to accept theBidder's Proposal that is, in its judgmen-t, the best and most favorable to the interests of

9.ry1q and the public; .to reject ihe low Price Proposal; to accept any 1em of anyBidder's Proposal,'to.reject any and ail Bidder's proposair; to accbpt and incorporatecorrections, clarifications or modifications following the openinj of the Bidde1sProposals when to do so would not, in owner's opinion, prejudice tnioiooing process orcreate any improp91. advantage to any Bidder; and io waive irregularities andinformalities in the bidding proCess. or in- any Bidder's proposal submitted; provided,however, that the waiver of any prior defect or informality shall not be considered awaiver of any future or similar defects or informalities, and Bioders should not rety upln,or anticipate, such waivers in submitting their Bidder's proposals.

B' rirm Oners' All Bidder's Proposals are firm offers to enter into thecontract and no Bidder's Proposals shall d deemed rejected, notwithstandingacceptance of any other Bidder's Proposal, until the Contract ftas neen executed byboth owner and the successful Bidder'or uniil owner affirmaiiver/"no-in writing rejectssuch Bidder's Proposal.

C' Time.qf Award. lt i,s expected that the award of the Contract, if it isawarded, will be made within 60 days following the opening of the Bidder,s proposals.Should administrative difficulties be encountered after th*e op*ning of the Bidder,sProposals, including the annurment of any a*"rd, that may J"i"y an award orsubsequent award beyond such 60 day plriod, o*n*r. may accept any Bidder,sProposal for which the date for acceptance has been extended'as provided inSection 10 of these General Instructions to Bidders in order to avoid the need forreadvertisement. No Bidder shall be under any obligation to eneno the date foracceptance of its Bidde/s Proposal. Failure of one or more of the Bidders or theirsureties to extend the date for acceptance of its Bidder's proposal *tr"rr not prejudice

-7-

GENERAL INSTRUCTIONS

the right of Owner to accept any Bidder's Proposal for which the date for acceptancehas been extended.

14. Notice of Award: Effective Date of Award

lf the Contract is awarded by Owner, such award shall be effective when aNotice of Award in the form included in the Bid Package has been delivered to thesuccessful Bidder ("Effective Date of Award"). Owner will prepare five copies of theContract based upon Bidder's Proposal and will submit them to the successful Bidderwith the Notice of Award.

15. Glosinq of Contract

A. Closino Date. Unless othenrvise stated in the Notice of Award, thesuccessful Bidder shall satisfactorily complete all Conditions Precedent to Closingbefore, and the Contract and all related documents shall be executed, submitted andexchanged by Owner and Bidder ("Closing") on, the tenth day following the EffectiveDate of Award or within such extended period as Owner may, in the exercise of its solediscretion, authorize in writing after issuance of the Notice of Award ("Closing Date").

B. Conditions Precedent to Closino. On or before the Closing Date,the successful Bidder shall: (1) sign (see Section 7), date as of the Closing Date, andsubmit to Owner all five copies of the Contract, the Contractor's Certification, and allother required documentation related to the Contract on or before the Closing Date; and(2) submit five executed copies of all required Bonds dated as of the Closing Date andall certificates and policies of insurance (see Contract, Article lV) ("ConditionsPrecedent to Closing").

Failure to timely execute or submit any of the aforesaid documents shallbe grounds for the imposition of liquidated damages as more specifically set forth inSection I above. lf the submitted documents or any of them fail to comply with theseGeneral Instructions to Bidders or the Contract or are not timely executed andsubmitted, Owner may, in its sole discretion, annul the award or allow the successfulBidder an opportunity to correct the deficiencies.

In no event will Owner execute the Contract until any and all suchdeficiencies have been cured or Owner has received adequate assurances, asdetermined by Owner, of complete and prompt pedormance.

C. Closino. At the Closing, and provided that all documents requiredto be submitted prior to or at the Closing have been reviewed and determined by Ownerto be in compliance with these General Instructions to Bidders and the Contract, oras$urances of complete and prompt performance satisfactory to Owner have beenreceived, Owner shall execute all copies of the Contract, retain three copies of thecompleted Contract, and tender two copies to the successful Bidder at the Closing. The

-8-

GENERAL INSTRUCTIONS

$uccessful Bidder shall tender one copy to its surety company or companies. Thesuccessful Bidder or its agent shall be present at the Closing.

16. Failure to Close

A. Annulment of Award: Liquidated Damaoes. The failure or refusal ofa successful Bidder to comply with the Conditions Precedent to Closing or to Close shallbe just cause for the annulment of the award and the imposition of liquidated damagesor the exercise of equitable remedies, both as more specifically set forth in Sectioh Iabove.

B. $ubsequent Awards. Upon annulment of an award, Owner mayaccept, and award a Contract based on, any other Bidder's Proposal as Owner, in itssole judgment, deems to be the best or may invite new Proposals or may abandon thebidding proce$$ or the Work.

-9-

DUPAGE WATER COMMISSION

CONTRACT FOR THE REHABILITATION OF COATING SYSTEMS AND FALLPROTECTION SYSTEMS FOR TANK SITE NO. 2 AND NO. 4 WEST

CONTRACT SS.6'14

SPECIAL INSTRUCTIONS TO BIDDERS

1. Prohibited $uppliers

FBDI

-1-

DATE: April 10,2014

REQUHST FOR BOARD ACTION

AGENDA EngineeringandConstructionSECTION Committee

ORIGINATINc Facilities ConstructionDEPARTMENT

ITEM Approval of Final Design, Plansand Specifications for theConstruction of the DuPageCounty York Township JointFacility and Connection Facilities

APPROVAL

,{tM s$Account Number: N/A

Pursuant to the York Township Joint Facility Agreement, authorized by ordinance O-3-12,DuPage County is the contracting pafty with the design engineer for the Joint Facility and theConnection Facilities, and DuPage County will administer the design contract for the benefitof both the Commission and DuPage County.

The engineering design, plans, and specifications for the Connection Facilities were requiredto incorporate the design criteria, standards, and base technical specifications and detailsprovided by the Commission and also be supplemented with additional technicalspecifications as may be required for the Joint Facility and the Connection Facilities.

The final design of the Joint Facility and the Connection Facilities are subject to the review ofboth the Commission and DuPage County and subject to the approval of the Commission tothe extent of the Connection Facilities and the common areas of the Joint Facility.

In order to assist DuPage County's desire to expedite the bidding of the project, theCommission, at their meeting of February 20, 2014, gave permission to Staff to performdesign reviews and once the designs were in a form acceptable to Staff, provide interimapproval to DuPage County. Staff provided said interim approval on March 31,2014. Forinformation purposes, the schedule of events is as follows:

Advertisement of Bid:Bid Opening:

April 3'o

May 1"t

Should the County receive a low responsible bid on May 1tt, the next action would tentativelybe the approval of the DuPage County Award of Contract at the May 15,2Q14 CommissionMeeting.

MOTION: To Approve the Final Design, Plans and Specifications for the DuPage CountyYork Township Joint Facility and Connection Facilities.

DATE: March 22,2014

REQUEST FOR BOARD ACTION

AGENDA Engineering and ConstructionSECTION Committee

ORIGINATING OperationsDEPARTMENT

ITEM Authorize to suspend thePurchasing Procedures of theCommission's By-Laws and toauthorize the purchase of two (2)High Lift Pump Motor Bearingsfrom Electric Machinery, Inc. at acost not to exceed $30,000.00

APPROVAL I

[\I\\l'l

wvOF(

1r

Account No.: 01-60-6621

While staff was performing preventive maintenance on High Lift Pump Motor #8, metalshavings were found in the motor bearing oil. Staff proceeded with removing the driveend bearing of Motor #8 and pefformed a visual inspection of the bearing. Afterinspecting the bearing and discussing the findings with the motor manufacturer ElectricMachinery Company, Inc., the manufacturer deemed the bearing bad andrecommended replacement of both the drive and non-drive end bearings.

This expense was budgeted in the FY 201312014 Annual Management Budget and theTentative FY 201412015 Annual Management Budget, but Board approval is requiredto due to the sole source supply at a cost in excess of $20,000. The cost is estimatednot to exceed an expense of $30,000.00

This request would authorize to suspend the Purchasing Procedures of theCommission's By-Laws and authorize the purchase of two (2) High Lift Pump MotorBearings from Electric Machinery, Inc. at a cost not to exceed $30,000.00

MOTION: Authorize to suspend the Purchasing Procedures of the Commission's By-Laws and authorize the purchase of two (2) High Lift Pump Motor Bearings fromElectric Machinery, Inc. at a cost not to exceed $30,000.00

WEG Gtuup

Elcctrlc Machlnery Gompnny Inc.800 CentrelAvenue NEMinneapolis, MN 55413 USAPhone Dial: (612) 378-8000www. electricmachinery.com

03t27t14

rIffi

To Whom lt May Concern:

ELECTRIC MACHINERY is the $ole source to purchasing of the following repeir

motor/generator pert$:

r BEARING PIN: l?98954G01r BEARING P/N: ll6D273c0l

PARTS ADMINISTMTORPh:612-378-8083Fax: 61?-378-8051Email: [email protected]

TO:

FROM:

DATE:

SUBJECT:

Du Page \Afater Comm issionMEMORANDUM

John Spatz, General Manager

Cheryl Peterson, Financial Administrator NApril 10,2014

Accounts Payable Listings

Following is a summary of the Accounts Payable to be considered at the April 17,2014Commission meeting:

March 11,2014 to April 8, 2014 A/P Reporl

Accrued and estimated payments requiredbefore May Commission meeting

$7,761,970.40

991.555.00

Total $8,753,525.40

cc: Chairman and Commissioners

DUPAGE WATER COMMISSIONITEMS TO BE PAID BY 5.1$-14

Board Meeting Date: April 17,2014

Estimate Amounl Description

40,000.00 Blue Cross Blue Shield 'Health In$urance

5,500.00 Euclid Manager$ - Dental lnsurance

8,000.00 lllinois Public Risk Fund - Workers Comp.

200.00 Envision Health Care - Administration Fees

20,000.00 ComEd - UtilitY Charge$

300,000.00 Constellation (Exelon Energy) ' Utility Charges

180,000.00 City of Chicago - Lexington' Electric

?,000.00 City of Naperville -Meter Station Electric Bills

15,000.00 Nicor - Ga$

250.00 Comcast ' lnternet $ervice

?,000.00 AT&T - TelephoneCharges

2,600.00 AT & T - $cada Backhaul Network

1,000.00 Fed - Ex - Postage/Delivery

8,000.00 Business Card Charges

1,000.00 Home Depot - Maintenance SuPplies

550.00 Waste Management - Disposal Services

1,500.00 Konica Minolta - Copy and Lease Charges

2,500.00 Grainger - Supplies for Operati0ns

2,000.00 Verizon Wireless - iPad Access Fee

2,000.00 Baker TillY

1 3,000.00 lllinois Director of Emp Security - 1st Quader

5,000.00 Ace ComPuters - ThinkPads

6,800.00 Action Automation - Meter Station Supplies

250.00 Alliance Sweeping - Maintenance

1,900.00 Automatic Control Services - Memory Modules

1,900.00 Cathodic Protection Mgmt - Meter Station Services

400.00 Chicago Tribune - Legal Notice

200.00 Colley Elevator - Test $moke Detectors

6,500.00 Critical Power USA - Replace Batteries

950.00 Englewood Electric - Meter Station Supplies

250.00 Honda House - Generator Repair$

7,100.00 HSQ Technology - SCADA Telephone Support

700.00 lnsight Public Sector - Computer Supplies

6,100.00 Integra Chemical - Chemical Tahs

2,500.00 Microtrain - Training

H;\Accounting\?013-2014\04-14\Commi6sion RBPofls\EST ACCOUNTS PAYABLE LIST - April 14

tlqqE xlrnEgf_ Paymen! Qele Payt!q!l4rn9!!1--

2,000.00

3,300.00

300.00

400.00

1,600.00

225.00

100.00

34,000.00

8,200.00

3,800.00

9,500.00

3,000,00

80.00

198,400.00

61,000.00

13,000.00

5.000.00

DUPAGE WATER COMMISSIONITEMS TO BE PAID BY 5-15-14

Board Meeting Date: April 17,2014

Nation Power Rodding - Watermain Inspection

Premio - LapTops

Pursuit Lighting - Radio System in Truck

Red Wing Shoe Store - Safety Footwear

Regional Truck - Plow and Vehicle Parts

Royal Graphics * Invoices

Security lmaging - Meter Station Supplies

Steiner Electric' Surge Protector Device

Weg Electric - Machinery Motor Bearing

Whiting Services - Hoists Inspection

WTI $ystem - Virtual Backup and Recovery

Villa Park Office Equipt - Office Equipment

United Radio - Radio Repair

Utility Service - PAX Mixing Systems and Washout

Northern Trust - lnterest Payment

AJ Gallagher - GM Bond

Neri Construction - Restoration Work

991.555.00:

H:\Accounting\?013-?014\04-14\Commlsglon RBports\EST ACCOUNTS PAYABLE LIST - Aprll 14

04-08-20I4 02:09 Fl'l

TYPE _--ID-"-

ACCOUNTS PAYABLE

OPEN I TEM REPORT

DE f A I L

ITEM DT/ DUE T)T/ PAY Dtl 1099 DESCR]PTION

FOST Df DISC DT CHECK#

GROSS/ .DISTRIBUTION_

BAI,ANCE

OI"1?86 ABC COMMERCIAj, MAINTENANCE

rNv 2014-39

OPER

========-B$E TOTAITS:

Tw 2881719

OPER

===========- foTAl,s: GRoSs:

O:L_1516 A.FNMARH REFRESHMENTS

rl{v 9943309

OFER

rw 994:13??

OTJER

;n5+FBF===== TOTALS. GFO55:

OI_I39] ATIT

3/20/L4 3/20/14

3/3L/L4

444.00 PAYMENTS

3/3L/14 3/3L/L4

3/31/L4

2,239.96 FAIT'IENT5

4/0r/14 4/01/r4

4/08/14

114.00 PAYMENTS:

3/3I/14 3/3t/L4

3/3L/14

3/3r/r4 3/31-/L4

3/3r/14

402.97 FAI'I4ENTS:

3/22/r4 3/22/14

1/3\/r4

381.69 PAYMENTS

0l

JANITORIAL SVC: I'IARCH 2014

FO:16760

-60-6290 JANITORIAL SVC: MARCH

IN 37429525

OFER

===--Eftid33E== TOTALS ' GROSS j

O1_I886 NDEhSON EEST SOI,UTIONS

INDETERMINATE ENGINEERING

2074

BAI,

381.69

381.69

0"/23'03/?2/ 14

0.00 BAl,:

PO:

01 -60-6?80

0l

444 .00

381.69

2,239.96

444.00

I14.00

0.00 0.00 ADJSr 0.00

0.00 0.00 0.00

EXTERMINATOR SERVICE

INDETERMINATE ENGINEERING

EXTERMINATOR SERVICE

Ir4.00

114 . 00

11 I .22

1',78.22

zz4 .1 5

224 ,',l 5

0.00 BALi 402.91

PO:16813

d1 -60-6290

0. 00 Dr5c5 1

5UF FI, I E5

-60-6521

SUFPL]ES

PO:

-60-6521

0. 0d DISCS I

0.00 ADJS: 0.00

01 5UPFI,IE5 L'78.22

bt,PS FI{ONE SVC1 02/23-03/22)tI4

Po:16?62

01 _60_6514.01 DPPS FHONE SVC:

SIJFPLIES

0_00 AbJs:

224 .1 5

381.69

INV 201404024515

OPER

II.]1/ 1418?6?

OFER

d - 00 DIscs: 0. 00

CHECKOUT E CLEA}T ATR C],EANER

PO:16685

O1-I162 BEE C],EAN SFECIALTIES, I,I]C

3/27/14 3/3L/1-4

3/2s/14

90. 00

90. 00

o4-08-2014 02:09 EM ACCOUNTS FAYABLE

OPEN ITEM REPORT

DETAII,

ITEM DTl bUE DT,/ PAY DT/

POST DT DISC DT CI{ECK#

DESCRI FTION GROSS/ -DISTRIBUTlON-

BAIJ\NCE

01-1162 BEE CLEAN SFECrALflESl

01 -60-6560

0. 00 br$cs

CHECKOUT & CI,EAN AIR CI,EANER 90.00

449.s0

90. 00 PAYMENTS

FAYMENTS

FAYMENTS

0,00 0.00 AD,Is: 0.00 BAL:

rNV 0458539-IN

OI,ER

==========-: TOTALS: GRO55:

BI,ACKBURN MFG. CO.

O1-1023 CDW GOVERNMENT

BLUE LOCATING FT,AGS

FO: 1 6735

OI -60_IJ634 BLUE ],OCATING FI,AGs

3/3L/L4 4/30/14

3/3L/14

449.50 PAYMENTS 0.00 ADJS: 0.00 449.50

BRIDGEPOINT TECHNOLOGIES

rNv 22025

OPER

rNV 22026

OPER

4 /07/ 74 4 / 0r/ 14

4/03/ 14

4/0t /14 4/0r/14

4t03/1,4

WTR*CONSRV- HOSTING 50, o0

50. 00

t5. 00

75.00

Po:16?61

01 -60-6290

Po:16738

01 -60-6851

FOr 16738

01 -60-6851

PO:16738

01 -60-6851

WTR_CONSRV_ HOSTING

WTR.CONSRV-FI],E SHARING

FOr 16161

01 -60-6290

0 . 00 Dr5c5:

WTR_CONSRV_FILE STIARING ?5. 00

========E4'r TOTAIS: GFO55: 125. 00 0,00 0.00

KV44486

OPER

HT86995

OPER

KVz?360

OPER

hvs6297

OFER

36.48cR

36.48CR

6?8.26

628.?6

29.91

2!).91

105.54

105.54

36.48CR

628 .26

3/7,8/1.4 3/28/74

3/3L/L4

3/2',7/74 4/26/L4

3/31/14

3/28/r4 4/2',7/r4

3/31/14

3/29/14 4/28/ 14

3/3r/ 14

CA}'EFAs ND ACCESSORIES

CAI'IERAs ND ACCESSOITIES

INV

INV

CNEFAS ANI] ACCESSORIES

CAMEFAS ANII ACCESSORIES

INV CA},IERAs AND ACCESSORIES

CAMERAS AND ACCESSORIES 29. 9t

CAMEFAS ND ACCESSORIES

Fo: I6138

0t -60-6851

0. 00 Dr6cs :

CAUEMS AND ACCESSORIES 105.54

121.23 0. 00 0,00 HLi '72',7.23

O1_1134 CITY OF CHICAGO DEPARTMENT

INV 20140408452?

OPER

J/24/14 3/24/L4

1/3t/14

LEX FUMF sTN ruoR: fEB 2014

FO:16?5d

28, 451 .12

28, 451 ."t 2

04-08-2014 02:09 FM ACCOUNTS PAYABLE

OFEN I TEM REFORT

DE TAI L

ITEM DT/ DUE FT,/ PAY DT/ 1099 DESCRIPTION

FOST DT DISC DT CI{ECKS

GROs5/ _TTISTRIBUTION"

BAI,ANCE

01_1239 DIVANE BRO5. ELECTRIC CO.

3/3r/74 3/3r/74

3/3r/14

7,408,008.00

3/37/L4 3/3r/14

3/31/74

z, 64n .8',1

LEX FUMF srN I,ABOR: EEB 2014

QRE 6.008 PANUL UFGRADE

CITY OF CHICAGO DEFM1MENT** CONTINUEI] **

28,45'7 .12 PAYMENTS

CITY OF CI]ICAGO SUPERTNTEN

28,451 .12

rw 2014d4034s20

OFER

UKUJJ

rNV 38524

OPER

WATER BILLING: MARCH 2014 7,408,008.00

POr 7,408/008.00

01 -60-661r.01 !|ATER BrLi,rNGi T4ARCII 2014 ?,408/ 008.00

0.00 0. 00 d , 00 BAl, I 28,451 .t2

0. 00 Drscs 0 . 00 AD,IS r 0. 00 7/408,008.00

DOUGI,AS R. ELLSWdRTH

PO:

01 -60-6633

0.00 DrSCs

SERV A5 TREAS

FO: I6726

01 -60-611r

0. 0o Dr5c5:

01 -60-6290

0 - oo Drscs:

ORE 6.008 PANEI, UPGFADE IN StA 2, 640.8?

2,640.41

rN srA 2,640.8?

0. 00 AD,IS d-00 2,640.81

rNV 2u1404034518

OPER

AFRI], 2 014

SERV A5 TREAS1 AFRIL 2014

4/0r/r4

4/03/14

4/ir/141, 250 . 00

r,250.00

I, 2 50. dI] FAYMENTS 0, 00 0.00 I,250.00

O1-2OOI ECO CLEN TdAIN1ENANCE, INC

INv 4146

OFER

=========--r TOTALS: GRO55:

3/3L/L4 3/3L/14

3/3L/L4

1,054.90 PAYMENTS:

3/r8/14 3/rB/L4

3/3r/14

3/78/74 3/r8/t-4

3/3r/14

3/rB/14 3/rB/14

3/3r/14

JANITOR1AL SVC: }4ARCH 2014

1, 054 . 90

LBAfi DETECTION KIT

JANITORIAI SVC: MARCH 2014

LEAX DETECTION KIT

LEAfi DETECTION KIT

1. 054 . 90

0.00 A-bJS: 0.00 L 054 .90

OI-16'I4 ECO PROMOTIONAI, PRObUCTS,

CM 13158

OEER

13158

I3I58AD.]

otjER

FO:

01 -60-6251

01 -60-6251

565. 3ocR

565. 3oCR

565.30

565. 30

565. 30

565.;i0

565. 3ocE

INV IIEAK DETECTIQN KIT

I,EAK DETECTION KIT

PO I .168I6

INV

04-08-2014 02:09 PM ACCOUNTS PAYABLE

OFEN I tEM REPORT

bETAI],

ITEM DTl DUE DT,/ PAY bI,/ 1099 DESCRIPTION

EOST DT DISC DT CHECK#BNK

GROSS/ -DIST.RIBUTION-

BALANCE

01-I6]4 ECO FROMOT]ONAL FRObUCTS, {T CONTINUED T*

rw 123?36

OPER

=====-Eu*FE+ TOTALS: GROSS:

O1_1'I4O CITY OF ELMHURST

rNv 32040

OPER

======-r,.drr TOTALS:

01.I654 EIJECSYS CORFORATION

rNV 13114

OFER

=========d,r+ TOTAITS :

rNv 38324

OPER

rNV 38326

OPER

rNv 2453556

OPER

3/20/14 3/20/14

3/3L/L4

850, BO PAYMENTS :

3/2r/L4 3/2r/14

3/3I/I4

171.00 PAYMENTS:

3/Lr/L4 3/LL/14

3/LB/L4

55,514, OO PAWENTS

01 -60-6210

0.00 Fr5C5 I

Fo:16764

01 -60-6514.02

0. 00 Dr5c5

PO:

01 -1550

0.00 Dr5c5:

0.00 AbJS : 0. 00

0. 00 0.00

285. 50

850.80

111.00

01 -60-6521

FOr 16718

PO1 16681

01 -60-6627

L,EAK DETECT.ION K]T

],EAI( DETECTION KIT

I,EAK DETECTION KIT

285. 50

285.50

171.00

11L.00

2 014

55.514.00

55,514.00

233. 6t

233.61

24r.',lz

24I.',72

DEF'AUJ,T CP GRF MSGS: MAR 2014

565 .30

555. ?0

DEFAUI,T CF GRP M5G5i MAh

ANNUAL SFI, SERVICE FEE

ANNIJAI] SFL SERVICE F'EE 55,514.00

0. o0 ADJs 0. 00 55,514.00

O1-I097 EIMHURST FIJAZA STAJ{DARP IN

3/21 / 14 3/21 /14

3/3L/14

VEHICLE REPAIR: M1666OI

\EHICI,E REPAIR: M166601

3/28/14

3/3I/74

789.31

3/28/L4

3/3r/r4

Ml2?481

0.00 BAl,: 189.31

500. 00

3t28/14

FAYMENfS

N VEHICLE REPAIR: Mt2l481

PO:

01 -60-664I VEHICI,E REPAIR

0 . 00 DI5C5: 0. 00 A.D,fs

O1_1570 I'IVE STAJ{ SAFETY EOUIFMENT

3/24/14 4/23/14

3/3r/14

5OO. OO PAYMENTS

METER STATION sUPPT,IEs

METER STATION SUPPI,IES

0.00 0.00

01-1941 GA-RVEYts'ft'FICE PRODUCTS

INV PtW75535l

OPER

OFFICE SUPF],IE5

PO:

3/?8/14

04-08-20I4 02:09 PM ACCOUNTS PAYABI,E

OPEN I?EM REPORT

DETAII,

TYFE ___ID___ ITEM DT/ T]UE Dfl PAY DTl 1099 DESCRIPTION

POST DT bISC IIT CHECX#

GROSS,/ -DISTRIBUTION_

BAI,ANCE

O1_1947 GARVEY'5 OFFICE PRODUCTS ** CoNTINUED *r

241-.'72 FAYMENTS

01 -60-652r

0. 00 Drscs

OFFICE SUFIJLIES

0.00 ADJS: 0.00 BALr

247.',l2

O1_]89? GQRSKI & GOOD, LLP

rNv 201404d84528

OFER

3/3r/r4 3/31/14

3/3r/14

Y ATTORNEY FEES

POr

01 -60-625L

01 -2612. 09

01 -60-?112.01

01 -5920

O. OO DISCS :

fficH 2014

ATTORNEY FEES: UARCH 2014

ATTORNEY FEES: fficH 2014

ATTORNEY EEES ! fficH 2014

ATTORNEY FEESi MARCH 2014

3,600.00

3,600.00

1,340.00

2,260.00

2,260.00

2.260.0OcR

============ TOTAI,S: GROs5:

r)1_1055 GRAINGER

3,600.00 FAYMENTS 0. 00 ADJS: 0 , 00 BAL: 3, 600.00

INV 9395547251

OFER

93 9554 ?? I s

OFEF

9402413s6?

OFER

9402700042

OPER

3/2r/14 4/20/14

3/ 3r/ 14

3/2r/14 4/20/14

3/2r/ 14

3/3r/14 4/30/t4

3/3r/14

3/3r/14 4/30/14

3/3r/la

2.069.38 FAYMENTS:

MAINTENANCE SUPP],I85 1,119.24

rr119.24

882 .92

882.92

45. 99

45.99

2L.?3

2r.23

PO:16556

01 -60-6560 MAINTENANCE 5UPFI,IE5 1.119.24

INv MAINTENANCE 5UPFI,IE5

PO:16104

01 -60-6560 W]NTENANCE SUPPLIES 882.92

INV MAINTENANCE 5UFFI,IE5

FO:16f43

01 -60-6560 MAINTENANCE SUFFL]E5

INV MAINTENANCE 5UFFI,IE5

PO:16741

o1 -60-6560

0. 00 Drscs :

MAINTENANCE SUPFITIES 21-.23

===:'r*+E=== TOTALS. GROs5:

O1-1068 HACH COMFANY

0.00 ADJS: 0,o0 BAL: 2,069.38

INV B]31164

OI,ER

3/r0/14 4/0e/14

3/ 25/ 1.4

3/11/14 4/16/14

3/25/14

3/2r/14 4/20/L4

3/3r/L4

N MONTHI,Y CHEMICALS

Po:16688

dl _60_6614 MONTHLY CHEMICA.],s

360.24

360 .24

'7',7.02

1'7.02

65. 94

65. 94

IN 8?42930

OPER

875r3r5

OPER

METER STATION sUFPI,TEs

PO:1668:i

01 -60-6624 METER STATION SUPF],IEs 't'1.02

METER STATION SIJPPLIES

PO;16683

D1 -60-6624

INV

METER STATION SUPPLIES 65. 94

04-08-2014 u2:09 PM ACCOUNTS PAYABI,E

OFEN I TEM REPORT

DEfAIL

ITEM IJT/ DUE DT/ PAY I]T/ 1099 DESCRIP1ION

POST DT DISC DT CHECK#

GROs5,/ _DI$TRIBUTION-

BAI,ANCE

01-1068 HACH COI4PANY

INV 8]558I3

OFER

rw 06-2265/12585

OFER

3/25/14

3/3r/74

4/24/L4 EVENT DETECTION FGT SETS

PO:16763

01 -60-66r4

0.00

EVENT DEIECTION RGT 5ET5

.769.21 FAYMENTS 0.00 0. 00

0. 00 AD,Ts

'7 69 .2'1

HI],],/AHERN FIRU I'ROTECTION

tNV 58142

OPER

============ TOTALS: GRO55;

O1_105? HSO TECHNOI,OGY

3/24/ 74 3/24/74

3/3r/14

2, 551 . 00

4/03/r4 4/43/L4

4/08/14

6.000.00

ANNUAI, SFR1NKLER

Po:16?4?

01 -60-6290

0. 00 bISCS r

FOi 16802

01 -60-6540

0. 00 Drscs :

FO:16684

0r "60-6590

r). 00 DI5C5

POt

01 -60-6280

0.00 Drsc5 :

ANNUAI, 5FR]NKLEh INSPECTION

2,551.00

2,551.00

0. 00 2. 551 . 00

3/73/I4 4/r2/L4

3/3t /14

2,2?O,OO FAYMENTS:

4/04/14 4/04/14

4/08/L4

1O. OO PAYMENTS

3/21 /14 4/?"6/I4

3/37/'1.4

1 85. 52 PAYMENTS

UFdIiADE SPA.RE RTU

PO:166?2

01 -60_6624 UI'GRADE SFARE RTU

2,220.O0

r85.52

18$.5?

6,000.00

6, 000, 00

2,220.00

O1_184S ]LLINOIS ENVIRONMENTA], PRO

0 - 00 DISCS: 0 . 00 AD,Is : 0. 00 ?,220.00

10.00

10.00

rNv 201404084532

OPER

============ TOTALS: GRO55:

O]_1I52 INSlGII'I PUB],IC SECTOF

rNV 1 1 00361154

OPER

============ TOfAIS: GRO55:

INV 12

OPER

OPEMIOR CERT TECII COMPETENCY

OPERATOR CERT TECH COMPETENCY I0.00

0.00 ADJ5: 0.00 BAl,t r0 .00

sI'}IANTEC ENDPOINT PROTECTION

SIT4ANtEC ENDFOINT PROTECTION

0.00 ADJSr 0.00 18$.5?

O1_1949 .fOHN J. UII.LNER ND ASSOCI

CONSUT,TING SERVICES 2 OI'3

CONSUI,TING SERVICES 2 OF 3 6, 000.00

01_1S?3 ,]OHN NHRI CONSTRUCTII)N COM

FAI'I,IENT5 0.00 ADJS: o, oo 6, 000.00

04"08-2014 t)2:09 PI.t

TYFE ___ID_-_

ACCOUNTS FAYABLE

OPEN I tEM REFORT

DETAIL

ITEM Dtl I]t,E IJTI FAY DT,/ 1099 DESCRIFTION

FOST bT DISC DT CI{ECKI

GROs5/ _DISTRIBUTION-

RAI,ANCE

01-192f, JOHN NERI CONSTBUCTION COM** CONTINUED **

rNV 201403274505

OFEh

rw 2d14Cr4034s21

OFER

Ei=.--E=qrEFia loTAIrS :

O1-IO3? iIUT,IE, INC

rNV 20r4-0441-2

OPER

n1-1 n1C rlr_Fa HFiTHEqq INc,

rNV ?00951

OPER

3/18/14 3/r8/14

3/21/14 Po:16??s

6',7 , O'72 .03

6',7 .0'72 .03

5,000.00

5,00o.00

6',7,O'72.03

5, 000.00

4,428.18

FRESIDEN1 STREEf_ MAIN hEFAIF

FRESIDENT STREET_ MAIN REFAIF

1,236.50 PAYMENTS

3/2s/74 4/24/74

3/3r/14

3/20/L4 3/20/t4

3/ 25/ l-4

3/2',7/74

FAIA{ENT5

3/ 2',7 / 74

3/3t /1,4

lZtQtZ.03

OR-IO/13 INSURANCE AND BONDS

PO:

0. 00 DI5C5

QR_10/13 INsUF.\NCE AND BONI]s

0.00 Drscs: 0.00 AI,tsr 0.00 BA-L: '72,472.03

r/r0/14 zl09/14

7/2',7 /74

I5, 675.53 FAnIENTS:

UtrLrTY LocAfESr AFh-JUNE 2014

PO:16730

01 _60-6634 UTILITY LOCATES:

PIFELINE SUPPLIES

PO:16f01

01 _6I]_663? PIPELINE SUPPTIES

d,00 DTSCS: 0,00 AD,ls O-00 BAI.: 15.675-53

15, 675. 53

15/ 615. 53

AFR-JUNE 2014 15, 675 .53

I.236.50

t,236.50

I,4JE.JU

1, lJS.9V

4/428.18

4 t 428 .1-A

01-1]75 MCWILLIAMS ELBCTRIC COMFAN

INSTA],], BREA.HERS & sFD DEVICES

O. l)O BAT,:

0.00 A.D.ts O, OO BAL:

rNv 73848

OFER

========-=== IOT&51 bHOsS:

O1_1074 MICRO CENTER

2/28/14 2/28/r4

3/3r/14

4,428.L8 FAYMENTS I

3/?.6/IA 4/25/74

3/3L/L4

399. 97 PAYMENTS :

PO:

0 . 00 Drscs:

IN5TAI,I, BREAKERS E sFD DEVICES

INv l3?8015

OFER

PIPEIINE SUPPLIES

FOr 16742

01 _60_6851 IJIFELINE I;UPF1.1E5

4,428,18

399.974-EljEq3E:+= TOTAIS: 0 . 00 DI5C5: 0. 00 AI,l5 : 0 . 00

61.31

OI_1?5IJ MY MECHANTC AUTOMOTIIE REP

tNv 201403254493

OIJIiIT

============ TOTAIJS: GRO55:

VEHICLE RHFAIR: M127481

FO: I6703

dl -60_6641 VEHICL.E REPAIR

61 .31

MlZ748I

O.OO BAI,:FAYHENTS 0.00 DI5C5: 0.00 ADJS:

04-08-2014 02:09 FM

VENDOR TYFE __-ID.--

BNK

ACCOUN'IS PAYABI,E

OPEN ITEM REPOhI

DETATI,

ITEM DT,/ DUE DT/ FAY DTl 1099 T)ESCRIP1ION

POST DT blSC DT CI{ECK#

GROSS,/ -DISTRIBUTION_

BAI,ANCE

O1_I6?8 HYOF!'ICE PRODUCTS

rw oE-1996031-1

OPER

3/r8/14 3/78/14

3/2s/74

3/Z't /74 3/2'7 /I43/37/74

3/28/74 3/28/L4

3/ 3r/ r4

83 .25 PAYMHNTS :

PAYMENTS

58 .11

58 . "7',7

L2 .'7 4

12.1 4

11 1A

11.?4

1,583.24

1,583.24

6.',75

6.75

1S.05

19. 05

390. 75

390. ?5

81.?9

12 .',l4

lL? 4

260.29

52 .06

N OFFICE SUFFLIES

FO:16670

OI -60_6521 OI'FICE SUPPLIES

OF'FICE SUPEL]ES

FO1

01 -60-6521 oFFTCE sUPPl,rES

OFFICE SUPFLIES

PO:

01 -60.6521 OFF;ICE SUPPLIES

INv

INv

oE-?01 38 87-1

OFER

oE-201s139-1

OFER

============ TOTALS i GRO55:

01- 1110

rNV 24910787

OIJER

rw ?02832123001

OFER

3/13/14 A/12/14

3/ 25/ r4

METER STATION SUPPLIES

d - 00 Dlscs : 0 . 00 A-D.15 : 0.00 BAL: 83.25

3/28/r4 4/I',t /L4

3/37/74

FO:166?1

-60-6633

-60-6624

0 - 00 Drscs:

N OFFICE SUPF],IEs

FOr

01 -60-653L

01 -60-6531

0r -60-6521

METER STATION sUPPI,IEs

METER STATION SUPPI,IES

0.00 A.DJS: 0.00

OFFICE SUFP],IEs

OFFICE SUPPI,IE5

OFF'ICE SUFFLIES

0:l

01

=====E5-n43E TOTALS: GFO55: 312 . 35

OI-.I395 OFFICE DEPOT

13.96

1.64

.INV 102832366001

OI,ER

702832368001

OFER

?0283?td$001

OPER

102856285001

OI,ER

3/28/I4 4/2',7/74

3/31/14

3/28/tA 4/?1/14

3/3\/74

3/29/74 4/28/L4

3/ 3r/ 14

1/28/74 4/2',7 /74

3/ 31/1 4

OFFICE SUPP],IEs

PO:

0l -60-6521

OFFICE SUPFI,IES

PO:

OFF'ICA SUPFLIES

POi

0t -60-6521

OFFICE SUPPI,IE5

PO:

01 -60-6521

OFFICE SUPPLIES

OFFICB SUEPLIES

OFFICE SUPPI,IE5

IN

IN1/

19. 05

390.75

INV

OFFICE SUFFLIES

04-08-2014 0Z:09 ru ACCdUNTS FAYABLE

OFEN ITEM REPORT

DETAII,

PAGE: 9

VENDOR TYPE ---ID___ ITEM DT/ bI]E DT/ PAY DT/ 1099 DESCRIFTION GROS5,/ -DISTRIBUTTON-

BAIJTNCEffiK POST DT bISC DT CHECK#

01-1395 OF!'ICE DEPOT ** CONTINUED **

rNV ?02914919001 3/28/14 4/21 /14 N OFFTCE SUPFLrE:: 105.95

r05.95

306.95

306. 95

oPER 3/37/14 FO:

O1 -60"6521 OFFICE SUPPI,IES 105,95

rNV 102918715001 3/28/14 4/2'1 /74 N OFFICE SIJPPLTES

oPER 3/3r/74 PO:16800

01 -60_652I OFFTCE SUPFL]ES

INV 7029188J?Od1 3/29/14 4/28/14 N OFF]CE SUPPL.IES

OPER 3/3T/I4 Po:16800

01 -60-6521 OFFTCE SUPFLIES

:l:GE======== TOrArS. GRO55: 2,611.43 FAI'I!{ENTS: o.0o DIscS: 0.00 ADiI5l 0.00 BAI': 2,011.43

O1_1584 OFEICE MAX INCORFOFNTED

rw 801021

OFER

3/28./t4 3/28/L4 N ot'FrcE suPPLrES 6.17

6.7',73/ 3L/ 14 PO:

01 -60-6521 oFFTCE SUPPLTES

===========- TOTALS: GRO55: 6.I'7 PAYMENTS: 0.00 DIScs: o.otJ ADJSI 0.00 BAL: 6'1?

OI_1889 PA],ATINE OIIr CO.. INC.

rw 665516

OPER

3/06/14 3/06/14 N GASOLTNE

2,461.563/25/14 Fo: I6?06

0r -60-6642 GASoLINE ?,461.56

r=========== TOTAIJST GHOSST 2,461..56 FAYMENTS: O,O0 DISCS; 0.00 A-DJS: 0,00 BAj,: ?,461,56

OI_132I PERSPECTIVES, LTD,

INV 17956

OPER

4/Ol/L4 4/OL/I4 N EI{PLOYEE ASSIST: ZND QUARTER 2'73'00

4/08/14 FO: 2'73.00

01 -60-6191 EMPI,OYEE A55I5Tr 2ND QUHTER

EE========== TOTAI/5I 6ROSS: 273.00 PAI'l,fENTsr 0.00 DISCS: 0.00 ADJSj 0,00 BAL: 273.00

O1_1I14 PITNEY BO[iE5 INC

Ilw $?95233_MR14 3/],3/T4 3/I3/I4 N I'OSTAGE METER RENTA], 525. 00

525.00OPER 3/25/r4 PO: I6699

01 _60_6550 FOSTAGE METER RENTAI, 525, 00

=========r5-- TOTATS: GROSS: 525.00 FAYMENTS: 0.00 DrSCSi 0.00 A!,15r 0.00 BAl,: 525,00

OT-1664 FROGW ONE TJROFESSIONAI B

04-08"2014 0Z:09 PM ACCOUNTS PAYABI,E

OPEN I TEM REFORT

DN TA I L

ITEM DTl DUE DTl PAY DT,/ 1099 DT]SCRIPTION

POST DT IJISC I]T CHECK#

TYFE ---ID*-- GROs5/ -DISTRIBUTION-

B]\INNCE

01.I664 FROGRAM ONE FROFESSIONAL B+* CONTINUED +T

ruv 58520

OI,ER

============ TOTAITS: GRO55:

01_1679 hEED d ASSOCIATES LTD

3/3t/14 3/3r/14

3/3r/r4

454.28 FAYMENTS r

WINbOW CLEANINGt 3/ 3L/ 14

PO;16812

01 -60-6290 WINDOW CLEANINGT 3/3I/I4

454.28

454 .28

0.00 Dr5c5 0. 00 ADJ5 I 0. 00 BAI, 4s4.28

454 .28

INV 2832

OPER

J/3t/\4 3/37/I4

3/3t/r4

'7 61 .50 FAI'I,IENT5 :

TECHNICAL 9,IRITING SERVICES 167.50

?6?.50PO: I617I

01 -60-6?80

0. 00 DI5c5 :

TECHN]CAL WRITING SERVICES '7 6',7 ,5n

0.00 ADirS 0. 00 BAL ! 16't .5b

01_1]18 FEGIONAL TRUCK EQLIIFMENf C

rNv 188835

OFER

rNv r89177

OFER

+======E==E= TOTAIS. GRO55

O1_1137 ROSSI CONTHACTORS.

3/rr/14 3/2r/L4

3/r8/14

4/02/r4 4/r2/r4

4/08/ 14

40.98 PAI'MENTS:

I,OCK CYI,TNDER E KEYS FOR TRUCK 16.09

16.08POr 16ri73

0t -60-6641 ],OCH CYI,INDER & HEYS FOR TRUCK 16.08

TAIL.I,IGHTS FOR M169815

Fo:16??9

01 -60-6641 TArr,r,rGHTs FoR Ml69815

24.90

24.90

0. 00 Dr5c5 0.00 A-D,.Is: 0.00 40.98

24.90

rNV 402002

OPER

3/L4/14 3/1-4/t-4

3/21/r4

ITASCA MET}iA EASEMENT IJIFE REP 128,090.8?

128,090. B?

01

PO:16728

-60-6631

0. r)0 DI5C5

ITASCA METFA EASEMENT FIFE REP 128,090.8l

128,090. S? PAI'I'IENT5 : 0. 00 ADJs : 0. 00 I28. 090.61

O1_1044 ROYAIJ GRAPHICS FRTNTERS

rNv 78400

OPER

(J1-1184 \TOHN SCHORI

4/03/1-4 5/03/r4

4/08/r4

165. 79 PAWENTS

OI'ts]CE SUPPIIES

FO:

0. 00 Drscs i

165.79

165. ?9

OFEICE sUPPI,IE5

0.00 AD\TS: 0. 00 165 . 19

I65.79

rw ?014t1403452t

OPER

3/37/14 3/37/74

3/'Jr/ t4

585. 1 6 FAYMENTS:

SCHOFT-2014 TSAWWA WATERCoN 585.16

PO: 585.16

-60-6133.01 SCHORI-X014 ISAWWAWATERCON 585.1601

0.00 Dr5C5: 0.00 AD,ls: 0. 00 BA.L: 585.16

04-08-2014 02:09 FM ACCOUNTS PAYABLE

OPEN ITEM REF']RT

DETAII,

PAGEr 11

VENDOR TYFE ___ID__- ITEM DTl DUE DTl BAY Dl/ 1099 DESCRIFTION GRO55/ _DISTRIBUtION-

BAIJ\NCEAANK POsf I'T DISC DT CHECK#

OI_1120 SERVICE FORMS ND GruPI{ICS

rw 14811d

OPER

4/01/14 5/0't/I4 N OFFTCE sUFPlrEs 164.53

164.534/08/14 FO:

01 .60.6521 OF'FICE SUPFLIES 164.51

===========! TOTAITST GRO55: 164,53 PAYMENTS: 0.00 DISCS: 0.00 AD'15: 0,00 BAL: 164.53

01-1043 500PER LUBE

INV 238992

OPER

INv t3s371

OIJER

rNV 2394t-0

OPER

tNV 239526

OFER

3/TL/14 3/LL/L4 N VNHICI,E MINT: M1666OI

42. 95

42.95

42.95

42.95

35. 95

35.95

3/13/14 FO:166?5

01 -60-6641 1EHICLE l,lAINT: 1{166601 35. 95

3/20/14 3/20/74 N VEIIICLE l'lAINT: MI865d?

3/1r/I4 FO:16?24

01 -60-6641 VEIIICLE I,IAINT: MI8650?

3/zI/I4 3/2I/14 N VEHICLE MAINT: M?969?

3/37/L4 FO:

01 -60-6641 VEHICLE I4AINTT M79697 42.9s

3/24/74 1/24/14 N VEHICLE }IAINTi M1?6151

3/25/14 PO: I67I0

01 -60-6641 VEHICLE MAINT: M1?6151 35. 95

:,,idaEEFF=r== TOTALS' GROSS: 157.80 FAYMENTS: 0.00 DISCS: 0.00 AFJSi 0.00 BAL: 151.80

O1_1040 SFECIALTY MAT SERV]CE

rw ?10806

OPER

rNV 711816

OFER

rw ?128r)?

OPER

rNV 713811

OIJER

3/06/14 4/r0/r4 N SPECTALTY ur SERvrcE 131.67

131.67

r31.67

1lr.6l

I31.67

I31.67

3/3r/14 F0i 16814

01 _60_6290 SPECIALTY MAT SERVICE

3/I3/I4 4/I0/I4 N MAT SERVICEt 3/L3/I4

3/3r/14 FO:16814

01 -60-6290 l,lAT SERVICE: 3/13/14 131.6?

3/?0/L4 4/LO/r4 N MAT SERVICE! 3/20/74

3/31/14 For 16814

01 -60-6290 MAf SERVICUT 3/20/t4

3/2'7/14 4/IO/I4 N uT SERVICE:3,/21114

3/3t/r4 FO:16814

01 -60-6290 MAT SERVICE: 3,/2?,/14

============ tOfALSj GROSST 526.68 FAI'I4ENTs: 0.00 DISCS| 0.00 ADJSI 0.00 BAL: 526.68

O1_1S61 StNI]BY I'OWER SYSTEI'I CONSU

04-08-t014 02 | 09 FM

TYPE ___ID___

ACCOUNTS FAYABLE

OPEN I TEM FEPORT

DETAII,

ITEM DT/ DUE DTl FAY DTl 1099 DESCRIPTION

POSf DT D]SC DT CHECK#

GROSS/ "DISTRIBUTION-

BAINNCE

01-1961 STNDBY POWER SYSTEM CONSU** CONTINUED +*

rNv ?0140062

OIJER

======rdd44= TOTALS:

3/r8/r4 7/).8/74

3/2s/74

1, 2 1] .50 PAYMENTS

QUA.RTEFLY BATTERY MINTENANCE

rw 32266188s3

OFER

t,2r7.50

29. 08

11.03

421-.26

OFFICE SUPPI,IES

FO:

-60-6591

-60-6531

- 60- 652 I

OFFICE $IIFPLIES

- 60- 652 1

OF'FICE SIJPFI,IES

POr

-60-6531

OFFTCE SUPFLIES

- 60- 652 r

d , o0 Dr5C5;

I/2I1.50

l, ?1?. s0PO:16?17

01 -60-6560

0 . 00 Dr5c5:

QUARTERI'Y BATTERY MIN1 ENANCE

O1_1]73 STAP],Es ADVANTAGE

0. 00 ADJS : 0. 00 r ,2r1 .50

461.37

461.37

3/28/14 3/28/14

3/ 3r/ 14

QEFICE SUFFLIES

OEFICE SUIJFLIES

OFFICE sUPFI,IEs

01

o1

01

3226618854

OPER

3226618855

OFER

3?266188s6

OPER

rNV 110639

OFEh

============ TOTALSi GEOSS

3/28/L4 3/28/14

3/31-/ r4

3/28/74 3/28/L4

3/37/1-4

3/28/r4 3/28/r4

3/3r/14

793.]8 PAYMENTS:

OEPICE SUFPI,IES

OFFICE SUPPLIES

01

o1

01

1d9.99

12 .45

1?. .45

149.91

r49.9?

109.99

============ ?oTAT,q, CPOqq:

BAC_T SAMFI,E ANAI,YSIS

0.00 BAL: 793.78

60.00

60.00

OFFICE sUPPI,IEs

0. 00 Ab.ts r

I4 9. 97

60. 00

O1_1223 SUBURBA.TI I,ABORATORIES, INC

3/r''t /r4 4/16/74

3/25/14

60 . OO PAYMENTS:

2/26/r4 2/26/r4

3/ 3L / 1-4

6, 052 . 66 FAYMENTS i

Fo:16712

0r -60-6614

0 , 00 Drscs I

Po:165s8

01 -60-6621

0. 00 Drscs:

BAC-T SAMF],E ANAI,YsI5

0. 00 mJs O. OO BAL: 60. 00

OI_]??6 SUPERIOR INDUSTRIAL EQUIPM

rNv Fl4006

OPER

=====rHdrds{r TOTAI,S: GRO55:

REBUILD I(IT AND EIE],D SERVICE

6,052.66

REBUILb RjT AND FIELD SERVICE 6/ 052.66

0.00 AD.IS: 0.00 BAj,: 6,052.66

OI-T427 VILLA PARK EI,ECTRICA], SUPP

INV 01835669 3/zr/14 4/30/ 1 4 UNIFORMS 28.80

04-l)8-?O:1 4 02 r 09 PM ACCOUNTS EAYAB],E

OPEN I TEM REPORT

DETAI],

FAdE r 13

\,ENDOR TYPE -__ID___ ITEM DTl DUE DT/ PAY DT,/ 1099 DESCRIPTION GROs5/ _D]STRIBUTION-

FAI,ANCFIEANI( POST DT DISC DT CHECK#

A],-L4?1 VILI,A PARI( E],ECTRICAI SUPF++ CONTTNUED **

oFER 3/37/14 FOr 16751

01 -60-6626 UNTFORMS

28.80

33.60

104.0d

104.00

28.80

rNV 018356?0 3/2r/r4 4/30/74 N UNTPORMS

OPER 3/31/14 FO:16748

01 -60-6626 UNTFORMS 33 - 60

Tlw 0183s6?3 3/?r/r4 4/30/74 N UNI!',ORMS

oFEh 3/ 3t/ 1 4 FOr 16741

01 -60-6626 uNlFdI{MS I04.OO

============ toTALSr GRO55: 166,40 PAWENTST 0.00 DI5C5: 0,00 AD,Is: 0,00 BAI.: :t66,40

01-I131 VILI,A PARK OFFTCE EQUTFMEN

rw 48555

OPER

4/04/14 5/O4/I4 N OFFICE EQUIFMENT I74.00

I74.004/08/14 Po:16804

dl -60-6640 oft'.tcE EQUIFMENT t74.00

============ TOTALST GROSS] 174,00 PAYMENTS: 0,0d DI5C5: 0.00 AnJSi 0,00 BAL: 174.00

O1_1403 VWR 1NTERNATIONAT INC.

rw 8057201r?3 3/28/1,4 4/21/14 N CAnTFTDGE KrT E-PURE 4 r'4oDUtE 548.1s

548,35OPER 3/ 3I / I4 Fo:16744

01 _60_6614 i]HTRIDGE K]T E_PURE 4 MODULE 548.35

============ rorALS: GROSS: 548.35 FAYMENTS: 0.00 DI5C5: 0.00 AD,]s: 0.00 BAL: 548.35

04-08-2014 02:09 FH ACCOUNTS FAYABLE

OPEN T TEM REPORT

DE TA] L

FAGE: 14

GROSS

0.00

0.00

1,16r,910.40

't ,'16r,9',7 o ,40

TOTALS

FAYMENTS BAI,ANCE

0'00

0.00

1 ,',l 67,9'7O .40

1,1 6r,910.44

FAID ITEMS

FARTIAI,I,Y FAID

UNPAID ITEMS

** TOTALS *r

0.00

0.00

0. 00

0.00

04-08-20.I4 02 r 09 FM ACCOUNTS PAYABLE

OPEN I tEM REPORT

DE TA I L

** FRE_FAIb INVoICES +*

FREFAII] TOTALS

PAYUSNTS

0.00

0.00

0.00

0.00

PAID ITEMS

FARTIAI,I,Y FAID

UNFAII] ITEMS

+* ToTALS +*

0.00

0,00

0.00

0.00

04-08-20I4 o2: ()q PM ACCOIJNTS PAYAB],E

OFEN If EM REPORT

DETAIL

REPORT TOTALS

FAID ITEMS

FA.I{TIATLY FAID

UNFAID ITEMS

VOIDED ITEMS

GRO55

0, 00

0. 00

'7 ,'7 6r | 91O.44

0.00

7 ,'7 6L,914 .44

I,AYMENTS RAI,ANCE

0.00

0.00

'7 ,16L | 910 .40

0.00

0.00

0,00

0.00

0.00

*+ UNFAIp foTAIS **

0.00 1 tl6It 910.40

't ,'t 6I,9',7O ,40

UNFAID RECAF

NWBER QF IIELD INVOICES

UNPATD TNVOTCE TOTALS 1 t162,512.r8

UNFAID DEBIT MEMO T']TALS O.OO

UNAPPLIED CREDIT MEMO TOTA],5 601.78*

+G/L EXPENSE DISTRIBUTION*

ACCOUNT NIJMBER ACCOUNT NNE

01 15s0

01 2612.09

01 5920

01 60-6111

01 60*6133.0t

01 60-6191

01 60-6210

01 60-6251

01 60-6280

01 60-6290

01 60-6514.01

0:t 60- 651 4 . 02

01 60-6521

d1 60-6531

01 60-6540

0r 60-6550

0t 60-6560

01 60-659d

OTI{ER PREPAID EXPENSES

CNST DEF _ YORK METER S1AfION

CONTRT BUT IONS

ADMIN SAI,AiIES

CONFERENCES

OTHER PERSONNEL COSTS

WATER CONSERVATION FROGRiM

LEdAL SERVICES- GENERAI,

CONSUI,TING SERVICES

CONTRACTUAI, SERVICI]S

TEI,EPTIONE

CELL PHONE E COFR. TEITEMETRY

OFFICE SUFFLIES

PRINTING_ GENEFAL

I,ROPESSIONAI, DUES

REPAIRS E MAINT_ OFFICE EQUI

REPAIRS & MIN1_ BLDGS E GRN

COMPIITEh/ SOFTWAI{E MAINTENANCE

AMOUNT

55,514.00

2,260.00

2,260.0ocR

r,250.00

585.16

2?3.00

285.50

1,340.00

9,00t.46

5/269.86

381.69

171.00

4,140.99

264.8',7

10.00

525.00

3,376.88

04-08-2014 02:09 ru ACCOUNTS PAYAtsLE

OPEN ITEM TTEFORT

bETAIL

*6/L EXPENSE DIgTRIBUTION*

ACCOUNT NWBER ACCOUNT NAME

01 60-6591

01 60-6611,01

d1 6d-6611.03

01 60-6614

01 60-66?1

01 60-6624

01 60-6626

01 60"662?

01 60-6631

01 60-6633

d1 60-6634

01 60-6637

01 60-6640

01 60-664 I01 60"6642

01 60"6851

01 60-71 1? . d1

OTI.IER A.DMINISTFATIVE EXFENSE

WATER BILLING

OI'EFATIONS & MAINTENANCE

WATER TESTING

PUMFING SERVICES

SCADA / INSTRUUENTATION

UNIFORMS

SAFEIY

FIPELINE REPAIRS

REMOTE FACII,ITIES I'{AINTENANCE

FINN REVIEW- PIPET,INE CONFLI

I,IFELINE SUPF],IEs

MACHINERY & EQUIP- NON CAP

REI,AIRS I MAINT- \EHIC],ES

FUEL_ VEHICLES

COMFUTERS

DPC YORK MS-CONSTR

** PUND TOTAL T{

?9.08

7,408,008,00

28,4s'7 .',l2

I ,214 ' 66

6,052 _ 66

2,415.0?

166.40

500.00

?00, 1 6? .90

'7 , 329 .34

16,125.03

1,236.s0

1?4,00

1,049.40

l,q$1.f8

r, r2'7 .20

2,260.00

'1 ,',16I,9',70.40

** TOTAI rr '7,',l6t,9'7O.40

d4-08-20:t4 02:09 FM ACCOUNTS FAYABLE

OPEN T TEM hEI'ORT

DE tA I L

*DEPARTMENT TOTALS*

DEPA.RT}IENT AMOUNT

51,'7',74.00

2/ 260.0ocF

1,106,456.40

'7 ,'167 , 9',7 o .40

ol

01 59

01 60

NON.DEPARTMENTA],

INVAj, I D DE FART}.IENT

ADHINTSTRATION

** l,uND TOTAL rr

7,161.91O.40

O ERRORS

O IiARNINGS

04-08-2014 02:09 PM ACCOIJNT:; I'AYABLE

OPEN ITEM REPORT

SEI,ECTTON CRITER]A

1q

VENDOR SEt:

VENDOR:

VENDOR Ct,A55:

BANK CODEST

1099 BOX:

COMMENT CODES:

HOI.D $TATUS:

AP BA]ffCE A5 OF:

ADVNCED SELECTION:

OI-DUPAGE WATER COMMTSSION

THP'U ZVZZZZ

AI,I,

lncfude: OPER

A1.I

Dl l

tsoth

0/00/0000

YES

ITEM SE],ECTION

FUNDS :

ACCOUNT RANGE:

I TEH AT.{OUNT I

UNFAID ITEMS

Dl l

THRU Zzzzzzzz'tzzzzzz

9, 999, 999.0oCR TIIRU 9, 999. 999.00

PR1NT OIJTIONS

SEQUENCE:

REPORT TYPEI

VENDOR SORT KEY

DETAIL

SORT TFnNSACTIONS BY DATE: NO

G/LACCOUNTS/PRO.IECTS: YES

ONE VENDOR FER FAGE: NO

ONE DEPTRTMENT PER PAGE: NO

ITRINT STUB COMMENTST NO

FRINT COMMENT CODEST None

FRINT W/ FO ONLYi NO

DATE SELECTION

PAI'MENT DATE:

TTEI'' DATE:

FOSTTNG PATEr

0/ o0/ a1()a THRU 99/99/9999

0 / ao / oo00 THRU 99/99/9999

3/Ir/2074 THRU 4/08/2014

TO:

FROM:

DATE:

DuPage Water Gomm issionMEMORANDUM

Chairman Zay and Commissioners

John F. SpatzGeneral Manager

(\^{April 10, 2014 V 0

1/

SUBJECT: March?014Invoice

I reviewed the Gorski & Good, LLP March 2014during the period - March 3, 2014 - March 26,approval. This invoice should be placed on themeeting accounts payable.

invoice for services rendered2014 and recommend it forApril 17, 2014, Commission

-Efi#o-gE

Ei5 ut,aEbRtE

-E

8--gP

fl*EeE

E

s*fiiirO

tr* aEF

d.qg.g ft.sgEF

EE

al Ero=9iiX

C

f,}

oe)A

h:oH?

fgr+b

e)t_C

TgE!4 C

{;

C'}

6€)

q)Et

H= F(J{(ts

{EotrJ

YIE*u,n9E

6zuIE

JP

EF

{{p-

llcilEllell(D

il-

Hisl

E

HF

*I #

pftl Iail

FI

rollolcfil B-|@

x.g E

fiod 6

EE

t H

E

uE

8 S E

E