Quantcast

Lake County Gazette

Saturday, September 28, 2024

City of Lake Forest City Council met June 15

Meeting 05

City of Lake Forest City Council met June 15.

Here is the minutes provided by the council:

CALL TO ORDER AND ROLL CALL

PLEDGE OF ALLEGIANCE

REPORTS OF CITY OFFICERS

1. COMMENTS BY MAYOR

A. COVID 19 Financial Impact Update

- Elizabeth Holleb, Finance Director

2. COMMENTS BY CITY MANAGER

A. Golf Operations Status Update

- Vince Juarez, General Manager

B. Community Spot Light

- CROYA Celebrates 40 Years

- Todd Nahigian CROYA Manager

- “Spirit of CROYA” Margot Martino Essay Contest

- Haley Banta, Scholarship Recipient - Ava Manelis, Scholarship Recipient

3. OPPORTUNITY FOR CITIZENS TO ADDRESS THE CITY COUNCIL.

Members of the public can provide public comment by calling into the following number during the meeting: 847-810-3643

4. COMMITTEE REPORTS

FINANCE COMMITTEE

1. Consideration of the Annual Appropriation Ordinance for FY2021 and Approval of Rollovers (First Reading)

PRESENTED BY: Elizabeth Holleb, Finance Director (847) 810-3612

PURPOSE AND ACTION REQUESTED: Staff requests approving the first reading of the FY2021appropriation ordinance and rollovers.

BACKGROUND/DISCUSSION: While the annual municipal budget represents the City’s financial “plan” for expenditures over the course of the fiscal year, the annual Appropriation Ordinance is the formal legal mechanism by which the City Council authorizes the actual expenditures of funds budgeted in the annual budget. It appropriates specific sums of money by object and purpose of expenditures. State statutes require the passage of an Appropriation Ordinance by the end of July, which must be filed with the County Clerk within 30 days of approval.

There are some differences between the budget and Appropriation Ordinance. The Appropriation Ordinance includes the Library, which was not included in the budget approved at the May 4, 2020 City Council meeting. The Library expenses are approved by the Library Board. Debt service payments are included in the budget, but are excluded from the Appropriation Ordinance. The ordinances approving the bond issues serve as the legal authorization for these annual expenditures.

The Appropriation Ordinance provides for a 10% “contingency” above the budgeted expenditures. Each separate fund includes an item labeled “contingency” with an appropriate sum equivalent to 10% of the total funds budgeted. This practice has been followed for more than thirty years and has worked very efficiently, while still providing for complete City Council control over budgeted expenditures. It is important to note that the City Council and City staff follows the adopted budget as its spending guideline, not the Appropriation Ordinance. Without the contingency, the City Council would have to pass further modifications to the Appropriation Ordinance to cover any unforeseen expenditures exceeding the budget.

In order to provide more accurate and efficient accounting and budgeting of City funds, an annual rollover of funds is required. This eliminates both under and over budgeting of funds in the new fiscal year. The items on the attached rollover list (page 17) consist of projects that were appropriated in FY2020 and will not be completed until FY2021. The list is preliminary at this stage as FY2020 invoices are still being paid, but will be finalized for final reading in July.

School District 67 does not recognize the Appropriation Ordinance in their budgeting or auditing standards. However, due to the fact they are a special charter district, their budget must be included in the City’s Appropriation Ordinance. School District 67 numbers are estimates and subject to change, but are not available until second and final reading of the Ordinance.

PROJECT REVIEW/RECOMMENDATIONS:

Reviewed

Date

Comments

City Council

May 18, 2020

Adoption of FY21 Comprehensive Plan

City Council

May 4, 2020

Adoption of FY21 Annual Budget Summary

BUDGET/FISCAL IMPACT: The attached Appropriation Ordinance Worksheet (page 19) demonstrates the reconciliation of the FY2021 Adopted Budget to the Appropriation Ordinance by fund.

COUNCIL ACTION: Approve first reading of the FY2021 Appropriation Ordinance (page 20) and the rollovers. A copy of the ordinance is available for review by the public in the City Clerk’s office. A public hearing will be conducted on July 20, 2020 in conjunction with second reading of the ordinance.

5. ITEMS FOR OMNIBUS VOTE CONSIDERATION

1. Approve the Extension of the Mayor’s Declaration of a Local State of Emergency until the next City Council Meeting

STAFF CONTACT, Jason Wicha, City Manager

PURPOSE AND ACTION REQUESTED: It is requested that the City Council extend the Declaration to the next City Council meeting.

BACKGROUND/DISCUSSION: Over the past month, the U.S. Government and the State of Illinois have issued multiple orders declaring a state of emergency over the country and the State of Illinois in order to address the impact from the global pandemic from COVID-19. In order to address the impact this pandemic has had on the City of Lake Forest, Mayor Pandaleon exercised his authority to issue a Declaration of a Local State of Emergency on Saturday, April 4, 2020. At the April 6, 2020 City Council meeting, the City Council extended the Declaration to the next City Council meeting which was June 1, 2020.

In order to ensure that the emergency powers authorized by the local declaration remain in effect where necessary, the Mayor is asking the City Council to further extend the Declaration of a Local State of Emergency until the next City Council meeting that takes place after the June 15, 2020.

REVIEW/RECOMMENDATIONS:

Reviewed

Date

Comments

City Council

6/1/2020

City Council Approved the Mayors Declaration until the next City Council Meeting

City Council

5/18/2020

City Council Approved the Mayors Declaration until the next City Council Meeting

City Council

5/4/2020

City Council Approved the Mayors Declaration until the next City Council Meeting

City Council

4/20/2020

City Council Approved the Mayors Declaration until the next City Council Meeting

City Council

4/6/2020

City Council Approved the Mayors Declaration until the next City Council Meeting

4/4/2020

Mayor Pandaleon exercised his authority to issue a Declaration of a Local State of Emergency

BUDGET/FISCAL IMPACT: N/A

COUNCIL ACTION: Approve the extension of the Mayor’s Declaration of a Local State of Emergency until the next City Council Meeting

2. Approval of the June 1, 2020 City Council Meeting Minutes

A copy of the minutes can be found beginning on page 32

COUNCIL ACTION: Approval of the June 1, 2020 City Council Meeting Minutes.

3. Approval of a Resolution for the Student Members of the Executive Board at CROYA A copy of the Resolution can be found beginning on page 36

COUNCIL ACTION: Approval of a Resolution for the Student Members of the Executive Board at CROYA

4. Approval to enter into a Three-Year Professional Services Agreement (with a two- year renewal option) with Automated Merchant Systems to provide credit card processing services

STAFF CONTACT: Diane Hall, Assistant Finance Director (847-810-3614)

PURPOSE AND ACTION REQUESTED: Staff requests approval of three-year professional service agreement for credit card processing services. Such agreement would be subject to a 2- year renewal option, for a possible five-year term.

BACKGROUND/DISCUSSION: In May 2020, the Finance Department issued a Request for Proposals for Credit Card Processing Services.

The City received four (4) credit card processing proposals. A review of the proposals was conducted to analyze cost and services provided to integrate with the City’s various software vendors.

The scope of services anticipated in this agreement include (11) current point of sale (POS) locations, including integration with the City’s financial software, Recreation program software, online vehicle and parking sales and golf course sales. Due to significant variation in fee structures proposed and a complex interchange rates, costs can only be estimated based on historical data.

Staff is recommending Automated Merchant Systems (AMS) as the City’s credit card processing vendor. Although AMS is not the lowest proposal, the City contracted with AMS in 2015 following an RFP process. AMS has provided excellent customer service throughout their current contract and currently integrates with all of the City’s POS locations. This will allow the City to continue current integrations with software and will not necessitate an implementation to a new system or changing current hardware. In addition, AMS has worked with staff to segregate the City’s utility bill payments in order to receive a reduced interchange rate to reduce costs.

BUDGET/FISCAL IMPACT: Credit card processing fees are assessed to various funds based on the point of sale location and are projected to be consistent with the City’s current agreement. With the exception of direct pass-through interchange fees associated with the credit card processing services, all fees are required to remain fixed for the initial three-year term of the agreement.

Has City staff obtained competitive pricing for proposed goods/services? Yes

The following is the summary chart of the finalists’ proposal costs and overall scoring

Company

Est. Annual Fees

  

Evaluation Score (max 100)

Automated Merchant Systems

$154,569

84

Evalon

$153,339

72

PayZang

$152,889

70

Focus Merchant Services

$155,439

79

COUNCIL ACTION Approval to enter into a Three-Year Professional Agreement (with a two- year renewal option) with Automated Merchant Systems to provide credit card processing services.

5. Approval of an Ordinance amending City Code Section 38 Related to Purchasing (Waive First Reading and Grant Final Approval)

STAFF CONTACT: Elizabeth Holleb, Finance Director (847-810-3612)

PURPOSE AND ACTION REQUESTED: Staff recommends approval of the proposed Ordinance amending City Code related to Purchasing and Payments. The proposed Code revisions reflect changes approved by the City Council Finance Committee on April 20 and the City Council on May 18 related to the City’s Purchasing Policies and Procedures.

BACKGROUND/DISCUSSION: In Fiscal Year 2020, an inter-departmental committee was formed to conduct a comprehensive review of the City’s purchasing policies and procedures. The committee met monthly from October 2019 through March 2020. The Committee’s recommendations were reviewed by the City Council Finance Committee in April and approved by the City Council in May. The proposed ordinance will make the applicable changes in the City Code to ensure consistency.

The proposed Ordinance can be found on page 37. 

PROJECT REVIEW/RECOMMENDATIONS:

Reviewed

Date

Comments

City Council

5/18/20

Approval of revised Administrative Directives for FY2021.

City Council Finance Committee

4/20/20

Approval of revised purchasing policies and procedures.

BUDGET/FISCAL IMPACT: Approval of this item would have no fiscal impact.

COUNCIL ACTION: Approval of an Ordinance amending City Code Section 38 Related to

Purchasing (Waive First Reading and Grant Final Approval)

6. Approve the Purchase of Dual Band Capable Portable Radios for the Fire Department from state bid vendor Motorola Solutions

STAFF CONTACT: Fire Chief Pete Siebert, 847.810.3864

PURPOSE AND ACTION REQUESTED: Staff requests City Council grant authorization to purchase 8 Motorola DUAL BAND Capable radios, necessary accessories. The digital Motorola DUAL BAND radios will replace current radio’s which are no longer manufactured, have diminishing replacement parts availability, are past standard end-of-life usage capabilities and provide little-to-no interoperable communications.

BACKGROUND/DISCUSSION: The Lake Forest Fire Department is currently a member of the East Shore Radio Network (ESRN), an intergovernmental consortium operating and maintaining a 30+ year old VHF radio communications and tower system. The system transmission quality has degraded over the years, necessitating many electronic patches and work-a-rounds, and has now reached the point where several member communities have experienced multiple issues regarding the quality of the radio system operation. A multitude of ESRN tests, checks, studies, and equipment adjustments have been attempted system- wide to improve transmission and reception quality without success.

Discounted Pricing: Radio pricing is established by state bid. Motorola is under state contract with fixed pricing until 2022. Following negotiations, Motorola offered a 37% discount for Glenview consolidated dispatch agencies, which includes reductions of 25% using State-bid pricing and an additional 12% Motorola equipment reduction.

Improved Coverage: Currently, there are radio signal coverage gaps in buildings that are frequently visited in the community by public safety as well as areas along the bluffs, beaches and ravines. With the assistance of Glenview Dispatch, DUAL BAND radios were tested by Lake Forest Fire Department staff with a noticeable improvement for both in and out-of- building coverage.

Interoperability: The compromised ability of Lake Forest FD in communicating directly with Lake Forest PD in the future, if we stay with our current radio system, would be ineffective, inefficient and constitute serious officer and public safety issues. The two departments routinely work together on incidents. The Dual Band radios will also enhance communications on calls for mutual aid.

Replace Aging Units: Some of our current VHF portable radios have reached end-of-life operating parameters, been discontinued, have diminishing access to spare parts inventory, and require maintenance that is no longer provided by Motorola. Replacing the obsolete units with a new dual band radio allows for more flexibility and future programming options.

BUDGET/FISCAL IMPACT: Has City staff obtained competitive pricing for the proposed goods/services? NO

If no, indicate the specific exception or waiver requested: Administrative Directive 3-5, Section 6.1D – Government Joint Purchase

Motorola Agreement and Pricing

Motorola has offered the City a substantial reduction in price of 37% off equipment, as a member of the Glenview consolidated dispatch system.

The Department intends to utilize these 8 radios full-time in conjunction with our current inventory of VHF radios.

Below is an estimated summary of Project budget:

FY2021 Funding Source

Account Number

 Amount BudgetedAmount Requested

 Budgeted? Y/N

Emergency Telephone Fund (JETSB)

205-7552-475.75-18

$42,355

$41,922.16

Y

COUNCIL ACTION: Approve the Purchase of Dual Band Capable Portable Radios for the Fire Department from state bid vendor Motorola Solutions

7. Award of Proposal to Thelen Materials, LLC. for a Three-Year Compost Center Transferring Agreement for the Sum of $109,000 per Year

Staff Contacts: Dan Martin, Superintendent of Public Works (810-3561)

PURPOSE AND ACTION REQUESTED: The Public Works Committee and City staff are requesting City Council approval to award a proposal to Thelen Materials, LLC to provide transfer trailers to the City to have its yard waste delivered and processed at Thelen’s facility. The City’s agreement with P. Clifford Miller to operate and process yard waste at the Compost Center ended on April 15, 2020.

PROJECT REVIEW/RECOMMENDATIONS:

Milestone

Date

Comments

Public Works Committee

5/26/2020

Reviewed and Recommended Approval

BACKGROUND/DISCUSSION: Since 1990, when the State banned the disposal of yardwaste from all landfills the City has hired contractors to process its yard waste materials at the Route 60 Compost Facility. The compost operating agreements required the contractor to provide all necessary labor and equipment to operate the entire yard waste composting operation to process materials generated by the City crews and its residents including leaves, grass, brush and tree limbs. The finished compost produced on site becomes the property of the contractor, except for 400 cubic yards to be made available to the City and residents at no cost.

BUDGET/FISCAL IMPACT: After being notified by the City’s compost operations contractor in early March of this year that he respectfully declined to extend his contract, a Request for Proposal was advertised in the newspaper, and ten contractors were emailed invitations to submit proposals to operate the Compost Center’s yard waste composting operation. On March 27, 2020 the staff received only one proposal which exceeded the operating budgeted. The proposal was rejected based on only receiving one proposal and that it exceeded the budget.

To gain a better understanding on why more contractors were not submitting proposals to manage the composting operation, staff reached out to various contractors and learned there is a lack of interest for contractors to provide daily operations at smaller scale compost facilities. The hefty capital outlay needed for large farm-type equipment coupled with high labor costs and shrinking profit margins for finished compost, make running the smaller facilities unattractive to operate. Based on this information staff addressed the issue by making changes to the Operating Agreement that reduced the time commitments contractors would be required to be on site each week to process yard waste. The changes did not interfere with the ability to provide quality service, but provided operational efficiencies and savings that would be reflected in the proposals submitted. In addition to adjusting the Operating Agreement, staff included a second option for contractors to provide transfer trailers to the City to have its yard waste delivered and processed at a different facility. The yard waste that is collected at the Route 60 site would be loaded into transfer trailers by Public Works staff and transported for a per cubic yard cost to a yard waste facility. Included in the cost is the delivery of 400 cubic yards of finished compost material back to the City for resident use. The City’s five-year annual yard waste ranges between 9,000 to12,000 cubic yards.

On May 15, 2020 the City received one proposal to perform the yard waste composting operation and three proposals for a Transferring Agreement. The one proposal received to perform the yard waste composting operation was lower than the RFP submitted in late March, however it still exceeded the operating budget. Therefore, staff is recommending that at this time, the City transfers its yard waste to another facility instead of continuing its composting operation. However, the IEPA permits allowing for the City’s composting operation will continue to be valid so that in future years, the City can elect to either contract out or manage itself the composting operation.

The following is a summary chart of the proposal costs received to transfer yard waste. Thelen Materials, LLC proposal was the lowest cost per cubic yard. Staff checked references for Thelen Materials and found them to be satisfactory. Thelen Materials, LLC is headquarter in Antioch, Illinois with over 40 acres dedicated to their large scale commercial composting operation. Many of the waste haulers in the region deliver yard waste to their facility.

Staff is recommending that City Council approve a three-year agreement with the option to renew for an additional one-year extension for two years upon agreement by both parties. After three years, each additional year could have a possible negotiated increase equal to or less than the determined C.P.I.

Has City staff obtained competitive pricing for proposed goods/services? Yes

FIRM

YEAR 1

COST PER CUBIC YARD

YEAR 2

COST PER CUBIC YARD

YEAR 3

COST PER CUBIC YARD

Thelen Materials

$8.59

$8.75

$8.90

Mulch Center

$10.62

$11.61

$12.60

American Pallet

$23.86

$23.86

$23.86

Note: 5-year annual yard waste range 9,000 -12,000 cubic yards Below is an estimated summary of the Project Budget:

FY2021 Funding Source

Amount BudgetedAmount Requested

Budgeted Y/N

101-5245-435.35-10

$109,000

$109,000

Yes

COUNCIL ACTION: Award of Proposal to Thelen Materials, LLC. for a Three-Year Compost Center Transferring Agreement for the Sum of $109,000 per Year.

8. Authorization for the City Manager to enter into a Professional Services Agreement with Strand Associates and Donahue & Associates Inc. for Professional Water Plant Engineering Services

STAFF CONTACT: Dan Martin, Superintendent Public Works (810-3561)

PURPOSE AND ACTION REQUESTED: The Public Works Committee and staff are requesting approval for the City Manager to enter into a professional services agreement with Strand Associates and Donahue & Associates Inc. for professional Water Plant engineering services.

BACKGROUND/DISCUSSION: The City of Lake Forest regularly contracts with outside service providers to perform professional engineering services for various projects. As the City continues to operate its 14 MGD Ultra-filtration Water Plant and works to improve process and mechanical functions, professional engineering services ensure that operations function according to IEPA and IDPH regulations. In an effort to improve efficiency and provide consistency on City projects, the Public Works Committee and City staff is seeking to establish an agreement that will designate two engineering firms, Strand Associates and Donahue & Associates Inc., to provide professional Water Plant engineering services. Either firm may be utilized by the City, however, the firm selected will depend on the firm’s availability and the project type.

Professional engineering services for water plant projects will include, but are not limited to, project design, the development of construction documents, and the procurement of all the necessary permits. Additionally, the selected firms will be expected to collaborate with City staff in the development of a proposed solution for each specific project.

An example of a projects that City staff expects the selected professional engineering services firms to complete would be the continuing long term performance review of the new membrane system, updates to the integrated MS Access Database that stores plant performance data and generates regulatory reports, and assist in completing the requirements of the 2018 Americas Water Infrastructure Act’s (AWIA) Risk and Resiliency Assessment (RRA) and Emergency Response Plan (ERP). The firms would need to review and develop written plans and reports to complete these tasks. The selected professional engineering services firms will be expected to complete other additional small improvement projects that may arise that need to be designed, bid and potentially permitted.

On April 24, 2020 a Request for Proposals (RFP) was released by the City, published in the Lake County News Sun, and posted on the City’s website. On May 12, 2020, three submittals were received and a selection committee, comprised of City staff, was formed to review and evaluate the written responses.

After careful consideration, Strand Associates and Donahue & Associates Inc., were chosen by the selection committee as the successful candidates. The basis for the selection was as follows:

• Strand Associates and Donahue & Associates Inc. met, and surpassed all qualifications outlined in the RFP.

• Strand Associates and Donahue & Associates Inc. have extensive experience with local and municipal water treatment plant projects.

• Strand Associates and Donahue & Associates Inc. have presented reasonable fee schedules associated with their proposed project teams.

This RFP process was modeled after the processes utilized to select firms to provide the City with professional landscape architectural services and to select firms for engineering services for ravine repairs. Similarly, these agreements were recommended to improve efficiency and provide consistency on City projects.

PROJECT REVIEW/RECOMMENDATIONS:

Reviewed

Date

Comments

Public Works Committee

5/26/2020

Reviewed & Approved

BUDGET/FISCAL IMPACTS: Below is a summary of the range of hourly rates submitted by each firm. The rates represent an hourly rate range associated with the firm’s project team members. Each firm submitted unique project teams that featured varying project positions. These rates include a firm’s profit and overhead.

Company Name

Hourly Team Member Rate Range

Strand Associates

$101 - $192

Donahue & Associates, Inc.

$80 - $235

Horner & Shifrin

$108 - $254

Staff may look to utilize either selected firm for professional engineering services for Water Plant projects with an anticipated total project cost to typically be between $5,000.00 and 25,000.00 and not to be larger than $75,000. Any projects with anticipated engineering fees greater than $75,000.00 will be subject to the RFP process.

Below is an estimated summary of Project budget:

FY2021Funding Source

Amount Budgeted

Amount RequestedBudgeted? Y/N

501-6071-435.35-10 or 501-6072-435.35-10

 $167,169

 $55,000

 Y

The FY2021 Plant Operation and Maintenance Contractual accounts includes a current balance of $167,169 for Contractual Services from which some professional water plant engineering services may be paid. Work may also be paid from other budget accounts as applicable, but any single project for which services exceed $25,000 will be separately approved by the City Council. Payments in aggregate of more than $25,000 may result with either or both firms. The agreement with Strand Associates and Donahue & Associates Inc. is intended to be for a period of three years, which will include the option of two additional, one year terms.

Has competitive pricing been obtained for proposed services? Yes

COUNCIL ACTION: If determined to be appropriate by the City Council, authorize the City Manager to enter into a professional services agreement with Strand Associates and Donahue & Associates Inc. for professional water plant engineering services.

9. Award of Proposal to McMahon Associates for the Water Distribution Study & Watermain Replacement Prioritization Plan in the Amount of $36,400

STAFF CONTACT: Dan Martin, Superintendent of Public Works (810-3561)

PURPOSE AND ACTION REQUESTED: City staff requests an award of proposal for Professional Consulting Services for the Water Distribution Study & Watermain Replacement Prioritization Plan to McMahon Associates in the combined amount of $36,400.

BACKGROUND/DISCUSSION: The Water Distribution Study & Watermain Replacement Prioritization Plan are each their own individual projects with their own individual scope of work and deliverables. Staff combined these projects into one joint Request for Proposal (“RFP”). Although they are truly different projects, the projects all relate to the water services engineering field. Staff felt that combining the two projects into one RFP would result in obtaining better overall proposal pricing. Although not required, firms submitting a proposal for all projects were encouraged to provide an explanation as to the savings the City would realize if their firm were awarded both projects. Below is brief background information on each project.

The City last completed a Water Distribution Study in 2012. The study featured an update to the City’s Computerized Hydraulic Model of the watermain distribution system. All the analysis from the study was compiled into a final report that evaluated the capacity of the City’s water distribution system and identified distribution system deficiencies. Water Distribution Studies are important to complete periodically to analyze the City’s water distribution system capacity and to identify distribution system deficiencies. Information and recommendations from the study is then evaluated by City staff and ultimately incorporate into the City’s Capital Improvement Program.

The City has never partnered with a private firm to develop a Watermain Replacement Prioritization Plan. This is a new initiative for capital planning purposes. Historically, the City has utilized watermain break data when recommending a watermain replacement project. Utilizing the City’s watermain break data, GIS data, and information from the Water Distribution Study a far more comprehensive and prioritized replacement plan will be developed.

PROJECT REVIEW/RECOMMENDATIONS:

Reviewed

Date

Comments

Public Works Committee

5/26/2020

Reviewed & Discussed

BUDGET/FISCAL IMPACT: The RFP was publically posted on May 13, 2020 and proposals were opened on June, 2 2020. In total, five proposals were received.

Has City staff obtained competitive pricing for proposed goods/services? Yes

Company Name

Water Distribution Study Proposal

Watermain Prioritization Plan Proposal

Total Dollar Amount Proposal

McMahon Associates

$19,200

$17,200

$36,400

Strand Associates

$29,200

$30,630

$59,830

 HR Green

$21,720

$15,030

$36,750

Donohue & Associates

$65,745

$19,105

$84,850

Siemens Industry

N/AN/AN/A
An RFP Committee comprised of City staff reviewed and ranked each proposal based on the cost of the proposal, the experience and qualifications of the firm, the firms experience with municipal government projects, and references / results achieved with similar prior projects.

The RFP Committee unanimously recommended awarding the proposal for the Water Distribution Study & Watermain Replacement Prioritization Plan to McMahon Associates. McMahon Associates submitted the overall lowest cost proposal for these projects. McMahon Associates previously completed the 2012 Water Distribution Study for the City and the City has had positive work experiences working with the firm.

Below is an estimated summary of Project budget:

FY2021 Capital Water Fund

Amount Budgeted

Amount Requested

Budgeted? Y/N

Water Distribution Study

$30,000

$19,200

Y

Watermain Replacement Prioritization Plan

$30,000

$17,200

Y

The Water Distribution Study & Watermain Replacement Prioritization Plan are both fully funded in the FY21 Capital Improvement Program.

If awarded, work for these projects would begin immediately. Staff expects the approved firm to develop engineering estimates by October 1, 2020 for capital improvement planning purposes.

COUNCIL ACTION: Award of Proposal to McMahon Associates for the Water Distribution Study & Watermain Replacement Prioritization Plan in the Amount of $36,400

COUNCIL ACTION: Approval of the nine (9) omnibus items as presented

6. ORDINANCES

7. OLD BUSINESS

8. NEW BUSINESS

1. Approval of an Amended and Restated Intergovernmental Service Agreement between the City of Lake Forest and the Village of Lake Bluff

PRESENTED BY: Jason Wicha, City Manager

PURPOSE AND ACTION REQUESTED: City staff recommends City Council approval of an amended and restated Intergovernmental Agreement (IGA) for services provided by the City to the Village of Lake Bluff.

BACKGROUND/DISCUSSION: The City of Lake Forest and the Village of Lake Bluff have a long history of collaboration and cooperation. It has been a mutually beneficial relationship allowing for cost-effective high quality services being provided to residents of both communities. Pursuant to a May 2011 IGA, the City provides the following services to Lake Bluff:

• Ambulance/Emergency Medical Services (EMS)

• Building Inspections and Plan Review

• CROYA

• Public Access Television

• Senior Center

• Fire Dispatch (services were transitioned to Glenview as part of the Dispatch Services

IGA implemented in 2014)

In March of 2017, the City notified the Village of Lake Bluff that a discrepancy had been identified in the billing of ambulance services. While the IGA sets forth billing all calls for service, the City had been charging only for calls that resulted in a transport of the patient. Since that time, the City and the Village have been deliberating on the most effective way to resolve the billing discrepancy. These discussions brought to light a number of factors that needed to be addressed in appropriately allocating the cost of ambulance services. The parties have negotiated a resolution to the prior billing discrepancies and agreed upon a modified service charge formula going forward. This also presented an opportunity to remove the section on Fire Dispatch and reflect a change in the Public Access Television services provided. The proposed Amended and Restated IGA would commence effective May 1, 2020 and would have an initial term of five (5) years with automatic annual renewals following the five-year term, unless terminated or modified.

The proposed IGA can be found beginning on page 41. 

PROJECT REVIEW/RECOMMENDATIONS:

Reviewed

Date

Comments

Lake Bluff Village Board

6/8/20

Consider approval of amended and restated IGA.

BUDGET/FISCAL IMPACT: The IGA sets forth the formula and timing of Village payments to the City of services provided. The IGA allows both communities to provide an excellent level of service in a cost-effective manner. Approval of the proposed IGA provides a negotiated settlement of the ambulance services provided through April 30, 2020, which will be paid to the City over a two year period.

COUNCIL ACTION: Approval of the Proposed Amended and Restated Intergovernmental Service Agreement between the City of Lake Forest and the Village of Lake Bluff

9. ADDITIONAL ITEMS FOR DISCUSSION/ COMMENTS BY COUNCIL MEMBERS

10. ADJOURNMENT

https://www.cityoflakeforest.com/assets/1/27/CC_2020_06_15.pdf

ORGANIZATIONS IN THIS STORY

!RECEIVE ALERTS

The next time we write about any of these orgs, we’ll email you a link to the story. You may edit your settings or unsubscribe at any time.
Sign-up

DONATE

Help support the Metric Media Foundation's mission to restore community based news.
Donate