Quantcast

Lake County Gazette

Sunday, May 5, 2024

City of Lake Forest City Council met Feb. 22

Meeting240

City of Lake Forest City Council met Feb. 22.

Here is the agenda provided by the council:

CALL TO ORDER AND ROLL CALL 6:30 p.m.

Honorable Mayor, George Pandaleon

James E. Morris, Alderman First Ward Jim Preschlack, Alderman Third Ward Jennifer Karras, Alderman First Ward Ara Goshgarian, Alderman Third Ward Melanie Rummel, Alderman Second Ward Raymond Buschmann, Alderman Fourth Ward Edward U. Notz, Jr., Alderman Second Ward Eileen Looby Weber, Alderman Fourth Ward

PLEDGE OF ALLEGIANCE

REPORTS OF CITY OFFICERS

1. COMMENTS BY MAYOR

A. 2022-2023 Board and Commission Appointments and Reappointment’s

SENIOR RESOUCE COMMISSION

NAME OF MEMBER

APPOINT/REAPPOINT

WARD

Wendy McKiernan

APPOINT

2

A copy of the volunteer profile sheet can be found on page 24

COUNCIL ACTION: Approve the Mayor’s 2022-2023 Board and Commission Appointments and Reappointment’s

2. COMMENTS BY CITY MANAGER

A. Townline Park Splashpad

.3. OPPORTUNITY FOR CITIZENS TO ADDRESS THE CITY COUNCIL

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

4. COMMITTEE REPORTS

PUBLIC WORKS COMMITTEE

A. Report on Streets Policy

- Jim Lockefeer, Assistant to the Director of Public Works

B. Report on Deerpath Road Water Main Improvements

- Byron Kutz, P.E., Superintendent of Engineering

ENVIRONMENTAL SUSTAINABILITY COMMITTEE UPDATE

- Alderman Melanie Rummel, Chair

5. ITEMS FOR OMNIBUS VOTE CONSIDERATION

1. Approval of January 7, 2022, City Council Meeting Minutes

A copy of the minutes can be found beginning on page 20

COUNCIL ACTION: Approval of January 7,2022, City Council Meeting Minutes

2. Approval of a Resolution of Appreciation for Retiring Members of Boards and Commissions

BOARD, COMMISSION OR COMMITTEE

NAME OF MEMBER(S)

SENIOR RESOURCE COMMISSION

Phil Hartung

A copy of the Resolution can be found on page 25.

COUNCIL ACTION: Approval of a Resolution of Appreciation for Retiring Members of Boards and Commissions

3. Consideration of Ordinances Approving Code Amendments to Allow Mobile Food and Beverage Vendors to Operate in the City of Lake Forest as Part of Special Community Events and Establishing a Permit Fee. (Final Approval)

STAFF CONTACT: Catherine Czerniak,

Director of Community Development (810-3504)

PURPOSE AND ACTION REQUESTED: Following up on the success of the pilot program approved by the City Council last year to permit mobile food and beverage vendors (“food trucks”) to operate in the City with certain limitations, Council consideration of continuing this initiative on an ongoing basis is requested.

BACKGROUND/DISCUSSION:

Recent Activity

At the last City Council meeting, on February 7, 2022, the Council approved first reading of two ordinances in support of allowing mobile food and beverage vendors to operate in a limited capacity in the community on an annual basis.

Background

In spring 2021, the City Council directed staff to develop a pilot program to allow mobile food and beverage vendors in Lake Forest with certain limitations. During the pilot program in 2021, the City issued 17 annual licenses to mobile food and beverage vendors. Of those, seven were to local businesses including: Rosati’s, Left Bank, The Gallery, Donati’s, Lake Forest Meat & Seafood, Sunset and The Forester Hotel. As approved by the Council, fees for a mobile food and beverage license were waived for local businesses already operating under City issued health licenses. The other ten mobile food and beverage licenses were issued to non-local businesses for an annual fee of $100.00.

What We Learned

Over the course of last year’s program staff learned that:

⮚ The term “Food trucks” does not accurately characterize the range of options mobile food and beverage vendors use to offer products. As a result, to invite vendors of various types to participate, the broader term “Mobile Food and Beverage License” is recommended.

⮚ Responsibility for providing receptables for recycling and trash needs to be clearly determined between the coordinator of the special event and the mobile vendor. 

⮚ A list of licensed vendors needs to be actively promoted by the City to those in the community who plan and manage special events.

⮚ Special event applications need to be revised to require event coordinators to identify participating mobile food vendors at the time of application for a special event permit to assure adequate time for vendors to obtain a City license if they are not currently a license holder.

Code Amendments

Amendments are proposed to Sections 113.21, Permits and Licenses; 117.05, Sales from Vehicles; and 117.20, Transient Merchants and Itinerant Vendors, to clarify that the provisions in those sections do not apply to mobile food and beverage vendors. New Sections, 120.01 through 120.03 are proposed to specifically address mobile food and beverage vendors including definitions, license and fee requirements and operations. The Ordinance reflecting the proposed amendments is included in the Council’s packet beginning on page 26.

Permit Fee

An administrative permit processing and inspection fee of $100.00 is recommended with a waiver of the fee for local restaurants and food and beverage businesses that already hold an annual City of Lake Forest Health License. The Ordinance establishing the license fee is included in the Council packet beginning on page 30. For information, the cost of annual Health Licenses for local businesses ranges from $250.00 to $600.00 depending on the type of business.

COUNCIL ACTIONS: If desired by the Council, grant final approval of two Ordinances:

1) An Ordinance approving amendments to Sections 113.21, 117.05, 117.20(B) and the addition of new Sections 120.01 through 120.03.

2) An Ordinance establishing a permit fee for Mobile Food and Beverage Vendors.

4. Consideration of Ratification and Approval of Expenditures Relating to Environmental Remediation, Demolition and Stabilization of the Property at 50 Maywood Road and Authorization to Enter into Contracts. (Approval by Motion)

STAFF CONTACT: Catherine Czerniak, Director of Community Development (810-3504)

PURPOSE AND ACTION REQUESTED: Ratification of expenses incurred to date and approval of anticipated expenses related to removal of the building at 50 Maywood Road and restoration of the site to green space.

BACKGROUND/DISCUSSION: In May 2021, the City acquired the property at 50 Maywood Road, the former Joytime Preschool property. The City pursued acquisition only after the longtime owner explored development opportunities with various parties. In the end, the City proceeded with acquisition to protect a large, pressurized water transmission main located very close to the property.

In preparation for demolition of the structure before spring, the City engaged Midwest Environmental Consulting to complete environmental testing and assessment of the building. Significant amounts of asbestos and lead paint were identified, more than anticipated, necessitating remediation prior to demolition of the building. As part of the City’s contract with Midwest Environmental, a detailed remediation action plan was prepared and bid out to remediation companies. To date, the City has incurred fees in the amount of $4,750. The next phase is to complete the remediation. The low bidder for this work is Valor Technologies, Inc. Midwest Environmental Consulting has worked with this company in the past and found them to be reliable, competent and efficient.

Company

Bid

Valor Technologies, Inc.

$19,695

Cove Remediation, LLC

$23,900

Kinsale Contracting Group

$41,750

Midwest Environmental will be re-engaged for an amount not to exceed $5,000 to oversee the remediation work, conduct the necessary testing, maintain daily logs and document the disposal of the remediated materials in compliance with applicable regulations. The City does not have the expertise in house to properly monitor this work.

Concurrent with the remediation work, utilities will be disconnected and following that, the building will be demolished, the building materials disposed of, and the building site will be graded even with the surrounding grades and stabilized with seed and blanket.

BUDGET/FISCAL IMPACT: The negotiated purchase price for the property was $315,000 after adjustment for the anticipated cost of clearing the property which at that time was $25,000. The environmental assessment identified the need for significantly more abatement and monitoring than expected and, as a result, this matter is before the Council for ratification of the expenses incurred to date, approval of the remainder of the expenses associated with clearing the property, and for authorization to enter into the necessary contracts.

The acquisition of the property, which was not anticipated when the FY 2022 budget was prepared, was funded Water and Sewer Capital Fund based on the fact that the driving force for City acquisition of the property was to protect the 20” pressurized water main. Funding for the demolition of the existing structure, restoration of the property and any future park improvements were initially to be funded from the Parks and Public Land Fund. Due to the increased costs associated with environmental remediation, as now proposed, staff proposes to fund the remediation, demolition, and stabilization costs out of the Capital Improvement Fund. Future improvements to the site, yet to be determined, will be funded from the Park and Public Land Fund.

Has City staff obtained competitive pricing for proposed goods/services? Yes, competitive were obtained for the remediation work.

No, competitive bids were not obtained for the environmental assessment and the remediation oversight based on an existing relationship with Midwest Environmental Consulting Services Inc.

Administrative Directive 3-5, Section 6.1I – Existing Relationship

FY2022 Funding Source

Amount

Budgeted

Amount

Requested

Budgeted?

Y/N

Park and Public Land Fund

Paid to Date

$4,750

No

Capital Improvement Fund Remediation and Monitoring

0

$24,695

No

Capital Improvement Fund Demolition and Site Stabilization

0

Not to Exceed $24,000

No

The unbudgeted expenses will be funded from reserves/fund balance of the designated funds.

COUNCIL ACTION: If desired by the City Council, approve a motion:

1) Ratifying contracts with Midwest Environmental Consulting Services, Inc. in the amount of $4,750.

2) Approving expenditures for environmental remediation, monitoring and disposal in an amount not to exceed $19,695 to Valor Technologies, Inc. and in an amount not to exceed $5,000 to Midwest Environmental Consulting and authorizing the City Manager to enter into the necessary contracts.

3) Authorizing the City Manager to enter into a contract for demolition and stabilization in an amount not to exceed $24,000 after a minimum of three quotes is obtained.

All relating to the property at 50 Maywood Road.

5. Approval for an Advancement of Fiscal Year 2023 Capital Funding for the Purchase and Installation of a Splashpad at Townline Park, to Landscape Structures, Inc., in the Amount of $300,000.

STAFF CONTACT: Chuck Myers, Superintendent of Parks & Forestry, 810-3565

PURPOSE AND ACTION REQUESTED: City Staff and the Parks & Recreation Board requests approval to award a contract with Landscape Structures, Inc., for $300,000 to purchase and install a splashpad structure at Townline Park, as included in the FY2023 Parks & Public Lands Fund C.I.P. If the contract is approved by City Council this evening, staff anticipates that the splashpad will be opened early this summer.

BACKGROUND/DISCUSSION: Townline Park was dedicated in May 2009 as a community park and has since become a premier park for the City of Lake Forest. The pavilion and athletic fields have continued to see an increase in use and hold even more potential for greater use. The addition of a splashpad directly adjacent to the pavilion and the playground will add a great benefit to park users, Stonebridge and Conway Park neighbors, and the community as a whole. The splashpad will also provide potential increases in revenue due to increased pavilion rental opportunities.

Over the past several years, splashpads have grown in popularity in communities across the country. Particularly in the heat of the summer months, they have become sought after places for communities to gather, play, and cool off. Screen time and couch time is at an all-time high and countless studies have shown that unstructured outdoor play is critical to our children’s development and well-being. We have invested in the power and value of this type of play through renovating our playgrounds over the past several years. Water adds a whole new, exciting energy to a playground environment!

Some summer days we all want to just sit in the air conditioning and stay cool but having an outdoor destination where comfortable play is still possible in the heat, is a game changer. Interactive features offer sensory rich, creative and engaging play opportunities that are totally different from anything else we have in our parks. Splashpads provide a unique opportunity for inclusive, safe water play. For a variety of reasons including mobility, swim skill, developmental challenges, child to parent supervision ratio, etc., it may not be feasible or practical for some families to visit the beach or go to a swimming pool. A splashpad creates safe access to the wonder and love of water for families with children of all ages, abilities, and circumstances. The features are designed to be accessible and provide a variety of different spouts, mists, sprays, fountains, and bubblers. The features are organized by size so there is a natural separation of older and younger children, while still the ability to all play and socialize together.

Townline Park was selected for the City’s first splashpad because it is a community park, has bathroom facilities, large shaded area, large parking area, existing utilities, playground, and has open space available. All the important infrastructure is already in place, which makes the project much more cost effective and feasible in a shorter time frame. The selection of the spot within the park was chosen so that it could be close to the bathrooms, playground, and shaded area for supervision. This location also makes it practical to pull the utilities from the building. It is an added safety benefit that the splashpad is situated far from the vehicle traffic and parking. The trees and landscaping around it provide a wonderful, inviting natural park setting as well.

The splash pad proposal is a drain-away system that uses low-flow components to create fun and engagement, while using the least amount of water. The limited months and hours that the system will be in use made it difficult to justify investing in a re-circulating chlorinated system that would require much higher engineering, product and construction cost, as well as ongoing intensive maintenance and upkeep. A recirculation splash pad is similar to a swimming facility where water quality needs to be constantly monitored. The proposed system uses potable water and maintenance will be manageable by staff.

PROJECT REVIEW/RECOMMENDATIONS:

Reviewed

Date

Comments

Parks & Recreation Board

02/15/22

Recommend Approval

BUDGET/FISCAL IMPACT: The cost of equipment and installation is $273,967, plus a contingency of $26,033, for a total project cost of $300,000.

The purchase is being made via the national government joint purchase co-operative, Sourcewell (formerly NJPA). Per Section 6.1D of the City’s Purchasing Directive, purchases can be made via a variety of governmental joint purchasing programs. Numerous pieces of equipment are bid nationally, and such bids conform to all requirements of the Illinois State bidding laws. Sourcewell, formerly National Joint Powers Alliance, was created by State law as a service cooperative to provide programs and services to members in education and government. Sourcewell follows the competitive contracting law process to solicit, evaluate, and award cooperative purchasing contracts for goods and services.

Has competitive pricing been obtained for proposed goods/services? No If no, indicate the specific exception requested: Administrative Directive 3-5, Section 6.1D – Government Joint Purchase

Below is an estimated summary of Project budget:

FY2023 Funding Source

Amount

Budgeted

Amount

Requested

Budgeted?

Y/N

201-8457-475.75-06

Parks & Public Land Fund

$250,000

$250,000

Y

224-8026-476.76-56

Special Recreation Fund

$50,000

$50,000

Y

COUNCIL ACTION: Approval for an Advancement of Fiscal Year 2023 Capital Funding for the Purchase and Installation of a Splashpad at Townline Park, to Landscape Structures, Inc., in the Amount of $300,000.

6. Approval to authorize the City Manager to enter into a contract with Landscape Concepts Management for City-Wide Grounds Maintenance Services, for an Amount Not to Exceed $177,846.

STAFF CONTACT: Chuck Myers, Superintendent of Parks & Forestry, 810-3565

PURPOSE AND ACTION REQUESTED: City Staff and the Parks & Recreation Board requests approval to award a one year contract with Landscape Concepts Management, for $177,846 to provide mowing and grounds maintenance services city-wide.

BACKGROUND/DISCUSSION: Annually, the Parks and Recreation Department researches opportunities to improve operational efficiencies and deliver services in the most cost effective manner. In 2011, the Parks section began outsourcing the mowing of many of our passive parks and miscellaneous parcels. We chose not to bid out all other park properties, such as the neighborhood parks, lakefront and community parks, due to the significant need to coordinate with ever-changing public use and athletic field schedules. The outsourcing of mowing has proven to be a beneficial fiscal approach by reducing labor expenses and long term capital equipment replacement costs. In FY2022, staff conducted an expansive bid request that included the mowing on fifteen City property areas, 167 cul-de-sacs and the mowing only of twenty City right-of-ways. Additional grounds maintenance includes lawn care, weed control, and bed maintenance. Similar to the selection rationale for outsourcing areas in 2011, the right-of-ways and cul-de-sacs are also desirable to outsource because they involve routine scheduling requirements.

In addition, the Parks Section included 3-year bids with the bid process and has the ability to extend the contract after the first season or rebid the contract for FY2023 and FY2024. Staff is recommending that the contract with Landscape Concepts Management Inc. be extended to FY2023.

PROJECT REVIEW/RECOMMENDATIONS:

Reviewed

Date

Comments

Parks & Recreation Board

01/11/22

Recommend Approval

BUDGET/FISCAL IMPACT: Funding for the FY2023 City-Wide Grounds Maintenance contract is budgeted in the Parks Fund 220 operating budget. City staff is satisfied with the services performed by Landscape Concepts Management in FY2022 and are recommending the continuation of their services for FY2023.

Has competitive pricing been obtained for proposed goods/services? Yes (Bid out in FY2022, with the ability to extend for FY2023 and FY2024)

Below is an estimated summary of Project budget:

FY2023 Funding Source

Amount

Budgeted

Amount

Requested

Budgeted?

Y/N

220-5775-435.35-10

Parks Operating Budget

$177,846

$177,846

Y

COUNCIL ACTION: Approval to authorize the City Manager to enter into a contract with Landscape Concepts Management for City-Wide Grounds Maintenance Services, for an Amount Not to Exceed $177,846

7. Approval to authorize the City Manager to enter into a contract with Mariani Landscape for Grounds Maintenance Services at Forest Park in the Parks FY2023 Budget, for an Amount Not to Exceed $51,958.

STAFF CONTACT: Chuck Myers, Superintendent of Parks & Forestry, 810-3565

PURPOSE AND ACTION REQUESTED: City Staff and the Parks & Recreation Board requests approval to award a one year contract with Mariani Landscape to provide mowing and grounds maintenance services at Forest Park for FY2023.

BACKGROUND/DISCUSSION: Forest Park is one of the oldest and most celebrated parks on the North Shore and a treasure for the residents of Lake Forest. After the completion of the highly successful rehabilitation project in 2015, the City’s Parks Section resumed its maintenance responsibilities and was charged with keeping the park in its pristine condition. Since 2011, the City has been outsourcing mowing on other City-owned properties and it has proven to be a beneficial fiscal approach by reducing labor expenses and long-term capital equipment replacement costs. Given the Parks Sections current workload, City Staff recognized the need to outsource Forest Park in order to ensure that the park is maintained at the highest level possible.

For the FY2023 season, staff conducted an expansive bid process that includes mowing and extensive grounds maintenance services for Forest Park. In addition, staff included a three year option in the bid process that provided the City with the right to extend the contract after the first season or rebid the contract for FY2024 and FY2025.

For FY2020, Mariani Landscape began a new program that encompassed a number of sustainable practices. They deployed fully electric mowers, blowers and line trimmers in all service operations at Forest Park. This equipment delivers low noise, zero emissions and zero use of fossil fuels in the operation of this machinery. The reduction in noise pollution with electric mowers is significant and an important aspect of this program.

For FY2021, Mariani introduced a new environmentally sustainable innovation to their lawn care services at Forest Park – Auto Mowers. They are clean, ecofriendly electric powered mowers with no operators that run quietly and provide a healthy and well-maintained appearance. Seasonally, there still may be times when conventional electric equipment is used but after the auto mowers learn the site, weekly mowing would be done by five auto mowers. There are also areas of the park where auto mowers will not work and they will need to use conventional mowers weekly. All of the above activities and procedures combine to provide the City of Lake Forest with a responsible and environmentally beneficial program in the execution of the significant grounds maintenance services they provide.

PROJECT REVIEW/RECOMMENDATIONS:

Reviewed

Date

Comments

Parks & Recreation Board

01/11/22

Recommend Approval

BUDGET/FISCAL IMPACT: Funding for the Forest Park grounds maintenance contract is budgeted in the Parks Fund 220 operating budget. On November 10, 2021 City staff released an invitation to bid for Forest Park Grounds Maintenance Services. The bid opening was on December 1, 2021 and one sealed bid was received, as detailed below.

Has competitive pricing been obtained for proposed goods/services? Yes

Recommended Bidder/Proposer is BOLDED

Company Name

Dollar Amount Bid

Mariani Landscape Inc.

$51,958

City staff is satisfied with the services performed by Mariani Landscape in past contracts at Forest Park and are recommending the award of a contract with them for Forest Park Maintenance Services.

Mariani Landscape will continue to include all the sustainability components that were incorporated into the maintenance practices over the past few years, including the auto mowers.

Below is an estimated summary of Project budget:

FY2023 Funding Source

Amount

Budgeted

Amount

Requested

Budgeted?

Y/N

220-5775-435.35-10

Parks Operating Budget

$51,958

$51,958

Y

COUNCIL ACTION: Approval to authorize the City Manager to enter into a contract with Mariani Landscape for Grounds Maintenance Services at Forest Park in the Parks FY2023 Budget, for an Amount Not to Exceed $51,958

8. Waive the Bid Process and Approve of a Purchase of Epoxy Floor Materials with ICP Construction, Inc. in the Amount of $56,787

STAFF CONTACT: Jim Lockefeer, Assistant to the Director of Public Works (810-3542)

PURPOSE AND ACTION REQUESTED: The Public Works Committee and City staff requests City Council waive the bid process and approve of a purchase of epoxy floor materials with ICP Construction, Inc. in the amount of $56,787.

BACKGROUND/DISCUSSION: In 2015, Building Maintenance Section staff first coated the Municipal Services garage with epoxy to protect the existing concrete floor. Much of this original coating has held up very well for the past seven years but some areas have begun to show signs of wear. Specifically, large areas of wear can be found in the main garage, sanitation garage, and wash bay adjacent to the garage’s trench drainage system. It has been determined that moisture has played a significant role in these areas of deterioration. Based on the moisture content of the building site, a water-based product was determined the best option in moving forward with any repairs. This type of product allows the concrete to breathe while maintaining a protective surface. Furthermore, it was very important to select a product that successfully bonds and adjoins with the existing epoxy floor coating in areas that are not showing signs of wear.

In 2019, Building Maintenance staff began to test products in smaller areas of wear in the garage in an effort to find the overall best epoxy material that worked well with moisture, binds to the existing epoxy floor, and withstands impacts of the heavy equipment moving in and out of the garage on a daily basis. ICP Construction, Inc. manufactured Chem-Rock product has been found to be the most successful product. If approved, the Building Maintenance Section will complete the repair work in-house utilizing the material.

PROJECT REVIEW/RECOMMENDATIONS:

Reviewed

Date

Comments

Public Works Committee

2/8/2022

Reviewed and Recommended

Approval

BUDGET/FISCAL IMPACT: On January 28, 2022, Building Maintenance staff secured a quote from ICP Construction, Inc. to purchase epoxy material in the amount of $56,787. This is a specialty product sold direct from the manufacturer. There are no other firms that sell this exact product; therefore, no other quotes or bids were obtained.

Has City staff obtained competitive pricing for proposed goods/services? No Administrative Directive 3-5, Section 6.2 – Waiver of Procedures (requires 2/3 vote)

While other manufacturers and firms produce and sell a variety of epoxy products, this specific product from ICP Construction, Inc. has been successful in meeting the various needs as outlined above. Staff has reviewed pricing for other epoxy materials from a variety of firms, and has found ICP Construction, Inc’s. quote for $56,787 to be competitively priced.

Below is an estimated summary of Project budget:

FY2022

Amount

Budgeted

Amount

Requested

Budgeted?

Y/N

Building Maintenance Operating Capital

101-1503-467-67-58

$40,000

$56,787

Y

Building Maintenance Operating Capital has a grand total Fiscal Year 2022 budget of $150,000. The $16,787 overage will be covered by deferring a Municipal Services garage light upgrade. Staff had estimated this upgrade to cost approximately $17,000. Staff will pursue these upgrades next fiscal year if operational funds become available.

COUNCIL ACTION: Waive the Bid Process and Approve of a Purchase of Epoxy Floor Materials with ICP Construction, Inc. in the Amount of $56,787

9. Approval of the Complete Streets Policy

STAFF CONTACT: Jim Lockefeer, Assistant to the Director of Public Works (810-3542)

PURPOSE AND ACTION REQUESTED: The Public Works Committee and City staff requests City Council approve the Complete Streets Policy.

BACKGROUND/DISCUSSION: Complete Streets is an overall transportation approach to ensure future street projects consider the needs of all travelers, regardless of age, ability, or mode of transportation. The Complete Streets method is formally recognized by the Chicago Metropolitan Agency for Planning (CMAP) in their ON TO 2050 comprehensive regional plan. Over the past ten years, many municipalities, including neighbor communities, have adopted Complete Streets policies outlining municipal practices in implementing the Complete Streets approach. The drafted Lake Forest Complete Streets Policy, included in the Council packet beginning on page 33, formalizes and outlines many practices that Public Works staff are already actively performing when planning for street and intersection improvement projects. If approved, the policy would not create any significant changes to Public Works Department Operations.

An adopted Complete Streets Policy is also very important when applying for grant funding. Many grant opportunities specifically request, as part of the grant application, if the organization seeking grant funding has a formally adopted Complete Streets Policy. If so, additional points are often times given by the organization evaluating the grant application. Recently, the Lake County Council of Mayors (LCCOM hereafter) updated their Surface Transportation Program (STP hereafter) project funding award methodology to now give significant points to project grant applications that have an approved Complete Streets policy. The City has previously been successful in securing STP funding for the Waukegan Road and Everett Road Intersection Improvement Project. Last Month, LCCOM formally announced their 2022 STP call for projects with an application deadline in mid-March. The City intends to submit grant applications to seek additional funding for the incorporation of the Everett Road westbound right turn lane onto northbound Waukegan Road, the Everett Road Intersection Improvement Project, and for the Waukegan Road and Westleigh Road Intersection Improvement Project. A City adopted Complete Streets Policy will significantly improve these grant application scores.

PROJECT REVIEW/RECOMMENDATIONS:

Reviewed

Date

Comments

Public Works Committee

2/8/22

Reviewed and Recommended

Approval

BUDGET/FISCAL IMPACT: There are no budget or fiscal impacts. This policy does not bind the City to any funding commitments.

COUNCIL ACTION: Approval of the Complete Streets Policy.

10. Award of the Low Bid for the Concrete Streets, Curb, and Sidewalk Replacement Project to Schroeder & Schroeder, Inc., and Authorize the City Manager to Execute an Agreement in an Amount Not to Exceed $185,000

STAFF CONTACT: Byron Kutz, P.E., Superintendent of Engineering (810-3555)

PURPOSE AND ACTION REQUESTED: The Public Works Committee and staff request City Council approval of a one-year extension of the 2019 Concrete Curb and Sidewalk Replacement Project with Schroeder and Schroeder, Inc. for the 2022 MPI Joint Concrete Streets, Curb, and Sidewalk Replacement Project.

BACKGROUND/DISCUSSION: This project is a combination of the sidewalk replacement program and the concrete streets repair program. The sidewalk replacement program is an annual program that replaces hazardous and deteriorated sections of sidewalk, and curb and gutter. The concrete streets repair program is an annual program that replaces damaged and deteriorated sections of concrete road pavement.

Based on the concrete streets survey, the City Sidewalk Survey, and requests for replacement of concrete sidewalk and curb from residents and businesses, the Engineering staff prioritizes the locations on an annual basis for replacement based on the severity of their condition.

City staff have previously briefed the City Council on Municipal Partnership Initiative (MPI), a program that takes advantage of economies of scale by securing low bid prices among neighboring municipalities who bid similar projects each year. In 2019, the City joined forces with Lake Bluff, Highland Park, Glencoe, Lincolnwood, and Winnetka to have a joint bid for the 2019 Concrete Curb and Sidewalk Replacement Project.

PROJECT REVIEW/RECOMMENDATIONS:

Reviewed

Date

Comments

Public Works Committee

2/8/2022

Reviewed & Recommended

City Council Approval

Finance Committee

11/8/2021

Concrete Streets Included with

FY ’23 Capital Plan*

*Note: Sidewalk Replacement is included in the Operations Budget.

BUDGET/FISCAL IMPACT: If approved, this will be a renewal of the existing contract. The 2022 contract unit prices are increasing 5.1% from 2019 prices. Last year the available sidewalk/curb budget of $75,000 allowed for 354 sidewalk squares, and 395 feet of curb to be replaced. In FY2023, a budget of $85,000 with the proposed pricing will allow for approximately 400 sidewalk squares and 400 feet of curb to be replaced. The concrete streets repair program has not been performed since the summer of 2018, the budget this year would allow for approximately 56 concrete pavements panels and adjacent curb to be replaced.

If awarded, work on this project is expected to begin in June and be completed by the end of August. Property owners living near the vicinity of the construction work will be notified in advance of the start of construction.

The City’s Engineering staff will provide oversight through daily inspections. Has City staff obtained competitive pricing for proposed goods/services? Yes

Below is an estimated summary of project budget by funding source:

FY 2023 Funding Source

Amount

Budgeted

Amount

Requested

Budgeted

Y/N

Operating Fund (Walks/Curbs)

101-5103-467.67-12

$85,000

$85,000

Y

Capital Fund (Streets)

311-5103-467-67-23

$100,000

$100,000

Y

COUNCIL ACTION: Award of the Low Bid for the Concrete Streets, Curb, and Sidewalk Replacement Project to Schroeder & Schroeder, Inc., and Authorize the City Manager to Execute an Agreement in an Amount Not to Exceed $185,000

11. Approval of an Easement Agreement between The City of Lake Forest and the Trust for 500 Golf Lane

STAFF CONTACT: Byron Kutz, P.E., Superintendent of Engineering (810-3555)

PURPOSE AND ACTION REQUESTED: The Public Works Committee and staff request City Council approval of an Easement Agreement with the Trust for 500 Golf Lane.

BACKGROUND/DISCUSSION: The City is replacing the watermain located on Deerpath Road from Ahwahnee Lane to just east of the Skokie River. The only feasible alignment to cross the proposed watermain under the Skokie River is on the north side of the Deerpath Road Bridge. The City owns the Golf Course property west of the river while the property east of the river is privately owned by a Trust representing 500 Golf Lane. The easement is permanent and perpetual which will allow the City’s Contractor access to this property with their equipment during construction as well as City access in the future for any maintenance needs. A copy of the agreement is attached to the packet beginning on page 37.

A separate item for awarding the bid for this project is also presented on this agenda.

PROJECT REVIEW/RECOMMENDATIONS:

Reviewed

Date

Comments

Public Works Committee

2/8/2022

Reviewed & Recommended City Council Approval

BUDGET/FISCAL IMPACT: The easement is proposed to be conveyed in consideration of the sum of $10.00 from the FY2022 Water Fund.

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

COUNCIL ACTION: Approval of an Easement Agreement between The City of Lake Forest and the Trust for 500 Golf Lane

12. Award of the Low Bid for the Deerpath Road Water Main Improvements to Joel Kennedy Constructing Corp., Authorizing the City Manager to Execute an Agreement in the Amount of $974,241 as well as Approving a 10% Contingency in the Amount of $97,424 for a Total Project Cost of $1,071,665 and the Advancement of Fiscal Year 2023 Capital Improvement Project Funding in the Amount of $850,000

STAFF CONTACT: Byron Kutz, P.E., Superintendent of Engineering (810-3555)

PURPOSE AND ACTION REQUESTED: The Public Works Committee and staff request City Council approval of an agreement with Joel Kennedy Constructing Corp. for the Deerpath Road Water Main Improvements in the amount of $974,241 as well as approving a 10% contingency in the amount of $97,424 for a total project cost of $1,071,665.

BACKGROUND/DISCUSSION: The overall project involves replacing an existing aged and undersized 8” watermain located on Deerpath Road from Ahwahnee Lane to just east of the Skokie River with a standard 12" PVC watermain.

Each year, as part of the City’s Capital Improvement Program, staff evaluates the condition of existing watermain infrastructure in terms of age, capacity, watermain breaks, and other capital improvement projects scheduled on that street. Based on these factors, staff develops a schedule to replace the City’s water distribution system at an optimum functional level. This section of water main was identified as a priority replacement in the 2021 Water Distribution Study. The demands and configuration of the overall water system have changed since this section of watermain was installed in the early 1940’s. Increasing the east-west transmission capacity of the system was identified in the 2021 Study. Upsizing this watermain to 12” will provide additional east-west transmission system capacity while also taking advantage of the timing of adjacent projects. ComEd and the State also have projects on the corridor this year which further heightens the importance of performing this watermain replacement project prior to Deerpath Road being resurfaced later this summer.

Preliminary work for this project would need to start March 14 with work in earnest starting on March 21. This is to take advantage of the full closures of Deerpath Road which will be necessary as part of ComEd’s bridge replacement just west of the project limits on Deerpath. ComEd’s road closures for the removal of the bridge are scheduled for March 19-26 during D67/D115 Spring Break. There are two watermain crossings on this project which will be coordinated with and performed while ComEd has the road closed to reduce the overall impacts to the motoring public and to emergency services. The City’s contractor will mobilize in March to perform this work during ComEd’s road closure, and then while mobilized, will continue with the rest of the work completing the project by the end of May. Deerpath Road will be paved in late July or early August prior to schools staring back up as part of the remaining work on the State’s Pump Station project. Any work completed on the City’s project before May 1, 2022 would require advancement of FY23 funds which will be further discussed in the Budget/Fiscal Impact section of this write-up. Advancing the funds will help reduce impacts on Deerpath Road by overlapping work from the various projects. To further reduce impacts to residents and the motoring public, a majority of the Deerpath Road watermain will be installed utilizing a trenchless-directional drilling technique, thereby creating less excavation and disturbance in the construction area.

A separate item for an Easement Agreement is also presented on this agenda.

PROJECT REVIEW/RECOMMENDATIONS:

Reviewed

Date

Comments

Public Works Committee

2/8/2022

Reviewed & Recommended City Council Approval

Finance Committee

11/8/2021

Included with FY ’23 Capital Plan

BUDGET/FISCAL IMPACT: The project was placed out to bid in early-January with a subsequent bid opening on January 20, 2022. A total of seven bids were received. City engineering staff will oversee the contractor and work with the Communications Manager to ensure progress updates are provided weekly to the public.

Has City staff obtained competitive pricing for proposed goods/services? Yes The following is a summary of the seven bids received:

Company Name

Bid Amount

Joel Kennedy Constructing Corp

$974,241.00

Campanella & Sons, Inc.

$1,053,006.08

Archon Construction Co Inc

$1,053,500.00

Swallow Construction

$1,110,949.00

DiMeo

$1,117,615.00

A Lamp Concrete Contractors, Inc.

$1,121,608.50

Bolder Contractors

$1,181,045.00

This project is funded by the FY2023 Water Fund and would require advancing funding in the amount of $850,000 for work that is completed through the end of FY2022. Without advancement of this funding, it will not be possible to begin the project in March and utilize road closures from the ComEd project. A supplemental appropriation ordinance will be submitted for City Council approval at the end of the fiscal year. Any overage for contingency above the budgeted amount of $1,025,000 would be taken from Water Fund Reserves.

Below is an estimated summary of the project budget:

FY 2023 Funding Source

Amount

Budgeted

Amount

Requested

Budgeted

Y/N

Water Fund

508-3703-477.77-07

$1,025,000

$1,071,665

Y

COUNCIL ACTION: Award of the Low Bid for the Deerpath Road Water Main Improvements to Joel Kennedy Constructing Corp., Authorizing the City Manager to Execute an Agreement in the Amount of $974,241 as well as Approving a 10% Contingency in the Amount of $97,424 for a Total Project Cost of $1,071,665 and the Advancement of Fiscal Year 2023 Capital Improvement Project Funding in the Amount of $850,000

COUNCIL ACTION: Approval of the twelve (12) omnibus items as presented.

6. OLD BUSINESS

7. NEW BUSINESS

8. ADDITIONAL ITEMS FOR DISCUSSION/ COMMENTS BY COUNCIL MEMBERS

9. ADJOURNMENT

https://cms9files.revize.com/cityoflakeforestil/Document_center/Agendas%20and%20Minutes/City%20Council/2022/Agendas/CC%202022%2002%2022.pdf