Loading...
CITY COUNCIL 2014/04/07 Agenda THE CITY OF LAKE FOREST CITY COUNCIL AGENDA Monday, April 7, 2014 SPECIAL START TIME 7:00 pm City Hall Council Chambers Honorable Mayor, Donald Schoenheider Kent Novit, Alderman First Ward Stanford Tack, Alderman Third Ward Catherine Waldeck, Alderman First Ward Jack Reisenberg, Alderman Third Ward David Moore, Alderman Second Ward Robert Palmer, Alderman Fourth Ward George Pandaleon, Alderman Second Ward Michael Adelman, Alderman Fourth Ward CALL TO ORDER AND ROLL CALL EXECUTIVE SESSION pursuant to 5ILCS 120/2 (c) (1), The City Council will be discussing personnel matters. Adjournment into executive session RECONVENE INTO REGULAR SESSION 7:30 p.m. PLEDGE OF ALLEGIANCE REPORTS OF CITY OFFICERS 1. COMMENTS BY MAYOR 7:30 p.m. A. Resolution of Sympathy for former Chief of Police Charlie Gilbert A copy of the resolution can be found on page 24. B. Approval of the Agreement to Establish a Founders Council between The City of Lake Forest and Lake Forest College A copy of the agreement can be found beginning on page 25. C. Business Accelerator Update Susan Kelsey, Economic Coordinator D. Proclamation for Sunset Foods 77th Anniversary A copy of the proclamation can be found beginning on page 30. 2. COMMENTS BY CITY MANAGER 7:45 p.m. 3. COMMENTS BY COUNCIL MEMBERS 7:45 p.m. 4. OPPORTUNITY FOR CITIZENS TO ADDRESS THE CITY COUNCIL ON NON-AGENDA ITEMS 1 April 7, 2014 City Council Agenda 5. ITEMS FOR OMNIBUS VOTE CONSIDERATION 7:50 p.m. 1. Approval of the March 17, 2014 City Council minutes. A copy of the minutes begins on page 31. 2. Check Register Check Register For Period February 22 - March 28, 2014 Fund Invoice Payroll Total General 452,450 1,602,317 2,054,766 Water & Sewer 153,881 163,372 317,254 Parks & Recreation 169,042 431,253 600,295 Capital Improvements 146,014 0 146,014 Motor Fuel Tax 0 0 0 Cemetery 2,879 21,505 24,384 Senior Resources 16,958 29,511 46,470 Deerpath Golf Course 74,565 22,896 97,462 Fleet 95,654 57,196 152,850 Debt Funds 500 0 500 Housing Trust 0 0 0 Park & Public Land 0 0 0 All other Funds 199,344 215,216 414,560 $ 1,311,287 $ 2,543,268 $ 3,854,555 3. Award of Bid for the Replacement of a ¾-Ton Extended Cab Pick-Up Truck for the Parks Section Included in the FY2015 Capital Equipment Budget STAFF CONTACT: Michael Thomas, Director of Public Works (810-3540) PURPOSE AND ACTION REQUESTED: Staff is requesting City Council award a bid for the replacement of unit #301, a 2001 Chevrolet pick-up truck used by the Parks Section. Per the Purchasing Directive 3-5, staff sent bid specifications to multiple dealerships, placed the invitation to bid printed in two local newspapers, and all specifications on the City’s website. If the bid is awarded by City Council, staff anticipates receiving the replacement truck in late July, 2014. BACKGROUND/DISCUSSION: The current unit #301 is a 2001 Chevrolet ¾-ton pickup truck with approximately 81,000 miles. The truck is used for various park maintenance activities throughout the entire year. It also assists with the annual snow removal operation. It typically tows a trailer with ground maintenance equipment and carries tools for daily field preparation. 2 April 7, 2014 City Council Agenda The current unit’s rocker panels are completely rotted away and there are significant corrosion issues throughout the entire truck (bed, wheel wells, door jams, etc.) The brake, fuel, and transmission cooler lines are also in need of replacement due to corrosion. BUDGET/FISCAL IMPACT: The F.Y. 2015 capital equipment items were reviewed and approved by the Public Works Committee at its December 10, 2013 meeting. As previously noted, all required bidding procedures were adhered to and the following bids were received on March 20, 2014: Dealership Bid Trade Net Palmen GMC $41,788 $2,500 $39,288 Ray Chevrolet $41,939 $2,000 $39,939 Raymond Chevrolet $50,730 $2,100 $48,630 The City’s fleet of pickups, one ton dumps, and police equipment is 98% GM products. The City has had very good experience with these vehicles and has a good working relationship with surrounding GM dealerships. With a majority of the fleet being GM vehicles, the mechanics are able to streamline repairs and the parts inventory is minimized due to many common parts. Warranty work can be completed at any GM dealership and parts are readily available throughout the area. Staff therefore recommends awarding the bid to lowest bidder. FY2015 Funding Source Account Number Account Budget Amount Requested Budgeted? Y/N Park & Rec. Fund 223-5774-452-75-01 $40,000 $39,288 Y COUNCIL ACTION: Award of bid for the replacement of pick-up truck #301 to the lowest responsible bidder, Palmen GMC, in the net amount of $39,288. This is $712 under the budgeted amount of $40,000. 4. Award of Bid for the Replacement of a ¾-Ton Regular Cab Pick-Up Truck for the Parks Section Included in the FY2015 Capital Equipment Budget STAFF CONTACT: Michael Thomas, Director of Public Works (847-810-3540) PURPOSE AND ACTION REQUESTED: Staff is requesting City Council award a bid for the replacement of unit #319, a 2001 Chevrolet pick-up truck used by the Parks Section. Per the Purchasing Directive 3-5, staff sent bid specifications to multiple dealerships, placed the invitation to bid printed in two local newspapers, and all specifications on the City’s website. If the bid is awarded by City Council, staff anticipates receiving the replacement truck in late July, 2014. BACKGROUND/DISCUSSION: The current unit #319 is a 2001 Chevrolet ¾-ton pickup truck with approximately 83,000 miles. The truck transports fuel to various small tractors used throughout the year that assist with mowing, leaf collection, and snow removal. The truck is also used to plow multiple bike paths in the winter months. It is shared at times with both Forestry and Streets for their daily maintenance activities. 3 April 7, 2014 City Council Agenda Almost identical to unit # 301, truck # 319’s rocker panels have significant rot and there are corrosion issues throughout the entire truck (bed, wheel wells, door jams, etc.) The brake, fuel, and transmission cooler lines are also in need of replacement due to corrosion. BUDGET/FISCAL IMPACT: The F.Y. 2015 capital equipment items were reviewed and approved by the Public Works Committee at its December 10, 2013 meeting. As previously noted, all required bidding procedures were adhered to and the following bids were received on March 20, 2014: Dealership Bid Trade Net Ray Chevrolet $40,182 $4,000 $36,182 Palmen GMC $40,116 $2,500 $37,616 Raymond Chevrolet $48,560 $5,100 $43,460 The City’s fleet of pickups, one ton dumps, and police equipment is 98% GM products. The City has had very good experience with these vehicles and has a good working relationship with surrounding GM dealerships. With a majority of the fleet being GM vehicles, the mechanics are able to streamline repairs and the parts inventory is minimized due to many common parts. Warranty work can be completed at any GM dealership and parts are readily available throughout the area. Staff therefore recommends awarding the bid to lowest bidder. Savings from this purchase will be used to help offset the overage on unit # 612’s hydraulic system and dump body purchase also included in the Park & Recreation Fund F.Y. 2015 capital equipment. FY2015 Funding Source Account Number Account Budget Amount Requested Budgeted? Y/N Park & Rec. Fund 223-5774-452-75-01 $40,000 $36,182 Y COUNCIL ACTION: Award of bid for the replacement of pick-up truck # 319 to the lowest responsible bidder, Ray Chevrolet, in the net amount of $36,182. This is $3,818 under the budgeted amount of $40,000. Savings will be put towards other equipment being purchased in the Park & Recreation Fund’s F.Y. 2015 capital equipment. 5. Award of Bid for the Replacement of a Dump Body, Hydraulic System, and Snow Plow for a Forestry Truck Included in the F.Y. 2015 Capital Equipment Budget STAFF CONTACT: Michael Thomas, Director of Public Works (847-810-3540) PURPOSE AND ACTION REQUESTED: Included in the upcoming fiscal year’s capital equipment budget are dollars allocated to replace a dump body, hydraulic system, and snow plow for one of Forestry’s main line chipper trucks. The unit is eleven years old and with replacement of the non-chassis items, the truck is expected to remain in the City’s fleet for an additional twelve to fifteen years. The items were specified and bid 4 April 7, 2014 City Council Agenda according to the City’s purchasing requirements. Neither delivery nor payment will occur until well into fiscal year 2015. BACKGROUND/DISCUSSION: Lake Forest’s unit # 612 was purchased in 2003 and has been used for many maintenance activities over the past eleven years. Its extended cab allows for multiple Forestry personnel to travel to each jobsite in one truck, thereby using less equipment. Unit # 612 is one of two chipper trucks used for the removal of dead elm and ash trees. Its dump body is corroded to a point where sandblasting and painting are cost prohibitive. The plow has multiple cracks throughout its moldboard and plow frame and was therefore only used on an emergency basis this past winter. The chassis will also receive a new hydraulic system that will match the systems installed in all of the larger plow trucks. This consistency benefits both the mechanics throughout the year and the drivers during the winter months. BUDGET/FISCAL IMPACT: Similar to all of the large dump trucks in the City’s fleet, unit # 612 will be outfitted with a stainless steel dump body and tailgate spreader along with a poly snow plow. This combination has proven to be extremely reliable and will make unit # 612 a 20-25-year piece in the City’s fleet. The F.Y. 2015 capital equipment items were reviewed and approved by the Public Works Committee at their December 10, 2013 meeting. Bids were sent to multiple truck body vendors and the bid was published both on-line and in two newspapers. Only one bid was received from Lindco Equipment Sales. The City has used Lindco Equipment Sales for many of its larger five-yard and one-ton dump trucks, and has been very satisfied with their product quality and workmanship. Staff is requesting award of bid at this evening’s meeting as the delivery and installation of the equipment will take upwards of five months. FY2015 Funding Source Account Number Account Budget Amount Requested Budgeted? Y/N Park & Rec. Fund 223-5774-452-75-01 $62,000 $63,028 Y COUNCIL ACTION: Award of bid for the purchase and installation of a new dump body, hydraulic system, and snow plow to Lindco Equipment Sales, in the amount of $63,028. The overage will be covered by savings from other F.Y. ’15 Park & Recreation Fund equipment purchases. 6. Award of Bid for the Replacement of Two Existing Building Maintenance Vehicles Included in the FY2015 Capital Equipment Budget STAFF CONTACT: Michael Thomas, Director of Public Works (847-810-3540) PURPOSE AND ACTION REQUESTED: Staff is requesting City Council award a bid for the replacement of units #52 and # 56, a 2001 Chevrolet pick-up truck and a 2003 GMC pick-up truck used by the Building Maintenance Section. Staff researched various vans available on the market and determined that the Isuzu Reach van offered the storage capacity and work height needed by Building Maintenance. The chassis also has major components (e.g. engine, transmission, etc.) that are identical to those used in the City’s fleet. 5 April 7, 2014 City Council Agenda Per the Purchasing Directive 3-5, staff sent bid specifications to multiple dealerships, placed the invitation to bid printed in two local newspapers, and all specifications on the City’s website. The City’s specification required that the vans be new with a full warranty regardless of their model year. If the bid is awarded by City Council, staff anticipates receiving the replacement vehicles in early May, 2014. BACKGROUND/DISCUSSION: Current unit #52 is a 2001 Chevrolet ½-ton pickup truck with approximately 81,000 miles; unit # 56 is a 2003 GMC Sonoma pick-up truck with approximately 140,000 miles. Both trucks are used to carry tools, equipment, and material for maintenance of the City’s 35+ buildings. The replacement vehicles will be able to carry significantly more of the before mentioned items. This in turn reduces the number of times personnel need to return to Municipal Services and/or drive outside the City for parts. Finally, because these two vans will be arranged in a similar manner to the Section’s existing vans, more daily assignments can be made with single man crews. Current unit # 52 has rot throughout its cab corners, rockers, sill plates, and fenders. The pick-up bed is damaged in multiple places from heavy use by a previous operating Section. Unit # 56 has identical corrosion issues, but additionally its brake and fuel lines are worn to a point where they need to be replaced. Unit # 56 is also in need of four new tires. BUDGET/FISCAL IMPACT: The F.Y. 2015 capital equipment items were reviewed and approved by the Public Works Committee at their December 10, 2013 meeting. As previously noted, all required bidding procedures were adhered to and the following bids were received on March 20, 2014: Dealership Bid Amount Trade # 52 Trade # 56 Net Amount Bob Fish Isuzu $103,000 $1,500 $1,100 $100,400 Mid-State International $115,530 $4,000 $4,000 $107,530 Housby Mack & Isuzu $117,022 $2,000 $1,500 $113,522 Coad Isuzu $117,326 $2,000 $1,400 $113,926 Michiana Truck Center $121,500 $2,000 $1,000 $118,500 CIT Group, Inc. $119,038 $0 $0 $119,038 Chicago Mack $120,092 $500 $500 $119,092 Rush Truck Centers $120,844 $0 $0 $120,844 PTR Truck Center $128,530 $500 $500 $127,530 Chicago Mack $159,396 $500 $500 $158,396 Chicago Mack $160,652 $500 $500 $159,652 The low bidder’s net amount exceeds the budget amount of $90,000. However savings from other F.Y. ’15 capital fund equipment purchases will be used to cover the overage. FY2015 Funding Source Account Number Account Budget Amount Requested Budgeted? Y/N Capital Fund 311-5001-450-75-49 $90,000 $100,400 Y 6 April 7, 2014 City Council Agenda COUNCIL ACTION: Award of bid for the purchase of two Isuzu Reach vans from Bob Fish Isuzu, in the net amount of $100,400. The overage will be covered by savings in other F.Y. ’15 capital fund equipment purchases. 7. Award of Bid for the Replacement of a ½-Ton Extended Cab Pick-Up Truck for the Streets & Sanitation Section Included in the FY2015 Capital Equipment Budget STAFF CONTACT: Michael Thomas, Director of Public Works (847-810-3540) PURPOSE AND ACTION REQUESTED: Staff is requesting City Council award a bid for the replacement of unit #404, a 2007 Chevrolet pick-up truck used by the Streets & Sanitation Section. Per the Purchasing Directive 3-5, staff sent bid specifications to multiple dealerships, had the invitation to bid printed in two local newspapers, and placed all specifications on the City’s website. If the bids are awarded by City Council, staff anticipates receiving the replacement truck in late July, 2014. BACKGROUND/DISCUSSION: The current unit #404 is a 2007 Chevrolet ½-ton pickup truck with approximately 86,000 miles. It is a utility pick-up truck that is used throughout the Section’s operations. It carries tools for the Section’s asphalt program, small engine equipment, barricades, and materials for both sign and street light repairs. It also transports old white goods (e.g. refrigerators, washing machines, etc.) placed at the curb by residents. The current unit’s wheel bearings, steering gear, and hubs need replacement. The pick- up bed is worn and damaged after many years of heavy use. The liftgate’s main platform is badly corroded and the truck’s fenders and rocker panels are beginning to rust. BUDGET/FISCAL IMPACT: The F.Y. 2015 capital equipment items were reviewed and approved by the Public Works Committee at its December 10, 2013 meeting. As previously noted, all required bidding procedures were adhered to and the following bids were received on March 20, 2014: Dealership Bid Trade Net Ray Chevrolet $28,988 $2,000 $26,988 Raymond Chevrolet $29,351 $2,100 $27,251 Palmen GMC $29,247 $1,500 $27,747 The City’s fleet of pickups, one ton dumps, and police equipment is 98% GM products. The City has had very good experience with these vehicles and has a good working relationship with surrounding GM dealerships. With a majority of the fleet being GM vehicles, the mechanics are able to streamline repairs and the parts inventory is minimized due to many common parts. Warranty work can be completed at any GM dealership and parts are readily available throughout the area. Staff therefore recommends awarding the bid to lowest bidder. 7 April 7, 2014 City Council Agenda Savings from this purchase will be used to help offset the overage of the two Building Maintenance vans included in the F.Y. 2015 Capital Equipment Budget. FY2015 Funding Source Account Number Account Budget Amount Requested Budgeted? Y/N Capital Fund 311-5001-450-75-49 $29,000 $26,988 Y COUNCIL ACTION: Award of bid for the replacement of pick-up truck #404 to the lowest responsible bidder, Ray Chevrolet, in the net amount of $26,988. This is $2,012 under the budgeted amount of $29,000. Savings from this purchase will be put towards other equipment being purchased in the F.Y. 2015 Capital Equipment Budget. 8. Award of Contract for Fitness Center Treadmills STAFF CONTACT: Jason Busdeker, Fitness Manager, 810-3934 PURPOSE AND ACTION REQUESTED: Staff requests approval to purchase four treadmills. This purchase is part of a scheduled annual replacement plan and is budgeted in the City’s Capital Fund. This purchase will replace treadmills that have reached the end of their useful life. With continued use, the likelihood of increase maintenance costs and possible safety hazards become greater. Outdated equipment also negatively impacts revenue potential. BACKGROUND/DISCUSSION: Public notice to solicit bids was provided on February 6th with a bid opening date of February 21st. In addition to public notices, bid packets were delivered to the two equipment vendors in the area. However, staff only received two (2) bids for the treadmill purchase. Staff will trade in five existing treadmills to help offset the cost of the four new treadmills. Bid results were as follows. Purchase Price Trade-In Total Midwest Commercial Fitness $20,500.00 $ 1,500.00 $19,000.00* Direct Fitness Solutions $27,480.00 $2,100.00 $25,380.00 *Did not fully meet bid specifications Staff recommends awarding the treadmill purchase to Direct Fitness Solutions. Direct Fitness solutions was able to fully match the specifications of the treadmills as stated in the bid packet. Midwest Commercial Fitness was not able to fully meet the bid specifications. Currently the Fitness Center has other Precor and LifeFitness treadmills. The Fitness Center members are accustomed to and prefer these brands. This purchase will also allow the standardization the equipment which will save time and money for maintenance. 8 April 7, 2014 City Council Agenda The Park and Recreation Board approved the purchase recommendation at the March 18, 2014 meeting. BUDGET/FISCAL IMPACT: FY2014 Funding Source Amount Budgeted Amount Requested Budgeted? Y/N CAPITAL FUND 311 $30,000.00 $25,380.00 Y COUNCIL ACTION: Award contract to Direct Fitness Solutions for the purchase of four (4) treadmills for a total of $25,380 funded from the Capital Improvement Fund. 9. Approval of FY ‘15 Contract for Emerald Ash Borer Tree and Stump Removals STAFF CONTACT: Peter Gordon, City Forester (810-3563) PURPOSE AND ACTION REQUESTED: Staff is seeking approval to enter into a one year contract with Clean Cut Tree Service as well as with Kinnucan Tree Experts and Lucas Landscaping and Design to provide tree and stump removal for ash trees on City streets, City-owned properties, and unimproved easements. Staff is recommending the approval of the three lowest bidders again, as recommended by The Property and Public Lands Committee on June 17, 2013. This allowed the Forestry Section to call upon multiple vendors simultaneously to abate the hazards associated with Emerald Ash Borer (EAB) in a timely manner. It is The City’s intention to have Clean Cut Tree Service the (low bidder) perform most of the tree and stump removals while having the approval from Council to call upon Kinnucan Tree Experts (second low bidder) and Lucas Landscaping and Design (third Lowest bidder) as back up contractors in the event Clean Cut Tree Service is unable to keep up with the demand. BACKGROUND/DISCUSSION: Discovered in Lake Forest in 2009 Emerald Ash Borer (EAB) has put every ash tree within the community at risk of infestation. When ash trees become infested they become unhealthy and/or pose a threat to the public health or safety or public properties. The genus Fraxinus (ash) comprises of 14% (3,117 trees) of the total inventoried street tree population down from last year’s totals of 19.00% (4,461trees). In addition, approximately 1,900 ash trees have been identified within City facilities, parks and unimproved easements that pose a potential threat to public health or safety or public properties as well. Recent surveys have suggested that approximately 685 infested ash trees will need to be removed contractually this year with an additional 650 trees projected to be removed by The City’s Forestry section. BUDGET/FISCAL IMPACT: Funding for the annual tree and stump removal contract is budgeted in the Capital Fund 311, Capital Projects. The results of the bid process confirmed that outsourcing of a portion of the tree and stump removals will be cost efficient as well as aid in the timely removal of infested and hazardous trees. Staff received five (5) bids for the tree and stump removals detailed below. 9 April 7, 2014 City Council Agenda Trees 6”-15.9” Approx. 3,100 in. Trees 16”-29.9” Approx. 1,600 in. Trees over 30” Approx. 400 in. Clean Cut Tree Service $12.40 $23.05 $39.40 Kinnucan Tree Experts $20.50 $23.00 $24.50 Lucas Landscaping and Design $19.50 $29.75 $35.00 Tree’s R Us $18.99 $30.45 $37.00 Nels Johnson Tree Experts $20.50 $32.00 $37.00 *Prices are based on per inch of tree diameter Clean Cut Tree Service was the low bidder, has experience working in Lake Forest and has satisfactorily performed other projects for The City. Kinnucan Tree Experts has also worked for The City and has met all of their contractual obligations in the past. Lucas Landscaping and Design is a new company with family ties to the tree care industry and therefore has not worked for The City in the past but references have been favorable. Below is an estimated summary of Project budget: FY2015 Funding Source Amount Budgeted Amount Requested Budgeted? Y/N Capital Fund 311 $ 200,000 $ 200,000 Y The bid results were reviewed at the March 18, 2014 Parks and Recreation Board meeting, the board unanimously approved to award a one year contract to Clean Cut Tree Service, Kinnucan Tree Experts and Lucas Landscaping and Design. COUNCIL ACTION: Approval of a one year contract to Clean Cut Tree Service, Kinnucan Tree Experts and Lucas Landscaping and Design in the total amount of $200,000 for FY ‘15 tree and stump removal of ash trees on City streets, City-owned properties and unimproved easements. 10. Approval of Contract for Annual Tree Planting for FY ‘15 Budget STAFF CONTACT: Peter Gordon, City Forester, 810-3563 PURPOSE AND ACTION REQUESTED: Staff is seeking approval to enter into a one year contract with Nilco Inc. for the planting of trees on City streets, parks and other City owned properties. This contract is for planting only and does not include the purchase of trees. BACKGROUND/DISCUSSION: The City’s Forestry section conducted a joint bid with The City of Highland Park and The Highland Park Park District to leverage volume discounts for the planting of trees on City streets, parks and other City owned properties. On average the section plants 200 trees per year; however, with the increase of tree removals resulting from Emerald Ash Borer (EAB) we anticipate planting approximately 400 2”- 3” trees in FY‘15. 10 April 7, 2014 City Council Agenda BUDGET/FISCAL IMPACT: Funding for the annual tree planting contract is budgeted in the Fund 311, Capital Projects. The results of the bid process confirmed that outsourcing of tree planting will be cost efficient and allow for the section to focus on other forestry operations. Staff received five (5) bids for the tree planting detailed below. Trees 1.0”-2.0” Trees 2.1”-3.0” Trees 3.1”-4.0” Trees 4.1”- 5.0” Total Nilco, Inc. $1,280 $40,700 $1,980 $1,690 $45,650 TLC Group $1,440 $42,900 $1,860 $970 $47,170 Brancato Landscaping $1,700 $49,500 $1,900 $1,100 $54,200 Guy Scopelliti Landscape $1,700 $60,500 $3,000 $2,500 $67,700 Acres Group $1,960 $68,200 $3,560 $2,260 $75,980 Nilco, Inc. was the low bidder and has experience working in Lake Forest and has satisfactorily performed other projects within The City in recent years. Below is an estimated summary of Project budget: FY ’15 Funding Source Amount Budgeted Amount Requested (Not to Exceed) Budgeted? Y/N Capital Fund 311 $ 100,000 $ 45,650 Y It is important to note that this amount is for planting only and does not include the purchasing of the trees. The remaining funds from the budgeted amount of $100,000 will be used to purchase the trees from multiple vendors. The bid results were reviewed at the March 18, 2014 Parks and Recreation Board meeting, and the board unanimously approved to award a one year contract to Nilco Inc. to provide tree planting on City streets, parks and other City-owned properties. COUNCIL ACTION: Approval of a one year contract to Nilco, Inc. for the planting of trees on City streets, parks and other City-owned properties for a total of $45,650.00. 11. Approval of Contract for Annual Grounds Maintenance Services in Parks FY ‘15 Budget STAFF CONTACT: Rich Paulsen, Parks Supervisor, 810-3567 PURPOSE AND ACTION REQUESTED: Staff is seeking approval to enter into a one year contract with Landscape Concepts Management, Inc. to provide mowing and ground maintenance services to multiple City-owned properties. 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 11 April 7, 2014 City Council Agenda our passive parks and miscellaneous parcels. We chose to not 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. Since 2011 outsourced mowing has proven to be a beneficial fiscal approach by reducing labor expenses and long-term capital equipment replacement costs. For FY‘15, staff conducted a more expansive bid that includes the mowing and additional grounds maintenance of the 14 City property areas and 127 cul-de-sacs along with the mowing only of 18 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 since they involve routine scheduling requirements. In addition, the Parks section included a 3 year option with this year’s bid process. The contract would provide The City with the right to extend the contract after the first season or rebid the contract for FY ‘16. BUDGET/FISCAL IMPACT: Funding for the annual grounds maintenance contract is budgeted in the Parks Fund 220 operating budget. The results of the bid process confirm that outsourcing mowing and ground maintenance of these areas is fiscally beneficial. Staff received five (5) bids for the annual grounds maintenance service as detailed below for FY ‘15. City Properties City Cul-de- Sacs City Right-of- Ways TOTALS Landscape Concepts $ 21,438.00 $ 18,760.00 $ 15,640.00 $ 55,838.00 Herrera Landscape Inc. $ 90,261.68 $ 11,862.93 $ 29,920.54 $ 132,045.15 Breezy Hill Nursery $ 63,256.00 $ 49,570.00 $ 39,312.00 $ 152,138.00 KGI Landscaping Co. $ 87,330.00 $ 32,470.00 $ 40,000.00 $ 159,800.00 *Acres Group $46,687.50 $30,000.00 $42,750.00 $119,437.50 *Acres Group did not submit a complete and accurate Amended Contract Price Bid Sheet; therefore this bid will be rejected. Landscape Concepts was the low bidder and has considerable experience working in Lake Forest and has had excellent references for similar work with surrounding communities. Below is an estimated summary of Project budget: FY ’15 Funding Source Amount Budgeted Amount Requested Budgeted? Y/N Parks Operating Fund 220 75,000 $ 55,838 Y 12 April 7, 2014 City Council Agenda The bid results were reviewed at the March 18, 2014 Parks and Recreation Board meeting, the board unanimously approved to award a one year contract to Landscape Concepts in the total amount of $55,838 for FY’15 for the grounds maintenance of City properties, cul-de-sacs, and right-of-ways. COUNCIL ACTION: Approval to award a one year contract to Landscape Concepts in the total amount of $55,838 for FY’15 for the grounds maintenance of City properties, cul- de-sacs, and right-of-ways. 12. Approval of Contract for Northcroft and Deerpath Park Tennis Court Resurfacing & Fence Replacement STAFF CONTACT: Chuck Myers, Superintendent of Parks & Forestry, 810-3565 PURPOSE AND ACTION REQUESTED: Staff is seeking approval to enter into a contract with 10-S Court Solutions for resurfacing tennis courts and replacing fence at Northcroft and Deerpath parks. BACKGROUND/DISCUSSION: On January 30, 2014, City staff performed a bid opening for the resurfacing and fence replacement of the two tennis courts at Northcroft Park and six tennis courts at Deerpath Park. These courts are heavily used by residents and the courts at Deerpath are also used by students at the adjacent Deerpath Middle School. The courts are showing signs of normal aging due to weather effects, water pooling and frequent use. The repair and resurfacing process will include power washing all courts, filling smaller cracks with crack filler or larger cracks with Armor Crack patching material, grinding of surface to level, filling all low spots that hold water, and multiple applications of Colorguard surfacing compound. In addition to the above repairs, other improvements related to the courts are also necessary at both sites. All net posts and nets must be replaced and a new practice backboard is needed at Northcroft. The existing fencing around the court at Northcroft is in poor condition and needs to be replaced. The post footings for the fence have risen 2” above the asphalt surface due to ice damming in the winter caused by poor drainage around the courts. The drainage issue was addressed two years ago when a nearby retaining wall was removed and the surrounding area was re-graded and drainage pipe was installed. The posts at Deerpath Park are in good shape and only new fence mesh material is needed. BUDGET/FISCAL IMPACT: Funding for the Northcroft tennis court repairs is budgeted in the FY’14 CIP (Parks & Public Land Fund) and for Deerpath in the FY’15 CIP (Parks & Public Land Fund). The two projects were combined into one bid package to solicit better pricing. Staff received four (4) bids for the tennis court repairs as detailed below. 13 April 7, 2014 City Council Agenda Northcroft Park Resurfacing & Fencing Deerpath Park Resurfacing & Fencing Armor Crack Repair (per LF) TOTALS 10-S Court Solutions $29,100.00 $47,900.00 $12.00/LF $10,800/Total $87,800.00 Olson Brothers Recreation Surfaces, Inc. $30,975.00 $46,950.00 $16.25/LF $14,625/Total $92,550.00 First Impression, Inc. $40,920.00 $58,354.00 $18.00/LF $16,200/Total $115,474.00 U.S. Tennis Court Construction $42,000.00 $58,000.00 $15.00/LF $13,500/Total $113,500.00 10-S Court Solutions was the low bidder and reference checks were conducted that showed excellent references for similar work with surrounding communities. Armor Crack patching is used on cracks wider than 1/2'”and the amount needed at this time is unknown because the courts will need to be stripped down to reveal the actual size of the cracks. A lineal feet cost was requested in the bid request and an estimate of 900 lineal feet was used to determine the cost shown below in the amount requested. In addition, $5,000 is included for a practice wall replacement at Northcroft and $4,640 was added as a 5% contingency for the project. Below is an estimated summary of Project budget: FY ’14 Funding Source Amount Budgeted Amount Requested Budgeted? Y/N Parks & Public Land Fund (Northcroft) $75,000 $40,845 Y FY ’15 Funding Source Amount Budgeted Amount Requested Budgeted? Y/N Parks & Public Land Fund (Deerpath) $80,000 $56,595 Y The bid results were reviewed at the March 18, 2014 Parks and Recreation Board meeting, and the board unanimously approved to award the contract with 10-S Court Solutions for the resurfacing of eight tennis courts and replacement of fence at Northcroft and Deerpath parks including the Amor Crack Repair for a total of $87,800. The Board also approved an additional $9,640 for the practice wall replacement at Northcroft and the 5% contingency for a grand total of $97,440. COUNCIL ACTION: Approval of a contract with 10-S Court Solutions for the resurfacing of eight tennis courts and replacement of fence at Northcroft and Deerpath parks including the Amor Crack Repair for a total of $87,800. Staff also seeks approval of an additional $9,640 for the practice wall replacement at Northcroft and the 5% contingency for a grand total of $97,440. 14 April 7, 2014 City Council Agenda 13. Award of contract for Lake Forest share of the 2014 Joint Annual Pavement Patching Contractual Program STAFF CONTACT: Robert Ells, Superintendent of Engineering (847-810-3555) PURPOSE AND ACTION REQUESTED: Staff recommends awarding the contract for Lake Forest portion of the 2014 Joint Annual Pavement Patching Contractual Program to Peter Baker and Son Co. BACKGROUND/DISCUSSION: This contract represents one part of the Cities’ Pavement Management Program. The other components are: a) Annual Pavement Resurfacing Program b) Annual Concrete Pavement Patching Contract c) In-House Pothole Repair Program The Annual Pavement Patching Contractual Program helps in preventing long-term expensive pavement rehabilitation by repairing sections of deteriorated roadway. This program, along with the In-house Pothole Repair Program, is coordinated to ensure the effectiveness of all three prioritized approaches. Each year during the spring season the Streets and Sanitation Section generates a list of potholes and deteriorated sections of roadway and entered into a database. This database is matched against the list of streets in the Annual Pavement Resurfacing Program, the 3-yr Pavement Resurfacing Program, the pavement’s structural number (both surface and base), and the width of the repair. The Streets and Sanitation Section is capable of handling pavement repairs which are less than 11-ft wide due to the limitation of their equipment. The lists of deteriorated sections of roadway are prioritized for repair based on the above criteria and the allocated budget. The Annual Pavement Patching Contractual Program provides the following benefits: a) The pavement sections are repaired on a timely manner to avoid costly total street rehabilitation b) The contractors handling major repairs allow in-house crews to focus on minor repairs and address resident complaints in an expedited manner City Staff has previously briefed the Council on Municipal Partnership Initiative (MPI), this year, City joined forces with Lake Bluff to bid the 2014 Joint Annual Pavement Patching Contractual Program. For this year’s program, Lake Forest is the lead agency, on behalf of the two communities, bidding the joint contract. BUDGET/FISCAL IMPACT: Bids for the 2014 Joint Annual Pavement Patching Contractual Program were received and opened on March 13, 2014. A total of five firms bid the joint project. A summary of the bids received are as follows: The following is a summary of the bids received: 15 April 7, 2014 City Council Agenda BIDDER TOTAL MPI BID Peter Baker & Son $ 465,378.70 Schroeder Asphalt Services, Inc. $ 585,122.50 A-Lamp $ 625,205.00 Chicagoland Paving $ 749,387.50 Johnson Paving $ 758,682.50 The breakdown of the Base Bid specific to Lake Forest bid items are summarized below: BIDDER LAKE FOREST BID Peter Baker & Son $ 447,015.20 Schroeder Asphalt Services, Inc. $ 564,555.00 A-Lamp $ 602,567.50 Chicagoland Paving $ 722,790.00 Johnson Paving $ 729,620.00 Engineer’s Estimate $ 452,930.00 The low bidder for the combined bid, Peter Baker & Son, who has considerable experience working in Lake Forest and has been performing projects in a satisfactory manner. The Lake Forest share of the bid from Baker in the amount of $447,015.20 is lower than the budgeted amount. Since the City received good competitive prices it is the recommendation of staff to award the project for the budgeted amount of $453,000.00. Upon award of the contract, both municipalities will meet with the contractor to get a tentative schedule for each community. If awarded, work on this project is expected to begin in May and be substantially completed by mid-June. The Engineering staff will provide daily inspectional services for this contract. Below is an estimated summary of Project budget: FY2015 Funding Source Amount Budgeted Amount Requested Budgeted? Y/N Capital Fund $453,000.00 $453,000.00 Y COUNCIL ACTION: Staff recommends awarding the contract for Lake Forest share of the 2014 Joint Annual Pavement Patching Contractual Program to Peter Baker and Son Co. for a not-to-exceed amount of $453,000.00. 16 April 7, 2014 City Council Agenda 14. Award of the Lake Forest share of the joint 2014 Annual Street Resurfacing (ASR) Program contract STAFF CONTACT: Robert Ells, Superintendent of Engineering (847-810-3555) PURPOSE AND ACTION REQUESTED: Staff requests awarding the Lake Forest share of the joint 2014 Annual Street Resurfacing Program contract to Peter Baker & Son. BACKGROUND/DISCUSSION: In 2013, City conducted the pavement structural analysis test, on the entire City street inventory of approximately 130 miles. The test culminated in developing a 3-yr annual pavement rehabilitation program identifying the streets to be resurfaced each year. City Staff has previously briefed the Council on Municipal Partnership Initiative (MPI), a program that takes advantage of economies of scale, for securing low bid prices, among neighboring municipalities who bid similar projects each year. This year, the City joined forces with Lake Bluff to do a joint bid for the ASR program. In 2014, the City plans to resurface approximately 4.5 center-lane miles of streets. The streets to be resurfaced are: Street From To McKinley Road E. Woodland Road North City Limits Timber Lane Beverly Place Cherokee Road Forest Hill Road Briar Lane Cherokee Road Atteridge Road Green Bay Road Oakwood Avenue Hilldale Place Green Bay Road Forest Hill Road Onwentsia Road Green Bay Road The Creek Cherry avenue Washington Road East End Conway Farms Drive Route 60 Everett Road Deerpath Road Hastings Road Oakwood Avenue Along with the annual street resurfacing program, staff also included the Parks & Recreation project to widen and resurface the McClory Bike Trail from Woodland Road to the Lake Bluff border in this bid in order to attain the lowest asphalt prices possible. Funding for this path will come from budgeted dollars and savings in both the Capital and Park & Public Land Funds. BUDGET/FISCAL IMPACT: The project was bid in early March with the bids opened on March 13, 2014. A total of three (3) firms bid the joint project. The bid price consists of bid quantities that are to be completed by both municipalities as part of their respective resurfacing program. Both Communities are using Motor Fuel Tax (MFT) dollars to pay for the street resurfacing portions of their contracts. The following is a summary of the bids received: 17 April 7, 2014 City Council Agenda BIDDER TOTAL BID PRICE Peter Baker & Son $2,297,381.27 Johnson Paving $2,554,785.45 Curran Contracting $2,614,905.20 The breakdown of the bid specific to Lake Forest bid items are summarized below: BIDDER LAKE FOREST SHARE Peter Baker & Son $1,853,943.92 Johnson Paving $2,071,074.10 Curran Contracting $2,107,483.95 Engineer’s Estimate $1,831,257.30 The low bidder for the combined bid, Peter Baker & Son, has considerable experience working in Lake Forest and has been performing projects in a satisfactory manner. Both municipalities are scheduled to award their respective contracts in the month of April. City Engineering staff will provide daily inspectional services for Lake Forest portion of the contract. If awarded, work on this project is expected to begin in May and be substantially completed in August. Upon award of the contract, both municipalities will meet with the contractor to get a tentative schedule for each community. The property owners near the vicinity of the construction work for Lake Forest portion of the 2014 ASR program will be notified in advance of the start of construction. The City website, under Construction Updates, will also provide the details the construction schedule. Below is an estimated summary of the Project budget: FY2014 Funding Source Account Number Account Budget Amount Requested Budgeted? Y/N Capital Fund 311-0060-452-76-13 $100,000 $100,000 Y Park & Public Land Fund 201-8401-456-67-42 $5,000 $5,000 Y FY2015 Funding Source Account Number Account Budget Amount Requested Budgeted? Y/N Capital Fund 311-0060-452-76-13 $100,000 $50,000 Y Park & Public Land Fund 201-8401-456-67-34 $30,000 $30,000 Y MFT Fund 311-0050-417-67-11 $1,720,000 $1,720,000 Y TOTAL: $1,955,000 $1,905,000 Y 18 April 7, 2014 City Council Agenda COUNCIL ACTION: Staff recommends awarding the F.Y. 2015 Resurfacing Program and Resurfacing of the McClory Bike Path to Peter Baker & Sons in the amount of $1,905,000 to include authorization to expend, if necessary, three percent contingency for unforeseen change orders that may occur during the administration of this project. 15. Award of bid for the 2014 Lake Forest Water Plant Intake Cleaning Project. STAFF CONTACT: DAN MARTIN, SUPERINTENDENT OF PUBLIC WORKS (847-810-3561) PURPOSE AND ACTION REQUESTED: Staff is requesting City Council authorization to award the bid for the 2014 Water Plant Intake Cleaning Project to Northern Divers U.S.A. The intake cleaning project consists of removing the settled sand and debris from inside the 24 inch and 42 inch diameter intake pipelines that extend out several thousand feet in Lake Michigan. Cleaning the debris and sand from the bottom of both intakes will improve plant operations, increase capacity, and save operating costs by reducing backwash cycles and using less chemicals. The proposed cleaning process is a patented system that avoids shutting the plant down during cleaning and does not require removing the chemical feed system running along the entire length of each intake; saving considerable time and cost. If approved by City Council this evening, the proposed intake cleaning is scheduled to commence the first week of May. The work is expected to take approximately two weeks to complete (weather permitting). BACKGROUND/DISCUSSION: The two intake pipelines deliver raw water from Lake Michigan into the Water Treatment Plant (WTP) for filtration. The raw water enters the plant by gravity flow. The 24” intake pipeline was constructed in the 1930’s and is a sand cast iron pipe. The pipe extends into the lake approximately 2975’ and has three inlets that are in a straight line with the pipe. The 42” intake pipeline was constructed in 1974 and is a pre-stressed concrete pipe. The pipe extends into the lake 3900’ and there is a “crow’s foot” at the end. The “crow’s foot” extends to the north and south and each segment is 50’ long and 36 inches in diameter. Both pipelines run along the bottom of the lake at an approximate depth of 30 feet. The last time the entire lengths of both intake lines were cleaned was twenty years ago. This was in preparation for the installation of the chemical feed system needed to address the Zebra Mussel infestation. Approximately ten years later, the 24” intake filled-in to a point where it could no longer bring enough water into the plant. Since the last complete cleaning, the two intake basins at the end of the 42” intake have been cleaned several times. In 2012, a video inspection was conducted on the entire length of the 42” intake. The inspection concluded that the intake line is estimated to be 33 % blocked and required cleaning within the next two years. The increased amount of accumulated sediment on the bottom of the intake becomes a serious issue during peak demand due to the “artificial” turbidity that is created. Artificial turbidity occurs when the plant increases the amount of flow to meet demand which stirs up the sediment on bottom of the intake causing more dirt to enter the plant. Typical turbidity readings range from 2 to 5 Nephelometric Turbidity Units (NTU: measurement of turbidity). Throughout an “artificial” turbidity event, the increase in raw water turbidity can range from 5 to 20 times the normal NTU. While the turbidity is high, the backwash frequency can double, increasing the water volume needed for the backwash by as much as 20%. The increase backwash 19 April 7, 2014 City Council Agenda cycles cause higher operating costs, a reduction in capacity, and a negative impact on membrane module lifespan. The original process used to clean the intake lines requires the plant to be shutdown, is labor intensive, and requires pulling all the debris into the plant’s intake well. The dirt collects and is removed from the intake well and disposed of offsite. This process also requires a permit from the Illinois Environmental Protection Agency for disposal of the sand, which takes several months to acquire. In addition, using this process today would require the chemical feed lines be removed and re-installed after the cleaning procedure. The additional cost for new chemical feed lines is estimated at $142,000 per intake or a combined total of $284,000. While researching and developing specifications to have the intakes cleaned, the City’s consulting engineer, Strand Associates, shared with staff the name of Northern Divers U.S.A., a professional diving company with a patented cleaning technology. The invented process creates a high pressure vortex using mixed air and water to loosen and remove the accumulated sediment from the piping system and expels the sediment back into Lake Michigan. A detailed description of the Northern Divers U.S.A. cleaning process is attached on page 34 Northern Divers U.S.A. patented intake cleaning process allows the WTP to stay in operation with minimal shut down times, can be done without removing the chemical feed system, and requires an easy to obtain permit from the Illinois Department of Natural Resources (IDNR) because no solids are being removed from the lake. In addition, this process makes it feasible to include cleaning the original 24” intake to have as a reliable emergency backup. Northern Divers successfully cleaned the intakes at the Waukegan Water Plant (April 2013) and the Great Lakes Naval Base WTP (October 2013). Both of these WTPs have chemical feed lines inside their intake pipelines that are similar to the Lake Forest WTP. The intake structures in Waukegan are similar to Lake Forest’s. They experienced no flow in their 24” intake as well, and Northern Divers was able to restore flow. Also, Waukegan’s “artificial” turbidity levels disappeared after the cleaning process. BUDGET/FISCAL IMPACT: To meet the Purchasing Directive requirements for Sole Source Purchases, staff posted the Invitation to Bid in the local newspaper and bid packets were sent to five experienced diving companies. At the March 20, 2014 bid opening, staff received only one bid from Northern Divers U.S.A. Two of the companies solicited that declined to submit a bid, noted that they use Northern Divers as a sub-contractor on a regular basis to do cleaning. Another bidder mentioned that if Northern Divers U.S.A. was bidding the project, they would not pursue bidding. The $18,000 overage will be made up from savings from other water fund capital projects. Contractor Bid Amount Notes / Reason Northern Divers U.S.A. $268,000 Sole Source Provider Lake Erie Diving Co. No Bid Bonded out 20 April 7, 2014 City Council Agenda Below is an estimated summary of Project budget: FY2015 Funding Source Amount Budgeted Amount Requested Budgeted? Y/N Water Fund Capital $250,000.00 $268,000 Y COUNCIL ACTION: If determined to be appropriate by the City Council, award the F.Y. ’15 Intake Cleaning Project at the Lake Forest Water Plant, to Northern Divers U.S.A. as a sole source for the amount of $268,000. 16. Award of Bid for the 2014 Lake Forest Gorton Community Center HVAC Replacement Project STAFF CONTACT: Dan Martin, Superintendent of Public Works (847-810-3561) PURPOSE AND ACTION REQUESTED: Staff is requesting City Council authorization to award the bid for the 2014 Lake Forest Gorton Community Center HVAC Replacement Project to Pro-Temp of Illinois. The project to replace the existing split systems would be completed in April 2014. BACKGROUND/DISCUSSION: The existing Gorton Community Center HVAC system consists of multiple “split systems” and rooftop units providing heating and cooling for the occupied areas. All of the split systems were installed during the renovation that took place in 1999 making the units15 years old and near the end of their life cycles. The determining factors of which units to replace was as follows: (1) the age of the systems, (2) the number of out of service calls and (3) the number of operating hours for each unit. The proposed new HVAC system was engineered by Lakefront Engineering in Kenosha, Wisconsin. The new design includes removing the four “split system” units to be replaced by four new high efficiency furnaces along with four new air conditioning condenser units which utilize the new ”eco-friendly” R-410A gas. Installing new high efficiency systems will increase efficiencies by reducing maintenance costs, downtime from equipment failures Underwater Construction Corporation No Bid No response Pro-Dive No Bid Would Sub Contract w/ Northern Divers Gillen No Bid Would Sub Contract w/ Northern Divers Global Infrastructure No Bid No response 21 April 7, 2014 City Council Agenda and lower utility usage. In addition, the R-410A gas will provide a more eco-friendly alternative to the current units. BUDGET/FISCAL IMPACT: On March 27, 2014, staff received the following bids for this project: Company Bid Amount Pro-Temp of Illinois, Inc. $28,640 MG Mechanical Services, Inc. $35,957 Westside Mechanical, Inc. $38,500 Core Mechanical, Inc. $43,490 Staff reviewed the proposals project scope and determined that Pro-Temp of Illinois’ proposal met all of the required project specifications and their references gave favorable responses. Pro-Temp has been in business for over fifteen years performing both small and large projects throughout the Chicagoland area. Recently, Pro-Temp of Illinois completed similar HVAC renovation projects for Metra, Palos Hills Police Station, and the Palos Heights Municipal Building. FY2014 Funding Source Account Number Account Budget Amount Requested Budgeted? Y/N Capital 311-0050 $38,000 $30, 072 Y COUNCIL ACTION: Award bid to Pro-Temp of Illinois, Inc. in the amount of $28,640. Additionally, staff is requesting a 5% or $1,432 contingency for any unforeseen problems during the project. COUNCIL ACTION: Approve the sixteen (16) Omnibus items as presented. 6. ORDINANCES 8:20 p.m. 7. NEW BUSINESS 8:20 p.m. 8. ADDITIONAL ITEMS FOR COUNCIL DISCUSSION 9. ADJOURNMENT Office of the City Manager April 2, 2014 The City of Lake Forest is subject to the requirements of the Americans with Disabilities Act of 1990. Individuals with disabilities who plan to attend this meeting and who require certain accommodations in order to allow them to observe and/or participate in this meeting, or who have questions regarding the accessibility of the meeting or the 22 April 7, 2014 City Council Agenda facilities, are required to contact City Manager Robert R. Kiely, Jr., at (847) 234-2600 promptly to allow the City to make reasonable accommodations for those persons. 23 RESOLUTION OF SYMPATHY WHEREAS, CHARLES GILBERT was a dedicated and faithful employee of The City of Lake Forest for 24 years, from March 1, 1954 to September 22, 1978; and WHEREAS, CHARLES GILBERT during his employment was hired as a Police Officer and moved through the various ranks in the department: November 27, 1960 was promoted to Sergeant; and June 20, 1964 was promoted to Lieutenant; and January 4, 1965 was promoted to Captain; and August 1, 1966 was promoted to Chief of Police WHEREAS, CHARLES GILBERT, when appointed as Chief of Police at age 38, was among the youngest chiefs in the State. WHEREAS, the passing of CHARLES GILBERT on March 6, 2014 has taken away a highly regarded family member, employee and friend; NOW, THEREFORE, BE IT RESOLVED that the City Council of The City of Lake Forest in session on April 7, 2014 does hereby express its deep regret and sincere sympathy to the members of the family of CHARLES GILBERT. BE IT FURTHER RESOLVED that this resolution be spread upon the minutes of the City Council and a copy hereof, duly signed by the Mayor, be presented to the family of CHARLES GILBERT. Adopted by the City Council of The City of Lake Forest on April 7, 2014, on motion of Alderman __________, seconded by Alderman ___________, and carried unanimously. _______________________________________ _____________________________________ Deputy City Clerk Mayor 24 The Lake Forest Founder’s Council Lake Forest College – The City of Lake Forest THE CREATION OF THE LAKE FOREST FOUNDER’S COUNCIL, as setforth herein is executed and entered into as of the 7th day of April, 2014, by and among CITY OF LAKE FOREST, a home rule unit of local government, and LAKE FOREST COLLEGE, a specially chartered Illinois Corporation. WHEREAS, Lake Forest College was founded in 1857 (originally chartered as “Lind University”) and today is ranked as one of the top 100 national liberal arts colleges with more than 1550 students and 124 faculty supporting a long tradition of academic excellence; and WHEREAS, the mission of the Lake Forest College is, in major part, to engage students in the breadth of the liberal arts and the depth of traditional disciplines; to encourage them to read critically, reason analytically, communicate persuasively, and think for themselves; to foster creative talent and independent research; to prepare students to become responsible citizens and solve problems in a civil manner, collectively; and to prepare students for, and help them attain, productive and rewarding careers; and WHEREAS, The City of Lake Forest was founded in 1861 and today is recognized as a premier residential community with 19,375 residents, abundance of open spaces, vibrant local businesses, renowned educational institutions, a world-class medical facility; and WHEREAS, the mission of The City of Lake Forest is to achieve the goal of being the best-managed, fiscally responsible and appealing community in the United States by promoting a living and working environment built upon a community spirit of trust, respect and broad-based citizen involvement; and WHEREAS, the City’s motto of Naturae et Scientiae Amor, “Love of Science and Nature” embodies the importance education has and continues to play a key role in the traditions and the overall quality of life within the community; and WHEREAS, the institutions that are party to this agreement have mutually determined that it is in their best interest to establish the Founder’s Council, which Board shall be comprised of representatives from each member institution as setforth herein, to collaborate on advantageous “Town-Gown” programs and activities which promote the mission, traditions and excellence of the two respective institutions. 25 NOW, THEREFORE, for and in consideration of the premises, the mutual advantages to be derived there from and in consideration of the mutual covenants herein contained, it is agreed by and between the parties hereto as follows: I. VENTURE ESTABLISHED The undersigned do hereby commit to collaborating with each other in a cooperative venture for the joint and mutual operation of a Lake Forest Founder’s Council (hereinafter referred to as the “Council”) which shall consist of the two institutions which may hereafter become signatory hereto. II. STATEMENT OF PURPOSE The Council is a voluntary collaboration between the Lake Forest City Government and Lake Forest College intended to help facilitate and coordinate a collaborative, constructive and synergistic environment between two long- standing institutions within the community in order to address matters of educational sustainability, economic and marketing opportunities, public health and safety concerns and other pertinent issues that may be identified by the Council. The role of the Council is to bring together the collective resources of the two institutions to assist in identifying and deliberating existing issues and identifying new programs, approaches and opportunities that encourage innovative thinking and action to bolster Lake Forest College’s national reputation, enhance residents’ quality of life, inspire community vitality, improve the value of our community and make a meaningful contribution to educational excellence throughout Lake Forest. III. GOALS a. To promote awareness of the economic value that the College and its students, faculty, administration and alumni provide to the community as a whole, and identify opportunities for enhancing the College’s impact on the local economy. b. To create an environment of transparency and engagement regarding potential “Good Neighbor” initiatives that support strong, positive relations between College campus or student activities and nearby off- campus neighborhoods. From time to time these initiatives may focus on matters such as parking, off-campus student housing, communication between the College and neighbors, and future campus developments with the goals of strengthening the College and protecting and preserving the quality of life in nearby neighborhoods. 26 c. To promote awareness of cultural, athletic and academic offerings of the College which are available to residents and identify opportunities for enhancement of said programs within the community and Lake County region. d. To engage a network of students, faculty, administrative staff, local businesses and residents in fostering student and faculty participation in the affairs and commerce of the community as a component of the students educational experience. IV. STRUCTURE AND RESPONSIBILITIES The organization of the Founder’s Council will include an Executive Committee, a Health & Safety Committee, a Marketing Committee and ad hoc Subcommittees. Executive Committee The Executive Committee is comprised of the Lake Forest College President, Lake Forest College Dean of Students, a Lake Forest College Trustee, City of Lake Forest Mayor and City Manager, and an Alderman of the City Council. The Mayor and the College President will co-chair the Executive Committee. The Executive Committee will approve appointments to the Health & Safety Committee, Marketing Committee and ad hoc Subcommittees. Health & Safety Committee The Health and Safety Committee is comprised of three representatives from Lake Forest College and three representatives from The City of Lake Forest. The Executive Committee will appoint one representative from Lake Forest College and one representative from The City of Lake Forest to serve as co-chairs. Marketing Committee The Marketing Committee is comprised of up to three representatives from the College and up to three representatives from the City with expertise in marketing and public relations. The Executive Committee will appoint one representative from the College and one representative from the City to serve as co-chairs. Ad Hoc Committees From time to time the Executive Committee may appoint ad hoc committees to address specific topics or issues. Specific topics might include: economic development, athletics and recreation, transportation, housing, parking, neighbor relations and arts and culture. 27 V. MEETINGS Section 1: Executive Committee Meetings: Executive Committee meetings shall be held at least semi-annually to review and coordinate comprehensive efforts. Updates on projects will be provided by the co- chairs at each meeting. Section 2: Health & Safety Committee Meetings: Health & Safety Committee meetings shall be held at least quarterly to review and coordinate efforts. Section 3: Marketing Team Meetings: Marketing Committee meetings shall be held at least quarterly to review and coordinate marketing and outreach efforts. Section 4: Ad Hoc Committee Meetings: Ad Hoc Committee meetings shall be held on an as needed basis. IV. TERMINATION Any party to this Agreement may withdraw from participation in the Council with written notice to the other party. V. EFFECTIVE DATE This Agreement shall become effective when signed by the respective parties described above. IN WITNESS WHEREOF, the undersigned institutions have set their signatures on the respective dates set forth below. THE CITY OF LAKE FOREST __________________________________ By: ATTEST: ______________________________ Date: ____________________________ 28 LAKE FOREST COLLEGE __________________________________ By: ATTEST: _________________________________ Date: ____________________________ 29 PROCLAMATION SUNSET FOODS CELEBRATES 77th ANNIVERSARY WHEREAS, in 1937, four Cortesi brothers established Sunset Foods in Highland Park as a small grocery store intent on providing excellent customer service; and WHEREAS, over the years the company has expanded to four locations while continuing to offer small-town friendliness; and WHEREAS, Sunset Foods received the National Neighborhood Partnership Award with the Boy Scouts of American in support of Shields and Moraine Township food pantries; and WHEREAS, Sunset Foods is dedicated to “giving back to the communities” it serves, including through multiple programs with both School Districts 67 and 115 as well as many other not-for-profit local organizations; and WHEREAS, Sunset Foods is celebrating 77 years as a neighborhood supermarket committed to providing the finest customer service with a goal of recognizing and understanding its Lake Forest clientele; Therefore I, Donald P. Schoenheider, Mayor of The City of Lake Forest, proclaim the City’s best wishes on the 77th Anniversary of Sunset Foods and call its significance to the citizens of The City of Lake Forest. BE IT FURTHER RESOLVED that this resolution be spread upon the minutes of the City Council and a copy hereof, duly signed by the Mayor, be presented to the CITY OF LAKE FOREST this 7th day of April , 2014. __________________________ __________________________ City Clerk Mayor 30 The City of Lake Forest CITY COUNCIL Proceedings of the March 17, 2014 Regular Meeting 7:30 p.m. – Council Chambers CALL TO ORDER AND ROLL CALL: Mayor Schoenheider called the meeting to order at 7:30 pm, and Deputy City Clerk Margaret Boyer called the roll of Council members. Present: Honorable Mayor Schoenheider, Alderman Waldeck, Alderman Novit, Alderman Moore, Alderman Reisenberg, and Alderman Adelman. Absent: Alderman Palmer, Alderman Pandaleon. Also present were: Robert Kiely, City Manager; Vic Filippini, City Attorney; Andrew Fiske, City Attorney; Carina Walters, Assistant City Manager; Catherine Czerniak, Director of Community Development; Susan Banks, Communications Manager, Michael Thomas, Director of Public Works, Dan Martin, Superintendent of Public Works, Chuck Myers, Superintendent of Parks, Forestry and Cemetery, Joanne Miller, Executive Director Elawa Farm. PLEDGE OF ALLEGIANCE: The Pledge of Allegiance was recited by all in attendance. There were approximately 20 present in the audience. REPORTS OF CITY OFFICERS COMMENTS BY MAYOR Mayor Schoenheider reminded residents of the Ward meeting dates of: Thursday, April 3 at 7p.m. at Elawa Farm, Tuesday, April 8 at 7 p.m. at Dickinson Hall and Tuesday, May 13 at 7 p.m. at Cherokee School. He added that these meetings are for residents to express ideas and concerns. COMMENTS BY CITY MANAGER City Manager Robert Kiely wished all a Happy St. Patrick’s Day COMMENTS BY COUNCIL MEMBERS Alderman Adelman expressed his delight in seeing the Lake Forest Civic Orchestra and encouraged resident to see them. OPPORTUNITY FOR CITIZENS TO ADDRESS THE CITY COUNCIL ON NON-AGENDA ITEMS None ITEMS FOR OMNIBUS VOTE CONSIDERATION 1. Approval of the March 3, 2014 City Council minutes. 31 Proceedings of the March 17, 2014 Regular City Council Meeting 2. Resolution of Appreciation for Lieutenant Arthur A. Tekampe 3. Consideration of a Resolution in Support of Designating the Robert McClory Bike Path as part of the U.S. Bike Route 37 4. Approval to Authorize Winter 2014/2015 Salt Purchase 5. Award of Bid for the Replacement of One Unmarked Police Vehicle Included in the F.Y. 2015 Capital Equipment Budget 6. Approval of Contract for Phase II & III Engineering/Construction for the Lake Forest Cemetery Ravine Management Plan 7. Consideration of Ordinances Approving Recommendations from the Zoning Board of Appeals. (First Reading, and if Desired by the City Council, Final Approval) 8. Consideration of an Ordinance Approving a Recommendation from the Building Review Board. (First Reading and if Desired by the City Council, Final Approval) 9. Consideration of an Ordinance Approving a Recommendation from the Historic Preservation Commission. (First Reading and if Desired by the City Council, Final Approval) 10. Approval of a Sales Contract to Purchase Wedgewood Lot #24 Property Alderman Moore raised concerns regarding ravine restoration relating to item # 6. It was agreed that Forestry staff will work closely with Engineering to ensure an aesthetically pleasing result COUNCIL ACTION: Approve the ten (10) Omnibus items as presented. Alderman Novit made a motion to approve by Omnibus vote designation items as noted, seconded by Alderman Moore. The following voted “Yea”: Aldermen Novit, Waldeck, Moore, Tack, Reisenberg and Adelman. The following voted “Nay”: None. 6 Yeas, 0 Nays, motion carried. Information such as Purpose and Action Requested, Background/Discussion, Budget/Fiscal Impact, Recommended Action and a Staff Contact as it relates to the Omnibus items can be found on the agenda. ORDINANCES None NEW BUSINESS 1. Approval of an Elawa Farm Operating Agreement between The City of Lake Forest and Elawa Farm Foundation 32 Proceedings of the March 17, 2014 Regular City Council Meeting City Manager Robert Kiely reported that the terms of the Elawa Agreement are similar to those of the Gorton Agreement; the term is 33 years with two additional renewals. The Elawa Agreement requires an audit and budget review and that both the Elawa Commission and Foundation wanted to keep the Commission in place as an oversight committee with appointment of members coming from the Mayor to the Commission. Robert Shaw, President of the Elawa Farm Foundation Board of Directors, gave an overview of the Elawa Farm history and said that the Agreement is the next step in the Foundation’s plan to further benefit the community. COUNCIL ACTION: Approval of an Elawa Farm Operating Agreement with the Elawa Farm Foundation. Alderman Novit made a motion to approve by Omnibus vote designation items as noted, seconded by Alderman Reisenberg. The following voted “Yea”: Aldermen Novit, Waldeck, Moore, Tack, Reisenberg and Adelman. The following voted “Nay”: None. 6 Yeas, 0 Nays, motion carried. ADDITIONAL ITEMS FOR COUNCIL DISCUSSION None ADJOURNMENT There being no further business. Alderman Reisenberg made a motion to adjourn, seconded by Alderman Waldeck. Motion carried unanimously by voice vote at 8:05 p.m. Respectfully Submitted, Margaret Boyer Deputy City Clerk A video of the City Council meeting is available for viewing at the Lake Forest Library and on file in the Clerk’s office at City Hall. You can also view it on the website by visiting www.cityoflakeforest.com. Click on I Want To, then click on View, then choose Archived Meetings Videos. 33 Fresh Water Intake Cleaning Method and System  Our process for cleaning fresh water intakes are as follows; we use a variety of water pumps  and air compressors to create a turbulent water flow through a pipe of any diameter and of  any length. Our process creates a vortex which loosens and removes any debris from the  piping system. The materials removed include but are not limited to; zebra mussels, sand, silt  and all sorts of natural and man‐made debris. The removal of said debris can be contained or  distributed into open water. The containment method is a separate proven method, such as,  silt screening.  The combination of air and water, forced through a custom made manifold under high  pressure, creates a vortex that acts as a scrubbing vehicle on concrete, steel or ductile iron  pipe. This scrubbing action works without damaging any interior pipe walls or secondary  piping, such as; suction lines or chlorine lines that are often installed on the interior pipe  walls. This process can be completed with water only, with water and air, and/or with water  and solids such as ice.    This process has already been successfully demonstrated for a water intake structure at a  large municipality near Chicago, Illinois. The before and after documentation on turbidity and  chemical cost savings, related to this project, show an improvement in turbidity of up to 99%  (60‐300 ppm of solids before cleaning, about 003 ppm of solids after cleaning).    Our system has been proven effective. We claim the right to this process for cleaning of water  intakes and related structures.   During cleaning, the cleaning flow of water is selected to be about 3 to 4 times the normal  flow rate of water through the pipe.  For example, an intake pipe used to provide about 10M  gallons per day may be cleaned by pushing 30M gallons of water per day in the opposite  direction of normal flow for about a week or until the pipe is clean.  Adjustments to the flow  rate of water through the pipe, duration of pipe cleaning, addition of air and/or solids in the  cleaning flow, may be adjusted during this process depending on the type of debris found in  the pipe, the extent of debris accumulation, and other factors.    The picture below (FIG. 1) shows an exemplary installation of a cleaning arrangement  including pumps connected to the custom manifold and arranged in fluid connection with an  intake pipe to be cleaned:    34   FIG. 1  35   Claim:  1. A method for cleaning an intake pipe to remove debris by providing a turbulent water flow,  which may include air and/or solids such as ice, in a reverse direction of normal flow through  the pipe, the flow may alternatively be provided in a forward direction dependent on the  connection location for said water system or intake location.     36