Loading...
CITY COUNCIL 3-4-1996THE CITY OF LAKE FOREST COUNCIL AGENDA March 4, 1996 I. CALL TO ORDER AND ROLL CALL Honorable Rhett W. Butler, Mayor John E. Preschlack, Alderman First Ward Gail T. Hodges, Alderman Third Ward Cornelius B. Waud, Alderman First Ward Henry T. Chandler, Alderman Third Ward Abigail G. Fassnacht, Alderman Second Ward Richard C. Ernest, Alderman Fourth Ward Howard J Kerr, Alderman Second Ward Mary Ann Pekarek, Alderman Fourth Ward II. REPORTS OF CITY OFFICERS, APPROVAL OF MINUTES, CONSENT AGENDA, AND ORDINANCES 1. Reports of City Officers a. Comments and Initiatives by Mayor b. Comments by the City Manager c. Comments by Council Members 2. Approval of Minutes Recommended Action: Approval of the minutes of the February 15, 1996 Council meeting attached beginning on page 10. 3. Consent Agenda a. Proclamation of Lake Forest Day 1996 Lake Forest Day is traditionally held on the first Wednesday in August. This annual event is sponsored by the McKinlock Post 264 of the American Legion in an effort to bring together residents to promote civic pride and the advancement of community fellowship. The Mayor will proclaim Wednesday, August 7, 1996 as Lake Forest Day, with the theme being “Lake Forest Day Celebrates Family Traditions.” A copy of the proclamation is attached as page 15. Recommended Action: Proclamation of August 7, 1996 as Lake Forest Day. b. Proclamation of April 26, 1996 as Arbor Day Lake Forest, with its environment of natural areas, is particularly dedicated to the observance of Arbor Day. The concern for preservation of the natural flora of Lake Forest is evident in the ordinances enacted by the City Council. Citizen groups and local institutions have actively supported preservation efforts and the renewal of natural areas through tree planting and landscape projects. The City has been named Tree City USA by the National Arbor Day Foundation for sixteen consecutive years. The Mayor will proclaim April 26, 1996 as Arbor Day and encourages all citizens to join in the celebration ceremonies. A copy of the proclamation is attached as page 16. Recommended Action: Proclamation of April 26, 1996 as Arbor Day. (Staff contact person: Ken Leone 615-4300.) c. Approval and Acceptance of Improvements and Financial Guarantee for Conway Farms Phase 1D Subdivision On July 21, 1994, the City Council approved an eight lot subdivision located on Conway Farms Drive one-quarter mile south of Route 60. A map indicating the location of this eight lot subdivision is attached as page 17. All the required public improvements, as set forth in the Subdivision Agreement dated September 15, 1994, have been completed and approved. All City fees have been paid. Recommended Action: Accept the improvements and hold a Letter of Credit in the amount of $5,418.75 for the two-year maintenance period for Conway Farms Phase 1D. (Staff contact person: Ken Magnus 615-4329.) 4. Ordinances a. Consideration of a Report and Recommendation from the Plan Commission Regarding a Rezoning and a Special Use Permit to Allow the Construction of a Planned Apartment Development for Property Located at 139 E. Laurel Avenue (R. M. Swanson & Associates ) (Second Reading) PRESENTED BY SENIOR PLANNER ANDREW M. SUVALSKY Mr. Rick Swanson, petitioner, appeared before the Plan Commission at its regular meeting on November 13, 1995, and the City Council at its regular meeting on January 8, 1996, to request a Rezoning from B2 (Community Business) to GR1 (General Residence) and a Special Use Permit to allow the construction of a Planned Apartment Development consisting of two, 18-unit buildings. The Plan Commission reviewed the matter and voted 5-1 to recommend approval of the requested Special Use Permit and rezoning. The City Council reviewed the matter and voted unanimously to approve the requested Special Use Permit and rezoning. Attached beginning on page 18 is the report and recommendation from the Plan Commission and accompanying materials. Recommended Action: Grant final approval of two ordinances: 1) granting the requested rezoning, and 2) granting the requested Special Use Permit. (Staff contact person: Andrew Suvalsky 615-4299.) b. Consideration of a Report and Recommendation from the Plan Commission Regarding a 10-Lot Subdivision and Rezoning of Property Commonly Known as Meadowood Park, Located North of Meadowood Subdivision, South of Summerfield Subdivision and West of Ash Lawn Drive (Meadowood Park) (First Reading and Tentative Approval) PRESENTED BY SENIOR PLANNER ANDREW SUVALSKY Mr. Robert Kiely, City Manager, representing the petitioners, The City of Lake Forest and School District 67, appeared before the Plan Commission at its regular meeting on February 14, 1996, to request tentative approval of a 10-lot subdivision and rezoning of the property known as Meadowood Park. The Plan Commission reviewed the matter and voted 5-2 to recommend approval of the requested subdivision and rezoning. Attached beginning on page 39 is the report and recommendation from the Plan Commission and accompanying materials. Recommended Action: 1) grant tentative approval to the plat of subdivision, and 2) first reading to an ordinance granting the rezoning. (Staff contact person: Andrew Suvalsky 615-4299.) III. UNFINISHED BUSINESS IV. NEW BUSINESS 1. Award of Contract for Landscape Maintenance of Market Square PRESENTED BY SUPT. OF PARKS FORESTRY AND GROUNDS KEN LEONE Bids were received from three contractors for the landscape maintenance of Market Square. Prices for one-two-and three-year contracts were solicited: Year 1 (1996) Year 2 (1997) Year 3 (1998) 3 year TOTAL Guy Scopelliti Landscaping Co., Inc. Highland Park, IL $8,296.29 $8,545.16 $8,799.46 $25,640.91 Landscape Concepts, Inc. Grayslake, IL $9,312.00 $9,312.00 $9,751.00 $28,375.00 Don Fiore Co. Inc. Lake Bluff, IL $9,384.00 $9,947.00 $10,543.00 $29,874.00 Mariani Enterprises, Inc. Lake Bluff, IL Incomplete Bid Mitch’s Greenthumb Landscaping Corp. Grayslake, IL Incomplete Bid Scott Byron & Co., Inc. Lake Bluff, IL No Bid Guy Scopelliti Landscaping Co., Inc.’s first year bid price is 2.4% higher than the amount paid to Mariani Enterprises, Inc. in 1995, the final year of a three year contract. Scopelliti’s bid increases 3% in the second year (1997) and an additional 3% in the third year (1998). Recommended Action: On the basis of low bid and high quality work in Market Square in the past (1968 - 1990 and 1992), to award a three year contract to Guy Scopelliti Landscaping Co., Inc. in the amount of $25,640.91. The FY1997 budgeted amount for this work is $8,500.00. Should the Market Square redevelopment project be scheduled during the period of the proposed contract, the City can terminate the maintenance agreement by providing sixty days written notice. (Staff contact person: Ken Leone 615-4300.) 2. Award of Contract for Dredging of Forest Park Beach Boat Basin PRESENTED BY SUPT. OF PARKS, FORESTRY AND GROUNDS KEN LEONE The Forest Park Beach Boat Basin requires annual maintenance dredging. Over the last six years, between 2,100 and 5,250 cubic yards of sand have been removed each year. The amount varies from year to year depending on lake levels and weather conditions. Bids for one-two-and three-year dredging contracts were solicited from four contractors. Two contractors submitted bids as follows: Kadinger Marine Service, Inc. Milwaukee, WI Zaretzke Marine Construction Menomonee Falls, WI Year 1 (1996) Year 2 (1997) Year 3 (1998) Year 1 (1996) Year 2 (1997) Year 3 (1998) Mobilization $3,000.00 $3,000.00 $3,000.00 $20,600.00 $21,600.00 $22,650.00 Demobilization $3,000.00 $3,000.00 $3,000.00 $9,700.00 $10,185.00 $10,695.00 Equipment and Labor/Hour $389.00 $401.00 $419.00 $430.00 $452.25 $475.10 Great Lakes Dredge and Dock Co. Oakbrook, IL NO BID Edward E. Gillen Co. Milwaukee, WI NO BID Neither bidder could submit a total cost for dredging since the amount of sand to be removed in April is not yet known. The mobilization and demobilization rates submitted by Kadinger Marine Service, Inc. are unchanged from their recently expired 1993 - 95 contract. Their 1996 hourly equipment and labor rate is $2.66 less than their 1995 rate. Recommended Action: To award a three year dredging contract to the low bidder, Kadinger Marine Service, Inc., not to exceed the FY1997 budgeted amount of $40,000 for this year’s dredging and not to exceed budgeted amounts for work in FY1998 and FY1999. Should the City determine that dredging is not necessary in any year of this proposed contract, there will be no cost to the City for that year. (Staff contact person: Ken Leone 615-4299.) 3. Award of Contract for the 1996 Pavement Resurfacing Program PRESENTED BY CITY ENGINEER KEN MAGNUS On February 20, 1996, bids were received and opened for the 1996 Pavement Resurfacing Program. Over 11 miles of streets throughout the City are scheduled to be resurfaced this year. The following is a summary of the bids received: CONTRACTOR AMOUNT OF BID 1. Peter Baker & Son Company, Lake Bluff, Illinois $1,005,835.00 2. Skokie Valley Asphalt Co., Inc., Grayslake, Illinois $1,042,784.28 3. Curran Contracting Company, Crystal Lake, Illinois $1,061,987.45 4. Johnson Paving, Arlington Heights, Illinois $1,234,655.45 The low bidder, Peter Baker & Son Company, has experience working in Lake Forest where their performance has been acceptable. The work involved in this project was estimated at $1,100,063.76 and is funded through the 1995 Road and Sewer Bond Referendum. The low bid of $1,005,835.00 is $94,228.76 under the project estimate. Work is expected to begin in April and be completed in July. Recommended Action: It is recommended to award the Contract for the 1996 Street Resurfacing Program to Peter Baker & Son Company in the amount of $1,005,835.00. (Staff contact person: Ken Magnus 615-4329.) 4. Award of Contract for the Deerpath Watermain Replacement Project PRESENTED BY CITY ENGINEER KEN MAGNUS On February 20, 1996, bids were received and opened for the Deerpath Watermain Replacement Project. This project involves the replacement of the existing watermain along Deerpath, between Exeter Place and Greenvale Road, which has experienced numerous breaks in the past year. Attached as page 57 is a map showing the project location. The following is a summary of the bids received: CONTRACTOR AMOUNT OF BID 1. Yonke & Soper Excavating, Inc., Zion, Illinois $46,550.00 2. DiMeo Brothers, Inc., Park Ridge, Illinois $52,670.00 3. American Cutting Systems, Inc., East Dundee, Illinois $55,595.00 4. Lenny Hoffman Excavating, Inc., Wilmette, Illinois $55,789.50 5. Eric Bolander Construction Co., Inc., Libertyville, Illinois $60,147.35 6. Schneider’s Trucking, Inc., Lake Villa, Illinois $64,275.00 7. G. W.Mahler & Son, Inc., Lake Forest, Illinois $67,267.00 8. Wadsworth Excavating, Wadsworth, Illinois $70,605.00 9. J. R. Myers, Zion, Illinois $71,060.50 The low bidder, Yonke & Soper Excavating, Inc., has experience working in Lake Forest where their performance has been acceptable. The work involved in this project was estimated at $51,185.00 and funded through the Water and Sewer Fund. The low bid of $46,550.00 is $4,635.00 under the project estimate. Work is expected to begin in April and be completed in May. Recommended Action: It is recommended to award the Contract for the Deerpath Watermain Replacement Project to Yonke & Soper Excavating, Inc. in the amount of $46,550.00. (Staff contact person: Ken Magnus 615-4329.) 5. Award of Contract for the Sheridan Road Headwall Replacement Project PRESENTED BY CITY ENGINEER KEN MAGNUS On February 20, 1996, bids were received and opened for the Sheridan Road Headwall Replacement Project. This project involves the replacement of a stone headwall across a ravine located on Sheridan Road just north of Pine Lane as shown on page 58. The existing stone headwall, which retains the embankment that Sheridan Road lies upon at this location, is in the process of collapsing. Interim measures to support this structure are only temporary and in need of a more substantive replacement. The following is a summary of the bids received: CONTRACTOR AMOUNT OF BID 1. Car-Min Construction Company, Inc., Waukegan, Illinois $160,800.00 2. Seater Construction Company, Inc., Racine, Wisconsin $165,000.00 3. Kovilic Construction Co., Inc., Franklin Park, Illinois $209,182.00 4. Alliance Contractors, Inc., Woodstock, Illinois $239,550.00 5. Eric Bolander Construction Co., Inc. $243,589.00 The low bidder, Car-Min Construction Co., Inc., has experience working in Lake Forest where their performance has been acceptable. The work involved in this project was estimated at $187,000.00 and funded through the 1995 Road and Sewer Bond Referendum. The low bid of $160,800.00 is $26,200.00 under the project estimate. Work is expected to begin in April and be completed in May. Recommended Action: It is recommended to award the Contract for the Sheridan Road Headwall Replacement Project to Car-Min Construction Co., Inc. in the amount of $160,800.00. (Staff contact person: Ken Magnus 615-4329.) 6. Award of Contract for the Conway/Tanglewood Storm Sewer Project PRESENTED BY CITY ENGINEER KEN MAGNUS On February 20, 1996, bids were received and opened for the Conway/Tanglewood Storm Sewer Project. This project involves the installation of a storm sewer along Tanglewood Court and along Conway Road, between Tanglewood Court and Fox Trail Court, as well as the resurfacing/reconstruction of the roadway along these limits. A map showing the project location is attached as page 59. The following is a summary of the bids received: CONTRACTOR AMOUNT OF BID 1. Thelan Sand & Gravel, Inc., Antioch, Illinois $346,486.75 2. Campanella & Sons, Inc., Wadsworth, Illinois $369,382.15 3. Lenny Hoffman Excavating, Inc., Wilmette, Illinois $387,206.15 4. Eric Bolander Construction Co., Libertyville, Illinois $418,999.35 5. Glenbrook Excavating & Concrete, Prairie View, Illinois $441,699.00 6. Lake County Grading Company, Libertyville, Illinois $503,267.90 The low bidder, Thelan Sand & Gravel, Inc., will be new to working in Lake Forest, but has the experience and resources to handle this project. The work involved in this project was estimated at $402,347.60 and funded through the 1995 Road and Sewer Bond Referendum. The low bid of $346,486.75 is $55,860.85 under the project estimate. Work is expected to begin in April and be completed in June. Recommended Action: It is recommended to award the Contract for the Conway/Tanglewood Storm Sewer Project to Thelan Sand & Gravel, Inc. in the amount of $346,486.75. (Staff contact person: Ken Magnus 615-4329.) 7. Award of Construction Engineering Services for the Conway/Tanglewood Storm Sewer Project PRESENTED BY CITY ENGINEER KEN MAGNUS In conjunction with the Conway/Tanglewood Storm Sewer Project, it will be necessary to have certain engineering services undertaken during the construction phase of this project. These services involve construction staking, materials testing and construction inspection. These services are proposed to be undertaken by the engineering firm responsible for the design and plan preparation, McClure Engineering Associates, Inc., for a not-to-exceed amount of $28,000.00. This amount represents approximately 8% of the project construction cost. McClure Engineering Associates, Inc. provided construction engineering services on the recently completed Everett Road Reconstruction Project, where their performance was deemed to be very good. Recommended Action: It is recommended that the agreement for construction engineering services on the Conway/Tanglewood Storm Sewer Project be awarded to McClure Engineering Associates, Inc. in the amount of $28,000.00. (Staff contact person: Ken Magnus 615-4329.) V. VERBAL REQUESTS AND COMMUNICATIONS 1. Opportunity for the Public to Address the City Council 2. Petitions, Letters and Other Communications VI. APPROVAL OF AUTHORIZED INVOICES AND PAYROLLS During February, the following amounts were disbursed from the Cashier’s Account: Gen. IMRF & Cap. Imps. Water Total Invoices $1,344,262.56 $ 72,951.43 $1,417,213.99 Payroll $ 658,169.33 $ 91,834.80 $ 750,004.13 Totals $2,002,431.89 $164,786.23 $2,167,218.12 VII. AUTHORIZATION OF TREASURER'S WARRANTS TO MEET EXPENSES OF MARCH, 1996 The motion to authorize the Mayor and City Clerk to sign such warrants as may be necessary to meet the March, 1996 audited accounts. VIII. ADDITIONAL ITEMS FOR COUNCIL DISCUSSION IX. EXECUTIVE SESSION X. ADJOURNMENT Office of the City Manager March 1, 1996 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 facilities, are required to contact City Manager Robert R. Kiely, Jr., at (708) 234-2600 promptly to allow the City to make reasonable accommodations for those persons. Agenda Memorandum - 03/01/96 Page 7