Loading...
HomeMy WebLinkAboutCity Council Item 11CITY OF LSIN DUAM EXTktEME,• REPORT TO CITY COUNCIL TO: HONORABLE MAYOR AND MEMBERS OF THE CITY COUNCIL FROM: ROBERT A. BRADY CITY MANAGER DATE: MARCH 22, 2011 SUBJECT: BOAT LAUNCH FACILITY IMPROVEMENTS HAUL ROUTE APPLICATION Background The City of Lake Elsinore is currently in the process of finalizing the bid documents for the new boat launch improvements at the Lake Elsinore Campground located at 32040 Riverside Drive. The project requires a total of 170,000 cubic yards of fill to be imported from a 40 acre borrow site located at the east end of Lake Elsinore at the terminus of Malaga Road. Pursuant to Lake Elsinore municipal code 15.72.065, the Engineering Department is seeking Council approval of the haul route prior to advertizing the project for bids. Discussion In August of 2010, the City Council passed Ordinance 1271. The Ordinance requires all projects with transportation of earth materials in excess of 5,000 cubic yards to have their haul routes approved by the City Council. The Engineering Division, is requesting approval of a haul route prior to advertizing the project for bids. The desired haul route is described as follows: Travel from borrow site (Loaded Trucks) • Sylvester (Dirt) Road • Straight to Malaga Road • Right on Mission Trail • Right on Corydon Street • Right on Grand Avenue • Right on Riverside Drive • Right into City Campground at 32040 Riverside Drive AGENDA ITEM NO. 11 Page 1 of 9 Return to borrow site (Empty Trucks) • Right on Riverside Drive from 32040 Riverside Drive • Right on Lakeshore Drive • Left on Graham Avenue • Right on Spring Street • Left on Lakeshore Drive • Right on Diamond Drive • Right on Malaga Road The import phase will occur in late May of 2011 and continue for an additional 75 working days. The approved hours of work will be from 8:00 am-2:00 pm, to minimize the impact on the public when schoolchildren are in transit to school. The contractor will be required to provide video log through a 3rd party independent company of the condition of the haul route prior to the start of work. The contractor will post additional security with an agreement in the amount of $50,000 that will be returned to the contractor after completion of the import phase and City's acceptance of the haul route roads condition. The contractor will also post $5,000 cash deposit that is refundable upon the successful completion of hauling and cleanup activities. The total amount of security being requested will cover both repair and cleanup of any spillage. Conditions for this hauling process are as follows: 1. Provide equipment in the form of a Front End Loader or two (2) skid steer loaders including operator, trailer and tow vehicle, street sweeper and dump truck to respond to within 30-minutes of any reported spill along the haul route. 2. Distribute the haul route and hours of operations to all haul truck operators prior to the hauling operations. 3. Provide "Slow Trucks" signs at designated locations as approved by the City Engineer. 4. Provide a flagman to aid with traffic control at the entrance to the project site. 5. Provide dust control measures including water trucks at the borrow and receiving locations. 6. Provide documentation that the trucks being used have passed CHP and/or DMV inspections within the past 12-months. 7. Violations of any of these conditions will result in the stoppage of work until such time that a Safety and Compliance meeting can be held with the Inspector and City Engineer Fiscal impact The City's Contractor pursuant to the plans and specification will be responsible for any damage occurring to City Streets, and will place additional security with the City to guarantee such. Page 2 of 9 Recommendation Approve the request for the Lake and Aquatic Resources Department Haul Route including the hours of operation. Prepared by: Peter Ramey O - Project Manager Ken Seumalo Director of Public Works Approved by: Robert A. Brady City Manager Attachment: Vicinity Map/Haul Route Sample Haul Route Questionnaire and Agreement Page 3 of 9 Page 4 of 9 C111 oe LAKE LSIIYOR£ AR£ncSEXTR£t~f Job Address: Legal Description OImport: From: Loaded Truck Route: cubic yards address Empty Truck Route: Location of Staging Area: Max Number of Trucks Staged: street name, onsite, etc Type of Truck: Bottom Dump 18-Wheeler ~10 Wheeler Dump 05-Axle OTruck and Trailer Total # of trips per day: Truck Capacity: Total of cy per day: (a) cubic yards (b) (a) x (b) = c Total # of hauling days: Total Export/Import: Proposed Hauling Days: check Hours: From Owner's Name: Address: Applicant's Name: Address: Phone: Phone: Hauling Contractor's Name: Address: Applicant's Signature City of Lake Elsinore Department of Public Works 130 S Main Street, Lake Elsinore, CA 951-674-3124 fax 951-674-8761 Haul Route Questionnaire Must be completed for Import/Export over 5,000 cubic yards Tract/Parcel: Lot(s): M T W Th F cubic yards Export: am To pm Phone: Print Name Date Page 5 of 9 Page 6 of 9 AGREEMENT FOR CONSTRUCTION OF IMPROVEMENTS WHEREAS, the undersigned, whose business address herein referred to as "Contractor', has submitted to the City of Lake Elsinore for its approval a haul route plan for the project known as ; and, WHEREAS, Contractor desires to enter into an agreement and to furnish security in compliance with the City of Lake Elsinore Municipal Code LEMC 15.72.065. ; NOW, THEREFORE, in consideration of the approval of said Haul Route plan by the City, and as a condition of such approval, the Contractor promises and agrees at his own expense to adhere to the requirements of said condition and submits with this agreement, security for all costs and expense of in repairing any damage to streets or other public facilities and the removal of any deposits of earth materials or other debris resulting from the permitted operations. The above enumeration of items is understood to be only a general designation of the work and improvements, and not a binding description thereof. It is further understood and agreed that upon default of any obligation hereunder and at any time after any such default, the City may make written demand upon the Contractor and surety to immediately remedy the default or complete the work. If said remedial activities or completion of work are not commenced within sixty (60) days after such demand is made and are not thereafter diligently prosecuted to completion and fully completed within one hundred twenty (120) days after the making of such demand (or such other time as may be contained in said demand), the City may then complete or arrange for completion of all remaining work or conduct such remedial activity as in the sole judgment of the City may be required, all at the full expense and obligation of the Contractor and surety and all without the necessity of giving any further notice to the Contractor or surety before the City performs or arranges for performance of any work, and whether or not the Contractor or surety have constructed 1 Page 7 of 9 any of the requirements at the time. In the event the City elects to complete or arrange for completion of remaining work, the City Engineer, upon such election, may require all work by the Contractor or surety to cease in order to permit adequate coordination by the City for completing any remaining work not yet completed. The Contractor shall provide security in the form of and in the amount of in compliance with the terms of approval. For purposes of enforcing this agreement, the term "City" includes the City Council, the City Manager, the City Attorney, City Engineer, or any of them, or any of their authorized representatives. In WITNESS WHEREOF, the Contractor has caused this agreement to be executed this _ day of FOR: SIGNED: Type name & title here: SIGNED: Type name & title here: Type or Print name of company on line above CITY OF LAKE ELSINORE BY: ATTEST: Virginia J Bloom, City Clerk CITY OF LAKE ELSINORE Amy Bhutta, Mayor CITY OF LAKE ELSINORE APPROVED BY: Robert A. Brady, City Manager CITY OF LAKE ELSINORE Page 8 of 9 V ' O C _N W N Y co J p a a - x o O 0 a • H Y Q U) t4