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