Loading...
HomeMy Public PortalAboutIsabelle Street Bounded by 29th Avenue to 30th Avenue Storm DrainDecember 29, 1979 Department of Transportation P. O. Box 3366 Rincon Annex San Francisco, California 94119 Attention: Mr. W. A. Gohl, City & County Liaison Engineer Re: Isabelle & 30th Avenue Storm Drain Gentlemen: Enclosed is the Right -of -Way Certification for the above -referenced project. Very truly yours, ROBERT G. BEZZANT DIRECTOR OF PUBLIC WORKS ELMER J. SCHAAL ASSOCIATE ENGINEER RGB:EJS:bjw enclosure A. CITY OF SAN MATEO 12-14-79 04124-955051 Date Identification Number RIGHT-OF-WAY CERTIFICATION SOS -000S( ) Federal Program Department of Transportation P. O. Box 3366, Rincon Annex San Francisco, CA 94119 Attention: W. A. Gohl Isabelle & 30th Ave. Storm Drain Street, Road, or Project Name Isabelle & 30th Ave. & Isabelle & 29th Ave. Job Limits Right-of-way acquisition was not required for the construction of this project since all work is being done as set forth below: 1. STATUS OF RIGHT-OF-WAY ACQUISITION All Construction is within existing Right -of -Way. All right-of-way was acquired prior to July 1, 1972. 2. STATUS OF AFFECTED RAILROAD FACILITIES - None 3. DESIGNATED MATERIAL SITES - None 4. DESIGNATED DISPOSAL AREAS - None 5. STATUS OF UTILITY RELOCATIONS- Cal. Water& P G & E have been notified in writing to relocate said utilities. 6. SCHEDULE FOR REMOVAL OF OBSTRUCTIONS - Said utilities will be relocated during con- struction and will not interfere with City 7. UNAUTHORIZED ENCROACHMENTS- None contractors. None p J 8. COMPLIANCE WITH FEDERAL AND STATE REQUIREMENTS REGARDING THE ACQUISITION OF REAL PROPERTY The acquisition of right-of-way was not required. 9. COMPLIANCE WITH RELOCATION ADVISORY ASSISTANCE AND PAYMENTS PROVISIONS OF FEDERAL AND STATE LAW The project did not require the displacement.of any persons or business. I HEREBY CERTIFY the right-of-way on this project as conforming to Statement No. (1 ) of Paragraph 5c of FHPM 6-4-2-1. CITY OF SAN MATED A6ENEf By Robert G. Be ant ir. of P Iic Works Z t Date i} %� agieeering Department Coordination Sheet Engr. Dept. Originator it. Mr Deft P. Sall G T. R. Lammers, District Director ortment of Transportation . Box 3366 Rincon Annex Francisco, California 94102 Attention. Mr. Jim Landers, City -County Liaison Dear Mr. Lammers: October 4, 1979 Re: Isa�bellt ands th Avenue Storm Drain an'd Intersection C%roding Enclosed for your review ore four copies of the plans and specifications for the above - mentioned project. The corrections suggested in your letter of June 5, 1979 have been made. If you have any questions or further suggestions, please contact Elizabeth Belshaw at 574-6790. Very truly yours, ROBERT G. BEZZANT DIRECTOR OF PUBLIC WORKS ELIZABETH BEISHAW JUNIOR ENGINEER State of California Business and Transportation Agency Memorandum JIM LANDERS To Program Management ATTN: Bob Gomez From : DEPARTMENT OF TRANSPORTATION H. T. D. Fong -Hyd. Subject: Dote: File : June 14, 1979 04-SM-32 04124 - 955051 Isabelle in SM SR 245 This is the review and comments of the proposed drainage system at Isabelle and 30th Streets in San Mateo that you requested by inter -branch route slip on 5/15/79. We have no objections to this plan since it will improve the surface drainage, but it appears that the system will be marginal. The amount of runoff requires that the rroposed pipe flc.: under such pressure that backflow water would be part of the gutter flow in order to meet the 10 -year storm criteria stated in the City of San 'Mateo Master Drainage Plan of 1966 and the City and County Project Manual, `gotten F-5.04. H. T. D. FONG Hydraulics Project Engineer HTDF:ot cc: TJW-HTDF STATE OF CALIFORNIA --BUSINESS AND TRANS. ATION AGENCY EDMUND G. BROWN 1R., Governor DEPARTMENT OF TRANSPORTATION P.O. BOX 3366 RINCON ANNEX SAN FRANCISCO 94119 (415) 557.1840 June 5, 197) Mr. Robert G. Bezzant Director of Public Works City of San Mateo 330 West 20th Avenue San Mateo, CA 94403 Dear Mr. Bezzant: Although there are no Safer Off -System Federal -Aid Highway funds available at this time to pursue off system safety projects, I have nevertheless reviewed your draft plans, specifications and estimate for your 30th and Isabelle Avenues submittal, should new funds be appropriated by Congress in the near future. Following are Caltrans' comments for suggested corrections to this draft PS&E: 1) Use current Section 5-3 Area Affirmative Action Plan - Enclosed. 2) Use current Section 5 Federal Minimum Wages - Enclosed. 3) Use current Section 6 Federal Requirements (FR -1 through FR -14) - Enclosed. 4) Recommend using at least $20.00 per foot for item of removal and replacement of PCC curb and gutter and round up quantity to 50 lineal feet. Curb and gutter should be measured for clarity's sake along the new face of curb which is standard procedure (Sec- tion 10-1.10 Curb and Gutter). A statement to the effect that concrete drainage aprons shall be considered as included in the price paid for contiguous new curb per lineal foot of curb is deemed necessary to avoid payment controversy. What is the x -section of the replacement curb and gutter? City Standard Plan concrete class (520-B-2500) is not germane with your Section 8-2 of the Special Provisions (Class A, Class B, Class C and Class D). " Mr. Robert G. Bezzant Page 2 June 5, 1979 5) An Analysis of asphalt concrete quantity reveals that paving of new pipe trenches was forgotten to be included in total proj- ect quantity. Approximately 6o tons is required for the given work. 6) There is no mention of supplying water and how it is to be paid for in the Special Provisions. Undoubtedly water will be required. Inserts will require updating if this project is delayed indefinitely waiting for new Federal funds, therefore do not bind final bid docu- ments until funds are eminent. Sincerely yours, T. R. LAMMERS District Director B JAMES R. LANDERS, Associate -t9 & County Liaison Engineer " EDMUND G. BROWN JR., Governor STATE OF CALIFORNIA  BUSINESS AND 1RANSPORS, " N AGENCY z Rx D P.O. BOX 3366 RINCON A SAN FRANCISCO 94119 (415) 557-1840 mss_ if aIPtesayVffirtM MtM6 May 16, 1979 Mr. Robert G. 43ezzant Director of Public Works City of San Mateo 330 West Twentieth Avenue San Mateo, CA 94403 Dear Bob: We have received your letter of May 11, 1979, expressing :.oncern to U for three pending matters. The reincorporation of Eas1'T d4venvn System has been submitted for approvall their consideration months ago. Mr. Gene Zeitlin of MTC informed us recently that he must review the entire County FAU System to make a judgment as to whether or not East Third Avenue should be classified as an FAU route. This office is supplying him FAU maps for this ascortation. It may be beneficial for you to inform MTC of your planned development along East Third Avenue1 for his consideration. T'o date this office has not received word of any new S.O.S. Funds being allocated. There remained only $17,000 in S.O.S. funds relinquished by Belmont due to not awarding their Talbyrn Drive project, but this amount is not sufficient to fund yourV4oth neti Isaj2gj1.e Aven es nro'egs, San Mateo County decided to turn the ismainaer over to i lbrae and Burlingame rather than cause you to be locked into an under -funded project. Your project will receive full federal funding participation when, and if, Congress appropriates new funds for the S.O.S. program. With regard to the Pavement Marking Demonstration Program, I do have some good news. You will receive my letter formally announcing the new appropriation as well as the new work sheet forms as soon as they get here from the printers. Gerry Mon of your engineering staff Mr. Bezzant Page 2 May 16, 1979 was alerted a few weeks ago by Bob Gomez that a new appropriation was announced. I presume Gerry is working on your pavement marker submittal in the interim. If we can be of further assistance please feel free to call. Sincerely yours, T. R. LAM`dERS Distr' t Director IES R. LANDERS Associate City $ County Liaison Engineer 'r'Sgir.(:^Y]ng !)ep.1} tL•'nt c..ordination Sheet KO9r. Dept, Oziginator Walt Gehl and County Liaison Engineer ifornia Department of Transportation . Sox 3366 Rincon Annex Francisco, California 94102 r Walt: 7' 2. The funding of Thirtieth and Isabelle Avenues by SOS funds: The plans, specifications, a est mates fort E project have been complete for several months. They have been forwarded to your office. We have been told that recently some SOS money has been wade available. We hope that you will consider our project in applying thpao funds (full funding). X U 1.- 'c- 3. Our request for participation in the Raised pavement Dlarker Program: We are cware that currently you do not have funding for this program. However, we want to rewind you that as soon as funds become available, wo wish to be alerted. As you know, San Mateo has missed participating in this program in the past. tic are extremely anxious that we do not miss it again. Dz.y 7 1 , 1979 urrently have three different matters in your office for your action t are of utmost importance to us. They are the following: 1. The reincorporation of\iiird Avenge betweenIristik Street and primer's Island Eoulevard,into the Federal Aid Urban Sy a This request was mace to your office last year. to are aware that your office subse- quently forwarded it to the Metropolitan Transportation Commission for their action. However, at this time we are unaware that any action has been taken. rauss a" Ali Your assistance in facilitating these natters will be greatly appreciated. Thank you for all you have done for us on our other projects. RGB : 1.EP : hh I L Very truly yours, C DOBE BE2 DIRE. RCFP engineering Department Coordination Sheet Engr• Dept. Originator Init. March 2, 1979 Mr. T. R. Lammers Department of Transportation P. O. Box 3366, Rincon Annex San Francisco, CA 94119 Attention: Mr. Bob Gomez City and County Liaison Re: Isabelle Ave. and 34th num Storm Drain and Inrersertlp, Gra nc Gentlemen: Enclosed are six sets of plans, specifications and estimates for the above referenced project. Please review these plans and advise us of any changes or modifications required. We are pre- pared to advertise for bids upon your approval for us to proceed. If you have any questions or require further information, please contact Frank Casteleneto at 574-6790. FC:dk Encl. very truly yours, FRANK CASTELENETO ASSISTANT ENGINEER it V COPY CITY OF SAN MATEO DEPARTMENT OF PUBLIC WORKS SPECIAL PROVISIONS NOTICE TO CONTRACTORS PROPOSAL AND CONTRACT FOR CONSTRUCTION OF A STORM DRAIN' AND INTERSECTION GRADING IN SAN MATEO COUNTY, IN SAN MATEO ON ISABELLE STREET FROM 29TH AVENUE TO 30TH AVENUE FOR USE IN CONNECTION WITH STANDARD SPECIFICATIONS DATED JANUARY, 1978, AND STANDARD PLANS DATED MARCH, 1977 OF THE CALIFORNIA DEPARTMENT OF TRANSPORTATION FEDERAL -AID PROJECT SOS- O.F.C.C. IDENTIFICATION NUMBER SM-DOT- aro w n M I-• f7 M r w n ar• t4. 0 K {Y N a w P-PWd-25 /SABELLE ST. AND 3GTH AVE. s -..-em DRAIN AND INTERSECION GRADIhw SCHEDULE OF BID ITEMS ENGINEER'S ESTIMATE Item Estimated Unit Total Amount No. Description of Item Quantity Unit Price of Item' 1. Furnish and Install 15" RCP $ $ CL. 4 60 L.F. $ 30.00 1,800.00 2. Furnish and Install 18" RCP $ S CL.4 530 L.F. $ 37.00 $ 19,610.00 3. Install Standard Storm $ $ Drain Manhole 3 EA. 81;040.00 $ 3,120.00 4 Install Catch Basin Type $ $ G-3 6 EA. $1,000.00 $ 6,000.00 5 Remove and Replace Curb S . $ and Gutter 47 L.F. '$ 15.00 $ 705.00 ,$ Asp Alt Concrete Paying 45 TON S 45.00 S 2,025.00 $ $ SUB -TOTAL $ $ 33,260.00 S $ 15% Engineering & Contingencies $ $ 4,989.00 $ $ TOTAL $ $ 38,249.00 $ $ $ $ S $ $ $ $ S $ S $. S TOTAL $ " City of San Mateo Isabelle Street And 30th Avenue Storm Drain And Intersection Grading Location Map Notice To Contractors Special Provisions Section 1. Specifications And Plans 2. Proposal Requirements And Conditions 3. Award And Execution Of Contract 4. Beginning Of Work, Time Of Completion And Liquidated Damages 5. General 5-1.01 Blank 5-1.02 Blank 5-1.03 General Prevailing Wage Rate 5-1.04 Inquiries On Bidding 5-1.05 Previous Disqualification, Removal Or Other Prevention Of Bidding 5-1.06 Blank 5-1.07 Blank 5-1.08 Subcontracting 5-1.09 Highway Construction Equipment 5-1.10 Permits And Licenses 5-1.11 Payment 5-1.12 Project appearance 5-2. Blank 5-3. Area Affirmative Action Plan 5-3.01 General 5-3.02 Specific Coals And Timetables 5-3.03 Order Of The Secretary Of Labor P-PWd-2 " 6. Federal Requirements For Federal -Aid Construction Projects 6-1.01 General 6-1.02 Performance Of Previous Contracts 6-1.03 Non -Collusion Provision 6-1.04 Federal -Aid Proposal Notices 6-1.05 Alternative Materials 6-1.06 Required Contract Provisions - All Federal -Aid Construction Contracts 6-1.07 Standard Federal Equal Employment Opportunity Construction Contract Specifications 7. Blank 8. Materials 8-1. Miscellaneous 8-1.01 General 8-1.02 Relative Compaction 8-2. Concrete 9. Description Of Work 10. Construction Details 10-1.01 Progress Schedule 10-1.02 Dust Control 10-1.03 Earthwork 10-1.04 Asphalt 10-1.05 Asphalt Concrete 10-1.06 Catch Basins 10-1.07 Manholes 10-1.08 Traffic Control 10-1.09 Reinforced Concrete Pipe 10-1.10 Curb And Cutter P-PWd-3 Proposal Certification For Affirmative Action For Equal Employment Opportunity Certification Of Performance Of Previous Contracts Non -Collusion Affidavit Bidder's Bond Contract Standard Drawings 3-1-107 Standard Type "B" Manhole Frame And Cover 3-1-123 Standard Type G-3 Catch Basin 3-1-125 Standard Catch Basin Frame And Crate Detail, Type "3" 3-1-130 Junction Structure 3-1-141 Typical Sections Of Curb, Gutter And Sidewalk 3-1-153 Standard Trench Detail Standard Manhole Detail P-PWd-4 d VkV N OII V307 193rvdd •u q f • nkr �tr;� r, a tit -.. jJ iy Jf p 1_ e. i i n `a ,LL 1. •r w-" - 1 u- ),. , }fir. l j_ y __ BAYSHORE FREEWAY_ I1 N< '' i+ :.% i=' G�=At :1� if f 1, " rf rr 3 .r r, , rr jJ ?. .l +' .•d/+ ; s .cS j •4+ ,r frt L; T afl vu O:1 • +r ` N pal �{ `j i r' ,•� ' fr Sy IJ +J a {t •; J �� c 1� ' — —/_Si i ll - tJ nA i� r r 7, 5 i k ` L. JJ ,� c:> / X1+2 ", ., ,.7 -,�' 1 A 1. ...., _ •, . .. 1. s .� � ..4 �• 7 LLUf -1 - NOTICE TO CONTRACTORS Sealed proposals will be received at the office of the City Clerk, Room 39, City hall, 330 West 20th Avenue, San Mateo, California, until 2:00 p.m. on , at which time they will be publicly opened and read in the Conference Room of said building for: ISABELLE STREET AND 30TH AVENUE STORM DRAIN AND INTERSECTION GRADING CITY ENGINEER'S ESTIMATED QUANTITIES Item Estimated No. Description of Item Unit Quantity 1. Furnish and Install 15" RCP CL 4 L.F. 60 2. Furnish and Install 18" RCP CL 4 L.F. 530 3. Install Standard Storm Drain Manhole EA 3 4. Install Catch Basin Type G-3 EA 6 5. Remove and Replace Curb and Cutter L.F. 47 6. Asphalt Concrete Paving Ton 45 Plans, specifications and proposal forms for bidding this project can only be obtained at the office of the Public Works Department, City Hall, 330 West 20th Avenue, San Mateo, California, 94403. A nonrefundable fee of $5.00 is required. The successful bidder shall furnish a payment bond and a performance bond. The City of San Mateo notifies all bidders that it will affirmatively insure that in any contract entered into pursuant to this advertisement, minority business enterprises will be afforded full opportunity to submit bids in response to this invitation and will not be discriminated against on the grounds of race, color or national origin in consideration for an award. The general prevailing rate of wages applicable to the work to be done is as shown on the Prevailing Wage Scale - General on file in the office of the City Clerk, or that established by the Federal Wage Determination CA76-5063 (including all modifications) whichever is greater. The contractor shall post the latest wage determination at the job site. DATED CITY.COUNCIL CITY OF SAN MATEO JANE BAKER, MAYOR P-PWd-5 -2 - CITY OF SAN MATEO SPECIAL PROVISIONS For: A storm drain along Isabelle Street from 29th Avenue to 30th Avenue and intersection grading at Isabelle Street and 30th Avenue. The work includes, but is not limited to, installation of reinforced concrete pipe, installation of manholes and catch basins, and asphalt concrete paving. SECTION 1. SPECIFICATIONS AND PLANS The work embraced herein shall be done in accordance with the Standard Specifications dated January, 1978, and the Standard Plans dated March, 1977, of the California Department of Transportation, insofar as the same may apply and in accordance with the following special provisions. In case of conflict between the Standard Specifications and these special provisions, the special provisions shall take precedence over and be used in lieu of such conflicting portions. Wherever in the special provisions, notice to contractors, proposal, contract or other contract documents the following terms are used, unless the context otherwise requires, the intent and meaning shall be interpreted as follows: State - City of San Mateo Department of Transportation - Department of Public Works, City of San Mateo Director of Transportation - Director of Public Works, City of San Mateo Division of Highways - Public Works Bepartment, City of San Mateo Engineer - Director of Public Works, City of San Mateo Attorney General - City Attorney SECTION 2. PROPOSAL REQUIREMENTS AND CONDITIONS The bidder's attention is directed to the provisions in Section 2, "Proposal Requirements and Conditions," of the Standard Specifications and these special provisions for the requirements and conditions which he must observe in the preparation of the proposal form and the submission of the bid. The form of Bidder's Bond mentioned in the last paragraph in Section 2-1.07, "Proposal Guaranty" of the Standard Specifications will be found following the signature page of the proposal annexed hereto. Prequalification of bidders in accordance with Section 2-1.11 of the Standard Specifications will NOT be required. P-PWd-6 -3 - SECTION 2. PROPOSAL REQUIREMENTS AND CONDITIONS (continued) Notice is also hereby given that all bidders may be required to furnish a sworn statement of their financial responsibility, technical ability, and experience before award is made to any particular bidder. SECTION 3. AWARD AND EXECUTION OF THE CONTRACT The bidder's attention is directed to the provisions in Section 3, "Award and Execution of Contract," of the Standard Specifications and to "Proposal Requirements and Conditions," of these special provisions for the requirements and conditions concerning award and execution of contract. Contractor shall provide, at the time of the execution of the agreement or contract for the work, and at his own expense, a surety bond in an amount equal to at least one hundred percent (100%) of the contract price as security for the faithful performance of said agreement. Contractor shall also provide, at the time of the execution of the agreement or contract for the work, and at his own expense, a separate surety bond in an amount equal to at least one hundred percent (100x) of the contract price as security for the payment of all persons performing labor and furnishing materials in connection with said agreement. Sureties on each of said bonds shall be satisfactory to the City Attorney. SECTION 4. BEGINNING OF WORK, TIME OF COMPLETION AND LIQUIDATED DAMAGES Attention is directed to the provisions in Section 8-1.03, "Beginning of Work," in Section 8-1.06, "Time of Completion," and in Section 8-1.07, "Liquidated Damages," of the Standard Specifications and these Special Provisions. The contract time shall commence upon the date of issuance of a notice to proceed. The work shall start within 15 days thereafter, and be diligently prosecuted to completion before the expiration of 30 working days after the date of said approval. The Contractor shall pay to the City of San Mateo the sum of $50.00 per day, for each and every calendar day's delay in finishing the work in excess of the number of working days prescribed above. SECTION 5. GENERAL 5-1.03 GENERAL PREVAILING WAGE RATE - The general prevailing rate of wages applicable to the work to be done is as shown on the Prevailing Wage Scale - General on file in the office of the City Clerk, or that established by the Federal Wage Determination CA76-5063 (including all modifications) whichever is greater. The contractor shall post the latest wage determination at the job site. 5-1.04 INQUIRIES ON BIDDING - Questions regarding the specifications or drawings or any other portion of the contract or any addenda thereto shall be directed to the Director of Public Works of the City of San Mateo, 330 West 20th Avenue, San Mateo, California 94403, in writing. No interpretation of the meaning of the specifications, drawings, or other pre -bid documents will be made to any bidder orally. • P-PWd-7 -4- 5-1.05 PREVIOUS DISQUALIFICATION, REMOVAL OR OTHER PREVENTION OF BIDDING - Pursuant to Section 14310.5 of the Government Code (Chapter 782, Statutes of 1974) the bidder shall complete, under penalty of perjury, the questionnaire in the Proposal relating to previous disqualification, removal or other prevention of bidding of the bidder, or officers or employees of the bidder because of violation of law or a safety regulation. A bid may be rejected on the basis of any employee of such bidder who has a having been disqualified, removed, or completing a federal, state, or local a safety regulation. a bidder, any officer of such bidder, or proprietary interest in such bidder, otherwise prevented from bidding on, or project because of a violation of law of 5-1.08 SUBCONTRACTING - Attention is directed to the provisions in Section 8-1.01, "Subcontracting," of the Standard Specification. 5-1.09 HIGHWAY CONSTRUCTION EQUIPMENT - Attention is directed to Section 7-1.011, "Vehicle Code," and 7-1.02, "Weight Limitations," of the Standard Specifications. Pursuant to the authority contained in Section 591 of the Vehicle Code, the Department has determined that, within such areas as are within the limits of the project and are open to public traffic, the contractor shall comply with all the requirements set forth in Divisions 11, 12, 13, 14 and 15 of the Vehicle Code. Attention is directed to the statement in Section 591 that this section shall not relieve him or any person from the duty of exercising due care. The contractor shall take all necessary precautions for safe operation of his equipment and the protection of the public from injury and damage from such equipment. 3-1.10 PERMITS AND LICENSES - Attention is directed to Section 7-1.04, "Permits and Licenses," of the Standard Specifications. 5-1.11 PAYMENT - Attention is directed to Section 9-1.06, "Partial Payments," and 9-1.07, "Payment After Acceptance," of the Standard Specifications and these Special Provisions. No partial payment will be made for any materials on hand which are furnished but not incorporated in the work. 5-1.12 PROJECT APPEARANCE - The contractor shall maintain a neat appearance to the work. In any area visible to the public, the following shall apply: When practicable, broken concrete and debris developed during clearing and grubbing shall be disposed of concurrently with its removal. If stockpiling is necessary, the material shall be removed or disposed of daily. The contractor shall: 1) furnish trash bins or load and off haul for all debris from structure construction. All debris shall be placed in trash bins or hauled off site daily. P-PWd-8 ' -5 - Full compensation for conforming to the provisions in this section, not otherwise provided for, shall be considered as included in prices paid for the various contract items of work involved and no additional compensation will be allowed therefor. (To be used in Federal -aid projects in San Mateo County.) FEDERAL 9-7-76 SECTION 5-3. AREA AFFIRMATIVE ACTION PLAN 5-3.01 GENERAL - The Area Plan applicable to this project shall be the San Mateo Plan on minority employment. Organizations subscribing to said plan include but are not limited to certain trades from the San Mateo County Building and Construction Trades Council, Local Construction Trade Unions, and General and Specialty Contractors Associations. 5-3.02 SPECIFIC COALS AND TIMETABLES - The Contractor's affirmative action plan shall specify at least the following range of percentages of minority manpower utilization: From 12/31/75 forward 12.0% - 14.0% 5-3.03 ORDER OF THE SECRETARY OF LABOR - The Secretary of Labor Order entitled "Bid Conditions Setting Forth Affirmative Action Requirements for all Non -Exempt Federal and Federally -Assisted Construction Contracts to be Awarded in San Mateo County, California," dated February 8, 1972, shall apply to this project. P-PWd-9 NOTICE OF REQUIREMENT FOR AFFIRMATIVE ACTION TO ENSURE EQUAL EMPLOYMENT OPPORTUNITY (EXECUTIVE ORDER 11246) 1. The Offeror's or Bidder's attention is called to the "Equal Opportunity Clause" and the "Standard Federal Equal Employment Opportunity Construction Contract Specifications" set forth herein (EXHIBITS C-1 and C-2). 2. The goals and timetables for minority and female participation, expressed in percentage terms for the Contractor's aggregate workforce in each trade on all construction work in the covered areas are as follows: a. The following goals and timetables for female utilization shall be included in all Federal and federally assisted construction contracts and subcontracts in excess of $10,000. The goals are applicable to the contractor's aggregate on -site construction workforce whether or not part of that workforce is performing work on a Federal or federally assisted construction contract or subcontract. Area Covered: Coals for Women apply nationwide. Goals and Timetables: Timetable Goals (Percent) From April 1, 1978 until March 31, 1979 3.1 From April 1, 1979 until March 31, 1980 5.0 From April 1, 1980 until March 31, 1981 6.9 b. Until further notice, the following goals and timetables for minority utilization shall be included in all Federal or federally -assisted construction contracts and subcontracts in excess of $10,000 to be performed in the respective covered areas. The goals are applicable to the contractor's aggregate on -site construction workforce whether or not part of that workforce is performing work on a Federal or federally -assisted construction contract or subcontract. Area Covered: San Mateo County, California Coals and Timetables: Timetable Until further notice Trade Goal (Percent) All 12.0 to 14.0 These goals are applicable to all the Contractor's construction work (whether or not it is Federal or federally assisted) performed in the covered work area. The Contractor's compliance with the Executive Order and the regulations in 41 CFR Part 60-4 shall be based on its implementation of the Equal Opportunity Clause, specific affirmative action obligations required by the specifications set forth in 41 CFR 60-4.3(a), and its efforts to meet the goals established for the geographical area where the contract resulting from this solicitation is to be performed. The hours of minority and female employment and training must be substantially uniform throughout the length of the contract, and in each trade, and the contractor shall make a good faith effort to employ minorities and women evenly on each of its projects. The transfer of minority or female employees or trainees from Contractor to Contractor or from project EXHIBIT B-1 P-SPECg-24 to project for the sole purpose of meeting the Contractor's goals shall be a violation of the contract, the Executive Order and the regulations in 41 CFR Part 60-4. Compliance with the goals will be measured against the total work hours performed. 3. The Contractor shall provide written notification to the Director of the Office of Federal Contract Compliance Programs and U.S. Department of Housing and Urban Development (Regional Office) within 10 working days of award of any construction subcontract in excess of S10,000 at any tier for construction work under the contract resulting from this solicitation. The notification shall list the name, address, and telephone number of the subcontractor; employer identification number; estimated dollar amount of the subcontract; estimated starting and completion dates of the subcontract; and the geographical area in which the contract is to be performed. 4. As used in this Notice, and in the contract resulting from this solicitation, the "covered area" is California, San Mateo, San Mateo. EXHIBIT B-1 P-SPECg-25 SECTION 60-4.3 Equal Opportunity Clauses (a) The equal opportunity clause published at 41 CFR 60-1.4(a) of this chapter is required to be included in and is part of, all non-exempt Federal contracts and subcontracts, including construction contracts and subcontracts. The equal opportunity clause published at 41 CFR 60-1.4(b) is required to be included in, and is a part of, all non-exempt federally assisted construction contracts and subcontracts. In addition to the clauses described above, all Federal contracting officers, all applicants and all non -construction contractors, as applicable, shall include -we specifications set forth in this section in all Federal and federally assisted construction contracts in excess of $10,000 to be performed in geographical areas designated by the Director pursuant to Section 60-4.6 of this part and in construction subcontracts in excess of $10,000 necessary in whole or in part to the performance of non -construction Federal contracts and subcontracts covered under the Executive Order. NOTE: The Equal Opportunity Clause pertaining to DUD grant recipient agencies (contained in 41 CFR 60-1.4(b)) is as follows. It must be included in all federally -assisted construction contracts and subcontracts in excess of $10,000. (Excerpted from 41 CFR 60-1.4(b)) (b) Federally assisted construction contracts. (1) Except as otherwise provided, each administering agency shall require the inclusion of the following language as a condition of any grant, contract, loan, insurance, or guarantee involving federally assisted construction which is not exempt from the requirements of the equal opportunity clause: The applicant hereby agrees that it will incorporate or cause to be incorporated into any contract for construction work, or modification thereof, as defined in the regulations of the Secretary of Labor at 41 CFR Chapter 60, which is paid for in whole or in part with funds obtained from the Federal Government or borrowed on the credit of the Federal Government pursuant to a grant, contract, loan, insurance, or guarantee, or undertaken pursuant to any Federal program involving such grant, contract, loan, insurance, or guarantee, the following equal opportunity clause: During the performance of this contract, the contractor agrees as follows: (1) The contractor will not discriminate against any employee or applicant for employment because of race, color, religion, sex, or national origin. The contractor will take affirmative action to ensure that applicants are employed, and that employees are treated during employment without regard to their race, color, religion, sex, or national origin. Such action shall include, but not be limited to the following: Employment, upgrading, demotion, or transfer; recruitment or recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship. The contractor agrees to post in conspicuous places, available to employees and applicants for employment, notices to be provided setting forth the provisions of this nondiscrimination clause. (2) The contractor will, in all solicitations or advertisements for employees placed by or on behalf of the contractor, state that all qualified applicants will receive consideration for employment without regard to race, color, religion, sex, or national origin. EXHIBIT C-1 P-SPECg-26 (3) The contractor will send to each labor union or representative of workers with which he has a collective bargaining agreement or other contract or understanding, a notice to be provided advising the said labor union or workers' representatives of the contractor's commitments under this section, and shall post copies of the notice in conspicuous places available to employees and applicants for employment. (4) The contractor will comply with all provisions of Executive Order 11246 of September 24, 1965, and of the rules, regulations, and relevant orders•of the Secretary of Labor. (5) The contractor will furnish all information and reports required by Executive Order 11246 of September 24, 1965, and by rules, regulations, and orders of the Secretary of Labor, or pursuant thereto, and will permit access to his books, records, and accounts by the administering agency and the Secretary of Labor for purposes of investigation to ascertain compliance with such rules, regulations, and orders. (6) In the event of the contractor's non-compliance with the nondiscrimination clauses of this contract or with any of the said rules, regulations, or orders, this contract may be canceled, terminated, or suspended in whole or in part and the contractor may be declared ineligible for further Government contracts or federally assisted construction contracts in accordance with procedures authorized in Executive Order 11246 of September 24, 1965, and such other sanctions may be imposed and remedies invoked as provided in Executive Order 11246 of September 24, 1965, or by rule, regulation, or order of the Secretary of Labor, or as otherwise provided by law. (7) The contractor will include the portion of the sentence immediately preceding paragraph (1) and the provisions of paragraphs (1) through (7) in every subcontract or purchase order unless exempted by rules, regulations, or orders of the Secretary of Labor issued pursuant to section 204 of Executive Order 11246 of September 24, 1965, so that such provisions will be binding upon each subcontractor or vendor. The contractor will take such action with respect to any subcontract or purchase order as the administering agency may direct as a means of enforcing such provisions, including sanctions for noncompliance: Provided, however, That in the event a contractor becomes involved in, or is threatened with, litigation with a subcontractor or vendor as a result of such direction by the administering agency the contractor may request the United States to enter into such litigation to protect the interests of the United States. The applicant further agrees that it will be bound by the above equal opportunity clause with respect to its own employment practices when it participates in federally assisted construction work: Provided, That if the applicant so participating is a State or local government, the above equal opportunity clause is not applicable to any agency, instrumentality or subdivision of such government which does not participate in work on or under the contract. The applicant agrees that it will assist and cooperate actively with the administering agency and the Secretary of Labor in obtaining the compliance of contractors and subcontractors with the equal opportunity clause and the rules, regulations, and relevant orders of the Secretary of Labor, that it will EXHIBIT C-1 P-SPECg-27 furnish the administering agency and the Secretary of Labor such information as they may require for the supervision of such compliance, and that it will otherwise assist the administering agency in the discharge of the agency's primary responsibility for securing compliance. The applicant further agrees that it will refrain from entering into any contract or contract modification subject to Executive Order 11246 of September 24, 1965, with a contractor debarred from, or who has not demonstrated eligibility for, Government contracts and federally assisted construction contracts pursuant to the Executive order and will carry out such sanctions and penalties for violation of the equal opportunity clause as may be imposed upon contractors and subcontractors by the administering agency or the Secretary of Labor pursuant to Part II, Subpart D of the Executive order. In addition, the applicant agrees that if it fails or refuses to comply with these undertakings, the administering agency may take any or all of the following actions: Cancel, terminate, or suspend in whole or in part this grant (contract, loan, insurance, guarantee); refrain from extending any further assistance to the applicant under the program with respect to which the failure or refund occurred until satisfactory assurance of future compliance has been received from such applicant; and refer the case to the Department of Justice for appropriate legal proceedings. (c) Subcontracts. Each nonexempt prime contractor or subcontractor shall include the equal opportunity clause in each of its nonexempt subcontracts. (d) Incorporation by reference. The equal opportunity clause may be incorporated by reference in Government bills of lading, transportation requests, contracts for deposit of Government funds, contracts for issuing and paying U.S. savings bonds and notes, contracts and subcontracts less than $50,000 and such other contracts as the Director may designate. (e) Incorporation by operation of the order and agency regulations. By operation of the order, the equal opportunity clause shall be considered to be a part of every contract and subcontract required by the order and the regulations in this part to include such a clause whether or not it is physically incorporated in such contracts. The clause may also be applied by agency regulations to every nonexempt contract where there is no written contract between the agency and the contractor. (f) Adaptation of language. Such necessary changes in language may be made in the equal opportunity clause as shall be appropriate to identify properly the parties and their undertakings. EXHIBIT C-1 P-SPECg-2H STANDARD FEDERAL EQUAL EMPLOYMENT OPPORTUNITY CONSTRUCTION CONTRACT SPECIFICATIONS (EXECUTIVE ORDER 11246) 1. As used in these specifications: a. "Covered area" means the geographical area described in the solicitation from which this contract resulted; b. "Director" means Director, Office of Federal Contract Compliance Program, United States Department of Labor, or any person to whom the Director delegates authority; c. "Employer identification number" means the Federal Social Security number used on the Employee's Quarterly Federal Tax Return, U.S. Treasury Department Form 941. d. "Minority" includes: (i) Black (all persons having origins in any of the Black African racial groups not of Hispanic origin); (ii) Hispanic (all persons of Mexican, Puerto Rican, Cuban, Central or South American or other Spanish Culture or origin, regardless of race; (iii) Asian and Pacific Islander (all persons having origins in any of the original peoples of the Far East, Southeast Asia, the Indian subcontinent or the Pacific Islands); and (iv) American Indian or Alaskan Native (all persons having origins in any of the original peoples of North America and maintaining identifiable tribal affiliations through membership and participation or community identification). 2. Whenever the Contractor, or any Subcontractor at any tier, subcontracts a portion of the work involving any construction trade, it shall physically include in each subcontract in excess of $10,000 the provisions of these specifications and the Notice which contains the applicable goals for minority this contract resulted. 3. If the Contractor is participating (pursuant to 41 CFR 60-4.5) in a Hometown Plan approved by the U.S. Department of Labor in the covered area either individually or through an association, its affirmative action obligations on all work in the Plan area (including goals and timetables) shall be in accordance with that Plan for those trades which have unions participating in the Plan. Contractors must be able to demonstrate their participation in and compliance with the provisions of any such Hometown Plan. Each Contractor or Subcontractor participatingin an approved plan is individually required to comply with its obligations under the EEO clause, and to make a good faith effort to achieve each goal under the Plan in each trade in which it has employees. The overall good faith performance by other Contractors or Subcontractors toward a goal in an approved Plan does not excuse any covered Contractor's or Subcontractor's failure to take good faith efforts to achieve the Plan goals and timetables. EXHIBIT C-2 • P-SPECg-29 4. The Contractor shall implement the specific affirmative action standards provided in paragraphs 7a through p of these specifications. The goals set forth in the solicitation from which this contract resulted are expressed as percentages of the total hours of employment and training of minority and female utilization the Contractor should reasonably be able to achieve in each construction trade in which it has employees in the covered area. The Contractor is expected to make substantially uniform progress toward its goals in each craft during the period specified. 5. Neither the provisions of any collective bargaining agreement, nor the failure by a union with whom the Contractor has a collective bargaining agreement, to refer either minorities or women shall excuse the Contractor's obligations under these specifications, Executive Order 11246, or the regulations promulgated pursuant thereto. 6. In order for the nonworking training hours of apprentices and trainees to be counted in meeting the goals, such apprentices and trainees must be employed by the Contractor during the training period, and the Contractor must have made a commitment to employ the apprentices and trainees at the completion of their training, subject to the availability of employment opportunities. Trainees must be trained pursuant to training programs approved by the U.S. Department of Labor. 7. The Contractor shall take specific affirmative actions to ensure equal employment opportunity. The evaluation of the Contractor's compliance with these specifications shall be based upon its effort to achieve maximum results from its actions. The Contractor shall document these efforts fully and shall implement affirmative action steps at least as extensive as the following: a. Ensure and maintain a working environment free of harassment, intimidation, and coercion at all sites, and in all facilities at which the Contractor's employees are assigned to work. The Contractor, where possible, will assign two or more women to each construction project. The Contractor shall specifically ensure that all foremen, superintendents, and other on -site supervisory personnel are aware of and carry out the Contractor's obligation to maintain such a working environment, with specific attention to minority or female individuals working at such sites or in such facilities. b. Establish and maintain a current list of minority and female recruitment sources, provide written notification to minority and female recruitment sources and to community organizations when the Contractor or its unions have employment opportunities available, and maintain a record of the organizations' responses. c. Maintain a current file of the names, addresses and telephone numbers of each minority and female off -the -street applicant and minority or female referral from a union, a recruitment source or community organization and of what action was taken with respect to each such individual. If such individual was sent to the union hiring hall for referral and was not referred back to the Contractor by the union or, if referred, not employed by the Contractor, this shall be documented in the file with the reason therefor, along with whatever additional actions the Contractor may have taken. d. Provide immediate written notification to the Director when the union or unions with which the Contractor has a collective bargaining agreement has not EXHIBIT C-2 P-SPECg-30 referred to the Contractor a minority person or woman sent by the Contractor or when the Contractor has other information that the union referral process has impeded the Contractor's efforts to meet its obligations. c. Develop on-the-job training opportunities and/or participate in training programs for the area which expressly include minorities and women, including upgrading programs and apprenticeship and trainee programs relevant to the Contractor's employment needs, especially those programs funded or approved by the Department of Labor. The Contractor shall provide notice of these programs to the sources complied under 7b above. f. Disseminate the Contractor's EEO policy by providing notice of the policy to unions and training programs and requesting their cooperation in assisting the Contractor in meeting its EEO obligations; by including it in any policy manual and collective bargaining agreement; by publicizing it in the company newspaper, annual report, etc; by specific review of the policy with all management personnel and with all minority and female employees at least once a year; and by posting the company EEO policy on bulletin boards accessible to all employees at each location where construction work is performed. g. Review at least annually, the company's EEO policy and affirmative action obligations under these specifications with all employees having any responsibility for hiring, assignment, layoff, termination or other employment decisions, including specific review of these items with on -site supervisory personnel such as Superintendents, General Foremen, etc., prior to the initiation of construction work at any job site. A written record shall be made and maintained identifying the time and place of these meetings, persons attending, subject matter discussed, and disposition of the subject matter. h. Disseminate the Contractor's EEO policy externally by including it in any advertising in the news media, specifically including minority and female news media, and providing written notification to and discussing the Contractor's EEO policy with other Contractors and Subcontractors with whom the Contractor does or anticipates doing business. i. Direct its recruitment efforts, both oral and written, to minority, female and community organizations, to schools with minority and female students and to minority and female recruitment and training organizations serving the Contractor's recruitment area and employment needs. Not later than one month prior to the date for the acceptance of applications for apprenticeship or other training by any recruitment source, the Contractor shall send written notification to organizations such as the above, describing the openings, screening procedures, and tests to be used in the selection process. j. Encourage present minority and female employees to recruit other minority persons and women and where reasonable, provide after school summer and vacation employment to minority and female youth both on the site and in other areas of a Contractor's workforce. k. Validate all tests and other selection requirements where there is an obligation to do so under 41 CFR Part 60.3. EXHIBIT C-2 P-SPECg-31 1. Conduct at least annually, an inventory and evaluation at least of all minority and female personnel for promotional opportunities and encourage these employees to seek or to prepare for, through appropriate training, etc., such opportunities. m. Ensure that seniority practices, job classifications, work assignments and other personnel practices, do not have a discriminatory effect by continually monitoring all personnel and employment related activities to ensure that the EEO policy and the Contractor's obligations under these specifications nre being carried out. n. Ensure that all facilities and company activities are nonsegregated except that separate or single -user toilet and necessary changing facilities shall be provided to assure privacy between the sexes. o. Document and maintain a record of all solicitations of offers for subcontracts from minority and female construction contractors and suppliers, including circulation of solicitations to minority and female contractor associations and other business associations. p. Conduct a review, at least annually, of all supervisors' adherence to and performance under the Contractor's EEO policies and affirmative action obligations. 8. Contractors are encouraged to participate in voluntary associations which assist in fulfilling one or more of their affirmative action obligations (la through p). The efforts of a contractor association, joint contractor -union, contractor -community, or other similar group of which the contractor is a member and participant, may be asserted as fulfilling any one or more of its obligations under 7a through p of these Specifications provided that the contractor actively participates in the group, makes every effort to assure that the group has a positive impact on the employment of minorities and women in the industry, ensures that the concrete benefits of the program are reflected in the Contractor's minority and female workforce participation, makes a good faith effort to meet its individual goals and timetables, and can provide access to documentation which demonstrates the effectiveness of actions taken on behalf of the Contractor. The obligation to comply, however, is the Contractor's and failure of such a group to fulfill an obligation shall not be a defense for the Contractor's noncompliance. 9. A single goal for minorities and a separate single goal for women have been established. The Contractor, however, is required to provide equal employment opportunity and to take affirmative action for all minority groups, both male and female, and all women, both minority and non -minority. Consequently, the Contractor may be in violation of the Executive Order if a particular group is employed in a substantially disparate manner (for example, even though the Contractor has achieved its goals for women generally, the Contractor may be in violation of the Executive Order if a specific minority group of women is underutilized). 10. The Contractor shall not use the goals and timetables or affirmative action standards to discriminate against any person because of race, color, religion, sex or national origin. EXHIBIT C-2 P-SPECg-32 11. The Contractor shall not enter into any Subcontract with any person or firm debarred from Government contracts pursuant to Executive Order 11246. 12. The Contractor shall carry out such sanctions and penalties for violation of these specifications and of the Equal Opportunity Clause, including suspension, termination and cancellation of existing subcontracts as may be imposed or ordered pursuant to Executive Order 11246, as amended and its implementing regulations, by the Office of Federal Contract Compliance Program. Any Contractor who fails to carry out such sanctions and penalties shall be in violation of these specifications and Executive Order 11246, as amended. 13. The Contractor, in fulfilling its obligations under these specifications shall implement specific affirmative action steps, at least as extensive as those standards prescribed in paragraph 7 of these specifications, so as to achieve maximum results from its efforts to ensure equal employment opportunity. If the Contractor fails to comply with the requirements of the Executive Order, the implementing regulations, or these specifications, the Director shall proceed in accordance with 41 CFR 60-4.8. 14. The Contractor shall designate a responsible official to monitor all employment related activity to ensure that the company EEO policy is being carried out, to submit reports relating to the provisions hereof as may be required by the Government and to keep records. Records shall at least include for each employee the name, address, telephone numbers, construction trade, union affiliation if any, employee identification number when assigned, social security number, race, sex, status (e.g., mechanic, apprentice, trainee, helper, or laborer), dates of changes in status, hours worked per week in the indicated trade, rate of pay, and locations at which the work was performed. Records shall be maintained in an easily understandable and retrievable form; however, to the degree that existing records satisfy this requirement, contractors shall not be required to maintain separate records. 15. Nothing herein provided shall be construed as a limitation upon the application of other laws which establish different standards of compliance or upon the application of requirements for the hiring of local or other area residents (e.g., those under the Public Works Employment Act of 1977 and the Community Development Block Grant Program). b) The notice set forth in 41 CFR 60-4.2 and the specifications set forth in 41 CFR 60-4.3 replace the New Form for Federal Equal Employment Opportunity Bid Conditions for Federal and Federally Assisted Construction published at 41 FR 32482 and commonly known as the Model Federal EEO Bid Conditions, and the New Form shall not be used after the regulations in 41 CFR Part 60-4 become effective. ' EXHIBIT C-2 P-SPECg-33 -6 - SECTION 8. MATERIALS SECTION 8.1 MISCELLANEOUS 8-1.01 GENERAI. - Attention is directed to Section 6, "Control of Materials," of the Standard Specifications and these Special Provisions. All materials required to complete the work under this contract shall be furnished by the contractor. 8-1.02 RELATIVE COMPACTION - Wherever relative compaction is specified to be determined by Test Method No. Calif. 216 or Test Method No. Calif. 312, the relative compaction may be determined by Test Method No. Calif. 231. SECTION 8-2 CONCRETE 8-2. COMMERCIAL QUALITY CONCRETE - Portland cement concrete shown on the plan and in the Engineer's Estimate as Class A Commercial Concrete, Class B Commercial Concrete, Class C Commercial Concrete or Class D Commercial Concrete shall conform to the requirements in Section 90-10, "Minor Concrete," of the Standard Specifications and these special provisions. Portland cement shall be commercial quality. The Contractor need not submit a grading of the combined aggregate to be used. A Certificate of Compliance shall be furnished the Engineer for all ready -mixed concrete. All job -mixed concrete will be subject to inspection by the Engineer. Commercial quality concrete shall contain not less than the following weights of cement per cubic yard: Pounds/Cu. yd. Class A Commercial Concrete 564 Class B Commercial Concrete 470 Class C Commercial Concrete 376 Class D Commercial Concrete 658 Commercial quality concrete will be measured and paid for in accordance with the provisions specified in the various sections of the Standard Specifications and these special provisions covering concrete construction. SECTION 9. DESCRIPTION OF WORK The work to be done includes, but is not limited to, installation of 590 L.F. of reinforced concrete pipe, construction of three storm drain manholes and six type G-3 catch basins, installing approximately 47 feet of curb and gutter, placing approximately 45 tons of asphalt concrete paving, and other incidental work as shown on the contract drawings. SECTION 10. CONSTRUCTION DETAILS 10-1.01 PROGRESS SCHEDULE - Progress schedules will not be required for this project. P-PWd-10 -7- 10-1.02 DUST CONTROL - Dust control shall conform to the provisions in Section 10, "Dust Control," in the Standard Specifications. 10-1.03 EARTHWORK - Earthwork shall conform to the provisions in Section 19, "Earthwork," of the Standard Specifications, except that full compensation for all excavation and backfill shall be considered as included in the prices paid for various items of work and no additional payment will be made therefor. 10-1.04 ASPHALT - Asphalt shall be steam refined paving asphalt viscosity grade Alt -4000, as described in Section 92 of the Standard Specifications. 10-1.05 ASPHALT CONCRETE - Asphalt concrete shall be Type B and shall conform to the Provisions in Section 39, "Asphalt Concrete," of the Standard Specifications and these Special Provisions. Asphalt concrete shall be produced from commercial quality asphalt and aggregates. The spreading and compacting requirements of the Standard Specifications will not apply. The asphalt concrete shall conform to the following requirements: 1. Asphalt concrete shall be produced at a central mixing plant. 2. Aggregate shall be 1/2 inch maximum, medium grading specified in Section 39-2.02, "Aggregate," of the Standard Specifications. 3. The amount of asphalt binder to be mixed with the aggregate shall be between 4 percent and 7 percent by weight of the dry aggregate as determined by the Engineer. 4. Spreading and compacting shall he performed by methods that will produce an asphalt concrete surfacing of uniform smoothness, texture, density and to a uniform line at the grades shown on the plans. 5. Asphalt concrete shall be spread in one operation with a self- propelled spreader ready for compaction without further shaping. 6. Compaction shall be performed with a tandem roller weighing not less than 8 tons. A prime coat of liquid asphalt, SC -70 and a paint binder of asphaltic emulsion shall be applied. Full compensation for furnishing and applying prime coat and paint binder shall be considered as included in the contract price paid per ton for asphalt concrete (Type B) and no separate payment will be made therefor. 10-1.06 CATCH BASINS - All catch basins shall conform to the provisions in Section 51, "Concrete Structures," of the Standard Specifications, except that the contract price paid for each catch basin shall indlude full compensation for concrete, reinforcing, frames and grates, excavation and backfill, removing and disposing of existing catch basins, and all work necessary to install catch basins complete in place. P-PWd-11 -8- 10-1.07 MANHOLES - All manholes shall conform to the provisions in Section 70, "Miscellaneous Facilities," except that the contract price paid for each manhole shall include full compensation for all concrete, reinforcing, precast sections, frames and covers, excavation and backfill and all work necessary to install manholes complete in place. 10-1.08 TRAFFIC CONTROL - The Contractor shall be responsible, during all phases of work, to provide safety and convenience by use of traffic cones, signs, lighted barricades, lights, and flagmen as described and specified in the State of California, Department of Public Works "Manual of Warning Signs, Lights, and Devices for Use in Performance of Work Upon Highways," latest edition. (Section 360, California Vehicle Code, defines highways to include streets.) The provisions of this manual will become a part of the requirements of the contract. Street closures shall be limited to one block at any time and access shall be provided for local traffic and through intersections. Convenient access to driveways, houses and buildings along the line of work shall be maintained. Open excavations and ditches across a roadway shall be covered and guarded in such a manner as to permit safe traffic flow during hours when no work is being performed. The intersection at 30th Avenue and Isabelle Street may be closed to through traffic along 30th Avenue during grading operations. The intersection must be opened to traffic at the end of the working day. A detour route, as determined by the Engineer, shall be provided with approved signs as to cause the least inconvenience to the public as possible. The Contractor shall submit a traffic control plan to the Engineer for approval na later than 48 hours prior to the preconstruction meeting. The traffic control plan shall show location and types of signs, warning devices, barricades and delineators intended for use during construction. All signs, lights, barricades, delineators, and flagmen shall be in accordance with Chapter 5 - Traffic Controls for Highway Construction and Maintenance Operations of the State of California Department of Transportation "Traffic Manual" latest edition. No work shall begin until traffic control plan has been approved by the Engineer. The decision of the Engineer regarding the adequacy of the traffic control program shall be final. Full compensation for traffic control shall be considered as included in the prices paid for various contract items of work and no additional payment will be made therefor. 10-1.09 REINFORCED CONCRETE PIPE - Reinforced concrete pipe shall conform to the provisions in Section 65, "Reinforced Concrete Pipe," except that reinforced concrete pipe shall be measured along the longitudinal axis between the ends as laid and shall include the actual pipe in place and shall not include the inside dimensions of structures. The contract price paid for reinforced concrete pipe shall include full compensation for furnishing and installing pipe, excavation, backfill, class B-2 bedding, concrete trench cap construction of a junction structure, and removing and disposing of existing pipe as shown on the contract drawings. Asphalt concrete paving over the trench areas will be measured and paid for as asphalt concrete pavement (Section 10-1.05). P-PWd-12 -9- 10-1.10 CURB AND GUTTER - Concrete curb and gutter shall conform to the provisions in Section 73, "Concrete Curbs and Sidewalks," of the Standard Specifications, except that the contract price paid per lineal foot of curb and gutter, as measured along the outside lip of gutter, shall include full compensation for excavation, removing and disposing of existing curb and gutter, forming, finishing and placing concrete, and all incidental work necessary to install curb and gutter as shown on the contract drawings. 10-1.11 REMOVING AND DISPOSING OF MATERIALS - All concrete, asphalt concrete, excavated material, and other material required to be removed and disposed of by the contractor shall be hauled to the City of San Mateo Municipal Dump. No dump fees will be charged for disposing of materials originating from the contract site. Alternate disposal sites shall be approved by the Engineer prior to beginning construction. Existing catch basin grates shall be brought to the Municipal Service Center at 1949 Pacific Boulevard. Full compensation for removing and disposing of material shall be considered as included in the prices paid for various contract items of work and no additional payment will be made therefor. P-Pitd-13 -10 - PROPOSAL TO THE CITY OF SAN MATEO FOR CONSTRUCTION OF STORM DRAIN AND INTERSECTION GRADING - ISABELLE STREET AND 30TH AVENUE Name of bidder Business address Place of residence LOCATION The work to be done and referred to herein is in San Mateo County, in the City of San Mateo, California, on City lands along Isabelle Street between 29th Avenue and 30th Avenue and shall be constructed in accordance with the special provisions (including the payment of not less than the minimum wage rates set forth therein) and the contract annexed hereto and also in accordance with the California Department of Transportation Standard Plans, dated March 1977, Standard Specifications, dated January 1978, and Equipment Rental Rates and General Prevailing Wage Rates, the date of which will be the latest at the time of bid opening. The work to be done is shown upon plan entitled: Isabelle Street and 30th Avenue Storm Drain and Intersection Grading To the City Council, City of San Mateo: The undersigned, as bidder, declares that the only persons or parties interested in this proposal as principals are those named herein; that this proposal is made without collusion with any other person, firm, or corporation and in submitting this proposal, the undersigned bidder agrees that if it is determined that he is the successful bidder, he will execute the noncollusion affidavit required by the Federal requirements set forth under Section 6 of these special provisions; that he has carefully examined the location of the proposed work, the annexed proposed form of contract, and the plans therein referred to; and he proposes and agrees if this proposal is accepted, that he will contract with the City of San Mateo in the form of the copy of the contract annexed hereto, to provide all necessary machinery, tools, apparatus and other means of construction, and to do all the work and furnish all the materials specified in the contract, in the manner and time therein prescribed, and according to the requirements of the Engineer as therein set forth, and that he will take in full payment therefor the following item prices, to wit: P-PWd-14 I -11- Item Estimated Unit Total Amount No. Description of Item Quantity Unit Price of Item 1. Furnish and Install 15" RCP CL4 60 L.F. $ $ 2. Furnish and Install 18" RCP CL4 530 L.F. $ $ 3. Furnish and Install Standard Storm Drain Manhole 3 EA $ $ 4. Furnish and Install Catch Basin Type G-3 6 EA $ $ 5. Remove and Replace Curb and Gutter 47 L.F. $ $ 6. Asphalt Paving 45 Ton $ S Total Bids are required for the entire work. The amount of the bid for comparison purposes will be the total of all.items. The total of unit -basis items will be determined by extension of the item price bid on the basis of the estimated quantity set forth for the item. The bidder shall set forth for each item of work, in clearly legible figures, an item price and a total for the item in the respective spaces provided for this puprose. In the case of unit basis items, the amount set forth under the "Total" column shall be the extension of the item price bid on the basis of the estimated quantity for the item. In case of discrepancy between the unit price and the total set forth for the item, the unit price shall prevail, provided, however, if the amount set forth as a unit price is ambiguous, unintelligible or uncertain for any cause, or is omitted, or in the case of unit basis items, is the same amount as the entry in the "Total" column, then the amount set forth in the "Total" column for the item shall prevail in accordance with the following: (1) As to lump -sum items, the amount set forth in the "Total" column shall be the unit price. (2) As to unit basis items, the amount set forth in the "Total" column shall be divided by the estimated quantity for the item and the price thus obtained shall be the unit price. If this proposal shall be accepted and the undersigned shall fail to contract as aforesaid and to give the 2 bonds in the sums to be. determined as aforesaid, with surety satisfactory to the City Clerk, within 8 days, not including Sundays and legal holidays, after the bidder has received notice from the City that the contract has been awarded, the City may, at its option, determine that the bidder has abandoned the contract, and thereupon this proposal and the acceptance thereof shall be null and void and the forfeiture of such security accompanying this proposal shall operate and the same shall be the property of the City of San Mateo. P-PW'd-15 -12 - Accompanying this proposal is (NOTICE: Insert the words "cash (S )," cashier's check," "certified check," or "bidder's bond," as the case may be.) in amount equal to at least ten percent of total of the bid. The names of all persons interested in the foregoing proposal as principals are as follows: IMPORTANT NOTICE If bidder or other interested person is a corporation, state legal name of corporation, also names of the president, secretary, treasurer, and manager thereof; if a copartnership, state true name of firm, also names of all individual copartners composing firm; if bidder or other interested person is an individual, state first and last names in full. Licensing is not a requirement in order to bid on Federal Assistance Contract but is a requirement to receive payment. SIGN HERE Signature of Bidder NOTE: If bidder is a corporation, the legal name of the corporation shall be set forth above together with the signature of the officer or officers authorized to sign contracts on behalf of the corporation; if bidder is a copartnership, the true name of the firm shall be set forth above together with the signature of the partner or partners authorized to sign contracts in behalf of the copartnership; and if bidder is an individual, his signature shall be placed above. If signature is by an agent, other than an officer of a corporation or a member of a partnership, a Power of Attorney must be on file with the Department prior to opening bids or submitted with the bid; otherwise the bid will be disregarded as irregular and unauthorized. Business address Place of business Dated , 19 P-Pwd-16 -13 - BIDDER'S CERTIFICATION OF AFFIRMATIVE ACTION FOR EQUAL EMPLOYMENT OPPORTUNITY certifies that: (Bidder) 1. it intends to use the following listed construction trades in the work under the contract ; and 2. (a) as to those trades set forth in the preceding paragraph one hereof for which it is eligible under Par. I of these Bid Conditions for participation in the Area Plan listed Section 5-3 "Area Affirmative Action Plan," of the special provisions, it will comply with the Area Plan on all construction work (both federal and non-federal) in the area described in said Section 5-3 within the scope of coverage of that Plan, those trades being: , and/or (b) as to those trades for which it is required by these Bid Conditions to comply with Part II of these Bid Conditions, it adopts the minimum minority manpower utilization goals and the specific affirmative action steps contained in said Part II, for all construction work (both federal and non- federal) in the area described in said Section 5-3 subject to these Bid Conditions, those trades being: ; and 3. it will obtain from each of its subcontractors and submit prior to the award of any subcontract under this contract certification required by these Bid Conditions. to the Engineer the subcontractor (Signature of authorized representative of bidder) P-PWd-17 -14 - CERTIFICATION WITH REGARD TO THE PERFORMANCE OF PREVIOUS CONTRACTS OR SUBCONTRACTS SUBJECT TO THE EQUAL CLAUSE AND THE FILING OF REQUIRED REPORTS The bidder , proposed subcontractor , hereby certifies that he has , has not , participated in a previous contract or subcontract subject to the equal opportunity clause, as required by Executive Orders 10925, 11114, or 11246, and that he has , has not , filed with the Joint Reporting Committee, the Director of the Office of Federal Contract Compliance, a Federal Government contracting or administering agency, or the former President's Committee on Equal Employment Opportunity, all reports due under the applicable filing requirements. (Company) By: (Title) Date: Note: The above certification is required by the Equal Employment Opportunity Regulations of the Secretary of Labor (41 CFR 60-1.7 (b)(1)), and must be submitted by bidders and proposed subcontractors only in connection with contracts and subcontracts which are subject to the equal opportunity clause. Contracts and subcontracts which are exempt from the equal opportunity clause are set forth in 41 CFR 60-1.5. (Generally only contracts or subcontracts of $10,000 or under are exempt.) Currently, Standard Form 100 (RBC-1) is the only report required by the Executive Orders or their implementing regulations. Proposed prime contractors and subcontractors who have participated in a previous contract or subcontraact subject to the Executive Orders and have not filed the required reports should note that 41 CFR 60-1.7 (b)(1) prevents the award of contracts and subcontracts unless such contractor submits a report covering the delinquent period or such other period specified by the Federal Highway Administration or by the Director, Office of Federal Contract Compliance, U. S. Department of Labor. P-PWd-18 -15 - (This affidavit shall be executed by the successful bidder in accordance with instructions in the Federal Requirements in this booklet, but bidder may execute the affidavit on this page at the tice of submitting his bid.) NONCOLLUS10N AFFIDAVIT To the City of San Mateo, Department of Public Works, The undersigned in submitting a bid for performing the following work by contract, being duly sworn, deposes and says: That he has not, either directly or indirectly, entered into any agreement, participated in any collusion, or otherwise taken any action in restraint of free competitive bidding in connection with such contract. CONSTRUCTION ON Storm Drain and Intersection Grading - Isabelle Street and 30th Avenue IN San Mateo Signature of Bidder Business Address Place of Business Subscribed and sworn to before me this day of 19 Notary Public in and for the County of , State of California. My Commission Expires , 19 P-PWd-19 L -16- CITY OF SAN MATEO, CALIFORNIA DEPARTMENT OF PUBLIC WORKS Know All Men by These Presents, That we , as PRINCIPAL, and as SURETY, are held and firmly bound unto the City of San Mateo in the penal sum of TEN PERCENT (10%) OF THE TOTAL AMOUNT OF THE BID of the Principal above named, submitted by said Principal to the City of San Mateo acting by and through the Department of Public Works for the work described below, for the payment of which sum in lawful money of the United States, well and truly to be made to the Director of Public Works to which said bid was submitted, we bind ourselves, our heirs, executors, administrators and successors, jointly and severally, firmly by these presents. In no case shall the liability of the surety hereunder exceed the sum of $ THE CONDITION OF THIS OBLIGATION IS SUCH, That whereas the Principal has submitted the above -mentioned bid to the City of San Mateo, as aforesaid, for certain construction specifically described as follows, for which bids are to be opened at (insert only, name of , California, on city where bids will be opened) (Insert date of bid opening) for (Copy here the exact description of work, including location, as it appears on the proposal) NOW, THEREFORE, If the aforesaid Principal is awarded the contract and, within the time and manner required under the specifications, after the prescribed forms are presented to him for signature, enters into a written contract in the prescribed form, in accordance with the bid, and files two bonds with the City of San Mateo, one to guarantee faithful performance and the other to guarantee payment for labor and materials, as required by law, then this obligation shall be null and void; otherwise, it shall be and remain in full force and virtue. IN WITNESS WHEREOF, We have hereunto set our hands and seals on this day of , A.D. 19 P-PWd-20 -17 - Principal (Seal) (Seal) (Seal) (Seal) (Seal) (Seal) Surety Address Note - Signatures of those executing for the surety must be properly acknowledged. P-PNd-21 -18 — DEPARTMENT OF PUBLIC WORKS CONTRACT NO. FOR CONSTRUCTION OF STORM DRAIN AND INTERSECTION GRADING — ISABELLE STREET AND 30TH AVENUE. THIS AGREEMENT, made and concluded, in duplicate this day of , 19 between the thereof, party of the first part, and Contractor, party of the second part. ARTICLE I. WITNESSETH, That for and in consideration of the payments and agreements hereinafter mentioned, to be made and performed by the said party of the first part, and under the conditions expressed in the 2 bonds, bearing even date with these presents, and hereunto annexed, the said party of the second part agrees with the said party of the first part, at his own proper cost and expense, to do all the work and furnish all the materials, except such as are mentioned in the specifications to be furnished by said party of the first part, necessary to construct and complete in a good, workmanlike and substantial manner and to the satisfaction of the Department of Public Works, City of San Mateo, in accordance with the special Provisions hereto annexed and also in accordance with the California Department of Transportation Standard Plans, dated March 1977, Standard Specifications dated January 1978, and Equipment Rental Rates and General Prevailing Wage Rates, the date of which will be the latest at the time of bid opening, which said Special Provisions, Standard Plans, Standard Specifications, and Equipment Rental Rates and General Prevailing Wage Rates are hereby specially referred to and by such reference made a part hereof. The work to be done is shown upon plans entitled: ISABELLE STREET AND 30TH AVENUE STORM DRAIN AND INTERSECTION GRADING • P—PWd-22 -19 - ARTICLE II. The said party of the first part hereby promises and agrees with the said contractor to employ, and does hereby employ, the said contractor to provide the materials and to do the work according to the terms and conditions herein contained and referred to, for the prices hereinafter set forth, and hereby contracts to pay the same at the time, in the manner and upon the conditions herein set forth; and the said parties for themselves, their heirs, executors, administrators, successors and assigns, do hereby agree to the full performance of the covenants herein contained. ARTICLE III. The statement of prevailing wages appearing in the Equipment Rental Rates and General Prevailing Wage Rates is hereby specifically referred to and by this reference is made a part of this contract. It is further expressly agreed by and between the parties hereto that should there be any conflict between the terms of this instrument and the bid or proposal of said contractor, then this instrument shall control and nothing herein shall be considered as an acceptance of the said terms of said proposal conflicting herewith. ARTICLE IV. By my signature hereunder, as contractor, I certify that I am aware of the provisions of Section 3700 of the Labor Code which require every employer to be insured against liability for workmen's compensation or to undertake self-insurance in accordance with the provisions of that code, and I will comply with such provisions before commencing the performance of the work of this contract. ARTICLE V. And the said contractor agrees to receive and accept the following prices as full compensation for furnishing all materials and for doing all the work contemplated and enbraced in this agreement; also for all loss or damage, arising out of the nature of the work aforesaid, or from the action of the elements, or from any unforeseen difficulties or obstructions which may arise or be encountered in the prosecution of the work until its acceptance by the Department of Public Works, and for all risks of every description connected with the work; also for all expenses incurred by or in consequence of the suspension or discontinuance of work and for well and faithfully completing the work, and the whole thereof, in the manner and according to the plans and specifications, and the requirements of the engineer under them, to wit: Item Estimated Unit Total Amount No. Description of Item Quantity Unit Price of Item 1. Furnish and Install 15" RCP CL4 60 L.F. $ $ 2. Furnish and Install 18" RCP CL4 530 L.F. $ S 3. Furnish and Install Standard Storm Drain Manhole 3 EA $ $ 4. Furnish and Install Catch Basin Type G-3 6 EA $ $ 5. Remove and Replace Curb and Gutter 47 L.F. $ $ 6. Asphalt Paving 45 Ton $ $ Total " . .; -20- ARTICLE VI. The improvement contemplated in the performance of this contract is an improvement over which the State of California shall exercise general supervision. The State of California therefore shall have the right to assume full and direct control over this contract whenever the State of California, at its sole discretion, shall determine that its responsibility to the United States so requires. In Witness thereof, The parties of those present have hereunto set their hands the year and date first above written. DEPARTMENT OF PUBLIC WORKS BY Approved By Approved as to Form and Procedure. Attorney Dated , 19 Contractor By P-PWd-24 PICK HOLE IW BLIND PICK HOLE MACHINED SURFACES COVER MACHINED FOR PERFECT PLAN NO -ROCK FIT ti 211" 16 I" BLIND PICK HOLE I F•- It-- - 26� 25j 251 �! 32 z" 24' 312 -- SECTION A.S.T.M. GRID PATTERN re 4f tin 16 NOTE: PINKER TON FOUNDRY MODEL A-640 OR SIMILAR PHOENIX IRON WORKS MODEL P-4001 OR APPROVED EQUAL. SAN MATEO STANDARD TYPE B MANUOL FRAME S COVER DATY 1913 0 DRAWN M RUJ CHIC. SY LDJ CALIFORNIA PLAN CAR 9/z4 /711 3 CITY[NOIN[G DRAWM *RR 107 L''2"31 SF. 14 Catch basin 3-3" 31-13/8 '0x12 at I Ono. c. for •G3 , . Goly :it Normal gutter__ --------- Type"3" Frame 8 Grate- See Note I Set toce of angle in plane of curb 560- 8.3250 Concrete up 3"* Rodi us `Subgrode-undisturbe-= '" earth or crushed rock •- SECTION A -A 8" - -1 .ft:4 3y44 DOWEL DETAIL Dowels not required when sidewalk and top of basin are poured monolithicly `.Curb '- ur fop 8 Full weld` •Nt ANCHOR DETAIL SECTION B -B 3' 't••• -Normal gutter grade Depress 2" bq�krw normol gutter Flow DEPRESSION DETAIL (To be used unless otherwise specified on pion) STEEL LIST Coteh basin type r taw x $ Li o. L'NC x_o _ L7 r O ND a li Anchors Dowels G-3" 3 3-d'r30 2 2 NOTES I. Far detoits oft a "3' frame and grate see Dwg.3-I-I25 2 Connection pipes to be locc'ed according to plans and bottom of bosin to be sloped to outlet. 3. Ail reinf, steel to be I inch cieor. To be used by speciol permission from City Engineer. SAN MATEO STANDARD TYPE "G-3" CATCH BASIN CALIFORNIA DATE 1973 DRAWN BY RUJ CI -W. SY JEG APPROVED CITY ENGINEER PLAN CASE 3 DRAWER 23 FRAME DETAIL v n -3/&x2 t/2Struct. rode SteetBars(2 required) 0. d a D: J 1 J 1 I 3/t x 2 14 Slruct Grade Steel Bors 18required) 116 v GRATE DETAIL "T N Revised 4'72. SECTION A -A NOTES I. Top and bottom surfoces of grate lobe ground flush after welding. 2.All metal surfaces shollbe hot dipped galvonited in accordance with ASTId All fabricating, shearing, bending, and welding shot! be done before galvanizing. 3.Frome and grate assembly shall be assembled in shop be ore delivery. as N G-1 r SECTION A A Dia. Struct.Grade Steel Bar, Arc or 4 Resist. Weld of every 4th Bor. STANDARD CATCH BASIN • FRAME a GRATE DETAIL,TYPE "3" SAN 7AASL0. CALIF. CAit CRAv:N I? Cllx. ST Alr).JviD / 1973 C.P.W. J.E.G. '` C PLAN CASE PRAW:ER SeitEi egiha, • i�yY it„-.e.t la '3 1 125 Plain or reinforced concrete pipe or C.M.P. 7-- o eeddmg of -t.._ :niet ppe =� BOCkhll with t 3.5 mix concrete Or compact soil to relative density required by speciticotions undisturbed earth Min. beano surface: V2 0.0 SECTION C —C Round edges of concrete ape or R.0 P. chip pipe to surface of concrete and round edges 't 0°1045° t Teen acut ) pA to surface of concrete • ,• Pipe bedding SECTION B-8 SECTION A 1A CASE I -SIDE INLET B NOTES CASES I 02 I. 0 shoe be 24. or less. Fa larger values of b use Transition structure 2. In no case shall the outside diameter of inlet pipe exceed one-half the inside diameter of the morn storm lint 3 Centerline of inlet shall be an rodreus of main $lam line except where elevation s is shown on project droving. a The minimum opening into the existing storm drain shalt be the Outside drcmeter of the connecting pipe plus ore inch 5. An corrugated metal pipe and fithngs sholl be goleonired CASE 2 PLAN For Outlet see Standard tacit basin plans 1:3t5 mu Concrete encoseme CATCH BASIN ABOVE STORM DRAIN vanes to suit conditions SECTION CASE 3- SADDLE CONNECTION CASE 3 r Connections to pipes 21"0r less in drometer without Junction structures Or pre -cost v branches shall be mode with saddles. 2. Trim or cut saddle to fit ',ugly over the outside of the main pioe.ond so its axis will be on the line and grade of the connecting pipe. 3, The opening into the pipe shall be cut and trimmed to fit the saddle so that no port will project within the bore of the saddle pipe. 4 The connecting pipe shall be supported as shown r' Tcses ad2. SAN MATEO JUNCTION STRUCTURE (S1ORM DRAIN) CALIFORNIA OAT[ DAWN SY ci1t SY APP*OYED - 1973 RUJ J EG CITY (PIGINCEA - KAN CAti 3 RAWER SHUT 130 0 n r Or rn n -i O (. 0 )I' 1VM 3QIS GNV TYPE "B" TO BE USED ONLY INSPECIAL CASE WIT HPE RMISSION FRO M CITY ENGINEER s' o" 520-8-25 00 C oncr ete Slope 4 per foot Subgrode compactio n 2" Sand or 3" compacted - BYE crushed rock or grovel-'=- •• + —--- 5'0" Slope 4- per foot Subgrade compoction TYPE " A" 2" Sand or 3" . co mpa cted crushed ro ck or grave l 2'6" stope ( per foot 2'6" Batter rpm* f oot . Slope t aper toot • Curb Grade 8otter I" to 12" Curb Grade •8otter I" to 12 " 520-8-2500 C oncrete NOTE' When working over Boy mud : Weight of bockfil including pipe and contents shall not exceed wetgM of moteriol excavated. BEOOIAG- CLASSES ANC TRENCH BACKFILL MATERIALS Bedding' Close A - 2 A- 1 A A-0 8- 2 B - I C 0 Load Factor 4.5 3.2 3.0 2.3 1.9 I.5 1.5 t.t i Bockfill Materials O Street Areas - 2"Asphott Concrete and 6" 520, 8- 2500 Concrete at 8" 520. 8:- 2500 Concrete Unimproved Areas - Aggregate Bose of Native Material, as directed by the Engineer O Crushed Aggregate Base or Approved Native Material, os directed by the Engineer. O3 Vibrated Canaille Crushed Aggregate Bose or Approved Native Moteriol, except Quarry Fines or Sand for V.G.P. and A.C.P. Vibrated Concrete aryFinee ar Sam Q A�regote OFse or t&rrveFmNOes rr tgsn iol. acep V. C_ fl and A. G. P, iefr O VWofed Canamee Quarry Frees or Sand or groin Rock Vibrated Concrete Quarry Fines or Sond or 3/4" max crushed rock STANDARD TRENCH DETAIL ben 1978 MAWS IV G.J. 00 EJS SAM MATEO, CALIF. TNQ 5.40 153 5'- 0" Street grade � I I Standard frame and cover 520- C• 2500 concrete slob NOTES: I. Concrete slob oround costing shall be o concentric circle in streets 2. Concrete slob around costing shall be square and formed with lumber in eosements. 3. Toper "shell" 1/2" per. It.lowords channel. C/TY OF SAN MATED SECTION A - A SECTIONAL ELEVATION 520-C-2500 concrete base CALIFORNIA 94403 STANDARD PRECAST ECCENTRIC MANHOLE DA7E 1978 DRAWN BYI CHECKED G. J. APPROVED CASE DRAWER SET Aeteleyt4.e 3 ! 1 1O4a a91 EA/M/VEER CITY OF SAN MATEO DEPARTMENT OF COMMUNITY DEVELOPMENT ENVIRONMENTAL ASSESSMENT FORM (Pursuant to Public Resources Code Section 21000 et sec.) Based on the project information submitted in Section 1 General Data, the Planning Staff will use Section 2 Exemption to determine the specific type of exemption that applies. EA No. 7C)oa SECTION 2. EXEMPTION - - - to be completed by the PLANNING STAFF Name of project or applicantr A3`t r A. Ministerial Project 0 involving only the use of fixed standards or objective measurements without personal judgment. B. Categorical Exemption d1. Existing facility 0 2. Replacement or reconstruction New construction of small structure ❑ 4. Minor alterations to land 0 5. Alterations in land use limitation Information Collection Actions by regulatory agencies for protection of natural resources. ❑ 8. Actions by regulatory agencies for protection of the environment ❑ 9. Inspection ❑ 10. Loans ❑ 3. ❑ 11. Accessory structures ❑ 12. Surplus governmental properly sales ❑ 13. Acquisition of lands for wild- life conservation purposes. 0 6. ❑ 14. Minor additions to schools 0 7. 0 15. Functional equivalent of an EIR 0 16. Transfer of ownership of land in order to create parks. ❑ 17. Open space contracts or easements. 0 18. Designation of.wilderness areas. ❑ 19. Annexations of existing facilities and lots for exempt Facilities. 0 20. Changes in organization of local agencies. C. Emergency Project 0 involving o sudden, unexpected occurrence, with a clear and immi- nent danger, demanding action to prevent or mitigate loss of, or damage to, life, health, property, or essential public services. D. Comments: tstot C &) tt, •SrATI- t--112 C\3;Qt L.4., s ti .lgr. Signature and date: Nome and Title: "wee �PL�STT. caM..r12Q'. Iri Gri-t- AV C le) ci r II iJe EA Form 2-77 Engineering Department Coordination Sheet Engr. Dept. Originator Init. 4h dalifornia Water Service Company d01 South 8 Street :an Mateo, CA 94401 ttn: Mr. Wayne Hollenbeck Gentlemen: .Caeral atad ro n 0 November 15, 1978 Enclosed are two copies of the preliminary plans for the ;gahellQ qtrget and 30th Avenue storm drain. We believe that conflicts may exist between the proposed 18 -inch storm drain and the existing 4 -inch CIP at 29th Avenue and the 6 -inch CIP at 30th Avenue. Please determine ghe depth of your lines at these locations and return one set of plans with this information shown. If you have questions or comments please call Frank Casteleneto at 574-6790. Very truly yours, ROBERT G. BEZZANT DIRECTOR OF PUBLIC WORKS ELMER J. SCHAAL ASSOCIATE ENGINEER RGB:EJS:ro Enclosure ELF COPY PACIFIC GAS AND IP all' 'iIE, -±- 1970 INDUSTRIAL WAY October 12, 1978 City of San Mateo Dept. of Public Works 330 West 20th Avenue San Mateo, CA 94403 Gentlemen: ELECTRIC • BELMONT, CALIFORNIA 30th & Isabelle Storm Drain Project COMPANY 94002 • (415) 592.9200 NIrs 16 794 PUBS C �S O DEPT Attached are the delineations of PGandE's gas facilities in your project area. All electric facilities are overhead. Generally the gas facilities are 15" to 30" deep, depending on the history of the area as to whether grading or resurfacing has been done. When your contract is awarded for this job, we would appreciate having your contractor contact Underground Service Alert at 800 642-2444 (Toll Free), at least 48 hours prior to construction, so that we can arrange to have our facilities marked in the field. If you have further questions, please contact our District Gas Engineer, Mr. P. J. Michaels at 592-9200, extension 436. Sincerely, w . B. c24,,.' . W. B. Clinch District Manager Engineering Department Coordinati.cn Sheet Engr Dept. Originator Init. yr. Dep P. San ♦r .Atte T. R. Lammers, District Director tuent of Transportation . Box 3366 Rincon Annex Francisco, CA 94119 ntion: Mr. Bob Gomez, City and County Liaison Engineer Dear yr. Lammers: October 11, 1978 Re: Isabelle Id Thirtieth Avenues Storm Drain Modification SOS Project Enclosed are two copies of the Field Review Form and sketches of the proposed project. Please schedule our field review as soon as practical. October 24 is fine, as we discussed on October 10. RGB:EJS:hh Enclosures Very truly yours, ROBERT G. BEZZANT DIRECTOR OF PUBLIC WORTS ELMER J. SCHAAL ASSOCIATE ENGINEER COPY t District Four FIELD REVIEW FORM Federal Route # State Route # Local Agency City of San Mateo Road Name Isabelle Ave. Federal -Aid System No Area Urban / Urbani-zed / Rural 1. LIMITS County Road f Bridge Name Bridge # EXHIBIT 05 -la Date 8/14/7sanuary 1977 (attach a sketch Vicinity map) 2. PROPOSED IMPROVEMENT storm drain NET LENGTH .104 MILES(0.0) (Gr. Surf. Drainage, Structures, Etc.). - 3. PROPOSED FUNDING: Federal -Aid (FAS, FAU etc.) scs State Highway Funds fifes-/ No Matching ratios (%) State City County Other 4. COST BREAKDOWN Preliminary Engineering Total Cost Federal Partic. * Preliminary R/W work I Yes / No Design C 111R -7 -Ho Advertise and Award $--- Yes / No Construction $ Yes / No Constr. Engr. • $ Yes / No _ R/W Acq. No. of Pcls I Yes Tiskr RAP No. of Fmls 37__— Yes / No No. of Bus. $ Yes / No Utilities (Not contract Items) C Yei / No TOTAL $ Yes / No 5. DESCRIPTION ** EXISTING FACILITY PROPOSED FACILITY ** When Constructed Surface Type Ac Surface Width 26 ft. Number of Lanes 2 Shoulder Widths Median Width Buildings Affected Yes /-Ne• Relocation Housing Study Required Yes /-Ne Access Control Yes / -kr Possible Exceptions to AASHTO Design Standards or Approved Modifications None 6. TERRAIN Flat (Flat, R6TTing, Mountainous) 7. TRAFFIC DATA Present ADT 800 Year 1978 Future ADT 1000 Year 49- 2000 Design Speed 25mah DHV N/A Percent Trucks 0.5% Remarks: * Describe non -part. work and limits under ''Remarks" on Page 5 ** Attach a sketch of a typical section for both existing and proposed. OLA 430 11-75 EXHIBIT 05 -lb January 1977 INSTRUCTIONS IDENTIFICATION DATA If there is no county road number, State route nor bridge involved enter N.A. (Not Applicable) on the appropriate lines. Item 1 - Project limits, i.e.: Between "A" Street and "B" Street, at the intersection of "A" Street or at the Rio Grande River. Item 2 - Briefly describe the proposed work. Example: Widening and signals. Indicate the length of project to the nearest one -tenth mile. If project is a spot location use 0.1 mile. Item 3 - Fill in type of Federal -aid funds. Funds apportioned such as the State's share of FAS funds are considered Federal -aid funds. Matching ratio refers to the portion of the contract which is the responsibility of an agency other than the lead agency and there will be a financial contribution by the other agency. Item 4 - If participation is requested for both design and advertising and awarding, a breakdown of cost is not required. -Just enter "Incl. in above" for advertising and award. Construc- tion engineering is limited to 15% of the construction cost. Under Federal Participation indicate percentage of work if a portion of the work is not eligible for Federal participation. Item 5 - Relocation Housing Study always required when families are to be relocated. Buildings Affected - A breakdown of number, - type, and disposition of the affected buildings. Example: 2 -Single Family Units - Demolish; 1 -Store -Remodel. Item 6 - Self explanatory. Item 7 - Future ADT is for a period of 20 years rounded to a number divisible by 5, i.e., 1990, 1995, or 2000. EXHIBIT 05-1c January 1977 8; .DEFICIENCIES OF EXISIiNG FACILITY ' Structural 0 Grade Alignment ;] Accident Record ❑ Culverts 0 Bridge ❑ Remarks: A dangerous depression in road exists due to a valley gutter crossing 30th Avenue. 9. DESCRIPTION OF CONTIGUOUS SECTION S/W end Surface Type Ac N/E end Surface Type AC Remarks: Surface Width 26' Sho. Width N/A Surface Width 26' Sho. Width N/A 10. AGENCIES AFFECTED (Check and describe under remarks or on attached sheets) Telephone Co. Irrig. Dist. Communities Sanitary Co. Water Develop. x Power Co. x Reel. Dist. Assessment Dist. involved Other (Describe) Remarks: Existing P G & E and California Water Service Company+ facilities crossing_tha proposed storm drain will have to be protected during construction.. 11. MAJOR UTILITY ADJUSTMENTS: None Remarks: Hazardous Underground Utilities: 12. PERMITS REQUIRED: Fish & Wildlife Resources Corps of Erigineers(404) Navigable Stream (Coast Guard) 13. ENVIRONMENTAL: Envir. Impact Statement Negative Declaration Non Major Action (List Type) c.E. 14. REGIONAL PLANNING AGENCY (IM 50-3-71] Coastal Protective Zone State Land Commission PED. FACILITIES(STATE ARCHITECT) Historical Monuments Public Recreation Land (4F) Exemption (List Class) 15103 N/A 15. CLEARINGHOUSE NOTICES (A-95): State N/A 16. PUBLIC HEARING: 1. Public Hearing i-s , is 2. Location Design 3. Notice of Opportunity is 4. Location Design 5. Location --Design Areawide NIA not required. C ination , is not required. Combination Study Repor Requ i— EXPLAIN: (Discuss alternatives) Hearing required. Approval Required. red . EXHIBIT 05-1d January 1977 INSTRUCTIONS IDENTIFICATION DATA Item 8 - Place check in box provided after deficiency. Give a brief explanation of the deficiency under remarks. Item 9 - Include information on the southerly or westerly end on the first line and the northerly or easterly end on the second line. Surface width means total paved surface width. Shoulder width means from the outside edge of traveled lane to the edge of the paved surface. If right and left shoulders are different widths, list both. Item 10 - Check agencies affected, and under remarks list name of affected agencies and a brief description of the work. Item 11 - If federal participation is requested, give the name of owner and a description of the work. If there is no federal participa- tion for utility relocation, mark N.A. (Not Applicable). Item 12 - Indicate by "yes" or "no" in each space provided whether or not applicable to this project. Item 13 - Item 14 - Check environmental action required and complete and attach the environmental evaluation. (See Local Programs Manual, Vol. 3, APPENDIX. F). If the project is in an area covered by a Regional Transportation Planning Agency (RTPA) enter date of approval. If not enter N.A. (Not Applicable). Item 15 - -Enter dates of filing with State the anticipated dates of filing. CEQA enter N.A. (Not Applicable) Areawide. (Use CA -189 Form). Item 16 - Self explanatory. and Areawide Clearinghouse or If the project is exempt under in the spaces after State and EXHIBIT 05 -le January 1977 17. TRAFFIC SIGNALS None ( 0 )(If new, attach Warrant Sheets ) 18. NO. OF MAJOR STRUCTURES None (See description on attached form) 19. RAILROADS None (See description on attached form) 20. AIRPORTS None (See description on attached form) 21. TRANSIT DISTRICT(S) 22. FLOOD PLAIN ENCROACHMENT (See FHPM 673.2) Yes/No- 23. UNUSUAL DRAINAGE PROBLEMS Yes/No- 24. ADMINISTRATION BY: Prepare PS&E City of San Mateo Right -of -Way Acquisition Not required Advertise & Award City of San Mateo Provide Resident Engineer for: Roadwork Bridges City of San Mateo Pay Contractor Maintain Not required City of San Mateo City of San Mateo 25. PROPOSED ADVERTISING DATE: 26. REMARKS: March 30, 1979 27. FIELD REVIEW REPRESENTATIVES CONCURRENCE Local Agency: Date CALTRANS District: Date FHWA: Date EXHIBIT 05-1f January 1977 INSTRUCTIONS Item 17 - Give the total number of signalized intersections and the number of new installations in parentheses. Items 18-20 -- Self explanatory. Item 21 - Give name of Transit Districts involved in project study. Items 22-23 -- Self explanatory. Item 24 - Indicate name of agency who will be responsible for administration of the various phases. Items 25-27 -- Self explanatory. 8-76520 EXHIBIT 05-1g January 1977 28. LIST OF ATTACHMENTS (Examples of Attachments 1-4 are included) 1. Major Structure Data Sheet (if applicable) 2. Railroad Grade Crossing Data Sheet (if applicable) 3. Airport Data Sheet (if applicable) 4. Field Review Attendance Roster 5. Vicinity Map 6. Typical Section(s) 7. A sketch of each Alternate of the Proposed Improvement 8. Signal Warrants (if applicable) 9. Environmental Evaluation 10. Public Interest Statement to do work by other than contract (See Section 22 of this manual). BRIDGE NAME ROAD NAME BR.NO. STRUCTURE: LOCATION Existin Pro'osed Type I Width Length Spans (No. & Length) 1 Sidewalks or bikeways ' Rail Type i APPROACH WIDTH DEFICIENCIES OF EXISTING: EXHIBIT 05-1h January 1977 ATTACHMENT 1• TA (SeparateJsheetOR Rforeach URE Astructure) PROPOSED TREATMENT OF SUBSTANDARD STRUCTURE TO REMAIN: UTILITIES AT SITE: HAZARDOUS PIPELINES AT SITE: PARALLEL BRIDGES: Median Width Median Treatment Approach Width Type FOUNDATION INVESTIGATION BY: HYDROLOGY STUDY BY: DETOUR OR STAGE CONSTRUCTION: ESTIMATED COST: ---- Structure --- Supplemental Work Detour Bridge Removal AGENCY PROVIDING R.E. FOR BRIDGE WORK: Local State REMARKS: Name of Railroad: Location ATTACHMENT 2 RAILROAD GRADE CROSSING DATA (Separate Sheet for Each Crossing) EXHIBIT 05-li January 1977 Name of Road Vehicular Traffic: Daily traffic using crossing Speeds MPH City or County Xing No. No. of Lanes No. of Exist. Tracks: Main Line Branch Line Passing Other No. of Future Tracks: No. of Trains daily: Passenger Freight Total Maximum Speeds: Passenger Freight Protection in Place: Protection Proposed: Skew of Xing: Min. Sight Dist.* Trains at Night, if any: Seasonal Train Traffic, if any: Ten Year Accident Record: Accidents Killed Injured Railroad benefit determination and basis (FHPM 662.1 Paragraph 6) Has Local Agency Requested or Received PUC Decision re: Crossing Protection required? Protective devices proposed by Local Agency Proposed financing of crossing protection Does Local Agency propose to finance automatic crossing protection as a G. project using 100% Federal Funds? Sketch showing relationship of old and new Xing. * Along the track when driver is 100 feet from Xing. ATTACHMENT 3 EXHIBIT 05-1j January 1977 AIRPORTS (Separate Sheet for Each Airport) NAME LOCATION RUNWAY: DIRECTION DISTANCE FROM PROJECT SLOPE RATIO FAA FORM 7460-1 REMARKS: EXHIBIT 05-1k January 1977 NAME ATTACHMENT 4 FIELD REVIEW ATTENDANCE ROSTER ORGANIZATION ENVIRONMENTAL EVALUATION APPENDIX F (Initial Study) 1975-1 Sheet 1 of 3 District Four Road Name Isabelle Ave. Local Agency City of San Mateo State Rte. # - Project Number County Road # - Bridge Name - Bridge # - LIMITS PROPOSED IMPROVEMENT Storm drain NET LENGTH .104 MILES (0.0) (Gr. Surf. Drainage, Structures, Etc. Poten- Not tially Deter- NO Yes mined 1. Does it have the potential to degrade significantly the quality of, or curtail the range of, the environment? - X 2. Will it substantially affect a rare or endangered species of animal or plant, or habitat, or cause substantial interference with the movement of any resident or migratory fish or wildlife species? 3. Will it result in significant detrimental effect on: (a) air quality (b) water quality (c) ambient noise levels (d) public water supply system 4. Will it cause substantial flooding, erosion, or siltation? - 5. Is the project subject to major geologic hazards? 6. Does it appear that any feature of the project, including aesthetics, will generate major public controversy? 7. Is the action likely to be highly controversial on environmental grounds? 8. Will any archaeological, cultural, historical, recreational, or scenic sites be significantly affected? 9. Will the action have more than minimal effect on properties protected under Section 4(f) of the DOT Act or Section 106 of the Historic Preservation Act? x x X X x x x x X x X Sheet 2 of 3 Poten— Not tially Deter— NO Yes mined • 10. Ie the action inconsistent with say Federal, State or Local law or regulation relating to the environment? 11. Will it result in the need for public services, including utilities, beyond those presently available or proposed in the near future? 12. Will it have a significant growth —inducing impact? Is any part of the project subject to inundation or located in or near a flood plain? 14. Is the proposed project within an agricultural preserve and/or under an agricultural contract with the County? 15. Does it appear to be controversial with respect to the availability of adequate relocation housing? 16. Will the project cause a significant increase in traffic congestion?. 17. Will the project cause a significant division or disruption of an established community or disreupt orderly, planned development, or is determined to be significantly inconsistent with plans or goals that have been adopted by the community in which the project is located, as determined by a responsible official(s)? Will there be a cumulative impact by this project and successive projects of the same class in the same place over time? 19. Will the project affect rivers on the Wild and Scenic Rivers System? 20. Will a Fish and Game form "Notification of Removal of Material and/or Alteration of Lake, River or Strearnbed Bottom or Margin" be filed? 13. 18. X Sheet 3 of 3 Based on this evaluation, it is concluded that one of the following is appropriate. 0 O O BISAIR May have significant effect. ND Will not have significant effect. Other Proposal is a nonmajor action as defined in FHPM 772, . Paragraph 10e Signature - Local Agency Date Signature - District Local Assistance Date (District ) Signature - FHWA �Date� Engineering Department Coordination Sheet Engr- Dept. Originator September 27, 1978 ific Gas & Electric Company 0 Industrial Way, Belmont CA 94002 ific Telephone Company 5 Veterans Boulevard, Redwood City, CA 94063 if. Water Service Company South B Street, San Mateo, CA 94401 insula Cbble TV Industrial Road, San Carlos, CA 94070 Re: 30th and Isabelle Storm Dram Gentlemen: Enclosed are two copies of preliminary drawings for the proposed Isabelle Street and 30th Avenue storm drain. Please indicate the location and depth of your utility lines in this area and return one copy to this office. If you have any questions please call me at 574-6790. Very truly yours, ROBERT G. BEZZANT DIRECTOR OF PUBLIC WORKS FRANK D. CASTELENETO ASSISTANT ENG/NEER RGB:FDC:ro Enclosures f(4 A -A Cr T' fofo�ft f F lb J offe 4iBIT 051fr Na-FIELD REVIEW FORM Date 8/14/ 8u1 F 1977 District Four Federal Route # Local Agency City of San Mateo State Route # Road Name Isabelle Ave. County Road # - Federal -Aid System No Bridge Name Area �lirba ti•zei)/ Bridge # - 1. LIMITS r-4474 i)ah/% 7te l r icG! i y 1`/.• ,4 (attach a sketch Vicinity map) 2. PROPOSED IMPROVEMENT storm drain NET LENGTH •104 MILES(0.0) (Gr. Surf. Drainage, Structures, Etc.) 3. PROPOSED FUNDING: Federal -Aid (FAS, FAU etc.) Scs State Highway Funds As-/ No /C Jc -?ire 4. COST BREAKDOWN Preliminary Engineering Total Cost Preliminary R/W work Design Advertise and Award $ �" 40�, Construction $ 2f; ppp Constr. Engr. • $ c' R/W Acq. No. of Pcls o RAP No. of Fmls $ No. of Bus. $ Utilities (Not contrac items) $ TOTAL 5. DESCRIPTION ** When Constructed Surface Type Surface Width Number of Lanes Shoulder Widths Median Width Matching ratios (%) State ; ;City / 7 County Other LYes- ,M: $ 32 9et) Yes / No EXISTING FACILITY PROPOSED FACILITY ** AC 2 4, 25 ft. AC Buildings Affected Yes /-Ne Relocation Housing Study Required Yes /-Ne Access Control Yes /4o - 2 Possible Exceptions to AASHTO Design Standards or Approved Modifications None 6. TERRAIN Flat (slat, Rolling, Mountainousf- 7. TRAFFIC DATA Present ADT 800 Year 1978 Future AOT 2000 Year 44- 2000 Design Speed 25moh DEW N/A Percent Trucks o.sa Remarks: * Describe non -part. work ana limits under "Remarks" on Page 5 ** Attach a sketch of a typical section for both existing and proposed. nta A2A 11 7c Gft ti ' C. v. 0 • r> 8. DEFICIENCIES OF EXISTING FACILITY Structural 0 Grade Alignment E] Accident Record o • Culverts ❑ Bridge n EXHIBIT 05-1c January 1977 Remarks: A dangerous depression in road exists due to al alley gutter crossing 30th Avenue. Cies deal b• '%w.. 9. DESCRIPTION OF CONTIGUOUS SECTION S/W end Surface Type AC Surface Width 26' Sho. Width N/A N/E end Surface Type Ac Surface Width 26' Sho. Width N/A Remarks: 10. AGENCIES AFFECTED (Check and describe under remarks or on attached sheets) Telephone Co. Irrig. Dist. Communities Sanitary Co. Water Develop. x Power Co. x Reel. Dist. Assessment Dist. involved Other (Describe) Remarks: Existing P G & E and California Water service Company facilities crossing the oroposed storm drain will have to be crotected during construction. 11. MAJOR UTILITY ADJUSTMENTS: None Remarks; Hazardous Underground Utilities: 12. PERMITS REQUIRED: Fish & Wildlife Resources x%i4 Coastal Protective Zone u Corps of Engineers(404) ,v_ ,4 State Land Commission AAA. Navigable Stream (Coast Guard) N/l- no. FACILITIEs(STATE ARCHITECT) Ai/I- 13. ENVIRONMENTAL: Envir, Impact Statement Historical Monuments Negative Declaration o } Public Recreation Land (4F) Non Major Action (List Type); Exemption (List Class) 15103 14. REGIONAL PLANNING AGENCY (IM 56:3-77 lop ,/i- 15. CLEARINGHOUSE NOTICES (A-95): State a 16. PUBLIC HEARING: 1. Public Hearing 4 , 2. Location Design 3. Notice of Opportunity 4. Location Design 5. Location Design. nIL Areawide.az is not required. N/} Combination Hearing required. is, is not required. Comoination Approval Required. Study Report fired. EXPLAIN: (Discuss alternatives) ,/� y, o ,r9S -4 a EXHIBIT 05 -le January 1977 17. TRAFFIC SIGNALS None ( 0 )(If new, attach Warrant Sheets ) 18. NO. OF MAJOR STRUCTURES None (See description on attached form) 19. RAILROADS None (See description on attached form) 20. AIRPORTS None (See description on attached form) 21. TRANSIT DISTRICT(S) 22. FLOOD PLAIN ENCROACHMENT (See FHPM 673.2) Yes/No- 23. UNUSUAL DRAINAGE PROBLEMS Yes/No- 24. ADMINISTRATION BY: Prepare PS&E City of San Mateo Right -of -Way Acquisition Not required Advertise & Award City of San Mateo Provide Resident Engineer for: Roadwork City of San Mateo Bridges Not required Pay Contractor Maintain City of San Mateo City of San Mateo 25. PROPOSED ADVERTISING DATE: March 30, 1979 26. REMARKS: 27. FIELD REVIEW REPRESENTATIVES CONCURRENCE Local Agenc y. CALTRANFHWA: Date /0/t7/78 ate 7G-2.4 - 7e Date /D —2`F--73 NAME 0 ATTACHMENT 4 FIELD REVIEW ATTENDANCE ROSTER ORGANIZATION EXHIBIT 05-1k January 1977 did4wAlc 1/41/4?&A,0a sua es% . ENVIRONMENTAL EVALUATION APPENDIX F (Initial Study) 1975-1 Sheet 1 of 3 District Four Road Name Isabelle Ave. Local Agency City of San Mateo State Rte. # - Project Number County Road # - Bridge Name - Bridge # - LIMITS 4/cn9-rsu6e/4 /4e .:-»/ PROPOSED IMP/R0V:74ENT Storm drain (Or. Surf. Drainage, Structures, Etc.) :ec tiVo/Zih' e NET LENGTH .104 1. Does it have the potential to degrade significantly the quality of, or curtail the range of, the environment? X 2. Will it substantially affect a rare or endangered species of animal or plant, or habitat, or cause substantial interference with the movement of any resident or migratory fish or wildlife species? x 3. Will it result in significant detrimental effect on: (a) air quality X (b) water quality X (c) ambient noise levels X (d) public water supply system X 4. Will it cause substantial flooding, erosion, or siltation? X 5. Is the project subject to major geologic hazards? x 6. Does it appear that any feature of the project, including aesthetics, will generate major public controversy? X 7. Is the action likely to be highly controversial on environmental grounds? X 8. Will any archaeological, cultural, historical, recreational, or scenic sites be significantly affected? x 9. Will the action have more than minimal effect on properties protected under Section 4(f) of the DOT Act or Section 106 of the Historic Preservation Act? X MILES (0.0) Poten- Not tially Deter- NO Yes mined 14. Is the proposed project within an agricultural • 10. Ie the action inconsistent with any Federal, State or Local law or regulation relating to the environment? 11. Will it result in the need for public services, including utilities, beyond those presently available or proposed in the near future? -- 12. Will it have a significant growth —inducing ` x 13. /s any impact? x Y part of the project subject to inundation or located in or near a flood plain? preserve and/or under an azricultural contract with the County? X 15. Does it appear to be controversial with respect to the availability of adequate relocation housing? x 19. Will the project affect rivers on the Wild and Scenic Rivers System? 20. Will a Fish and Game form "Notification of Removal of Material and/or Alteration of Lake, River or Streambed Bottom or Margin" be filed? 16. Will the project cause a significant increase in traffic congestion? 17. Will the project cause diaru t a significant division or P ion of an established community or disreupt orderly, planned development, or is determined to be significantly inconsistent with plans or goals that have been adopted by the community in which the project is located, as determined by a responsible official(s)? Paten- Not Bally Deter- NO Yes mined le. Will there be a cumulative impact bythis X and successive projects of the same class inthesame place over time? x x x x " 0 Sheet 3 of 3 Based on this evaluation, it is concluded that one of the following is appropriate. EI3/EIR May have significant effect. ND Will not have significant effect. Other Proposal is a nonmajor action as defined in 1NPM 772, Paragraph 10e " Date re_ zit  7, gnature - District Local Assistance Date (District ) /6$ -7-"1-749 Date Engineering Department Coordination Sheet Engr- Dept. Originator 1 25, 1978 ergeron, Supt. of Maintenance r Schaal, Associate Engineer R STORM DRAINS He are presently working on two minor storm drain projects and will be charging time to the following accounts: )(Alameda de las Pulgas and 20th Avenue 10-46-68.55-XXX-11 74- Isabelle Avenue and 30th Avenue * glialowsweeen 10-46-68.55-XXX-10 * To be reimbursed by S.O.S. funds EI LER J. SCHAAI, ASSOCIATE ENGINEER EJS:ro COPY PACIFIC GAS AND 7)(avil rid 1970 INOIISTRIAI. WAY January 27, 1977 Mr. Robert G. Bezzant Director of Public Works 330 West 20th Ave. San Mateo, CA 94403 Dear Mr. Bezzant: ELECTRIC COMPANY • BELMONT, CALIFORNIA 94002 (415) 59? -9200 Thank you for your letter of January 21st regarding the proposed storm drain modifications at Isabella Avenue and 30th Avenue in San Mateo. Enclosed is a print of our existing gas facilities within the area, as requested in your letter. There are no electric underground facilities in this area. We would appreciate the opportunity b review your construction plans prior to the awarding of the contract to determine that there will be no conflict with our existing gas facilities. Sincerely, W. B. Clinch District Manager encl RscsivED 30 V. 1977 SAN MATSO PUBLIC WORKS DEPT. CALIFORNIA WATER SERVICE COMPANY 601 SO. "B" STREET P. O. BOX 1791 SAN MATEO, CALIFORNIA 94401 February 2, 1977 City of San Mateo Department of Public Works 330 W. 20th Av. San Mateo, Ca. 94403 Re: Isabelle An- and 30th Ave. 5 n Modifications Gentlemen: In response to your letter of January 21, 1977, we are returning one copy of your map #4-10-48, upon which we have indicated in red the approximate location of our facilities. If we can be of additional assistance, please do not hesitste to contact us. BFT:mj Enc. RECEIVED FEB -3 1977 SAN MATEO PUBLIC WORKS DEPT. Very truly yours, CALIFORNIA WATER SERVICE COMP B.T.` Tun4y Northern Peninsula District Manag je THE PACIFIC TELEPHONE AND TELEGRAPH COMPANY 1295 Veterans Boulevard, Redwood City, California 94063 January 25, 1977 Mr. Robert Bezzant Director of Public Works 330 West 20th Avenue San Mateo, California 94403 Re: Isabelle Avenue and 30th Avenue Storm Drain Modifications (Dwg. No. 4-10-48) Gentlemen: According to our records, we have no existing underground facilities in the vicinity of the above named project. Very truly yours, anzatit- ngineering Manager Attachment RECEIVED JAN 27 1977 SAN MATEO PUBLIC WORKS DEPT. ROBERT G. BEZZANT LYLE O. JOHNSON WY Q4c .,./ 330 WF,ST TWENTIETH AVENUE SAN MATEO. CALIFORNIA 94403 ALBERT T. BERGERON surf. ar MAIYTtI.Mea cam an ❑ California Water Service Company 601 South 1B" Street • San Mateo, California 941101 Attention: Mr. Barney F. Tumey ❑ Pacific Telephone Company 1295 Veterans Boulevard Redwood City, California 94063 Attention: Mr. George Remelt ❑ Tele-Communications, Inc. 591 W. Hamilton Campbell, California 95008 Attention: Mr. S. Wood Gentlemen: DEPARTMENT OF PUBLIC WORKS TELEPHONE: (415) 574.4790 January 21, 1977 C.3 .0a tit Re; Isabelle Ave. and 30th Ave. Storm Drain Modifications (Dwg. No. 4-10-48) Enclosed are the preliminary plans for the above -named construction project. We are calling for bids on the project possibly in March, with probable award date in April. Please mark one set of plans with your existing underground utilities and return the map to this office at your earliest convenience. Verytruly yours, ROBERT G. BEZZANT DIRECTOR OF PUBLIC WORKS RGB:GAW:bjw Enclosure ROBERT O. BE7.ZANT einem. LYLE D. JOHNSON CITY amanitas ALBERT T. BERGERON sun or Y61.T.e.Yel Tilt..OYT I (all) 1)1.6111 Pacific Gas & Electric Company 1970 Industrial Way Belmont, California 94002 Attention: W. Watt Clinch, District Manager Gentlemen; t 6:K .06 "•o,.laeatlA �l>Olty y tam .W. ,.a . -----..Y.e— DEPARTMENT OF PUBLIC WORKS 330 WEST TWENTIETH AVENUE SAN MATEO. CALIFORNIA 9.60) TELEPHONE: ICS) $71.6790 January 21, 1977 Re: Isabelle Ave. and 30th Ave. Storm Drain Modifications (Dug. No. 4-10-48) Under separate cover we are sending three sets of preliminary plans for the above -named construction project to Mr. Reynolds. We are calling for bids on the project possibly in March, with probable award date in April. Please mark one set of plans with your existing underground utilities and return the map to this office at your earliest convenience. RGB:GAW:bjw cc; Very truly yours, o mG. ' DIRECTOR OF PUBLIC WORKS Mr. Bob Reynolds with 3 sets of plans Mr. Doug Munro