RFP No. 1491 Test Borings for Soil Investigation at Two ...

24
RFP No. 1491 Test Borings for Soil Investigation at Two Locations: Proposed Laurel Lake Tank Site, Mattituck, Town of Southold for a Pre-stressed Concrete Water Storage Reservoir and the SCWA Administrative and Construction Maintenance Yard Oakdale, Town of Islip for a CNG Fleet Maintenance Facility

Transcript of RFP No. 1491 Test Borings for Soil Investigation at Two ...

RFP No. 1491

Test Borings for Soil Investigation at Two Locations:

Proposed Laurel Lake Tank Site, Mattituck, Town of Southold for a Pre-stressed Concrete Water Storage Reservoir

and the SCWA Administrative and Construction Maintenance Yard

Oakdale, Town of Islip for a CNG Fleet Maintenance Facility

SUFFOLK COUNTY WATER AUTHORITY SUFFOLK COUNTY NEW YORK NOTICE TO BIDDERS

NOTICE IS HEREBY GIVEN: The Suffolk County Water Authority (SCWA), a public benefit corporation based in Oakdale, seeks proposals for Test Borings for Soil Investigation at Two Locations: The Proposed Laurel Lake Tank Site, Mattituck, Town of Southold, for a Pre-stressed Concrete Water Storage Reservoir, and the SCWA Administrative and Construction Maintenance Yard, Oakdale, Town of Islip, for a CNG Fleet Maintenance Facility. Proposals will be received by the Purchasing Director of the Suffolk County Water Authority at 3525 Sunrise Highway, Great River, New York 11739, not later than 12:00 p.m., prevailing time, on April 27, 2016.

Complete details and specifications relating to the proposed work are on file and publicly exhibited at the Purchasing Department of the Authority, 3525 Sunrise Highway, Great River, New York 11739, where copies of said documents may be obtained upon application. You may also register your company on our website at www.scwa.com and/or www.empirestatebidsystem.com and request "More Info" on RFP No. 1491.

Minority and Women Owned Businesses are encouraged to bid.

Visit SCWA.com for future bid information.

By Order of the SUFFOLK COUNTY WATER AUTHORITY

Jeffrey W. Szabo, CEO

RFP 1491 April 12, 2016

2

Suffolk County Water Authority -- 1491 - Request for Proposal

Test Borings for Soil Investigation at Two Locations:

Proposed Laurel Lake Tank Site, Mattituck, Town of Southold and the

SCWA Administrative and Construction Maintenance Yard Oakdale, Town of Islip

The Suffolk County Water Authority (SCWA) is seeking proposals from qualified soil boring firms to provide geotechnical services for the construction of two projects; a pre-stressed concrete water storage reservoir located in Mattituck, Town of Southold and a new fleet maintenance facility in Oakdale, Town of Islip. The diameter of the tank will be about one hundred and thirty five (135) feet; the high water level will be twenty (20) feet with one foot of free board, and it will have a self-supporting dome concrete roof extending thirteen (13) feet above the tank wall. The tank will be backfilled with approximately eight (8) feet of the tank wall below grade. The fleet maintenance facility will be 85'-0" x 45'-0" and will require a concrete foundation and slab on grade. The site locations are as follows:

Laurel Lake Well Field & Pump Station S/S of Sound Avenue, Approximately 434' W/O Cox Neck Road (700 Private Road #18, Mattituck) (7195 Route 25, Mattituck) Laurel, Town of Southold

Administrative Office Building & Construction-Maintenance Buildings S/S of Sunrise Highway at Pond Road 4060 Sunrise Highway, Oakdale Oakdale, Town of Islip

Please address all proposals to: Purchasing Director, Suffolk County Water Authority, 3525 Sunrise Highway, Great River, NY 11739. The Purchasing Director shall receive proposals no later than 12:00 p.m. on April 27, 2016. Proposals shall be delivered overnight or hand delivered to the Purchasing Director at the above address. The Suffolk County Water Authority assumes no responsibility for proposals not received by the Purchasing Director by 12:00 p.m. on the date indicated.

Interested bidders are invited to submit in writing or via e-mail, any questions on this proposal to Mr. Marlon Torres, Purchasing Director, SCWA, 3525 Sunrise Highway, Great River, Long Island, NY 11739, fax 631-589-5268 or email [email protected]. Questions and answers pertaining to this proposal may be viewed at scwa.com by clicking on Contracts/Bid Notices. Contractors must be registered and must log in to access Contract Documents, questions, answers and addenda. It shall be bidder’s responsibility to regularly check www.scwa.com and/or www.empirestatebidsystem.com for updated questions and answers, or addenda. Questions must be received no later than 72 hours prior to the bid date.

Please provide us with a lump sum quote for a complete subsurface investigation and geotechnical report performed under the direct supervision of a practicing Professional Engineer registered in the State of New York. We will also require the requisite insurance (see attached), and a completed "Insurance Carrier or Agent's Acknowledgment" submitted with your proposal. RFP's submitted without the inclusion of the required insurance along with the costs associated with providing the required insurance will be considered non-responsive and rejected by the Authority. There shall be two reports shall be generated, one for each site.

3

The investigation and report for the tank shall conform to the requirements of the enclosed documents, "Appendix A – Pertinent Tank Foundation Geotechnical Information," and include as a minimum the following:

1. Five (5) soil borings to a depth of 70 feet with one located at the center of the proposed tank and four (4) equally spaced on a 65.25 foot radius from the tank center.

2. A complete blow count record and log of borings; ASTM D 1586 (Penetration Test and Split-Barrel Sampling of Soils).

3. The allowable bearing capacity of the soil, factor of safety used in obtaining the bearing capacity and the minimum depth at which the footing must be founded.

4. Lab analysis of soil samples taken and report of lab analysis samples. Recovered soil samples should be visibly classified and tested in the laboratory for the following, if appropriate: natural moisture content (ASTM D 2216), particle size distribution (ASTM D 422), Atterberg limits (ASTM D 4318), shearing strength (ASTM D 2166) and compressibility of soil (ASTM D 2435).

5. Lateral equivalent soil pressure, including active, at-rest and passive, where applicable.

6. Seismic soil profile type.

7. A written recommendation on the type of foundation that will be required at the site consistent with the enclosed documents.

8. Whether piling will be required for the support of foundation and the type, size and length of such piling, if needed.

9. Estimates of the uniform settlement, the uniform (planar) tilting and the conical (dish-shaped) settlement of the foundation.

10. The elevation of any groundwater encountered at the time of drilling.

11. The elevations of existing grade at borings (supplied by SCWA) and other topological features that may affect the foundation design or construction.

12. Any construction precautions that should be noted.

13. Relevant published geologic information that may have impact on the design and construction of the tank.

14. Identification of sink hole potential and collapsible soils.

15. Determine if the foundation soils are susceptible to frost heave.

16. Subgrade preparation.

17. Foundation base material type and placement procedure.

18. Estimated potential vertical rise of expansive subgrade soils (PVR).

4

19. Coefficient of friction between foundation soil base material and concrete.

20. Modulus of subgrade reaction.

21. Maximum design flood elevation.

The work associated with the CNG Fleet Maintenance Facility must include all the information needed to design and construct the foundation, and as a minimum shall include the following items:

1. Two (2) soil test boring to a depth of 40 feet at the locations shown.

2. A complete blow count record and log of borings; ASTM D 1586 (Penetration Test and Split -Barrel Sampling of Soils).

3. Samples of the formation shall be taken at pronounced changes encountered and at a minimum of every five feet and shall be placed in labeled jars.

4. Lab analysis of soil samples taken and report of lab analysis samples. Recovered soil samples should be visibly classified and tested in the laboratory for the following if appropriate: natural moisture content (ASTM D 2216); particle size distribution (ASTM D 422); Atterberg limits (ASTM D 4318); Shearing strength (ASTM D 2166); and compressibility of soil (ASTM D 2435).

5. Depths at which strata changes occur referenced to grade elevation supplied by the Authority.

6. Soil properties should include soil bearing value, factor of safety used in obtaining the bearing capacity, unit weight, skin friction and angle of internal friction, lateral equivalent soil pressure including active, at-rest and passive, where applicable.

7. Seismic soil profile type.

8. The elevation of any groundwater encountered at the time of drilling.

9. Estimates of the uniform settlement, the uniform (planar) tilting and the conical (dish shaped) settlement of the foundation.

Attached, for your use is a copy of the proposed tank site showing the location of the proposed five (5) soil borings, and a copy of the fleet maintenance facility site plan showing the location of the proposed two (2) soil borings.

5

Insurance Requirements

The Contractor shall not be considered "approved" until he has obtained all insurance required under this specification and such insurance has been approved by the Authority.

Insurance coverage shall be provided by an Insurance Company licensed as an "admitted carrier" by the New York State Insurance Department and rated by "Bests" at "A-" or better, or as otherwise deemed acceptable to SCWA.

Insurance coverage shall be evidenced by a Certificate of Insurance submitted in a form acceptable to the Authority. "Acord" or other blank certificates may not be acceptable. The Authority may request a letter of transmittal from the Insurance Company providing coverage indicating that the certificate is issued correctly and pursuant to their authorization.

Sixty (60) days notice of cancellation, non-renewal or reduction of coverage is required. The insuring company shall not be released from liability or obligation for its failure to notify the Authority. The certificate shall not contain provisions that are limiting, including but not limited to, "endeavor to mail" or "failure to mail such notice shall impose no obligation or liability of any kind, etc." Such provisions must be eliminated on the certificate.

Contractual Liability Insurance as specified in paragraph B to follow, shall be provided to insure this agreement.

The interest of the Suffolk County Water Authority, as additional insured for ongoing operations, as well as, products/completed operations and as primary insurance with no responsibility for payment of premium shall be added to all policies other than Workers’ Compensation and Professional Liability. Evidence of this extension shall be by signed endorsement to the policy, such endorsement to be submitted to the Authority with the applicable certificate of insurance. Mere recitation of the additional insured interest on the certificates may not be acceptable.

Coverage shall be obtained, and maintained throughout the life of the Contract as follows:

A. Automobile Liability: (If any vehicles are used by the contractor in the performance of this contract.)

Form: Comprehensive Automobile Liability, including all owned, non-owned, and hired autos.

Limits: $1,000,000 Combined Single Limit for Bodily Injury and Property Damage Liability, New York State Personal Injury Protection.

B. General Liability:

Form: Commercial General Liability in a form providing coverage not less than that of a standard Occurrence Commercial General Liability policy form including separate limits for Personal Injury, and Products/Completed Operations. Coverage to include Contractual Liability without a third party action over exclusion.

ISO endorsement 20100704 or substantial equivalent as respects to ongoing operations, as well as, and ISO endorsement 20370704 or substantial equivalent as respects to products/completed operations must be added to policy.

Limits: $1,000,000 per occurrence/$2,000,000 general aggregate. $1,000,000 for Products/Completed Operations. $1,000,000 for Personal Injury Liability.

6

*Products/Completed Operations to be maintained for a period of 2 years after the completion of the project.

C. Workers' Compensation:

Form: Providing coverage to all employees in all states where operations will be performed under the terms of the Contract.

Limits: As required by the Workers' Compensation Law of the State of New York or any State or Federal body having jurisdiction over the location of operations being performed.

D. Professional Errors & Omissions Liability:

Form: The general contractor shall provide evidence that Professional Errors & Omissions Liability will be provided by any contractor(s) or subcontractor(s) providing design services and/or any certification of work/product pursuant to this Agreement.

Limits: $2,000,000 claim or wrongful act, $2,000,000 aggregate.

The Authority will be notified of any significant impairment or exhaustion of any of the above limits at the inception of or during the Contract.

Subcontractors shall adhere to the above.

The Authority is not responsible for any loss or damage whatsoever to the property of Contractor(s) or Subcontractor(s).

All certificates of insurance shall contain the following provisions:

(1) Nature of work described on certificate (in case of liability or compensation certificates) shall be inclusive of work provided for under this project.

(2) Location of work described shall be inclusive of the location of the work provided under this project.

(3) The period of certificates shall cover the period of the work or a new certificate shall be furnished before the current certificate expires.

The Suffolk County Water Authority shall be the sole judge in determining the acceptability of insurance requirement.

7

INDEMNIFICATION

The Contractor shall defend, indemnify and save harmless, to the extent permitted by law, the Suffolk County Water Authority, its members, officers, agents, servants, and employees against and from all suits, losses, demands, claims, payments, actions, recoveries, judgments and costs of every kind and description and from all damages to which the Suffolk County Water Authority or any of its members, officers, agents, servants and employees may be subjected by reason of injury to any person or to the property of the Suffolk County Water Authority or of others resulting from the performance of the Contract, or through any act or omission on the part of the Contractor or his agents, employees, servants or subcontractor(s), or through any improper or defective machinery, implements or appliances used by the Contractor, his agents, employees, servants or subcontractor(s) in the performance of the Contract, and Contractor understands and agrees that he shall defend, indemnify and save harmless, to the extent permitted by law, the Suffolk County Water Authority, its members, officers, agents, servants and employees from all suits and actions of any kind or character whatsoever which may be brought or instituted by any subcontractor, material man or laborer who has performed work or furnished materials, in the performance of the Contract.

IRAN DIVESTMENT ACT

As a result of the Iran Divestment Act of 2012 (Act), Chapter 1 of the 2012 Laws of New York, a new provision has been added to the State Finance Law (SFL), § 165-a, effective April 12, 2012. Under the Act, the Commissioner of the Office of General Services (OGS) will be developing a list (prohibited entities list) of "persons" who are engaged in "investment activities in Iran" (both are defined terms in the law). Pursuant to SFL § 165-a(3)(b), the initial list is expected to be issued no later than 120 days after the Act's effective date, at which time it will be posted on the OGS website.

By entering into this Contract, Contractor (or any assignee) certifies that once the prohibited entities list is posted on the OGS website, it will not utilize on such Contract any subcontractor that is identified on the prohibited entities list.

Additionally, Contractor agrees that after the list is posted on the OGS website, should it seek to renew or extend the Contract, it will be required to certify at the time the Contract is renewed or extended that it is not included on the prohibited entities list. Contractor also agrees that any proposed Assignee of the Contract will be required to certify that it is not on the prohibited entities list before SCWA may approve a request for Assignment of Contract

During the term of the Contract, should SCWA receive information that a person is in violation of the above-referenced certification, SCWA will offer the person an opportunity to respond. If the person fails to demonstrate that it has ceased its engagement in the investment which is in violation of the Act within 90 days after the determination of such violation, then SCWA shall take such action as may be appropriate including, but not limited to, imposing sanctions, seeking compliance, recovering damages, or declaring the Contractor in default.

SCWA reserves the right to reject any request for assignment for an entity that appears on the prohibited entities list prior to the award of a contract, and to pursue a responsibility review with respect to any entity that is awarded a contract and appears on the prohibited entities list after contract award.

8

CONFIDENTIAL INFORMATION

The SCWA is subject to the provisions of the New York State Freedom of Information Law ("FOIL"). Under FOIL, certain SCWA records are subject to public inspection upon request. However, trade secrets or information submitted to SCWA which if disclosed would cause substantial injury to the competitive position of a commercial enterprise may be (but are not automatically) exempt from public inspection under FOIL. If a proposal contains such information, the vendor may wish to conspicuously identify the information and request that the identified information be withheld from public inspection. SCWA shall review such requests on a case by case basis. Failure to identify such information shall be deemed consent to public inspection of the entire proposal.

CONTACT INFORMATION

Pursuant to State Finance Law sections 139-j and 139-k, this Solicitation includes and imposes certain restrictions on communications between the Authority and Bidders during the procurement process. A Bidder is restricted from making contacts (i.e., an oral, written, or electronic communications, which a reasonable person would infer as an attempt to unduly influence the award, denial, or amendment of a contract) to any Authority member, employee or agent unless it is a contact that is included among certain statutory exemptions as set forth in State Finance Law sections 139-j (3) (a) from issuance of the Solicitation through final award and approval of the resulting Procurement Contract by the Authority (the "Restricted Period").

All communication concerning this Solicitation should be addressed to the SCWA’s Purchasing Director, Marlon Torres, 631-563-0334 or at [email protected]. The Authority may schedule a conference with the vendor(s) prior to any award. Authority personnel are required to obtain certain information if contacted during the Restricted Period. Upon the basis of this information, the Authority will make a determination of the responsibility of the Bidder who made the contact pursuant to statutory provisions. Certain findings of non-responsibility can result in rejection for contract award, and in the event of two findings within a four (4) year period by a Bidder, a Bidder will be debarred from obtaining Authority or other governmental Procurement Contracts. Further information about these requirements can be found in the Authority’s Guideline Regarding Contacts During an Authority Procurement at www.scwa.com.

The SCWA reserves the right to disqualify any Bidder which makes unauthorized contacts to SCWA.

Bidders are required to complete the attached forms titles "Form of Offerer Disclosure of Prior Non-Responsibility Determination" and "Affirmation of Understanding and Compliance" and return the completed forms with your proposal.

9

FORM OF OFFERER DISCLOSURE OF PRIOR NON-RESPONSIBILITY DETERMINATION

Name of Individual or Entity Seeking to Enter into the Procurement Contract:

Address:

Name and Title of Person Submitting this Form:

Contract Procurement Number:

Date:

1. Has any Government Entity made a finding of non-responsibility regarding the individual or entity seeking to enter into the Procurement Contract in the previous four years?

(Please circle): No Yes

If yes, please answer questions 2 through 4:

2. Was the basis for the finding of non-responsibility due to a violation of State Finance Law 139-j?

(Please circle): No Yes

3. Was the basis for the finding of non-responsibility due to the intentional provision of false or incomplete information to a Government Entity?

(Please circle): No Yes

4. If you answered yes to any of the above questions, please provide details regarding the finding of non-responsibility below.

Governmental Entity:

Date of Finding of Non-Responsibility:

Basis of Finding of Non-Responsibility:

(Add additional information on reverse if necessary)

10

BIDDERS MUST ANSWER QUESTIONS 5 AND 6

5. Has any Governmental Entity or other governmental agency terminated or withheld a Procurement Contract with the above-named individual or entity due to the intentional provision of false or incomplete information?

(Please circle): No Yes

If yes, please provide details below:

Governmental Entity:

Date of Termination or Withholding of Contract:

Basis of Termination or Withholding:

(Add additional information on reverse as necessary) 6. Has any agency, including, but not limited to, the New York State Department of Labor,

found you to be in violation of, or are you currently under investigation for, failure or the alleged failure to comply with the laws, rules or regulations requiring you to pay prevailing wage and supplements for any public work you or your firm has performed, for the failure or the alleged failure to comply with the laws, rules or regulations concerning the employment of children, or the failure or alleged failure to pay wages, or unemployment insurance tax payments within the past five years?

(Please Circle) No Yes Offerer certifies that all information provided to the Suffolk County Water Authority with respect to State Finance Law 139-k is complete, true and accurate.

By: Date: Signature:

11

AFFIRMATION OF UNDERSTANDING AND COMPLIANCE

Contract Number Related to Offer: ___________________________________________hereby affirms that it has read and understands the Suffolk County Water Authority’s guidelines regarding its policy concerning Contacts during an Authority Procurement, and agrees to comply with SCWA’s procedures relating to this policy during the SCWA procurement. Date: 20__

Name of Officer: Address: Name and Title of Person Signing the Affirmation

12

Insurance Carrier or Agent’s Acknowledgment

RFP 1491 Project Description:

Your Insurance Carrier or Agent must complete the Form below. You must complete the Bidder’s Acknowledgment. This Form shall be returned with the Bid submission.

Insurance Agent: NAME OF FIRM

Address:

Email Address:

Fax No.:

Phone No.:

Please review the SCWA insurance requirements for this Contract, which are listed in the Instructions to Bidders. Confirm that you have read these specific requirements (pay particular attention to required limits) and that you are complying with them by placing a check in the appropriate box.

Automobile Liability General Liability Workers' Compensation Professional Errors & Omissions Liability

We have reviewed the insurance requirements set forth in the above proposed contract and are capable of providing such insurance to our insured in accordance with such requirements in the event the contract is awarded to our insured and provided our insurer pays the appropriate premium.

Dated: Sign: Authorized Insurance Agent or Representative

Print Name:

BIDDER’S ACKNOWLEDGMENT

The Bidder herein acknowledges that he/she has reviewed the insurance requirements within this Contract and has considered the costs, if any, of procuring the required insurance and will be able to supply the insurance required as per the Contract, if awarded to the Bidder.

Sign: Officer of Company

Print Name

(Failure To Have This Form Properly Filled Out and Signed By The Insurance Agent As Well As The Bidder May Result In Your Bid Being Considered Non-Responsive.)

13

RFP 1491

The purpose of this document is to clearly identify who has been delegated the authority to sign your Agreement / Offer or Contract on behalf of the named firm as well as identify pertinent company information. Pursuant to our policy, the only person(s) with the ability to delegate authority is an officer of the company. Therefore, please list the officers of the company. In add i t ion please list those persons to whom authority has been delegated to sign, negotiate and/or administer your Agreement / Offer or Contract.

The full name and residence of all persons and parties interested in the foregoing bid as principals are as follows:

NAME / TITLE ADDRESS

NOTE: Give the first and last name in full, and in case of corporation, give the name of President, Vice-President, Treasurer, Secretary

Contractor:

Signature:

Name:

PRINT OR TYPE NAME OF PERSON SIGNING BID

PLEASE CHECK IF APPLICABLE MINORITY OWNED BUSINESS WOMAN OWNED BUSINESS

Business Name:

Business Address of Contractor:

Contact Person for Contract Follow-Up:

Business Contact Telephone:

Cell Number:

E-Mail Address:

Fax Number:

Federal Employee Identification Number:

Suffolk County Department of Consumer Affairs License Number (If Applicable)

Date:

14

Appendix A

15

16

17

18

19

20

21

22

X X X X X X X X X X

XXXXXXXXXXXXX

XX

XX

XX

XX

XXXXXX

XX

GREAT RIVER, NY 117393525 SUNRISE HIGHWAY

ENGINEERING DEPARTMENT/WATERWORKS DIVISION

REVISION BYDATENo. APPROVED

SUFFOLK COUNTY WATER AUTHORITY

NOTETHE EDUCATION DEPARTMENT OF THESTATE OF NEW YORK PROHIBITS ANY

PERSONS FROM ALTERING ANYTHING ONTHESE DRAWINGS AND/OR ACCOMPANYINGSPECIFICATIONS UNLESS IT IS UNDER THE DIRECTION OF A LICENSED PROFESSIONALENGINEER. WHERE SUCH ALTERATIONS ARE

MADE, THE COGNIZANT PROFESSIONALENGINEER MUST SIGN, SEAL, DATE AND

DESCRIBE THE REVISIONS ON THEDRAWINGS AND/OR SPECIFICATIONS

WBS #

JOSEPH M. POKORNY, P.E.CHIEF ENGINEER; N.Y.S. P.E. LICENSE NO. 070103

1 3/30/01 KRF CWB-01-310 ADDED ELECTRIC FOR WELLS 3,4,5

TAB L

AYO

UT:

xxxx

xxxx

xxxx

LAYOUT/DRAWING #

WBS #

PRESSURE ZONE

DIST MAP PROPERTY ID

DRAWN BY

CHECKED BYSCALE

DATE

Mas

ter

Rev

. 1/2

3/0

8

PROPOSED CLEARING PLAN

LAUREL LAKE CONCRETE RESERVIORLAUREL LAKE WELL FIELD AND PUMP STATION

LAURELTOWN OF SOUTHOLD

WESTHAMPTON DISTRICT

7/28/98

1"=30'

PS

SOUTHOLD LOW

18-N 274

CWB-96-116

94116C03

FILE

LO

CATI

ON T

:\Dra

win

gs\d

istr

ict\si

tena

me\

draw

ing.

dwg

(SEE SECTION 7209 PAR 2)

No. DATE BY WBS # REVISION No. DATE BY WBS # REVISION

2 03/25/08 NC 045-08-00-007 ADDED ELECTRIC FOR WELLS 2A &2B

G.C. SLEEVE

DANGER: HIGH VOLTAGEBURIED ELECTRIC CABLES ANDCONDUITS IN AREAEXPOSE BY HAND !

LONG ISLAND RAILROAD

EXISTING 15,000 GALLONHYDROPNEUMATIC TANKS

AND CONCRETE VAULT

WELL No.1& ENCL.

E

E

E/T

E

CHEMICAL TREAT.BLDG.

E

E E

E

E

E

D E N S E B R U S H

E

G.C. SLEEVE

EE

T

E

RoomControl

CL2Room

T

E

LimeRoom

EXISTING GENERATORAND ENCLOSURE

T

E

D E N S E B R U S H

BACKWASH SUPPLYTANKS FOR IRON REMOVALSYSTEM. (SEE DETAILED DWG. 94116A06FOR ADDITIONAL INFORMATION)

RECHARGE/COLLECTION BASINFOR NEW IRON REMOVALSYSTEM. (SEE DRAWING No.94116CO4 FOR ADDITIONALINFORMATION)

EXISTING 6' HIGH CHAINLINK FENCE.

G.C. SLEEVE

E

E

IRON REMOVALSYSTEM FILTER

EXISTING PRE-ENGINEERED BUILDING.SEE DETAILED DWG'S. 94116A01, A02, A03,AND A04. F.F EL. 34.00

PROPERTY LINE

E/T

E/T

EE

T

E

E

2.00 MG WATER TANKFINISH FLOOR ELEV: 20.00'134'-5" O.D. FOUNDATION20'-0" SIDE WATER DEPTH

130'-6" INSIDE DIA,

E

D E N S E B R U S H

E EEE

10' WINDING TRACK

3:1 SLOPE TO WINDING TRACK

LIMITS OF CONSTRUCTION AREA

LIMITS OF CONSTRUCTION AREA

CLEARING LIMITS

PROPOSED BOOSTER VAULT

SOIL BORING LOCATIONS

TANK FILL

TANK DRAIN

PROPOSED BLOWOFFEXPANSION

23

X

X

X

X

X

X

X

X

X

X

X

X

XX

XX

XX

XX

XX

X

X X X X X X X X X X

XX

XX

XX

XX

XX

XX

X X X X X X X X X X X X X X X X X X X X X X X X

X X

XX

X X

X X X X

XX

T/E

T/E

T/E

T/E

T/E

T/E

T

T

E

T

T

E

0'-0" 60'-0"

N.Y.S.D.O.T. TAKINGAREA PARCEL No.480 150± S.F.or 0.003± ACRES

D I V I SI O

NWAT E R WOR

KS

AWCS

N

PLOT PLANDATE JULY 1991.TITLED "OAKDALE RAILROAD COMMUTER PARKING FIELD AND MONTAUK BOULEVARD EXTENSION"

1. THIS DRAWING WAS COMPILED FROM SCWA FILES, FIELD DATA AND CASHIN ASSOCIATES DRAWING

3. FOR PLOT PLAN AND PARKING LOT LAYOUT, SEE DRAWING No.92012C04.

2. FOR CROSS SECTIONS AND DETAILS, SEE DRAWING No.92012C02 AND No.92012C03.

4. FOR PLOT PLAN AND UTILITY LAYOUT, SEE DRAWING No.92012C05.

GENERAL NOTES:

CONC.MON.

S 59°44'00" E

GRASSAREA

7' HIGHC.L.F.

7' HIGHC.L.F.

GRASSAREA

HVAC UNITON SLAB

15' x 35' x 6" THICKCONC. DUMP. SLAB

644.40'

GENERATOR &CONC. SLAB

RADIOANTENNA

CB

CB

BITUMINOUSPAVEMENT

CARBON STORAGEAREA

CB

S 3

5°5

8'4

0" W

105.7

5'

CONC. MON.EL.=12.52'

EL.=13.00'

EDGE OFPAVEMENT

S 59°44'00" E

7' HIGHC.L.F.

610.00' (MAP) 610.13' (ACTUAL)GUIDERAIL (TYP.)

CBLIGHTPOLE

LIGHTPOLE LIGHT

POLE

CB

BITUMINOUSPAVEMENT

ADMINISTRATION BUILDINGFIN. FLOOR EL.=16.00'

8'x8' CONC.TRANS. PAD

SEPTICSYSTEM

LIGHTPOLE

GRASSAREA

GRASSAREA

BITUMINOUSPAVEMENT

BITUMINOUSPAVEMENT

CONC.MON.

N 56

°16'

00" E

1

17.0

8'

CB

CBSEPTICSYSTEM

LIGHTPOLE

GRASSAREA

GRASSAREA

ASPH

ALT

CURB

SEPTICSYSTEM

CONC.MON.

N 54

°55'

50" E

148.

68'

26' WIDEMOTORIZESLIDE GATE

GUARDHOUSE

LIGHTPOLE

N 50°2

8'0

0" E

179.5

3'

CONC.MON.

5' HIGHC.L.F.

GRASSAREA

RECHARGEBASIN No.3BOTTOMEL.=7.75'

SUNRISE H

IGHWAY S

.R. 2

7

POND

RO

AD

BITUMINOUSPAVEMENT

N 80°1

0'34" E

124.46'

N 80°3

4'15" E

160.5

4' (BY C

HORD)

S 25°44'31" E

54.48'

S 3

5°5

9'0

0" W

47.0

6'

S 4

9°3

2'3

0" W

138.9

9'

4050

S 4

5°0

2'2

0" W

118.2

0'

GUIDERAIL

N 9°49'26" W 103.80'

4040

N 9°49'26" W 121.00'

S 80°10'34" W50.00'

GARAGE

40' WIDEMOTORIZESLIDE GATE

LILCOPOLE

N 4

6°0

3'0

0" E

254.0

1'

SEPTICSYSTEM

LILCOPOLE

CONC.MON.

CONC.CURB

BITUMINOUSPAVEMENT

N 59°44'00" W

S 3

0°1

6'0

0" W

83.0

0'

223.46'

CBC.L.F.

WAREHOUSEFIN.FLOOR EL.=11.92'

BITUMINOUSPAVEMENT

4"Ø

CB

CB

OVERHANG FORGAS PUMPS

GRASSAREA

CO

NC. W

ALK

C&M OFFICESAND GARAGE

BITUMINOUSPAVEMENT

GEN.

OPEN AIRTRANSF. VAULT

STO

RAG

EPL

ATF

ORM

7' HIGHC.L.F.

N 59°44'00" W 608.39'

LIGHTPOLE

CB

7' HIGHC.L.F.

SEPTICSYSTEM

TRAINING VAULTS

4' MANGATENORMALLYLOCKED

SHEL

TERED

PARKI

NG

SHEL

TERED

PARKI

NG

RECHARGEBASIN No.2(SEE DWG.GO-13-2 FORDETAILS)

7' HIGHC.L.F.

CBBITUMINOUSPAVEMENT

TRANS.PAD2

0"Ø

CONC. MON.EL.=12.72'

ASPHALT CURBING

30' WIDEMOTORIZESLIDE GATE

LIGHTPOLE

CB

CB

CB

CB

GATEOPERATOR

20' WIDEMOTORIZESLIDE GATE

WAREHOUSE

BITUMINOUSPAVEMENT

SEPTICSYSTEM

CB

GATEOPERATOR

CBCB

CB

BITUMINOUSPAVEMENT

7' HIGHC.L.F.

STO

RAG

E SHED

FIN F

L. E

L.=

13.2

5'

N 3

5°5

8'4

0" E

CONC. MON.EL.=9.52'

350.4

6'

CONC.SHED

7' HIGH C.L.F.WITH CONC.CURB

7' HIGH C.L.F.WITH CONC.CURB

RECHARGE BASINNo.3 BOTTOMEL.=6.75' (SEE DWG.GO-13-2 FOR DETAILS)

MONTAUK BLVD.

LIGHTPOLE

7' HIGH C.L.F.WITH CONC.CURB

R=2231.90' L=160.50' (MAP)L=160.61' (ACT.)

CHORD = N 62°03'41" W 160.57CONC. MON.EL.=12.92'

TOWN OF ISLIPEND OFCONSTRUCTION

(NOT COMPLETE)

INV.=8.34'

BITUMINOUSPAVEMENT

BITUMINOUSPAVEMENT

7' HIGH C.L.F.

CBAPPROX. EDGEOF PAVEMENT

APPROX. EDGEOF CLEARING

OPEN CONCRETESTORAGE BINS

N 60°00'00" W 531.07'

LIGHTPOLE

PROPERTY LINE &EASEMENT LINE

PROPERTY LINE50' VCSTA 0+00PVI EL.=12.45'ACT. EL.=12.29

LIGHTPOLE

CB

CB

26' WIDE MOTORIZEDSLIDE GATE

18"Ø C.M.P.WOODEDAREA

IRON PIPEEL=9.46'

GUIDERAIL

24' WIDE PAVEMENTBY TOWN OF ISLIP

24' WIDEDRIVEWAY

M.T.A. (L.I.R.R.) ROW

WETLANDSFLAGGED BY D.E.C.

LIGHTPOLE

BAY

VIE

W R

OAD

(5

0' W

IDE)

(NO

T O

PENED

)

RR TRACK

S 3

0°1

6'0

0" W

805.1

1' (

MAP)

804.7

1' (

ACT.

)

LIGHTPOLE

WOODEDAREA

APPROX. EDGEOF CLEARING

APPROX. EDGE OF PAVEMENT& EDGE OF CLEARING

APPROX. EDGEOF CLEARING

WOODEDAREA

CONC. MON.EL.=14.49'

5. CONTRACTOR SHALL BE RESPONSIBLE FOR FIELD VERIFYING ALL DIMENSIONS & ELEVATIONS.

6. ALL ELEVATIONS REFER TO MEAN SEA LEVEL U.S.C. & G.S. DATUM

0.5

0%

18"R.C.P.

7' HIGH C.L.F.

7' H

IGH C

.L.F

.

REMOVE ASPHALT ONLY & REPLACE

7' HIGH C.L.F.

SAWCUT ANDREMOVE ASPHALT, BASE& SUB BASE AND REPLACEWITH CLEAN FILL

SAWCUTASPHALT

OVERLAYDRIVEWAY

REVISED ACCESS DRIVEWAYS MARCH 17 2010

F.F.@ H.P.EL. 12.50

OVERHEADELEC. SERVICE

APPROX.

UNDERGROUNDELEC. SERVICE

APPROX.

2

3

4

5

LOCATION OF PROPOSED WORK

REVISION BYDATENo. APPROVEDNOTETHE EDUCATION DEPARTMENT OF THESTATE OF NEW YORK PROHIBITS ANY

PERSONS FROM ALTERING ANYTHING ONTHESE DRAWINGS AND/OR ACCOMPANYINGSPECIFICATIONS UNLESS IT IS UNDER THE DIRECTION OF A LICENSED PROFESSIONALENGINEER. WHERE SUCH ALTERATIONS ARE

MADE, THE COGNIZANT PROFESSIONALENGINEER MUST SIGN, SEAL, DATE AND

DESCRIBE THE REVISIONS ON THEDRAWINGS AND/OR SPECIFICATIONS

WBS #

LAYOUT/DRAWING #

WBS #

DIST MAP PROPERTY ID

DRAWN BY

CHECKED BYSCALE

DATE

(SEE SECTION 7209 PAR 2)

No. DATE BY WBS # REVISION

TIMOTHY J. KILCOMMONS, P.E.CHIEF ENGINEERN.Y.S. P.E. LICENSE NO. 073594

CONTRACT NO.

GREAT RIVER, NY 117393525 SUNRISE HIGHWAY

ENGINEERING DEPARTMENT/WATERWORKS DIVISIONSUFFOLK COUNTY WATER AUTHORITY

0 XX/XX/XX RD/PS X ISSUED FOR BID

FILE

LO

CATI

ON T

:\Dra

win

gs\2

1-g

o\O

akda

le C

ompl

ex\C

NG

Fue

ling

Sta

tion\

CNG

Fue

ling

Sta

tion

Plan

Set

ELECTRICAL ITEMS1. WARNING TAPE, MINIMUM 6" WIDE WITH CONTINUOUS MESSAGE "BURIED ELECTRIC LINE" SHALL BE BURIED 18"

ABOVE BACKFILLED PRIMARY AND 12" ABOVE ALL OTHER UNDERGROUND CONDUITS AND CABLES.

HAND DIG ALL TRENCH WORK IN AREAS WHERE ANY ELECTRIC, WATER MAIN OR WATER SAMPLE LINES EXIST.

CONTRACTOR'S EXCAVATOR SHALL CONTACT "NEW YORK'S 811 HOTLINE" PRIOR TO DIGGING AND PAY ANY FEES.

2. SCWA TYPE B3-6 ELECTRICAL DISTRIBUTION BOX (DWG. NO. TPB-29) WITH BOLTED ROADWAY COVER INSTALLED ON3" GRAVEL SUB-BASE. PROVIDE "ELECTRICAL" OR "COMMUNICATION" TEXT AS REQUIRED.

3. THE FOLLOWING CONDUITS:3.1. ONE (1) 3" PVC - REMOVE 3#1/0 & 1#2G XLPE TYPE "USE" (STORAGE SHED FEED)3.2. ONE (1) 3" PVC - 1#12 PULL WIRE (FUTURE USE)3.3. ONE (1) 3" PVC - 1#12 PULL WIRE (FUTURE USE)

4. THE FOLLOWING CONDUITS:4.1. ONE (1) 2" PVC - REMOVE 3#1/0 & 1#2G XLPE TYPE "USE" (STORAGE SHED FEED)4.2. ONE (1) 2" PVC - 1#12 PULL WIRE (FUTURE USE)4.3. ONE (1) 2" PVC - 1#12 PULL WIRE (FUTURE USE)

5. THE FOLLOWING CONDUITS:5.1. ONE (1) 3" PVC - REMOVE 3#1/0 & 1#2G XLPE TYPE "USE" (STORAGE SHED FEED)5.2. ONE (1) 3" PVC - 1#12 PULL WIRE (FUTURE)5.3. ONE (1) 3" PVC - 1#12 PULL WIRE (FUTURE-HID LIGHTING)5.4. ONE (1) 4" PVC - 1#12 PULL WIRE (FUTURE GENERATOR)5.5. ONE (1) 2" PVC - 1#12 PULL WIRE (FUTURE GENERATOR)

6. THE FOLLOWING CONDUITS:6.1. ONE (1) 4" PVC SCH. 40- 4#500MCM & 1#3G (CNG REPAIR SHOP)6.2. TWO (2) 4" PVC SCH. 40- 25 PAIR CAT. 5E OUTDOOR CABLES (CNG REPAIR SHOP TELCO)6.3. ONE (1) 4" PVC SCH. 40- 12/C FIBER OPTIC OUTDOOR CABLES (CNG REPAIR SHOP DATA)6.4. TWO (2) 4" PVC SCH. 40- DRAGLINE (SPARE)

7. THE FOLLOWING CONDUITS:7.1. ONE (1) 4" PVC SCH. 40- 4#500MCM & 1#3G (CNG REPAIR SHOP)7.2. TWO (2) 4" PVC SCH. 40- 25 PAIR CAT. 5E OUTDOOR CABLES (CNG REPAIR SHOP TELCO)7.3. ONE (1) 4" PVC SCH. 40- 12/C FIBER OPTIC OUTDOOR CABLES (CNG REPAIR SHOP DATA)7.4. TWO (2) 4" PVC SCH. 40- DRAGLINE (SPARE)7.5. 2" PVC SCH. 40- 2-#4 & 1-#8G (LIGHT POLE LIGHTING)

8. 2" PVC SCH. 40- 2-#4 & 1-#8G (LIGHT POLE LIGHTING)

APP

LICABLE

TO A

LL

5

43

2

6

6

2

6

6

2

78

2

2

LOCATION OF PROPOSEDSOIL BORINGS

24

AutoCAD SHX Text
T
AutoCAD SHX Text
T
AutoCAD SHX Text
T
AutoCAD SHX Text
E
AutoCAD SHX Text
E
AutoCAD SHX Text
E
AutoCAD SHX Text
E
AutoCAD SHX Text
E
AutoCAD SHX Text
E
AutoCAD SHX Text
E
AutoCAD SHX Text
E
AutoCAD SHX Text
E
AutoCAD SHX Text
E
AutoCAD SHX Text
E
AutoCAD SHX Text
E
AutoCAD SHX Text
E
AutoCAD SHX Text
E
AutoCAD SHX Text
E
AutoCAD SHX Text
E
AutoCAD SHX Text
E
AutoCAD SHX Text
E
AutoCAD SHX Text
E
AutoCAD SHX Text
E
AutoCAD SHX Text
E
AutoCAD SHX Text
E
AutoCAD SHX Text
E
AutoCAD SHX Text
E
AutoCAD SHX Text
E
AutoCAD SHX Text
E
AutoCAD SHX Text
E
AutoCAD SHX Text
E
AutoCAD SHX Text
E
AutoCAD SHX Text
E
AutoCAD SHX Text
E
AutoCAD SHX Text
E
AutoCAD SHX Text
E
AutoCAD SHX Text
T
AutoCAD SHX Text
T
AutoCAD SHX Text
E
AutoCAD SHX Text
E
AutoCAD SHX Text
E
AutoCAD SHX Text
E
AutoCAD SHX Text
E
AutoCAD SHX Text
E
AutoCAD SHX Text
E
AutoCAD SHX Text
E
AutoCAD SHX Text
E
AutoCAD SHX Text
E
AutoCAD SHX Text
T
AutoCAD SHX Text
E
AutoCAD SHX Text
E
AutoCAD SHX Text
E
AutoCAD SHX Text
E
AutoCAD SHX Text
T
AutoCAD SHX Text
E
AutoCAD SHX Text
E
AutoCAD SHX Text
E
AutoCAD SHX Text
E
AutoCAD SHX Text
E
AutoCAD SHX Text
E
AutoCAD SHX Text
E
AutoCAD SHX Text
C/T
AutoCAD SHX Text
C/T
AutoCAD SHX Text
C/T
AutoCAD SHX Text
C/T
AutoCAD SHX Text
C/T
AutoCAD SHX Text
C/T
AutoCAD SHX Text
C/T
AutoCAD SHX Text
T
AutoCAD SHX Text
T
AutoCAD SHX Text
T
AutoCAD SHX Text
T
AutoCAD SHX Text
T
AutoCAD SHX Text
C/T
AutoCAD SHX Text
C/T
AutoCAD SHX Text
T
AutoCAD SHX Text
T/E
AutoCAD SHX Text
T/E
AutoCAD SHX Text
T/E
AutoCAD SHX Text
E
AutoCAD SHX Text
C/T
AutoCAD SHX Text
C/T
AutoCAD SHX Text
C/T
AutoCAD SHX Text
C/T
AutoCAD SHX Text
C/T
AutoCAD SHX Text
T/E
AutoCAD SHX Text
T/E
AutoCAD SHX Text
T/E
AutoCAD SHX Text
E
AutoCAD SHX Text
T
AutoCAD SHX Text
T/E
AutoCAD SHX Text
T/E
AutoCAD SHX Text
T/E
AutoCAD SHX Text
E
AutoCAD SHX Text
T
AutoCAD SHX Text
E
AutoCAD SHX Text
E
AutoCAD SHX Text
T
AutoCAD SHX Text
T
AutoCAD SHX Text
T
AutoCAD SHX Text
T
AutoCAD SHX Text
T
AutoCAD SHX Text
E
AutoCAD SHX Text
E
AutoCAD SHX Text
E
AutoCAD SHX Text
E
AutoCAD SHX Text
E
AutoCAD SHX Text
E
AutoCAD SHX Text
E
AutoCAD SHX Text
E
AutoCAD SHX Text
E
AutoCAD SHX Text
E
AutoCAD SHX Text
E
AutoCAD SHX Text
E
AutoCAD SHX Text
M
AutoCAD SHX Text
M
AutoCAD SHX Text
250.8'
AutoCAD SHX Text
24'
AutoCAD SHX Text
108.8'
AutoCAD SHX Text
15"%%C
AutoCAD SHX Text
G
AutoCAD SHX Text
E
AutoCAD SHX Text
E
AutoCAD SHX Text
E
AutoCAD SHX Text
E
AutoCAD SHX Text
E
AutoCAD SHX Text
.
AutoCAD SHX Text
.
AutoCAD SHX Text
.
AutoCAD SHX Text
.
AutoCAD SHX Text
OVERALL SITE PLAN
AutoCAD SHX Text
1" = 60'
AutoCAD SHX Text
PS
AutoCAD SHX Text
SHM
AutoCAD SHX Text
C01
AutoCAD SHX Text
BUILDING ADDITION AND CONVERSION
AutoCAD SHX Text
CNG COMPLIANT VEHICLE MAINTENANCE FACILITY
AutoCAD SHX Text
ADMINISTRATION AND CM COMPLEX
AutoCAD SHX Text
SUNRISE HIGHWAY, OAKDALE, TOWN OF ISLIP
AutoCAD SHX Text
BAY SHORE DISTRICT
AutoCAD SHX Text
07/7/2014
AutoCAD SHX Text
7333