Loading...
Untitled ...... . "'T~'.~."- ?};~r'.-'-r---"~'-" ..n__"__-.~'.~.~--"'~'-"-""''''fJior'~-:ff ........ '.' ....--...1 /1"~' . 'J , !'~ ,n 4' r I ~t'll!..s t'k..... 'fttw. ... A,.~~( ":';';''::'' (I.-.::fi !4....A,)'1j. II /";) ""'1. . :3 ,i i jF.....--.. ,~.~ ----.---..:--..--...-- tfy)~ - 3 3~-:-P:;j"zt- _ ; ~m ~ ____:i-/~-- :1__ 0-QlcJ ~t/u~ . :.33~~/ob~ ----- :', !~~~feJ~fj &i<<8~-! ---------~---------------- I em' if! Jer VIC-'€ '.> "i--~ u.,cha'" - Io/-i5f;J. j 0, , . -3 . 5:/...JL_ -t2t.~- t~~iltu~-{l..w t2.!e j +8:'1' -8~>':_?"/7 (P~lihe~..c.~ ':: ill: i6;i/fc;~,CJ>o ~~-Jb.~.3m . .: . - 3~..5:1 () II j -' J> : Oll~ J.i2j /I; """ l/J "'J 10'0& - >t<.h'8U (n i /lM@ i ~ 00'" ,! 1&11 i fl~}1Q,{fJ J rn if 080J "1, ! ~~~-.=J~-;~-h~t;~-=~"~~~;;-;~~:8i~= " ,~~~- : .--.----..-4+--.' -+-----' -_. u-+--. ,".' ! 'i' I I . Ii i : flc-k~ -LA~ .' ; s- 8.' lol!' 1~5 ,~€-tYlcLtaYCOrr5huG-hnn b1e)l./42.-6WQI ----- !~! ._~._... :6 ~ J~~fh[~ ifJ(-/l6W42-/50g ---. i I i J----w--taiw Island. ~ " '1 I 0 30 2- I i~'. .L DzV~~W U. *t.; I tT$? Ii: ~-- 10. 10 il! -'-. . ii, I[ 11 ---LL "i_.. ii : q ~Uh3~o..-r .-..-..__...._nn_-r-_.n+__._.-. ~~~~~~~V~j. W .~ iii ; /0..Lr ' 1030'2- ---------..------ i: : ._._.~----- :?3~T5S~i~ ~ . E. Ii z.o. b e-+h N j. 01~Ol.o .~ . ~-) . II: 3'/O-/~I! j' ~ ! : 1!\ ill (2f ~ee f<?e6U.tt.ttd John C;-Y:J...,4 a " ~4'5-3li:fO()~ I i I 1 II: ill in 1 I i 1/7 l~~i~ · 'lfcQ ~kJ. j) j , o~K 7 LW, Om Nut /J)':;7"f i ~ -rljre.e.. ' --L--~-~ 03' l2..ouie, 10'1.,. f r o.v m\"~a.ale. }..j \J II, 3C':::> W.3I-dYq.~ISO'j')~ 11 A I IC.....J"1/1 A C ./.()~L- d'-l'1 '~~~ I:t:~ n.:llu u k1I'i)-l.JL/2 -<6dCO --!ohn_~~" 0 -, I c; - <-Jl../2 - 150Q _.___~H~_ . QO'l-355-ldOI _S3QYdOn~cJl gD~ ~5 i-l./~57. . ~. ~ ~ l 'TH-' , ..-" 1-"nn RECORD OF BID LJOCUMI::N I S pmJeotM'"""t{LE ~O; Ph,"eE~ *-"'<<$4// ZXT.58 prOjectName~';i' Z#/Jk'-?#~#LS...~~JitJ+.~~ ProjectNo h<?/CJ~tb.o AmUt req'd per set $ 17 fee 0 deposit 0 Must sets be returned? DATE FIRM NAME & ADDRESS NAME OF INDIVIDUAL FEE OR DEPOSIT DOCUMENTS ADDENDA ISSUED ISSUED OF RECIPIENT RECIPIENT ~~"" (legal Address of Firm. Street Address) TELEPHONE NO. OF FIRM c C DATE OATY NO, SET 1 2 3 4 5 (Include Area Codes) h a REC'D REI' SETS NUMBERS e s FAX NUMBER OF FIRM c h 6 7 8 9 10 - k 3h/IO ~.QjJ C~d1d~ ~n/I ob/o..o \ / 51 ~t /lPLf (!;Juc9~ ff'iS - 2>3 c;,.. 8'15 3 :' ..tA1( Ig'l),' 33b . ttJ.'I5' ( F) Ip/SPO 20t1r{};tJ Se'rVth 't~ IShe1/~ Oc)ml/I~; \ I I~~l ft~oJQd ~ g>-</ r- - '6 I M 1,:51.51- ,w .1, AnlA Y'/:j--- 01,/- /~oc..l ( Fl c/5/(O 1 me ~: iL-~ r.J (J i i ~ CO-fl..- \ ) Q/l--.rL- r ~ ~~: ^ '""' ~ ()CJ - !'6' -3737 I' &J!l..I'",,~. L ^.A In If 0801'7 J::;o8- -'J t.h ~ It/6ICP) I 2JSiiO tk CJZ~"'- -~'~19./:> rrL~/{\ ./ivltt:-- \ 1 .9..\ "-~t'" ~J&J2:.\' &'/s ~" to I '-/10 I..P 11' \ l , A.l > [,.j" JL.,.? '" rJ(,' J' 8'-4')- t/StJ ~ 4()~ b(e 3J 8/ /tV ~ -~~~Co~n.Ad1on JOhn '5A-iA. '\ 7 ~ S-t~en "IE-lArd tJ"\j P,3i>2 111'& - 441.--BLOO ( - \ 5 e..,\"ut~ ~ JL., ,I ~ -'-i-I7- -1'JoCf L1=-') \ ~/~/tJ 15P . -P A LA \ ::s-\-LtD.Y+ 1/ \ <? Ll5 - '2>lt ~ O~ ( lf2 3 }/O)ID r1~~Q.\l QA erfIJlll ~ Im..rrflAf-..tJ :3i1m o-tJt: 0 J \ ~? ~~.L QAld t~ "O-J %~ $" - '5b'l lc9--ou >( Ir I (J~K 1'LMJam. (\ \./ ~r'~9.~(1) ') BlJv!,o . w.3J- ~Llq ~ ~\"5O -'r;Pr ," V ~ .e- ~ ~a...~ e.. IU () U>31 'd"-lq 3J-~ J '6 ~rm\r,t1rz 1.0 t-J'-Jll1n ! \ II ' J .J Qhn ~H r A- I \ r- e..m~ -"'\, ~, LiL/ 7).. -~':rOll q ~ ~ J-e..u.;~ f-t.~It..- ii Q. '-ILl;) l"'fOCf ; ~,.,4 e,"\ -:t 51~"" . ~ ro'i~~'ldO' \ v f"I\J, ro-ieJ\ go~O"S j. LI'S5 2... /0 ;;'\.f, &.;-+~ "St- , -:::- .~ .... \'.J \01 A1'J{,j \ E:\d ocumenls \F orms \RECOR OBI D. doc Sent By: MORRIS ASSOCIATES; 8454731962; Mar-24-10 7:47AM; Page 2/2 FUEL OIL TANK REMOVALS TOWN HALL AND ffiGHW AY GARAGE RFP RESULTS MARCH 22, 2010 .--- f--... - CONTRACTOR NON.. COPlES* BASE BID UNIT PRICE COLLUSION ITEM 4 Conklin Services & Yes 5 $23,674.00 Omitted Constmction, Inc. \rold ConstnJ.ction Co., Inc. Yes 5 $14)700.00 $22.00lton Gem~1ar Construction Corp. Yes 1 $32.250.00 Omitted EnviroClean Products & Yes 5 $8,200.00-"" Omitted Services Tank Specialists Plus Yes 5 $12.400.00 $70.00/ton Clean Venture Yes 5 $28)858.46 $45.00/ton .~'-,.", -."'''.-.- } iller Environmental Group, Yes 1 $12,260.10 Omitted Tnc. ...... .". . '.'.". *Note: 5 copies were required as a condition of submitting a bid in the RFP. Sent By: MORRIS ASSOCIATES; 8454731962; Mar-24-10 7:46AM; MA MORRIS ASSOCIATES ENGINEERING CONSULTANTS, PLLC 9 Elks Lane, Poughkeepsie. New York 12601 Tel: (845) 454-3411 Fax: (845) 473-1962 FACSIMILE COVER SHEET S NO TO: C mpanY7Er pQ/~ A .ntion' Urgent Please Review From: Mike Takacs --- Date: r3 ~?~ It? Phone Number: Ext. 53 -- o Reply ASAP Page 1/2 ...._-1 I o Please Comment aFor Your Information o As Requested al pages, including cover sheet LZ I c, , a-~ ~~ E:\ cument$\J=orms\t:ll(memo.doc lkeepgie Journal Poughkeepsie, N. Y. VIT OF PUBLICATION State of New York County of Dutchess City of Poughkeepsie Rita LombardI, of the City of Poughkeepsie, Dutchess County, New York, being duly sworn, says that at the several times hereinafter mentioned he/she was and still is the Principle Clerk of the Poughkeepsie Newspapers Division of Gannett Satelhte informatIOn Network, Inc., publisher of the poughkeepsie Journal, a . newspaper published every day In the year 2010 in the city of Poughkeepsie, Dutchess County, New York, and that the annexed Notice was duly published \TI the said newspaper for one insertion successively, in each week, commencing on the 11th l>1ar. day of in the year of 2010 and on the following dates thereafter, namely on: And ending on the jJ;;f Subsc ibed and sworn to before me this of h in the' rof 2010 day of In , both days inclusive ... I;<d... day TOWN Of WAPPINGER, NY P.O. Box 324, MiddlebushRoad Wappingers Falls, N.Y. 12590 r'urchase Order No. DO NOT WRITE IN THIS BOX I I Dale Voucher Received I FUND. APPROPRIATION AMOUNT TOTAL ABSTRACT NO. I PURCHASE ORDER & VOUCHER CLAIMANTS NAME AND ADDRESS poughkeepsie Journal L , --l TERMS VENDOR'S REF.NO. DATES QUANTITY DESCRIPTION OF MATERIALS OR SERVICES UNIT PRICE I AMOUNT ad i 2939220- ~egal 9220- 3/11,2010 136 85 bids for Wappinger Park Water System demolition of)' ~ .Q~ -t,,? ., ~( ., / )" v . . ~-':f, ... tl " " '7~ (), I TOTAL J I. certify Ihalthe above accounl in lhe amounl of S is Irue and correct; I at the Ilems. services. and disbursements charge were rendered 10 or for Ihe municipallly on tha dales staled: lhat no part has been paid or salisroed; Ihaltaxes, Irom which Ihe municipality is exempled, ar. nol included; and Ihatlhe amount clai is actually due 1/17./7.010 DATE prj""C';r0l1 ClilJ:'k TITLE (SPACE BELOW FOR MUNICIPAL USE) DEPARTMENT APPROVAL The above services or materials were rendered or furnished to the municipality on the dates stated and the charges are correct APPROVAL FOR PAYMENT This claim is approved paid from the approprialions indicated above o t, \~/() DATE COMPTROLLER DATE ~ou.9hkeepsie Journal pou g h keepsiejou rna !.com ADVERTISING 'j INVOICE ~. P.O, BUXl1.>l Cy jj 85 CIVIC CENTER PLAZA POUGHKEEPSIE, NY 12602 BUSINESS OFFlCE: (845) 437 -4704 VUJ \,UJlJIIJUllIlY. JUUJ J1\"n~p'Up'\.oI. .. v ..."",;;),;;) II n... U r:;:;:1 WAPPINGER/TOWN OF ATTN:TOWN CLERK 20 MIDDLEBUSH RD WAPPINGERS FALLS NY 12590-4004 TO PLACE A CLASSIFIED AD PLEASE CALL (845) 471 -7355 02939220 02939220 02939220 000 NOTICE TO BIDDERSNOT 000 NOTICE TO BIDDERSNOT TRANSIENT AFFIDAVIT 03/11/10 " 03/11/10 03/11/10 205 205 1 1 116.85 20.00 136.85 TERMS: PAYABLE UPON RECEIPT ASSURE PROPER CREDIT, DETACH AND RETURN THIS PORTION WITH REMITTANCE" ck payable to: THE POUGHKEEPSIE JOURNAL 0 Visa 0 Mastercard DAmerican Express 0 Disccver 136.85 0102939220 03/11/10 INVOICE Signature o PLEASE CHANGE MY ADDRESS AS INDICATED ON REVERSE foxplraUon Mon1l1 { Year 0102939220000136855 1111111111111111111111111\111111\111111111111111111111111\1111 WAPPINGER/TOWN OF ATTN:TOWN CLERK 20 MIDDLEBUSH RD WAPPINGERS FALLS NY 12590-4004 l'oughkeepsie 30urnal PO BOX 1629 BINGHAMTON, NY 13902-1629 845-297-5771 lPou.ahkeepsie 30urnal P.O. BOX 1231 85 CIVIC CENlER PLAZA POUGHKEEPSIE, NY 12602 BUSINESS OFFICE: (845) 437-4704 ie Journal ~ECEI"E:L Inc'pSI"e N Y ~R .. 5 ')1) ,~';! ,.. - cu1P .. ~fJt v VIT OF PUBLICA TIBtt.., State of New York County of Dutchess City of Poughkeepsie Rita Lombardi, of the City of Poughkeepsie, Dutchess County, New York, being duly sworn, says that at the several times hereinafter mentioned he/she was and still is the Principle Clerk of the Poughkeepsie Newspapers Division of Gannett Satellite Information Network, Inc., publisher of the Poughkeepsie Journal, a newspaper published every day In the year 2q lOin the city of Poughkeepsie, Dutchess County. New York, and that the annexed Notice was duly publIshed in the said newspaper for one insertion successively, in each week, commencing on the 3rd. day of Mar. in the year of 20 I 0 and on the following dates thereafter, namely on: And ending on the ;l; ~IU'ive If day of III Subscribed and sworn to before me this of IJJtlJZI1 in the year of 2010 ~/bL ~ Notary PublIC day My commission expires JANICE KATl No:J:AR-'1 rt:JSllG, ~lCue C1IIWW YOrk NO.01KA6215075 A,- ~~ in Dutchess County I,MJmmlSSIOn Expire~ December 21,2013 CLASSIFIED ADVERTISING INVOICE ~. P.O. DOXI231 (v ii . 85 CIVIC CEN1ER PlAZA POUGHKEEPSIE, NY 12602 G BUSINESS OFFICE: (845) 437-4704 your community. your newspaper. Poughkeepsie Journal pou gh keepsiej ournal.com 1:;;;~10 BI WAPPINGER/TOWN OF ATTN:TOWN CLERK 20 MIDDLEBUSH RD WAPPINGERS FALLS NY 12590-4004 TO PLACE A CLASSIFIED AD PLEASE CALL (845) 471-7355 ~ Y:V"'<>"'f; ;., ""," k ",~ , ' ''''t ,~) 'J' (~ ~, . ~ '" 't~~"'~" ~;r <: "'I ':/ ~""" ) ",''''"~ "'l":i =.~ /!'~-l'I>il<1'<i'<;ji:f:Z1tV"'r~"t~"""ifp,"'I#~:'r'l:f'irf>. 1Zi'il!Fm!lk.U~l . """ .j~J14~JP1~ki'~~1lf)W(:]I'J.. .:.:. ., 0)JfA'{f.!1ll,f;Tf~li~~ .. ~.. .c. d. d. . ...... '~~J1 ud.lii1.l!Iiif;},.t"..~', .;":/:~~,,,:,~ 0102933310 0102933310 0102933310 000 REQUEST FOR PROPOSAL' 03/03/10 000 REQUEST FOR PROPOSAL 03/03/10 TRANSIENT AFFIDAVIT 03/03/10 167 167 1 1 95.19 20.00 ~ 115.19 TERMS: PAYABLE UPON RECEIPT "" . TO ASSURE PROPER CREDIT, DETACH AND RETURN THIS PORTION WITH REMITTANCE. ~heck payable 10: THE POUGHKEEPSIE JOURNAL 0 Visa 0 Masterca-d _~M~~N;~~~";~l~~~B~~7:B;~~~~; ;~-I Slgnalure D PLEASE CHANGE MY ADDRESS AS INDICATED ON REVERSE INVOICE Expiration Month I Year 0102933310000115195 1111111,11 I 1.11111111111.111111 .1111111.1111111.1.1111111111.1 WAPPINGER/TOWN OF ATTN:TOWN CLERK 20 MIDDLEBUSH RD WAPPINGERS FALLS NY 12590-4004 Poughkeepsie Journal PO BOX 1629 BINGHAMTON, NY 13902-1629 iPouahkeeosie Journal P.O. BOX 1231 85 CIVIC CENTIlR PlAZA POUGHKEEPSIE. NY 12602 BUSINESS OFFICE: (845) 437-4704 845-297-5771 TOWN OF WAPPINGER, NY P.O. Box 324, MiddlebushRoad Wappingers Falls, N.Y. 12590 PURCHASE ORDER & VOUCHER I CLAIMANT'S NAME AND ADDRESS poughkeepsie Journal L TERMS Purchase Order No. DO NOT WRITE IN THIS BOX "I D~le Voucher Received FUND. APPROPRIATION AMOUNT TOTAL ABSTRACT NO. I I ~ VENDOR'S REF. NO. I DATES QUANTITY DESCRIPTION OF MATERIALS OR SERVICES UNIT PRICE AMOUNT . ad # 2934380- legal 4380- 3/3/2010 30 83 workshop meeting ad # 2934383- legal 4383- meeting on 2010 budget 35 39 ad # 2933310- legal 3310-bids for fuel oil tank removals at Town Hall and garage 115 19 rlECEIVcl- MAR - 5 2010 ''''~A'1\f ClF:p, TOTAL I J Rita Lombardi I. is true and correcl; Ihat Ihe lIems, services, and disbursements charg municipality is exempted are nol included; and Ihatlhe amounl clai e 3/4/2Q10 DATE certify Ihatlhe above account in the amount of $ unlcipallly on Ihe dales slaled; Ihal no part has been paid or satisfied; Ihaltaxes. from which the f Principal Clerk TITLE (SPACE BELOW FOR MUNICIPAL USE) DEPARTMENT APPROVAL The above services Of materials were rendered or furnished to the municipality on the dates stated and the charges are correct ~ S; ), b DATE APPROVAL FOR PAYMENT This claim is approved paid from the appropriations indicated above DATE COMPTROLLER 03/05/2010 10: 12 FAX IlJ001/001 1t3 TMC Services, Inc~ One William Way Bellingham., MA 02019 ~!Jyjr..P..l'.\mmU!l Remediation Services WestcT&D Lib Pack Senices Industrial Cleaning Emergency RIl$pOD5e g$;l.n.~:trtJc;l.i.9E Pump &. Tank Sc:wcr Systems Drainage Improvements S~ptlc Systems Water SyStems AP~.ro!t Asbestos Lead Microbial Odnolition Emergency Response TEL: (SOS) 966-3737 FAX: (508) 966-486J www.hazn1att.com F:\CSli\IILE TR.\:\Si\IIT'L\L To: Christine Town of Wappinger From: Angie Coe aeoe@hazmatt.eoDl Phone: 845-297-5771 Fu: 845-298-1478 Phone: 508-966-6008 (direct) Fu: 508-966-6208 (direct) Number of Pages (including this one): 1 Good morning Christine, Per our recent discussion, I would like to request the plans/specs for the Fuel Oil Tank Removals at the Town Hall and Highway Garage Complex project that I saw advertised., due 3/22/10. Please send them to the address listed below, using either our Fed-Ex or UPS account number (whichever is more convenient). It would be greatly appreciated if you could send them today in order for us to review them before the site visit next week. TMC Services. lac. Attn: Angie Coe One William Way Bellingham, MA 02019 Fed..EX# 197228857 UPS# F18R38 Feel free to contact me if you need anything further. Kind Regards, CJ3 flX1\~ Angie Coe Sales Coordinatorl Administrative Assistant fid&- up it/ fo2) 03/08/2010 11:49 7184421509 GEMSTAR PAGE 01 GEMSTAR Construction Corp. 83 Jewett Avenue Staten Island, New York 10302 PHONE (718)442-8200, FAX (718) 442-1509 #-5 FAX COVER SHEET to: Town ofWappiuger DATE: 03108110 ATIN. Clerks OfIice FAX NO. ua-288-1478 No. of pages FROM: John Sala including 2 cover sbeet; I Re:-l FRP. Fuel Oil r...k Removah Rema.-ks; Please send the above RFP to the following: Gemstar Construction Co.". 83 Jewett A"enue Staten Island, NY 10302 FED-ex ## 1723-7437-9 Thank you. /) /0 . L i I.:J .::i:l... -:j:) 1;- I If any part of this transmission is not complele please phone 718 442 82QO TOWN CLERK Chris Masterson 20 MIDDLEBUSH ROAD WAPPINGERS FALLS, NY 12590 WWW.TOWNOFWAPPINGER.US (845) 297..4158 - Main (845) 297-5771 - Direct (845) 298-1478 - Fax Office of the Town Clerk The Following Fax Message Consists of Including Cover Sheet 3 FAX TELEPHONE NUMBER (845) 298-1478 DATE: ---lr'rA./ULh /1, dOlO TO: 13 j (- j ()JJ (j(/] r7 " J~~ FROM: /Own ~ aj~ REFERENCE: f3u(J , hLJi ' TOWN SUPERVISOR Christopher J. Colsey TOWN BOARD William H. Beale Vincent Bettina lsmay Czamiecki Joseph P. Paoloni Pages IF YOU DO NOT RECEIVE ALL THE PAGES, PLEASE CONTACT SENDER IMMEDIATELY. /j L Aulzti~ Sender: r EI77tu.-Ud 3-,11,/0. ~ To From Bid Ocean 970-256-9704 03/11/10 11:24 Page 1 of 1 Request Code: 3013594 Date: 03/11/10 We hereby request the list of planholders (bidders) for your following solicitation on behalf of our customers who are contractors and vendors. Owner Name: Wappinger, Town of Solicitation Name: Fuel Oil Tank Removals Solicitation Number: Due Date: 03/22/10 Please send the information to us by Email at: bids@bidocean.com (preferable method) or by Fax to 877-356-9704 (970-256-9704) PLEASE INCLUDE BIDDER (PLAN-HOLDER) ADDRESS OR TEL TO HELP US IDENTIFY THE CORRECT COMPANY. We do not need the bid package (plans & specs), only the list of planholders. Making this information available to us will reduce the number of calls you receive for the same data from our customers. Save time and money by posting your solicitation information online using our free procurement software. For more info. please visit http://www.bidocean.com/procurement.php or call us at 866-585-7455 or 970-255-7455. Thank you for your consideration. Bid Ocean, Inc. PO Box 40445 Grand Junction, CO 81504 - USA PO Box 127 Wakaw, SK SOK 4PO - CANADA MORRIS ASSOCIATES ENGINEERING CONSULTANTS, PLLC . 9 Elks Lane, Poughkeepsie, New York 12601 Tel: (845) 454-3411 Fax: (845) 473-1962 o 64 Green Street, Suite 1, Hudson, New York 12534 Tel: (518) 828-2300 Fax: (518) 828-3963 J~ March 24,2010 Town of Wappinger Town Board 20 Middlebush Road Wappingers Falls, New York 12590 Attn: Christopher COlsey, Supervisor RE: Town of Wappinger Town Hall and Highway Garage Fuel Tank Removal RFP Bid Summary MA#W21 006.0 Dear Supervisor Colsey: As you are aware, the Town advertised for bids for the removal of the underground fuel oil storage tanks at the Town Hall and Highway Garage. These bids were received and opened on Monday, March 22, 2010. The results of the bids are as follows: Contractor Non- Copies of Base Bid Unit Price Collusion bid submitted Item 4 Conklin Services & Yes 5 $23,674.00 Omitted Construction, Inc. Arold Construction Co., Yes 5 $14,700.00 $22.00/ton Inc. Gemstar Construction Yes 1 $32,250.00 Omitted Coro. EnviroClean Products Yes 5 $8,200.00 Omitted & Services Tank SDecialists Plus Yes 5 $12,400.00 $70.00/ton Clean Venture Yes 5 $28,858.46 $45.00/ton Miller Environmental Yes 1 $12,260.10 Omitted Group, Inc. The results of the bid ranged from $8,200.00 from EnviroClean Products and Services to $32,250.00 from Gemstar Construction Corp. However, as you can see form the results not all bids were complete, several only included one copy of their bid (5 were required in the RFP) Ad--GRty--tRree-iAGWGeE:J-tRc unit ~ricc for Item 4 that waSi'ec:ftJired per theiirst-A-d E:\cIocuments\T Wappinger\a W201 O\W21006.0 Fuel tank removals\1tr to Colsey on Bid Results 3-24-10.doc Town of Wappinger Hon Christopher Colsey Page 2 March 24, 2009 RE: Town Hall & Highway Garage Fuel Tank Removal Therefore, it is recommended that this set of bids be rejected due the irregularity and inconsistencies of the results and that a new set of requests be sent out using the Town's Procurement Policy. If you have any questions, please feel free to contact this office. Very truly yours, cc: Albert P. Roberts, Esq., Attorney to the Town - via e-mail John C. Masterson, Town Clerk - via e-mail E:\documents\T Wappinger\a W201 O\W21 006.0 Fuel tank removals\ltr to Colsey on Bid Results 3-24-10.doc ~ent By: MORRIS ASSOCIATES; 8454731962; 4: 17PM; Sent By: MORRIS ASSOCIATES; . 8454731962; Apr-26-10 4:21PM; Page 3/6 REQUEST FOR PROPOSALS FOR FUEL OIL TANK REMOVALS AT TOWN HALL AND HIGHWAY GARAGE COMPLEX SGOpe of Project: The Town of Wappinger, New York is requesting proposals from Qualified companies to (1). Tow~ Hall PSS Tant( #200: The Bidder shall provide labor and equipment necessary to remove one (1) 2,000 gallon fuel oil double wall fiberglass underground storage tank. The tank shall be properly cut and cleaned (up to 2 - 55 gallon drum of tank bottoms, included in bid) and property disposed of at an appropriate facility. The concrete cover over the tank is to be removed from the site. The atdder shall provide up to ten (10) tons of Item 4 backfill installed in 12" lifts and thoroughly compacted and then 4" topsoil to be seeded and mulched to finished grade. The oil lines are to cut and capped at the sidewalk. any damage to sidewalk will be repaired to the satisfaction of the Town Engineer at the contractor's expense. The steel covers and frames are to be removed and delivered to the town Highway Complex. Perform site assessment and coltect fIVe (5) confirmatory soil samples for Tank Closure Report as required by the New York State Department of Environmental Conservation. Prepare and submit to NYSDEC all reports and forms necessary to remove tank from data base. (2). The Bidder shall petition the New York State Department of Environmental Conservation for closure of former Tank #100 at the Town Hall, that was removed by others; however, was never removed from the NYSDEC Petroleum Bulk Storage database (3). Hiahwav Garage Comolex: The Bidder shall 'provide labor and equipment to remove one (1) 1 ,000 gallon fuel oil double wall steet undergroond storage tank. The tank shall be properly cut and cleaned (up to 1 - 55 gallon drum of tank bottoms Included In bid) and properly d_posed of at an appropriate facility. The Bidder shall provide up to five (5) tons of Item 4 backfill installed in 12" lifts and thoroughly compacted and then 4" topsoil to be seeded and mulched to finished grade. Perform site assessment and collect two (2) confirmatory soil samples for Tank Closure Report as required by the New York State Department of Environmental Conservation. Prepare and submit to NYSDEC an reports and forms necessary to remove tank from data base. 2 Sent By: MORRIS ASSOCIATES; (4). 8454731962; Apr-26-10 4:22PM; Page 4/6 (5). The Veeder-Root system at the Town Hall and corresponding conduits and eleCtrical connections to the junction boxes are to be removed. The Veeder*Root unit at the Town Hafl will remain the property of the town. The contractor shall remove approximately 210 feet of eledrical conduit on the outside of the building and reprogram the Veeder-Root unit at the Highway Complex. The contractors will be required to analyze the soil sa~ for VOC's and SVOC's.via the EPA methods 8201 STARS and 8270 STARS. The Town will be responsible to pump out the tanks of any fuel oil prior to the start of removal of the tanks. (6). (7). (8.) Additionally, contractors shall provide a unit price per ton for the item ~ baCkfininateriat This price win be used to adjust the final cost of actual material used in the backfilling of the excavations. All firms are. advised that this is a municipal project and subject to the reQuirements Of prevailing wages. All Contractors working on this project must be paid prevailing wages based on the m.ost current NYS Department of labor rates in effect at the time of the project. Applications for Payment must include certified payrolls. Sc.hedule: It is anticipated that the Town Board will award the project at a May Town Board meeting. Completion of the project must be no later than June 30, 201 Q. Proposal ReqUirements: All quotations are due by May 7,2010 and must be submitted in writing to Morris . Associates, 9 Elks Lane. Poughkeepsie, New York 12601 or faxed to (845473- 1962) and incfude all information listed below. The required information is organizeci into the following areas: Firm Experience: 1. Corporate Experience: Describe the experience of the firm in providing servioea and equipment for removal of underground fuel oil storage tanks. A minimum of 5 years experience in the ntmoval of underground fuel storage tanks is required. 2. Identify the key personnel and their specific project roles. Include specific experience and qualifications for these individuals as well as availability 3 Sent By: MORRIS ASSOCIATES; 8454731962; Apr-26-10 4:22PM; Page 5/6 and commitment of these personnel consistent with the anticipated project scope. 3, Provide' resumes of key staff. Resumes may include indirect experience to demonstrate the abilities of the proposed staff. 4. Referencs$: Provide at least three (3) references for projects of similar size where you have been the contractor for the removal of underground fuel oil storage tanks. These references shall be from removals completed in the last three years or less. lncfude the name of the organiZation and contact persons name and telephone number, and the budget for the project. Technical Questions: Technical questions will be accepted up to Wednesday, April 28, 2010 and should be directed to Robert J. Gray, P.E. at Morris Associates, 9 Elks Lane, Poughkeepsie, New York 12590; telephone number 845-454-3411 extension 30. Proposal Evaluation: Firms will provide all the minimum information required above. Any additional information can be provided for the Town to evaluate the proposal. The Town will select a firm based on experience. The Town reserves the right to select a firm that provides the most complete proposal that meets the proposal requirements. Affirmative Action RequirementB: It is the policy of the State of New York to encourage the greatest possible participation of minority and women-owned business enterprises and to ensure that minority group members and woman are afforded equal opportunities without discrimination in State funded projects. The contractor, in bidding on this project, acknowledges understanding and support of this policy and pledges to fully cooperate with the Town of Wappinger in meeting State requirements set forth in these bidding and contract documents. The goals for the MJWBE are: MBE - 5% of the total project amount and WBE - 2% of the total project amount. Contract: The successful firm will be required to execute a contract with the Town of Wappinger. 4 Sent By: MORRIS ASSOCIATES; . 8454731962; Apr-26-10 4:22PM; Page 6/6 Insurance: Simultaneously with the execution of the contract, the Contractor shall provide at his own expense. proof of the following insurance to the Town, in the form of a Certificate of Insurance: (8) Statutory Worker's Compensation coverage, in compliance with the Compensation Law of the State of New York.. (b) General Liability Insurance coverage in the comprehensive general liability form induding blanket contractual coverage for the operation of the program under the Agreement in the amount of $2,000,000 combined single limit for bodily injury and property damage, including XCU coverage. The Town must be listed as additional insured. (c) Automobile liability insurance coverage for all owned, leased, or non- owned . vehicles in the amount of $2,000,000 per occurrence. The insurance shall include coverage for bodily injury and property damage. The Town must be Hsted as additional insured. (d) Excess liability coverage in the amount of $2,000,000.00. 5 Sent By: MORRIS ASSOCIATES; , . 8454731962; Apr-26-10 4:10PM; Page 1/6 MA MORRIS ASSOCIATES ENGINEERtNG CONSULTANTS, PLLC 9 Elks Lane, poughkeepsie, New York 12601 Tel: (845) 454-3411 Fax: (845) 473-1962 FACSIMILE COVER SHEET NO TO: C mpany Name: From: Mike Takacs enli0~ F x Number: Ext. 53 Urgent D Reply ASAP ~or Your Information o Please Comment Please Review o As Requested tal pages, including cover sheet 10 I OMMENTS; ~ . .c. :\documef'lts\Forms\faxmemo.doc J~ MORRIS ASSOCIATES ENGINEERING CONSULTANTS, PLLC .. 9 Elks Lane, poughkeepsie, New York 12601 Tel: (845) 454-3411 Fax: (845) 473-1962 Lj 64 Green Street. Suite 1, Hudson, New York 12534 Tel: (518) 828-2300 Fax: (518) 828-3963 April 28, 2010 Hydrovac Excavating 5288 Route 9W Newburgh, New York 12550 Attn: Robert Giaima Sales Representative RE: Wappinger Park Water System Demolition Resolution Awarding Bid MA# W20802.0 Dear Mr. Giaima: At the April 26, 2010, Town Board meeting the Town Board approved the resolution #2010-176 awarding the Wappinger Park Water System Demolition project to Hydrovac Excavating for the amount of $29,875.00. Enclosed is a copy of the resolution for your use in proceeding with the preparation of the Performance Bond, Labor and Material Payment Bond and insurance certificates. When these documents are completed please submit them to this office for review by the Attorney to the Town and our office. Upon review and acceptance of the bonds and insurances, this office will schedule a contract signing date with the Town and your office. If you should have any questions regarding the above, please contact me at (845) 454-3411 ext. 53. Cc: Albert P. Roberts, Esq, (via em ail) John Masterson, Town Clerk, (via email) Michael Tremper, CAMO, P.C. (via e-mail) 2010-176 ~esolution Awarding Bid for Wappinger Park Water System Demolition At a regular meeting of the Town Board of the Town ofWappmger, Dutchess County, New York, held at Town Hall, 20 Middlebush Road, Wappingers Falls, New York, on April 26, 2010. The meeting was called to order by Christopher Colsey, Supervisor, and upon roll being called, the following were present: PRESENT: Supervisor Councilmembers Christopher J. Colsey William H. Beale (arrived at 6:05 PM) Vincent F. Bettina (departed at 9: 13 PM) lsmay Czarniecki ABSENT: Joseph P. Paoloni The following Resolution was introduced by Councilman Beale and seconded by Councilman Bettina. WHEREAS, by Resolution 2009-214, adopted on June 8, 2009, the Town Board authorized the solicitation of bids for the abandonment, removal and disposal of certain components of the Wappinger Park Water System; and WHEREAS, advertisements for bids were duly published and the following bids were received: Comoanv Total Hydrovac Excavating, Inc. $ 29,875.00 Marquise Construction & Development Corp. $ 37,735.00 Landworks of Hudson Valley, Inc. $ 39,300.00 Sun-Up Enterprises, Inc. $ 42,000.00 Corewood Ventures $ 42,027.90 Stamford Wrecking Co. $ 43,243.00 Arold ConstruCtion Co., Inc. $ 47,335.00 Ben Ciccone, Inc. . $ 52,500.00 Thomas Gleason, Inc. $ 53,400.00 Nac Industries, Inc. $ 98,900.00 Gannon's Plumbing & Heating $ 99,750.00 . Eventus Construction Co., Inc. $183,900.00 WHEREAS, by letter dated Apri120, 2010, Morris Associates Engineering Consultants, PLLC, Engineers to the Town, has reported that the lowest responsible bidder is Hydrovac Excavating, Inc., in the amoWlt of $29,875.00. NOW, THEREFORE, BE IT RESOLVED, as follows: 1. The recitations above set forth are incorporated in this Resolution as if fully set forth and adopted herein. 2. Tbe Town of Wappinger hereby awards the bid for the abandonment, removal and disposal of certain components of the Wappinger Park Water System to Hydrovac Excavating, Inc. in the amount of$29,875.00. 3. Tbe Town Board hereby authorizes the Supervisor to execute the contract documents as prepared by Morris Associates, and to issue the Notice of Award and Notice to Proceed to Hydrovac Excavating, Inc., after the Attorney to the Town has confirmed that I. i Hydrovac Excavating, Inc. has signed the contract documents and bas supplied the necessary Perfonnance Bond, Payment Bond and insurance certificates, as required by the bid specifications. The foregoing was put to a vote which resulted as follows: CHRISTOPHER COLSEY, SUPERVISOR WILLIAM H. BEALE, COUNCILMAN VINCENT F. BETTINA, COUNCILMAN ISMA Y CZARNIECKl, COUNCILWOMAN JOSEPHP. PAOLONI, COUNCILMAN Voting: Voting: Voting: Voting: Voting: AYE AYE AYE AYE ABSENT Dated: Wappingers Falls, New York 4/26/2010 The Resolution is hereby duly declared adopted. ~C-~ J C. MASTERSON, TOWN CLERK MAR-09-2010(TUE) 14:54 CONSTRUCTION OATA CORP S~RACUSE (FAX)888 232 9941 P.OOI/OOI c..cnews riECEIVE:L MAR - 9 2010 ''''111I1\, ~/~p, . TI Con stroctlo n Data Company Nicholas Clarice Public Reporter 251 Salina Meadows Parkway Syracuse. NY 13212 Suite 180 Phone 888-232-9940 Ext.2013 FAX 888..232-9941 nclarke@cdcnews.c:om Town of Wappinger 001&: 3/09/l 0 Fax: (845)298-1478 o URGENT o FOR Rl;VtEW 0 PlEAS'; COMMENT X PLEASE REPlY Plan Holders List Good Afternoon. Could you please Fax or Email over a copy of the Plan Holders Lists for the following project: Town Hall & Highway Garage Fuel Oil Tank Removals ThonK YoU Very Much. NIcholas Clarke, PublTc Reporter 03/04/2010 11:06 FAX 18453388245 AROLO CONSTRUCTION CO. tI CONSlRUcnONCo.Iac. 51 POWDER MILL BRIDG.fROAD KINCSTON. NY 12401 (845) 336.8753 (8.as) 338-8245 FAX '\ , ~J~ T,I .;, -I ~~~;r~ J" ;'; I I _1 I " I' " - .-.. . ~ _ ~ ", .r ...... I _ ~ PLAN REQUEST DATE: March 4, 2010 AIT: Town Clerk Town ofWappingers 20 Middlebush Rd. Wappingers Falls, NY 12590 Fax: 298-1478 JOB: Fuel Oil Tank Removals at Town Hall And Highway Garage BID DATE: 3/22/10 DEPOSIT AMOUNT: None SHIPPING INSTRUCl'IONS: Please send ASAP via our Fed Ex # 1474-1453-6 or UPS # lSW41Y ENCLOSED PLEASE FIND DEPOSIT CHECK FOR ABOVE REFERENCED PROJECT. PLEASE FORWARD PLANS TO ABOVE IJSTED ADDRESS. THANK YOU FOR YOUR TIME. Karen Tobias AROLD CONSTRUCTION CO. INC. l-?U!1--r #01:1 ~ 001/001 Pi - I: C ill Clean Venture Inc. ~ Responsive Environmental Management Services Town of Wappinger Town Hall 20 Middlebush Road Wappingers Falls, NY 12590 CC(Q)fJY Attn: John C. Masterson, Town Clerk SEALED BID FOR: FUEL OIL TANK REMOVALS AT TOWN HALL AND HIGHWAY GARAGE COMPLEX BID DUE: MARCH 22, 2010 @ 12:00 PM Submitted By: David Quinones 908-354-0210 Corporate Office: 201 South First Street. Elizabeth, NJ 07206.908-355-5800' FAX: 908-355-3495 . www.c1eanventure.com North Jersey: New Jersey TSDF: South Jersey Office: Maryland Office: Maryland Office: Massachusetts TSDF: Massachusetts Office: Connecticut Office: Pennsylvania TSDF: 36 Butler Street 217 50uth First 5treet 600 Cenco Boulevard 2931 Whittington Avenue 23655 Royal Oak Rd General Chemical 13B Leland 5treet One Dock 5treet 550 Industrial Drive Elizabeth, NJ 07206 Elizabeth, NJ 07206 Gayton, NJ OB312 Baltimore, MD 21230 Quantico, MD 21B56 13B Leland 5treet Framlngham, MA 01702 5tamford CT 06902 Lewlsberry, PA 17339 90B-354-0210 90B-355-5BOO B56-B63-8778 410-368-9170 410-677-6720 Framlngham, MA 01702 508-872-5000 203-969-2800 717-938-4700 FAX: 908-354-9731 FAX: 908-355-0562 FAX: 856-863-3725 Fax: 410-368-9171 Fax: 410-677-6723 508-872-5000 FAX: 508-875-5271 FAX: 203-969-2264 FAX: 717-938-3301 i:4Y' I;nA~A7"_"'71 I: & ill Clean venture Inc. ~ Responsive Environmental Management Services March 17, 2010 Town of Wappinger Town Hall 20 Middlebush Road Wappingers Falls, NY 12590 Attn: John C. Masterson, Town Clerk RE: Request for Proposal- Fuel Oil Tank Removals at Town Hall and Highway Garage Complex Dear Mr. Masterson: Clean Venture, Inc. is pleased to submit their proposal for Fuel Oil Tank Removals at Town Hall And Highway Garage Complex. Clean Venture, Inc. will provide all labor and equipment necessary to remove one (1) 2,000 gallon fuel oil double wall fiberglass underground storage tank at Town Hall PBS Tank #200. The tank shall be properly cut and cleaned (up to 2-55 gallon drum of tank bottoms, included in bid) and properly disposed of at an appropriate facility. Clean Venture, Inc. will provide up to ten (10) tons of backfill to rough grade. Perform site assessment and collect five (5) confirmatory soil samples for Tank Closure Report as required by the New York State Department of Environmental Conversation. Prepare and submit to NYSDEC all reports and forms necessary to remove tank from data base. Clean Venture, Inc. shall petition the New York State Department of environmental Conservation for closure of former Tank #100 at the Town Hall that was removed by others; however, was never removed from the NYSDEC Petroleum Bulk Storage database. Clean Venture, Inc. will provide labor and equipment to remove one (1) 1,000 gallon fuel oil double wall steel underground storage tank. The tank shall be properly cut and cleaned (up to 1-55 gallon drum of tank bottoms included in bid) and properly disposed of at an appropriate facility. Clean Venture, Inc. will provide up to five (5) tons of backfill material to bring to rough grade. Perform site assessment and collect two (2) confirmatory soil samples for Tank Closure Report as required by the New York State Department of Environmental Conservation. Prepare and submit to NYSDEC all reports and forms necessary to remove tank from data base. North Jersey: New Jersey TSDF: South Jersey Office: Maryland Office: Maryland Office: Massachusetts TSDF: Massachusetts Office: Connecticut Office: Pennsylvania TSDF: 36 Butler Street 217 South First Street 600 Cenco Boulevard 2931 Whittington Avenue 23655 Royal Oak Rd General Chemical 13B Leland Street One Dock Street 550 Industrial Drive Elizabeth, NJ 07206 Elizabeth, NJ 07206 Clayton, NJ OB312 Baltimore, MD 21230 Quantico, MD 21B56 13B Leland Street Framlngham, MA 01702 Stamford a 06902 Lewlsberry, PA 17339 908-354-0210 908-355-5800 856-863-8778 410-368-9170 410-677-6720 Framlngham, MA 01702 508-872-5000 203-969-2800 717-938-4700 FAX: 908-354-9731 FAX: 908-355-0562 FAX: 856-863-3725 Fax: 410-368-9171 Fax: 410-677-6723 508-872-5000 FAX: 508-875-5271 FAX: 203-969-2264 FAX: 717-938-3301 rA v. ",nn n"rr r,,,1 Corporate Office: 201 South First Street. Elizabeth, NJ 07206.908-355-5800. FAX: 908-355-3495 . wWW.c\eanventure.com I: & ill Clean venture Inc. ~ Responsive Environmental Management Services Clean Venture, Inc. (CVI) is a chemical, oil and industrial waste management firm with over 27 years experience in all aspects of environmental contracting, including emergency response, site investigations, sampling, analysis, site remediation, transportation and disposal. CVI has the technical expertise, equipment, manpower and facilities required to successfully meet your project needs. Clean Venture, Inc. appreciates the opportunity to present this proposal. We sincerely look forward to performing this project. Sincerely, ~U) Michael Persico President Clean Venture, Inc. NOTARY This /7Yv day o~L ,20/1) Sworn to an Before me AYMEEIANNACCONE 10 t# 2242522 NOTARY PUBUC OF NEW JERSEY My Commission ExpIres 5117/2010 North Jersey: New Jersey TSOF: South Jersey Office: Maryland Office: Maryland Office: Massachusel\5 TSDF: Massachusel\5 Office: Connecticut Office: Pennsylvania TSOF: 36 Butler Street 217 South First Street 600 Cenco Boulevard 2931 Whittington Avenue 23655 Royal Oak Rd General Chemical 13B Leland Street One Dock Street 550 Industrial Drive Elizabeth, NJ 07206 Elizabeth, NJ 07206 Clayton, NJ OB312 Baltimore, MO 21230 Quantico, MO 21B56 13B Leland Street Framlngham, MA 01702 Stamford a 06902 Lewlsberry, PA 17339 908'354-0210 90B-35S-58oo 856-863-8778 410-368-9170 410-677-6720 Framlngham, MA 01702 508-B72-5ooo 203-969-2800 717-93B-47oo FAX: 908-354-9731 FAX: 908-355-0562 FAX: 856-863-3725 Fax: 410-36B-9171 Fax: 410-677-6723 50B-872-5ooo FAX: 50B-875-5271 FAX: 203-969-2264 FAX: 717-938-3301 r"lIV. I:'no 0"'1:' 1:',.f1 Corporate Office: 201 South First Street. Elizabeth, NJ 07206.908-355-5800. FAX: 908-355-3495. wWW.c1eanventure.com FOR TOWN OF WAPPINGER TOWN HALL 20 MIDDLEBUSH ROAD WAPPINGERS FALLS, NY 12590 CHRISTOPHER COLSEY - SUPERVISOR COUNCIL PEOPLE: FIRST WARD.....................................WHLlAM H. BEALE SECOND WARD. ............ ............ ...... ..VINCENT BETTINA THIRD WARD........ ............ ......... .......ISMA Y CZARNIECKI FOURTH WARD......................... ...... ..JOSEPH PAOLINI TOWN CLERK....................................JOHN C. MASTERSON ATTORNEY TO THE TOWN .................ALBERT P. ROBERTS, ESQ. MA #W21 0 MARCH 2010 PREPARED BY: it1\. MORRIS ASSOCIATES, P.S. L.L.C. ENGINEERING CONSULTANTS 9 Elks Lane. poughkeepsie. New York 12601 Tel: (845) 454-3411 Fax: (845) 473-1962 J 187 Church Skeet. Poughkeepsie, New YO<k 12601 T .1: (845) 471-7QOO Fo><: (845) 471-7901 389 Fairview Avenue. Hudson. New York 12534 Tel: (518) 828-2300 Fax: (518) 828-3963 E-Mail: morrlsassociates@aol.com REQUEST FOR PROPOSALS FOR FUEL OIL TANK REMOVALS AT TOWN HALL AND HIGHWAY GARAGE COMPLEX Sealed proposals are sought and invited by the Town Board, Town of Wappinger for the Fuel Oil Tank Removals at the Town Hall and Highway Garage Complex as set forth in this Request for Proposals prepared by Morris Associates, P.L.L.C. Engineering Consultants, 9 Elks Lane, Poughkeepsie, New York 12601. The Request for Proposals will be received by the Town Clerk of the Town of Wappinger, Town Hall, 20 Middlebush Rd., Wappingers Falls, NY 12590 until 12 PM (noon) on March 22, 2010 where they will be opened at a time and place to be determined. All proposals shall be submitted in a sealed envelope marked "Fuel Oil Tank Removals at the Town Hall and Highway Garage Complex Proposal". Proposals will be reviewed by the Town of Wappinger Town Board, and Highway Superintendent. The contract will be awarded as soon as practicable thereafter. A MANDATORY Pre- Bid Meeting will be held on March 10, 2010 at 9:30 AM. The Meeting will begin at the Town of Wappinger Town Hall and proceed to the Highway Garage Complex. This request for Proposal is to: (1). Town Hall PBS Tank #200: The Bidder shall provide labor and equipment necessary to remove one (1) 2,000 gallon fuel oil double wall fiberglass underground storage tank. The tank shall be properly cut and cleaned (up to 2 - 55 gallon drum of tank bottoms, included in bid) and properly disposed of at an appropriate facility. The Bidder shall provide up to ten (10) tons of backfill to rough grade. Perform site assessment and collect five (5) confirmatory soil samples for Tank Closure Report as required by the New York State Department of Environmental Conservation. Prepare and submit to NYSDEC all reports and forms necessary to remove tank from data base (2). The Bidder shall petition the New York State Department of Environmental Conservation for closure of former Tank #100 at the Town Hall, that was removed by others; however, was never removed from the NYSDEC Petroleum Bulk Storage database (3). Hiqhwav Garaqe Complex: The Bidder shall provide labor and equipment to remove one (1) 1,000 gallon fuel oil double wall steel underground storage tank. The tank shall be properly cut and cleaned (up to 1 - 55 gallon drum of tank bottoms included in bid) and properly disposed of at an appropriate facility. The Bidder shall provide up to five (5) tons of backfill material to bring to rough grade. Perform site assessment and collect two (2) confirmatory soil samples for Tank Closure Report as required by the New York State Department of Environmental Conservation. Prepare and submit to NYSDEC all reports and forms necessary to remove tank from data base The Request for Proposal documents and contract documents governing the Request for Proposal may be examined between the hours of 9:00 a.m. and 4:00 p.m., at the Town of Wappinger Town Hall on or after March 3, 2010. Copies of the Request for Proposals may be obtained from the office of the Town Clerk, Town of Wappinger, Town Hall, 20 Middlebush Rd., Wappingers Falls, NY 12590, on or after March 3, 2010. Companies located out of the area may request a copy of the Request for Proposal by Federal Express by contacting the Town Clerks office at 845- 297-5771. No proposal will be accepted unless a signed Certificate of Non-Collusion is submitted. The Town Board, Town of Wappinger expressly reserves the right to waive any irregularities in or to accept any bid or to reject any and all bids or to award on any or all items as the interest of the Town of Wappinger may appear to require. By order of the Town Board, Town of Wappinger, New York. By: John C. Masterson, Town Clerk - 2 - REQUEST FOR PROPOSALS FOR FUEL OIL TANK REMOVALS AT TOWN HALL AND HIGHWAY GARAGE COMPLEX GENERAL INFORMATION Scope: The Town of Wappinger, New York is requesting proposals from qualified companies to (1). Town Hall PBS Tank #200: The Bidder shall provide labor and equipment necessary to remove one (1) 2,000 gallon fuel oil double wall fiberglass underground storage tank. The tank shall be properly cut and cleaned (up to 2 - 55 gallon drum of tank bottoms, included in bid) and properly disposed of at an appropriate facility. The Bidder shall provide up to ten (10) tons of backfill to rough grade. Perform site assessment and collect five (5) confirmatory soil samples for Tank Closure Report as required by the New York State Department of Environmental Conservation. Prepare and submit to NYSDEC all reports and forms necessary to remove tank from data base (2). The Bidder shall petition the New York State Department of Environmental Conservation for closure of former Tank #100 at the Town Hall, that was removed by others; however, was never removed from the NYSDEC Petroleum Bulk Storage database (3). Hiqhwav Garaqe Complex: The Bidder shall provide labor and equipment to remove one (1) 1,000 gallon fuel oil double wall steel underground storage tank. The tank shall be properly cut and cleaned (up to 1 - 55 gallon drum of tank bottoms included in bid) and properly disposed of at an appropriate facility. The Bidder shall provide up to five (5) tons of backfill material to bring to rough grade. Perform site assessment and collect two (2) confirmatory soil samples for Tank Closure Report as required by the New York State Department of Environmental Conservation. Prepare and submit to NYSDEC all reports and forms necessary to remove tank from data base All firms are advised that this is a municipal project and subject to the requirements of prevailing wages. All Contractors working on this project must be paid prevailing wages based on the most current NYS Department of Labor rates in effect at the time of the - 3 - project. Applications for Payment must include certified payrolls. Schedule: It is anticipated that the Town Board will award the project at an April Town Board meeting. Completion of the project must be no later than May 28, 2010. Proposal Requirements: All proposals (five copies) must be submitted in writing and include all information listed below. The required information is organized into the following areas: Firm Experience, Firm Experience: 1. Corporate Experience: Describe the experience of the firm in providing services and equipment for removal of underground fuel oil storage tanks. A minimum of 5 years experience in the removal of underground fuel storage tanks is required. 2. Identify the key personnel and their specific project roles. Include specific experience and qualifications for these individuals as well as availability and commitment of these personnel consistent with the anticipated project scope. 3. Provide resumes of key staff. Resumes may include indirect experience to demonstrate the abilities of the proposed staff. 4. References: Provide at least three (5) references for projects of similar size where you have been the contractor for the removal of underground fuel oil storage tanks. These references shall be from removals completed in the last three years or less. Include the name of the organization and contact persons name and telephone number, and the budget for the project. Site Evaluation: A MANDATORY Pre-Bid Meeting will be held on March 10, 2010 at 9:30 AM. The Meeting will begin at the Town of Wappinger Town Hall and proceed to the Highway Garage Complex. Technical Questions: Technical questions should be directed to Robert J. Gray, P.E. at Morris Associates, 9 Elks Lane, Poughkeepsie, New York 12590; telephone number 845-454-3411 extension 30. Proposal clarifications and questions will only be accepted up to 5 days prior to the proposal due date. - 4 - Proposal Evaluation: Firms will provide all the minimum information required above. Any additional information can be provided for the Town to evaluate the proposal. The Town will select a firm based on experience. The Town reserves the right to select a firm that provides the most complete proposal that meets the proposal requirements. Affirmative Action Requirements: It is the policy of the State of New York to encourage the greatest possible participation of minority and women-owned business enterprises and to ensure that minority group members and woman are afforded equal opportunities without discrimination in State funded projects. The contractor, in bidding on this project, acknowledges understanding and support of this policy and pledges to fully cooperate with the Town of Wappinger in meeting State requirements set forth in these bidding and contract documents. The goals for the M/WBE are: MBE - 5% of the total project amount and WBE - 2% of the total project amount. Contract: The successful firm will be required to execute a contract with the Town of Wappinger. Insurance: Simultaneously with the execution of the contract, the Contractor shall provide at his own expense, proof of the following insurance to the Town, in the form of a Certificate of Insurance: (a) Statutory Worker's Compensation coverage, in compliance with the Compensation Law of the State of New York. (b) General Liability Insurance coverage in the comprehensive general liability form including blanket contractual coverage for the operation of the program under the Agreement in the amount of $2,000,000 combined single limit for bodily injury and property damage, including XCU coverage. The Town must be listed as additional insured. (c) Automobile liability insurance coverage for all owned, leased, or non-owned vehicles in the amount of $2,000,000 per occurrence. The insurance shall include coverage for bodily injury and property damage. The Town must be listed as additional insured. (d) Excess liability coverage in the amount of $2,000,000.00. - 5 - TOWN OF WAPPINGER FOR FUEL OIL TANK REMOVALS AT TOWN HALL AND HIGHWAY GARAGE COMPLEX BID FORM THE TOWN RESERVES THE RIGHT TO REJECT ANY OR ALL BIDS. EACH BID FORM SHALL BE ACCOMPANIED BY BID SECURITY (AS DESCRIBED IN THE INSTRUCTION TO BIDDERS). TO THE TOWN BOARD, TOWN OF WAPPINGER, NEW YORK Pursuant to and in CO~liance with your invitation to bid contained in the Notice to Contractors dated ~, 2010, (month) (day) the undersigned hereby proposes to furnish all labor, machinery, equipment, facilities, tools, transportation, supplies, materials, insurances, permits, certificates, tests, guarantees, protection of equipment and property and life during construction; as well as competent and qualified supervision for all phases of the work, and other f~cilities and things necessary or proper for or incidental to, the Fuel Oil Tank Removals at the Town Hall and Highway Garage Complex Proposal, Town of Wappinger, as required by and in strict accordance with the plans, specifications and all other documents, for the prices stipulated and as shown on this bid form. Name ~ ^-6ft\J VG?Jml!..t; -H<t::.,of Bidder: The undersigned declares that the bidding and contract documents have been carefully examined and that all things necessary for the completion of the work shall be provided. Receipt of the following addenda is hereby ~cknowledged: DATE SIGNATURE - 6 - ADDENDUM NO.1 ADDENDUM NO.2 ADDENDUM NO.3 ADDENDUM NO.4 ~A-&J b~ I-( ~O. 5' JfHtYI- /~ 3.()/O !--11M M- /5;dPl 0 ALffieM-/~/ ~/O J.-(MM- I~ tYO(O M I91e c. iJ If, t5l OIl) In consideration of, and to induce the award of this contract to him/her, the bidder represents and warrants that: (a) If this bid is accepted by the Town Board, Town of Wappinger, as evidenced by issuance of a Notice of Award by the Owner, and mailed by registered mail with return receipt requested to the address of the bidder as indicated on his/her bid, the bidder will execute a contract on the form of agreement herein provided and will comply with all provisions of said Notice of Award. (b) This bid is made without any understanding, agreement or connection with any other person, firm or corporation making a bid for the same work, and that it is in all respect fair and without collusion or fraud. (c) He/She has carefully examined and fully understands all of the parts of the contract documents, and that he/she will execute the contract and will completely perform it in strict accordance with the provisions thereof for the sum set forth on the bid. (d) No officer or employee of the Town Board, Town of Wappinger, or any person whose salary is payable in whole or in part by the Town Board is, shall be, or shall become interested directly or indirectly as a contracting party, partner, stockholder, surety or otherwise in this bid or in the performance of the contract or in the supplies, materials or equipment, or to work or labor to which it relates, or in any portion of the profits thereof. (e) He/She is not in arrears to the Town Board upon debt or contract and is not a defaulter as surety, contractor, or otherwise upon any obligation to the Town Board, Town of Wappinger. (f) All work shall be completed within the time allotted, from the date specified in the Notice to Proceed or set by the contract documents, mailed to the undersigned by registered mail with return receipt requested to the legal address of the bidder as indicated on his/her bid. (g) If the bid documents contain any unlawful provision not an essential part of the bid and which shall not appear to have been a controlling or - 7 - material inducement to the making thereof, the same shall be deemed of no effect and will upon notice by either the Owner or the bidder be deemed stricken from the bid documents without affecting the binding force of the remainder. (h) Each and every provision of any law and clause required by law to be inserted in the bid documents shall be deemed to be inserted herein and the bid documents shall be read and enforced as though it were included herein; and if through mistake or otherwise any such provision is not inserted or is not correctly inserted, then upon the application of either party, the bid documents shall forthwith be physically amended to make such insertion. (i) That he/she is financially solvent and sufficiently experienced and competent to perform the work. U) The work can be performed as called for by the proposal and that the plans and specifications are in all respects suitable and adequate for the work. (k) That the facts stated in his/her bid and the information given by him/her are true and correct in all respects. (I) That he/she is fully informed regarding all the conditions affecting the work to be done and labor and materials to be furnished for the completion of this contract, and that his/her information was secured by personal investigation and research. (m) In the event of a lawsuit, the bidder agrees that said suit shall be filed in the same federal district or county as the location of the project. BID FOR CONTRACT WORK: Base Bid The Bidder proposes to perform the work required in accordance with the contract documents for the lump sum of: $~~n; E/~'" 7ffl;)/./.&'A-xJA ~~ He/IC1LJA~ .l7hyC7~r Lj~~~ (Words) ~/') rz:,~:ry IS/' Y ~..s, $t\?'Y IIlS~. 'I~ ~ (Figures) ~A(!t<.r-/~ (D~c.JtSE.~ Q r::T ~t!!>. 00 ~ n::;,u ~)~~ 7CJ,,0 @A.-e4V tJ~,e6"t'~G) - 8 - Also made a part of this bid is the attached documentation per Division 100, Article C.3. '~" Sign Bid Here ~ J'ylk J) A HORIZED SIGNATURE , Print Name /..), ( eft ~ ~I' ~/eD Title PRest bt!!!FJ..)J" Official Company Name ~ cJ ~~ ) ~e.. . (Individual, Partnership, Corporation, LLC)* * Circle applicable word ~ CITY ole I ~0lIm- h/e....sr ~r. STREET 07610h ZIP CODE /IJ. -r: STATE Company Mailing Address Federal Employer Identification No. c52Ol-.;LIV9613 '3 Fax No. C; &:> f - 3 s-s;-- ~8' t!:JO C;or- 35~-3yQ5" Telephone No. 9 (If bidder is a corporation, fill in the following blanks.) Organized under the laws of the State: A){::; /!,() ~ 0/ , . Name and address of President: MI(1~_ ~s/eo 15/n ~/";"}..s~ t'7d~a.u=;, ht-rL.L.s~~LJUG-hI' AX:r tJrlY!I / Name and Address of Secretary: ::7i!= ~~ ~r>c.v~ S? b t-I~4- C!.LJ~ N~/.slJJLJ.I A.JiJ d?PPO - Name and Address of Treasurer: ::TC/?7~ ~~ f?6 H~~t!J~4- rJ~U1'~ ~ A../~/S't!}~ AJ.r- CJ79YO (If bidder is a Limited Liability Company, fill in the following blanks.) Organized under the laws of the State of: Name of Manager or Managing Member: Agent for Service of Process: Address for Service of Process: 10 /..Jew ::ra;e.s6\/ STATE OF NEV\j YORK / COUNTY OF (Jh-I~ ) ) ss: On the 1'1-4- day of )t(a.A1Ll ~ , before me, the undersigned, a Notary Public in and for said State, personally appeared /f.I..I~ Ases-tt"o personally known to me or proved to me on the basis of satisfactory evidence to be the individual whose name is subscribed to the within instrument and acknowledged to me that he executed the same in his capacity, and that by his signature on the instrument, the individual, or the person upon behalf of which the individual acted, executed the instrument. AYMEE IANNACCONE 10 t# 2242622 NOTARY PUBLIC OF NEW JERSEy My~ !lrphsf/17f2010 11 CERllFICA liON OF NON-COLLUSION BY BIDDER No bid will be considered unless this Certification remains attached to and is submitted with the Bid 6.6rhU JJ~,eJ5 ~e- f By submission of this bid, each bidder and each person signing on behalf of any bidder certifies, and in the case of a joint bid each party thereto certifies as to its own organization, under penalty of perjury, that to the best of his knowledge and belief: (1) The prices in this bid have been arrived at independently, without collusion, consultation, communication, or agreement for the purpose of restricting competition as to any matter relating to such prices, with any other bidder or with any competitor. (2) Unless otherwise required by law, the prices which have been quoted in this bid have not knowingly been disclosed by the bidder and will not knowingly be disclosed by the bidder, directly or indirectly, to any other bidder or to any competitor, before the time of the bid opening. (3) No attempt has been made or will be made by the bidder to induce any other person, partnership or corporation to submit or not to submit a bid for the purpose of restricting competition. A bid shall not be considered for award nor shall any award be made where (1), (2), and (3) above have not been complied with; provided however, that if in any case the bidder cannot make the foregoing certification, the bidder shall so state and shall furnish with the bid a signed statement which sets forth in detail the reasons therefore. Where (1), (2), and (3) above have not been complied with, the bid shall not be considered for award nor shall any award be made unless the Town Clerk of the Municipality to which the bid is made, or his/her designee, determines that such disclosure was not made for the purpose of restricting competition. (4) The fact that a bidder (a) has published price lists, rates, or tariffs, covering items being procured, (b) has informed prospective customers of proposed or pending publication of new or revised price lists for such items, or (c) has sold the same items or other customers at the same prices being bid, does not constitute, without more, a disclosure within the meaning of subparagraph (1). (5) Any bid hereafter made to any public authority or to any official of any public authority created by the State or any political subdivision, by a corporate bidder for work of services performed or to be performed or 12 goods sold or to be sold where competitive bidding is required by statute, rule, regulation, or local law, and where such bid contains the certification referred to in the lead paragraph of this section, shall be deemed to have been authorized by the board of directors of the bidder and such authorization shall be deemed to include the signing and submission of the bid and the inclusion therein of the certificate as to non-collusion as the act and deed of the corporation. I affirm these statements under p~ BIDDER'S SIGNATURE: (.;\) DATE: (3//7/ ~Jl) , I 13 TOWN BOARD TOWN OF WAPPINGER, NEW YORK CONTRACT THIS CONTRACT, made and executed this day of , in the year Two Thousand and Ten, by and between the Town Board, Town of Wappinger, Owner and , Contractor. WITNESSETH: In consideration of the mutual agreements herein contained the parties hereto have agreed and hereby agree with each other, the Owner, its successors and assigns, and the Contractor, and his/her successors and assigns, as follows: 1. This Contract includes the plans and specifications for the Project identified thereon as such prepared by Morris Associates plus the following Contract Documents: A. All Addenda B. All provisions required by law to be inserted in this contract whether actual inserted or not C. Change Orders, and D. Prevailing Wage Information and Materials 2. The above contract documents are hereby incorporated herein by reference and made a part hereof. Change Orders issued hereafter, and any other amendments executed by the Owner and the Contractor, shall become and be a part of this Contract. Documents not included or expressly contemplated in this Paragraph do not, and shall not, form any part of this Contract. All the above documents constitute the entire and exclusive agreements between the parties with reference to the Project, and said Contract supersedes any and all prior discussions, communications, representations, understandings, negotiations, or agreements. 14 3. The Owner, Town of Wappinger, New York agrees to pay and the Contractor agrees to accept (unless modified pursuant to the terms set forth in the General Conditions) a total, final and fixed Contract Price of: ($) for the Fuel Oil Tank Removals at the Town Hall and Highway Garage Complex Proposal 4. The Contractor will furnish all labor and materials necessary to perform the work shown, required to complete the Contract, including: all labor, supervision, machinery, equipment, facilities, tools, transportation, supplies, materials, insurance, permits, certificates, tests, guarantees, protection of equipment and property and life during construction, and all other things whether or not explicitly shown or mentioned, necessary and proper for or incidental to the completion of a workmanlike job, complete in every respect and detail, left ready and in perfect condition for the Owner's use, as called for in the contract documents. 5. Within 7 days of signing this contract, the Contractor shall submit to the Engineer in writing the name of each proposed subcontractor and supplier and obtain the Engineer's written consent to such subcontractor and supplier. The names shall be submitted in ample time to permit acceptance or rejection of each proposed subcontractor and supplier by the Engineer without causing delay in the work of the Project. 6. In order to induce the Owner to execute this Contract and recognizing that the Owner is relying thereon, the Contractor, by executing this Contract, makes the following express representations to the Owner. A. The Contractor is fully qualified to act as the contractor for the Project and has, and shall maintain, any and all licenses, permits or other authorizations necessary to act as the contractor for, and to construct, the Project; B. The Contractor has become familiar with the Project site and the local conditions under which the Project is to be constructed. C. The Contractor has received, reviewed and carefully examined all of the documents which make up this Contract, and has found them in all respects to be complete, accurate, adequate, consistent, coordinated and sufficient for construction. 7. The Contractor agrees to begin work on the day specified in the Notice to Proceed and unless the date for completion is extended pursuant to provisions of the General Conditions, he agrees to complete the work within thirty (30) days of the date stated therein. 15 8. In addition to any and all other duties, obligations and responsibilities of the Contractor set forth in this Contract, the Contractor shall have and perform the following duties, obligations and responsibilities to the Owner: A. The Contractor shall not perform work without adequate plans and specifications, or, as appropriate, approved shop drawings or other submittals. If the Contractor performs work knowing or believing it involves an error, inconsistency or omission in the Contract without first providing written notice to the Engineer and Owner, the Contractor shall be responsible for such work and pay the cost of correcting same; B. All work shall strictly conform to the requirements of this Contract; C. The work shall be strictly supervised, the Contractor bearing full responsibility for any and all acts or omissions of those engaged in the work on behalf of the Contractor; D. The Contractor hereby warrants that all labor furnished under this Contract shall be competent to perform the task undertaken, that the product of such labor shall yield only first-class results, that all materials and equipment provided shall be new and of high quality, that the completed work will be complete, of high quality, without defects, and that all work strictly complies with the requirements of this Contract. Any work not strictly complying with the requirements of this subparagraph shall constitute a breach of the Contractor's warranty; E. The Contractor shall obtain and pay for all required permits, fees and licenses customarily obtained by the Contractor. The Contractor shall comply with all legal requirements applicable to the work; F. The Contractor shall employ and maintain at the project site only competent supervisory personnel; G. The Contractor, within five (5) days of commencing the work, shall provide to the Owner and the Engineer, and comply with the Contractor's schedule for completing the work. Such schedule shall be in a form acceptable to the Owner. The Contractor's schedule shall be updated no less frequently than weekly (unless the parties otherwise agree in writing) and shall be updated to reflect conditions encountered from time to time and shall apply to the total Project. Each such revision shall be furnished to the Owner and 16 the Engineer. Strict compliance with the requirements of this Subparagraph shall be a condition precedent to payment to the Contractor, and failure by the Contractor to strictly comply with said requirements shall constitute a material breach of this Contract; H. The Contractor shall keep an updated copy of this Contract at the site. Additionally, the Contractor shall keep a copy of approved shop drawings and other submittals. All of these items shall be available to the Owner and the Engineer at all regular business hours. Upon final completion of the work, all of these items shall be finally updated and provided to the Owner and shall become the property of the Owner; I. Shop drawings and other submittals from the Contractor do not constitute a part of the Contract. The Contractor shall not do any work requiring shop drawings or other submittals unless such shall have been approved in writing by the Engineer. All work requiring approved shop drawings or other submittals shall be done in strict compliance with such approved documents. However, approval by the Engineer or the Owner shall not be evidence that work installed pursuant thereto conforms to the requirements of this Contract. The Owner and the Engineer shall have no duty to review partial submittals or incomplete submittals. The Contractor shall maintain a submittal log which shall include, at a minimum, the date each submittal, the date of any resubmittal, the date of any approval or rejection, and the reason for any approval or rejection. The Contractor shall have the duty to carefully review, inspect and examine any and all submittals before submission of same to the Owner or the Engineer; J. The Contractor shall maintain the Project site in a reasonably clean condition during performance of the work. Upon final completion, the Contractor shall thoroughly clean the Project site of all debris, trash and excess materials or equipment; and shall hand rake all disturbed areas and seed and mulch. K. At all times relevant to this Contract, the Contractor shall permit the Owner and the Engineer to enter upon the Project site and to review or inspect the work without formality or other procedure. 9. The Contractor shall furnish separate performance and payment bonds to the Owner. Each bond shall set forth a penal sum in an amount not less than the Contract Price. Each bond furnished by the Contractor shall incorporate by reference the terms of this Contract as fully as though they were set forth verbatim in such bonds. In the event the Contract Price is 17 adjusted by Change Order executed by the Contractor, the penal sum of both performance bond and the payment bond shall be deemed increased by like amount. The performance and payment bonds furnished by the Contractor shall be in form suitable to the Owner and shall be executed by a surety, or sureties, reasonably acceptable to the Owner. (See forms attached hereto.) 10. This Contract is governed by the laws of the State of New York. 11. The venue for any litigation concerning this contract is hereby established to be The Supreme Court, County of Dutchess, State of New York. 12. The Contractor agrees, in the event he/she fails to complete all the work on time, to pay the Owner liquidated damages in the amount of $250 for each calendar day of delay in the physical completion of the work. Any sums due and payable hereunder by the Contractor shall be payable, not as a penalty, but as liquidated damages representing an estimate of delay damages likely to be sustained by the Owner, estimated at or before the time of executing this Contract. When the Owner reasonably believes that final completion will be inexcusably delayed, the Owner shall be entitled, but not required, to withhold from any amounts otherwise due the Contractor an amount then believed by the Owner to be adequate to recover liquidated damages applicable to such delays. If and when the Contractor overcomes the delay in achieving final completion, or any part thereof, for which the Owner has withheld payment, the Owner shall promptly release to the Contractor those funds withheld, but no longer applicable, as liquidated damages. 13. The Contractor, by placing his/her signature on this Contract, hereby certifies that he/she is familiar with the contents of all bid documents and the contract documents and he/she agrees to abide by and be bound by their contents and by all applicable Federal, State and local laws, ordinances and statutes. 14. Final payment: when the Project is finally complete and the Contractor is ready for a final inspection, it shall notify the Owner and the Engineer thereof in writing. Thereupon, the Engineer will perform a final inspection of the Project. If the Engineer confirms that the Project is complete in full accordance with this Contract and that the Contractor has performed all of its obligations to the Owner hereunder, the Engineer will furnish a final Approval for Payment to the Owner certifying to the Owner that the Project is complete and the Contractor is entitled to the remainder of the unpaid Contract Price, less any amount withheld pursuant to this Contract. If the Engineer is unable to issue its final Approval for Payment and is required to repeat its final inspection of the Project, the Contractor shall bear the cost of such repeat inspection(s), which costs may be deducted by the 18 Owner from the Contractor's final payment; 15. Each party binds itself, its successors, assigns, executors, administrators or other representatives to the other party hereto and to successors, assigns, executors, administrators or other representatives of such other party in connection with all terms and conditions of this Contract. The Contractor shall not assign this Contract without prior written consent of the Owner. Owner Contractor Seal Seal (Typed Name) (Typed Name) By: (Signature) By (Signature) (Printed Name, Title and (Printed Name, Title and Address) Address) (Date of Execution) (Date of Execution) 19 (Acknowledgment by Contractor if a corporation) ) ss: ) STATE of COUNTY of On the day of , before me, the undersigned, a Notary Public in and for the said State, personally appeared personally known to me or proved to me on the basis of satisfactory evidence to be the individual whose name is subscribed to the within instrument and acknowledged to me that he executed the same in his capacity, and that by his signature on the instrument, the individual, or the person upon behalf of which the individual acted, executed the instrument. Notary Public STATE of COUNTY of ) ss: ) On the day of the undersigned, a Notary Public in and for the appeared , before me, said State, personally personally known to me or proved to me on the basis of satisfactory evidence to be the individual whose name is subscribed to the within instrument and acknowledged to me that he executed the same in his capacity, and that by his signature on the instrument, the individual, or the person upon behalf of which the individual acted, executed the instrument. Notary Public 20 David A. Paterson, Governor Colleen C. Gardner, Acting, Commissioner Town of Wappinger Michael Takacs, Senior Engineer Morris Associates 9 Elks Lane Poughkeepsie NY 12601 Schedule Year Date Requested PRC# 2009 through 2010 02/24/2010 2010001603 Location Project 10# Project Type Town of Wappinger Removal of 2 underground fuel oil storage tanks, one at Town Hall (2,000 gallons - fiberglass)and other at Highway garage (1,000 gallons - steel) PREVAILING WAGE SCHEDULE FOR ARTICLE 8 PUBLIC WORK PROJECT Attached is the current schedule(s) of the prevailing wage rates and prevailing hourly supplements for the project referenced above, A unique Prevailing Wage Case Number (PRC#) has been assigned to the schedule(s) for your project. The schedule is effective from July 2009 through June 2010. All updates, corrections, posted on the 1 st business day of each month, and future copies of the annual determination are available on the Department's website www.labor.state.ny.us. Updated PDF copies of your schedule can be accessed by entering your assigned PRC# at the proper location on the website. It is the responsibility of the contracting agency or its agent to annex and make part, the attached schedule, to the specifications for this project, when it is advertised for bids and lor to forward said schedules to the successful bidder(s), immediately upon receipt, in order to insure the proper payment of wages. Please refer to the "General Provisions of Laws Covering Workers on Public Work Contracts" provided with this schedule, for the specific details relating to other responsibilities of the Department of Jurisdiction. Upon completion or cancellation of this project, enter the required information and mail OR fax this form to the office shown at the bottom of this notice, OR fill out the electronic version via the NYSDOL website. NOTICE OF COMPLETION I CANCELLATION OF PROJECT Date Completed: Date Cancelled: Name & Title of Representative: Phone: (518) 457-5589 Fax: (518) 485-1870 W. Averell Harriman State Office Campus, Bldg. 12, Room 130, Albany, NY 12240 www.labor.state.ny.us. PW 200 PW Ask@labor.state.ny.us General Provisions of Laws Covering Workers on Article 8 Public Work Contracts Introduction The Labor Law requires public work contractors and subcontractors to pay laborers, workers, or mechanics employed in the performance of a public work contract not less than the prevailing rate of wage and supplements (fringe benefits) in the locality where the work is performed. Responsibilities of the Department of Jurisdiction A Department of Jurisdiction (Contracting Agency) includes a state department, agency, board or commission: a county, city, town or village; a school district, board of education or board of cooperative educational services; a sewer, water, fire, improvement and other district corporation; a public benefit corporation; and a public authority awarding a public work contract. The Department of Jurisdiction (Contracting Agency) awarding a public work contract MUST obtain a Prevailing Rate Schedule listing the hourly rates of wages and supplements due the workers to be employed on a public work project. This schedule may be obtained by completing and forwarding a "Request for wage and Supplement Information" form (PW 39) to the Bureau of Public Work. The Prevailing Rate Schedule MUST be included in the specifications for the contract to be awarded and is deemed part of the public work contract. Upon the awarding of the contract, the law requires that the Department of Jurisdiction (Contracting Agency) furnish the following information to the Bureau: the name and address of the contractor, the date the contract was let and the approximate dollar value of the contract. To facilitate compliance with this provision of the Labor Law, a copy of the Department's "Notice of Contract Award" form (PW 16) is provided with the original Prevailing Rate Schedule. The Department of Jurisdiction (Contracting Agency) is required to notify the Bureau of the completion or cancellation of any public work project. The Department's PW 200 form is provided for that purpose. Hours No laborer, worker, or mechanic in the employ of a contractor or subcontractor engaged in the performance of any public work project shall be permitted to work more than eight hours in any day or more than five days in any week, except in cases of extraordinary emergency. The contractor and the Department of Jurisdiction (Contracting Agency) may apply to the Bureau of Public Work for a dispensation permitting workers to work additional hours or days per week on a particular public work project. Wages and Supplements The wages and supplements to be paid and/or provided to laborers, workers, and mechanics employed on a public work project shall be not less than those listed in the current Prevailing Rate Schedule for the locality where the work is performed. If a prime contractor on a public work project has not been provided with a Prevailing Rate Schedule, the contractor must notify the Department of Jurisdiction (Contracting Agency) who in turn must request an original Prevailing Rate Schedule form the Bureau of Public Work. Requests may be submitted by: mail to NYSDOL, Bureau of Public Work, State Office Bldg. Campus, Bldg. 12, Rm. 130, Albany, NY 12240; Fax to Bureau of Public Work (518) 485-1870; or electronically at the NYSDOL website www.labor.state.ny.us. Upon receiving the original schedule, the Department of Jurisdiction (Contracting Agency) is REQUIRED to provide complete copies to all prime contractors who in turn MUST, by law, provide copies of all applicable county schedules to each subcontractor and obtain from each subcontractor, an affidavit certifying such schedules were received. If the original schedule expired, the contractor may obtain a copy of the new annual determination from the NYSDOL website www.labor.state.ny.us. The Commissioner of Labor makes an annual determination of the prevailing rates. This determination is in effect from July 1 st through June 30th of the following year. The annual determination is available on the NYSDOL website www.labor.state.ny.us. Payrolls and Payroll Records Every contractor and subcontractor MUST keep original payrolls or transcripts subscribed and affirmed as true under penalty of perjury. Payrolls must be maintained for at least three (3) years from the project's date of completion. At a minimum, payrolls must show the following information for each person employed on a public work project: Name, Social Security number, Classification(s) in which the worker was employed, Hourly wage rate(s) paid, Supplements paid or provide, and Daily and weekly number of hours worked in each classification. Every contractor and subcontractor shall submit to the Department of Jurisdiction (Contracting Agency), within thirty (30) days after issuance of its first payroll and every thirty (30) days thereafter, a transcript of the original payrolls, subscribed and affirmed as true under penalty of perjury. The Department of Jurisdiction (Contracting Agency) shall receive and maintain such payrolls. In addition, the Commissioner of Labor may require contractors to furnish, with ten (10) days of a request, payroll records sworn to as their validity and accuracy for public work and private work. Payroll records include, by are not limited to time cards, work description sheets, proof that supplements were provided, cancelled payroll checks and payrolls. Failure to provide the requested information within the allotted ten (10) days will result in the withholding of up to 25% of the contract, not to exceed $100,000.00. If the contractor or subcontractor does not maintain a place of business in New York State and the amount of the contract exceeds $25,000.00, payroll records and certifications must be kept on the project worksite. The prime contractor is responsible for any underpayments of prevailing wages or supplements by any subcontractor. All contractors or their subcontractors shall provide to their subcontractors a copy of the Prevailing Rate Schedule specified in the public work contract as well as any subsequently issued schedules. A failure to provide these schedules by a contractor or subcontractor is a violation of Article 8, Section 220-a of the Labor Law. All subcontractors engaged by a public work project contractor or its subcontractor, upon receipt of the original schedule and any subsequently issued schedules, shall provide to such contractor a verified statement attesting that the subcontractor has received the Prevailing Rate Schedule and will payor provide the applicable rates of wages and supplements specified therein. (See NYS Labor Laws, Article 8 . Section 220-a). Determination of Prevailing Wage and Supplement Rate Updates Applicable to All Counties The wages and supplements contained in the annual determination become effective July 1 st whether or not the new determination has been received by a given contractor. Care should be taken to review the rates for obvious errors. Any corrections should be brought to the Department's attention immediately. It is the responsibility of the public work contractor to use the proper rates. If there is a question on the proper classification to be used, please call the district office located nearest the project. Any errors in the annual determination will be corrected and posted to the NYSDOL website on the first business day of each month. Contractors are responsible for paying these updated rates as well, retroactive to July 1 st. When you review the schedule for a particular occupation, your attention should be directed to the dates above the column of rates. These are the dates for which a given set of rates is effective. To the extent possible, the Department posts rates in its possession that cover periods of time beyond the July 1 st to June 30th time frame covered by a particular annual determination. Rates that extend beyond that instant time period are informational ONLY and may be updated in future annual determinations that actually cover the then appropriate July 1 st to June 30th time period. Withholding of Payments When a complaint is filed with the Commissioner of Labor alleging the failure of a contractor or subcontractor to payor provide the prevailing wages or supplements, or when the Commissioner of Labor believes that unpaid wages or supplements may be due, payments on the public work contract shall be withheld from the prime contractor in a sufficient amount to satisfy the alleged unpaid wages and supplements, including interest and civil penalty, pending a final determination. When the Bureau of Public Work finds that a contractor or subcontractor on a public work project failed to payor provide the requisite prevailing wages or supplements, the Bureau is authorized by Sections 220-b of the Labor Law to so notify the financial officer of the Department of Jurisdiction (Contracting Agency) that awarded the public work contract. Such officer MUST then withhold or cause to be withheld from any payment due the prime contractor on account of such contract the amount indicated by the Bureau as sufficient to satisfy the unpaid wages and supplements, including interest and any civil penalty that may be assessed by the Commissioner of Labor. The withholding continues until there is a final determination of the underpayment by the Commissioner of Labor or by the court in the event a legal proceeding is instituted for review of the determination of the Commissioner of Labor. The Department of Jurisdiction (Contracting Agency) shall comply with this order of the Commissioner of Labor or of the court with respect to the release of the funds so withheld. Summary of Notice Posting Requirements The current Prevailing Rate Schedule must be posted in a prominent and accessible place on the site of the public work project. The prevailing wage schedule must be encased in, or constructed of, materials capable of withstanding adverse weather conditions and be titled "PREVAILING RATE OF WAGES" in letters no smaller than two (2) inches by two (2) inches. Every employer providing workers. compensation insurance and disability benefits must post notices of such coverage in the format prescribed by the Workers. Compensation Board in a conspicuous place on the jobsite. Every employer subject to the NYS Human Rights Law must conspicuously post at its offices, places of employment, or employment training centers, notices furnished by the State Division of Human Rights. Employers liable for contributions under the Unemployment Insurance Law must conspicuously post on the jobsite notices furnished by the NYS Department of Labor. Apprentices Employees cannot be paid apprentice rates unless they are individually registered in a program registered with the NYS Commissioner of Labor. The allowable ratio of apprentices to journeyworkers in any craft classification can be no greater than the statewide building trade ratios promulgated by the Department of Labor and included with the Prevailing Rate Schedule. An employee listed on a payroll as an apprentice who is not registered as above or is performing work outside the classification of work for which the apprentice is indentured, must be paid the prevailing journeyworker's wage rate for the classification of work the employee is actually performing. NYSDOL Labor Law, Article 8, Section 220-3, require that only apprentices individually registered with the NYS Department of Labor may be paid apprenticeship rates on a public work project. No other Federal or State Agency of office registers apprentices in New York State. Persons wishing to verify the apprentice registration of any person must do so in writing by mail, to the NYSDOL Office of Employability Development / Apprenticeship Training, State Office Bldg. Campus, Bldg. 12, Albany, NY 12240 or by Fax to NYSDOL Apprenticeship Training (518) 457-7154. All requests for verification must include the name and social security number of the person for whom the information is requested. The only conclusive proof of individual apprentice registration is written verification from the NYSDOL Apprenticeship Training Albany Central office. Neither Federal nor State Apprenticeship Training offices outside of Albany can provide conclusive registration information. It should be noted that the existence of a registered apprenticeship program is not conclusive proof that any person is registered in that program. Furthermore, the existence or possession of wallet cards, identification cards, or copies of state forms is not conclusive proof of the registration of any person as an apprentice. Interest and Penalties In the event that an underpayment of wages and/or supplements is found: Interest shall be assessed at the rate then in effect as prescribed by the Superintendent of Banks pursuant to section 14-a of the Banking Law, per annum from the date of underpayment to the date restitution is made. A Civil Penalty may also be assessed, not to exceed 25% of the total of wages, supplements, and interest due. Debarment Any contractor or subcontractor and/or its successor shall be ineligible to submit a bid on or be awarded any public work contract or subcontract with any state, municipal corporation or public body for a period of five (5) years when: Two (2) willful determinations have been rendered against that contractor or subcontractor and/or its successor within any consecutive six (6) year period. There is any willful determination that involves the falsification of payroll records or the kickback of wages or supplements. Criminal Sanctions Willful violations of the Prevailing Wage Law (Article 8 and Article 9 of the Labor Law) constitute a misdemeanor punishable by fine or imprisonment, or both. Discrimination No employee or applicant for employment may be discriminated against on account of age, race, creed, color, national origin, sex, disability or marital status. No contractor, subcontractor nor any person acting on its behalf, shall by reason of race, creed, color, disability, sex or national origin discriminate against any citizen of the State of New York who is qualified and available to perform the work to which the employment relates (NYS Labor Law, Article 8, Section 220-e(a)). No contractor, subcontractor, nor any person acting on its behalf, shall in any manner, discriminate against or intimidate any employee on account of race, creed, color, disability, sex, or national origin (NYS Labor Law, Article 8, Section 220- e(b) ). The Human Rights Law also prohibits discrimination in employment because of age, marital status, or religion. There may be deducted from the amount payable to the contractor under the contract a penalty of $50.00 for each calendar day during which such person was discriminated against or intimidated in violation of the provision of the contract (NYS Labor Law, Article 8, Section 220-e(c) ). The contract may be cancelled or terminated by the State or municipality. All monies due or to become due thereunder may be forfeited for a second or any subsequent violation of the terms or conditions of the anti-discrimination sections of the contract (NYS Labor Law, Article 8, Section 220-e(d) ). Every employer subject to the New York State Human Rights Law must conspicuously post at its offices, places of employment, or employment training centers notices furnished by the State Division of Human Rights. Workers' Compensation I n accordance with Section 142 of the State Finance Law, the contractor shall maintain coverage during the life of the contract for the benefit of such employees as required by the provisions of the New York State Workers' Compensation Law. A contractor who is awarded a public work contract must provide proof of workers' compensation coverage prior to being allowed to begin work. The insurance policy must be issued by a company authorized to provide workers' compensation coverage in New York State. Proof of coverage must be on form C-105.2 (Certificate of Workers' Compensation Insurance) and must name this agency as a certificate holder. If New York State coverage is added to an existing out-of-state policy, it can only be added to a policy from a company authorized to write workers' compensation coverage in this state. The coverage must be listed under item 3A of the information page. The contractor must maintain proof that subcontractors doing work covered under this contract secured and maintained a workers' compensation policy for all employees working in New York State. Every employer providing worker's compensation insurance and disability benefits must post notices of such coverage in the format prescribed by the Workers' Compensation Board in a conspicuous place on the jobsite. Unemployment Insurance Employers liable for contributions under the Unemployment Insurance Law must conspicuously post on the jobsite notices furnished by the New York State Department of Labor. David A. Paterson, Governor Colleen C Gardner, Acting, Commissioner Town of Wappinger Michael Takacs, Senior Engineer Morris Associates 9 Elks Lane Poughkeepsie NY 12601 Schedule Year Date Requested PRC# 2009 through 2010 02/24/2010 2010001603 Location Project 10# Project Type Town of Wappinger Removal of 2 underground fuel oil storage tanks, one at Town Hall (2,000 gallons - fiberglass)and other at Highway garage (1,000 gallons - steel) , Notice of Contract Award New York State Labor Law, Article 8, Section 220.3a requires that certain information regarding the awarding of public work contracts, be furnished to the Commissioner of Labor. One "Notice of Contract Award" (PW 16, which may be photocopied), MUST be completed for EACH prime contractor on the above referenced project. Upon notifying the successful bidder(s) of this contract, enter the required information and mail OR fax this form to the office shown at the bottom of this notice, OR fill out the electronic version via the NYSDOL website. Contractor Information All information must be supplied Federal Employer Identification Number: Name: Address: City: State: Zip: Amount of Contract: $ Approximate Completion Date: / Contract Type: [] (01) General Construction [] (02) Heating/Ventilation [] (03) Electrical [] (04) Plumbing [] (05) Other : Approximate Starting Date: Phone: (518) 457-5589 Fax: (518) 485-1870 W. Averell Harriman State Office Campus, Bldg. 12, Room 130, Albany, NY 12240 www.labor.state.ny.us. PW 16 PW Ask@labor.state,ny.us IMPORTANT NOTICE FOR CONTRACTORS & CONTRACTING AGENCIES Social Security Numbers on Certified Pavrolls The Department of Labor is cognizant of the concerns of the potential for misuse or inadvertent disclosure of social security numbers. Identity theft is a growing problem and we are sympathetic to contractors' concerns with regard to inclusion of this information on payrolls if another identifier will suffice. For these reasons, the substitution of the uSe of the last four diqits of the social security number on certified payrolls submitted to contracting agencies on public work projects is now acceptable to the Department of Labor. NOTE: This change does not affect the Department's ability to request and receive the entire social security number from employers during the course of its public work I prevailing wage investigations. To all State Departments, Agency Heads and Public Benefit Corporations IMPORTANT NOTICE REGARDING PUBLIC WORK ENFORCEMENT FUND Budget Policy & Reporting Manual B-610 Public Work Enforcement Fund effective date December 7, 2005 1. Purpose and Scope: This Item describes the Public Work Enforcement Fund (the Fund, PWEF) and its relevance to State agencies and public benefit corporations engaged in construction or reconstruction contracts, and announces the recently-enacted increase to the percentage of the dollar value of such contracts that mllst be deposited into the Fund. This item also describes the roles of the following entities with respect to the Fund: New York State Depaliment of Labor (DOL), The Office of the State of Comptroller (OSC), and State agencies and public benefit corporations. 2. Background and Statutory References: DOL llses the Fund to enforce the State's Labor Law as it relates to contracts for construction or reconstruction as defined in subdivision t\VO of Section 220 of the Labor Law. State agencies and public benefit corporations participating in such contracts are required to make payments to the Fund. Chapter 511 of the Laws of 1995 (as amended by Chapter 513 of the Laws of 1997, Chapter 655 of the Laws of 1999, Chapter 376 of the Laws of2003 and Chapter 407 of the Laws of 2005) established the Fund. 3. Procedures and Agency Responsibilities: The Fund is supported by transfers and deposits based on the value of contracts for constmction and reconstruction, as defined in subdivision two of Section 220 of the Labor Law, into which all State agencies and public benefit corporations enter. Chapter 407 of the Laws of 2005 increased the amount required to be provided to this fund to .10 of one-percent of the total cost of each such contract, to be calculated at the time agencies or public benefit corporations enter into a new contract or if a contract is amended. The provisions of this bill became effective August 2,2005. To all State Departments, Agency Heads and Public Benefit Corporations IMPORTANT NOTICE REGARDING PUBLIC WORK ENFORCEMENT FUND OSC will report to DOL on all construction-related ("0") contracts approved during the month, including contract amendments, and then DOL will bill agencies the appropriate assessment monthly. An agency may then make a detennination if any of the billed contracts are exempt and so note on the bill submitted back to DOL For any instance where an agency is unsure if a contract is or is not exempt, they can call the Bureau of Public Work at the number noted below for a detennination. Payment by check orjournal voucher is due to DOL within thi11y days from the date of the billing. DOL will verify the amounts and fonvard them to OSC for processing. For those contracts which are not approved or administered by the Comptroller, monthly reports and payments for deposit into the Public Work Enforcement Fund must be provided to the Administrative Finance Bureau at the DOL within 30 days of the end of each month or on a payment schedule mutually agreed upon with DOL Reports should contain the following information: Name and billing address of State agency or public benefit corporation; State agency or public benefit corporation contact and phone number; Name and address of contractor receiving the award; Contract number and effective dates; Contract amount and PWEF assessment charge (if contract amount has been amended, reflect increase or decrease to original contract and the adjustment in the PWEF charge); and Brief description of the work to be perforn1ed under each contract. Checks and Journal Vouchers, payable to the "New York State Department of Labor" should be sent to: Depal1ment of Labor Administrative Finance Bureau-PWEF Unit Building 12, Room 464 State Office Campus Albany, NY 12240 Any questions regarding billing should be directed to NYSDOL's Administrative Finance Bureau-PWEF Unit at (518) 457-3624 and any questions regarding Public Work Contracts should be directed to the Bureau of Public Work at (518) 457-5589. NEW LEGISLATION Effective February 24, 2008 WORKER NOTIFICATION - A9052 - 86240 This provision is an addition to the existing prevailing wage rate law, Labor Law S220, paragraph a of subdivision 3-a. It requires contractors and subcontractors to provide written notice to all laborers, workers or mechanics of the prevailing wage rate for their particular job classification on each pay stub *. It also requires contractors and subcontractors to post a notice at the beginning of the performance of every public work contract on each job site that includes the telephone number and address for the Depmiment of Labor and a statement informing laborers, workers or mechanics of their right to contact the Depmiment of Labor if he/she is not receiving the proper prevailing rate of wages and/or supplements for his/her particular job classification. The required notification will be provided with each wage schedule, may be downloaded from our website www.labor.state.nv.us or made available upon request by contacting the Bureau of Public Work at 518-457-5589. * In the event that the required information will not fit on the pay stub, an accompanying sheet or attaclu11ent of the infOlmation will suffice. NEW YORK STATE DEPARTMENT OF LABOR BUREAU OF PUBLIC WORK State Office Building Campus . Building 12 . Room 130 Albany, New York 12240 THISISA PUBLIC WORK PROJECT Any worker, laborer, or mechanic employed on this project is entitled to receive the prevailing wage and supplements rate for the classification at which he/she is working. Chapter 629 of the Labor Laws of 2007 These wages are set by law and must be posted at the work site. They can also be found at www./abor.state.nv.us If you feel that you have not received proper wages or benefits, please call our nearest office. * Albany Binghamton Buffalo Garden City New York City (518) 457-2744 (607) 721-8005 (716) 847-7159 (516) 228-3915 (212) 775-3568 Newburgh Patchogue Rochester Syracuse Utica White Plains (845) 568-5398 (631) 687-4886 (585) 258-4505 (315) 428-4056 (315) 793-2314 (914) 997-9507 * For New York City government agency construction projects, please contact the Office of the NYC Comptroller at (212) 669-4443, www.comptroller.nyc.gov - click on Bureau of Labor Law. Contractor Name: Project Location: STATE OF NEW YORK David A. Paterson, Governor DEPARTMENT OF LABOR Colleen C. Gardner, Acting Commissioner NEW LEGISLATION Effective July 18, 2008 OSHA IO-hour Construction Safety and Health Course - S1537-A This provision is an addition to the existing prevailing wage rate law, Labor Law 9220, section 220-h. It requires that on all public work projects of at least $250,000.00, all laborers, workers and mechanics working on the site, be certified as having successfully completed the OSHA 10-hour construction safety and health course. It fUliher requires that the advertised bids and contracts for every public work contract of at least $250,000.00, contain a provision of this requirement. NOTE: The OSHA 10 Legislation does not apply to projects advertised for bid prior to July 18, 2008 AND only applies to workers on a public work project that are required under Article 8 to receive the prevailing wage. Rules and regulations will be promulgated and posted on the NYSDOL website www.labor.state.ny.us when finalized. Page 1 on !III Where to find OSHA IO-hour Construction Course 1. NYS Department of Labor website for scheduled outreach training at: ww~:, 1 a QQL~~1.t<e_J2y',~lsh~or15~1J2J:Ql~ct i Q12/~9J~JSh~ill th/QO s.tl ON S HE ~'ON S UL T A TI ON. sh tm 2. OSHA Training Institute Education Centers: Rochester Institute of Technology OSHA Education Center Rochester, NY Donna Winter Fax (585) 475-6292 e-mail: dlwtpo([l)ri1.edu (866) 385-7470 Ex1. 2919 WvV\V .ri 1. ed u/ ~ou treach/ course. phl2l?C ourseID= 54 Atlantic OSHA Training Center UMDNJ - School of Public Health Piscataway, NJ Janet Crooks Fax (732) 235-9460 e-mail: crooksie({vumdni.edu (732) 235-9455 hUps:/ lophp. umdn i .edu/wconnect/ShowSchedu1e.awp?--GROUP-AOTCON-1 0- Keene State College Manchester, NH Leslie Singleton e-mail: lsingletin(wkeene.edu (800) 449-6742 www.keene.edu/courses/print/courses osha.c fm 3. List of trainers and training schedules for OSHA outreach training at: www.OutreachTrainers.org Page 2 of2 Requirements for OSHA 10 Compliance Chapter 282 of the Laws of 2007, codified as Labor Law 220-h will take effect on July 18, 2008. The statute provides as follows: The advertised specifications for every contract for public work of $250,000.00 or more must contain a provision requiring that every worker employed in the perfOlmance of a public work contract shall be ce11ified as having completed an OSHA 10 safety training course. The clear intent of this provision is to require that all employees of public work contractors receive such training "prior to the perfonning any work on the project." The Bureau will enforce the statute as follows: All contractors and sub contractors must attach a copy of proof of completion of the OSHA 10 course to the first certified payroll submitted to the contracting agency ancl on each succeeding payroll where any new or additional employee is first listed. Proof of completion may include but is not limited to: . copies of bona fide course completion card; . training roster, attendance record of other documentation from the certified trainer pending the issuance of the card. . other valid proof **A certification by the employer attesting that all employees have completed such course is not sufficient proof that the course has been completed. Any questions regarding this statute may be directed to the New York State Department of Labor, Bureau of Public Work at 518-485-5696. P;Jge 1 of 1 WICKS Reform 2008 (Fnr all contracts advertised or solicited for bid on or after 7/1 /()8) . Raises the threshold for public work projects subject to the Wicks Law requiring separate specifications and bidding for the plumbing, heating and electrical work. The total project's threshold would increase from $50,000 to: $3 million in Bronx, Kings, New York, Queens and Richmond counties; $1.5 million in Nassau, Suffolk and Westchester counties; and $500,000 in all other counties. . For projects below the monetary threshold, bidders must submit a sealed list naming each subcontractor for the plumbing, HVAC and electrical work and the amount to be paid to each The list may not be changed unless the public owner finds a legitimate construction need, including a change in specifications or costs or use of a Project Labor Agreement (PLA), and must be open to public inspection. . Allows the state and local agencies and authorities to waive the Wicks Law and use a PLA if it will provide the best work at the lowest possible price. If a PLA is used, all contractors shall participate in apprentice training programs in ttle trades of work it employs that have been approved by the Department of Labor (DOL) for not less than three years. They shall also have at least one graduate in the last three years and use affirmative efforts to retain minority apprentices. PLA's would be exempt from Wicks, but deemed to be public work subject to prevailing wage enforcement. . The Commissioner of Labor shall have the power to enforce separate specification requirements on projects, and may issue stop-bid orders against public owners for non-compliance. . Other new monetary thresholds, and similar sealed bidding for non-Wicks projects, would apply to certain public authorities including municipal housing authorities, NYC Construction Fund, Yonkers Educational Construction Fund, NYC Municipal Water Finance Authority, Buffalo Municipal Water Finance Authority, Westchester County Health Care Association, Nassau County Health Care Corp., Clifton-Fine Health Care Corp., Erie County Medical Center Corp., NYC Solid Waste Management Facilities, and the Dormitory Authority. . Reduces from 15 to 7 days the period in which contractors must pay subcontractors. IMPORTANT INFORMATION Regarding Use of Form PW30R "Employer Registration for Use of 4 Day /10 Hour Work Schedule" To use the '4 Dav /10 Hour Work Schedule': There MUST be a Dispensation of Hours (PW30) in place on the project AND You MUST register your intent to work 4 /10 hour days, by completing the PW30R Form. REMEMBER... The '4 Day /10 Hour Work Schedule' applies ONLY to Job Classifications and Counties listed on the PW30R Form. (Please note: For each Job Classification check the individual wage schedule for specific details regarding their 4/10 hour day posting.) PW30R-Notice NYSDOL Bureau of Public Work 1 of 1 Instructions for Completing Form PW30R "Employer Registration for Use of 4 Day / 10 Hour Work Schedule" Before completing Form PW30R check to be sure... . There is a Dispensation of Hours in place on the project. . The 4 Day / 10 Hour Work Schedule applies to the Job Classifications you will be using. . The 4 Day / 10 Hour Work Schedule applies to the County / Counties where the work will take place. Instructions (Type or Print legibly): Contractor Information: . Enter the Legal Name of the business, FEIN, Street Address, City, State, Zip Code; the Company's Phone and Fax numbers; and the Company's email address (if applicable) . Enter the Name of a Contact Person for the Company along with their Phone and Fax numbers, and the personal em ail address (if applicable) Proiect Information: . Enter the Prevailing Rate Case number (PRC#) assigned to this project . Enter the Project Name I Type (i.e. Smithtown CSO - Replacement of HS Roof) . Enter the Exact Location of Project (i.e. Smithtown HS, 143 County Route #2, Smithtown,NY; Bldgs. 1 & 2) . If you are a Subcontractor, enter the name of the Prime Contractor for which you work . On the Checklist of Job Classifications- o Go to pages 2 and 3 of the form o Place a checkmark in the box to the right of the Job Classification you are choosing o Mark all Job Classifications that apply Requestor Information: . Enter the name of the person submitting the registration, their title with the company, and the date the registration is filled out Return Completed Form: . Mail the completed PW30R form (3 pages) to: NYSOOL Bureau of Public Work, SOBC - Bldg.12- Rm.130, Albany, NY 12240 -DR- . Fax the completed PW30R form (3 pages) to: NYSOOL Bureau of Public Work at (518)485-1870 PW30R-lnstructions NYSDOL Bureau of Public Work 1 of 1 New York State Department of Labor Bureau of Public Work W. Averell Harriman State Office Campus Building 12 - Room 130 Albany. New York 12240 Phone - (518) 457-5589 Fax - (518) 485-1870 ,,,:.,.,.,,-,- .......,........,.. .......... ..,'.,...... pyerR~gist[~tio~forUse ot4Day /10 H Before completing Form PW30R check to be sure There is a Dispensation of Hours in place on the project. The 4 Day / 10 Hour Work Schedule applies to the Job Classifications you will be using. The 4 Day / 10 Hour Work Schedule applies to the County / Counties where the work will take place. Please Type or Print the Requested Information When completed '" Mail to NYSDOL Bureau of Public Work, SOBC, Bldg. 12, Rm.130, Albany, NY 12240 -or- Fax to NYSDOL Bureau of Public Work at (518) 485-1870 I COhtractor Information Company Name: FEIN: Address: City: Zip Code: State: Phone Number Fax Number: Email Address: Contact Person: Phone No: Fax No: Email: I Project Information. Project PRC#: Project Name/Type: Exact Location of Project: County: (If you are Subcontractor) Prime Contractor Name: Job Classification(s) to Work 4/1 0 Schedule: (Choose all that aoolv on Job Classification Checklist - Pages 2 & 3) I Reqvestor -Information Name: Title: Date: PW-30R (07-09) 1 of 3 Job Classification Checklist (Place a checkmark by all classifications that will be using the 4/10 schedule) Electrician 25m Nassau, Suffolk D Cayuga, Chenango, Cortland, Herkimer, Madison, Oneida, D Electrician 43 Onondaga, Oswego, Otsego, Tompkins, Wayne Electrician 840T eledata Cayuga, Onondaga, Ontario, Seneca, Wayne, Yates D Genesee, Livingston, Monroe, Ontario, Orleans, Wayne, D Electrician 86 Wyoming Electrician Lineman 1049Line/Gas Nassau, Suffolk D Albany, Allegany, Broome, Cattaraugus, Cayuga, Chautauqua, Chemung, Chenango, Clinton, Columbia, Cortland, Delaware, Dutchess, Erie, Essex, Franklin, Fulton, Genesee, Greene, Hamilton, Herkimer, Jefferson, Lewis, Livingston, Madison, D Monroe, Montgomery, Niagara, Oneida, Onondaga, Ontario, Orange, Orleans, Oswego, Otsego, Putnam, Rensselaer, Rockland, Saratoga, Schenectady, Schoharie, Schuyler, Seneca, St. Lawrence, Steuben, Sullivan, Tioga, Tompkins, Electrician Lineman 1249a Ulster, Warren, Washington, Wayne, Wyoming, Yates Columbia, Delaware, Dutchess, Greene, Orange, Putnam, D Elevator Constructor 138 Rockland, Sullivan, Ulster, Westchester Allegany, Cattaraugus, Chautauqua, Erie, Genesee, Niagara, D Elevator Constructor 14 Orleans, Wyoming Chemung, Livingston, Monroe, Ontario, Schuyler, Seneca, D Elevator Constructor 27 Steuben, Wayne, Yates Albany, Clinton, Columbia, Essex, Franklin, Fulton, Greene, Hamiliton, Herkimer, Montgomery, Oneida, Otsego, D Rensselaer, Saratoga, Schenectady, Schoharie, Warren, Elevator Constructor 35 Washington Broome, Cayuga, Chenango, Cortland, Delaware, Jefferson, D Lewis, Madison, Oneida, Onondaga, Oswego, St. Lawrence, Elevator Constructor 62.1 Tioga, Tompkins Jefferson, Lewis, Livingston, Monroe, Ontario, Seneca, St. D Glazier 677.1 Lawrence, Wayne, Yates Insulator - Heat & Frost Broome, Cayuga, Chemung, Chenango, Cortland, Herkimer, Jefferson, Lewis, Madison, Oneida, Onondaga, Oswego, 30-Syracuse Otsego, Schuyler, Seneca, St. Lawrence, Tioga, Tompkins D PW-30R (07-09) NYSDOL Bureau of Public Work 2 of 3 Job Classification Checklist (Place a checkmark by all classifications that will be using the 4/10 schedule) Operating Engineer - Heavy& Highway 832H Painter 178 B Painter 178 E Painter 1780 Painter 31 Painter 38.0 Painter 4-Buf,Nia, Olean Painter Applicable Counties Allegany, Chemung, Genesee, Livingston, Monroe, Ontario, Schuyler, Steuben, Wayne, vates Broome, Chenango, Tioga Chemung, Schuyler, Steuben Delaware, Otsego Cayuga, Herkimer, Lewis, Madison, Oneida, Onondaga, Ontario, Oswego, Seneca Oswego Allegany, Cattaraugus, Chautauqua, Erie, Genesee, Livingston, Niagara, Orleans, Steuben, Wyoming 4-Jamestown Cattaraugus, Chautauqua Sheetmetal Worker 46 Teamster - Heavy&Highway 294h/h Teamster - Heavy&Highway 317a.hh Teamster - Heavy&Highway 693.H/H PW-30R (07-09) Livingston, Monroe, Ontario, Seneca, Wayne, Vates Albany, Columbia, Fulton, Greene, Montgomery, Rensselaer, Saratoga, Schenectady, Schoharie, Warren, Washington Allegany, Cayuga, Cortland, Seneca, Steuben, Tompkins, Wayne, Vates Broome, Chenango, Delaware, Otsego, Tioga NYSDOL Bureau of Public Work Check Box o o o o o o o o D o o o 3 of 3 Prevailing Wage Rates for 07/01/2009 - 06/30/2010 Last Published on Feb 01 2010 Published by the New York State Department of Labor PRe Number 2010001603 Introduction to the Prevailing Rate Schedule Information About Prevailing Rate Schedule This information is provided to assist you in the interpretation of particular requirements for each classification of worker contained in the attached Schedule of Prevailing Rates. Classification It is the duty of the Commissioner of Labor to make the proper classification of workers taking into account whether the work is heavy and highway, building, sewer and water, tunnel work, or residential. and to make a determination of wages and supplements to be paid or provided. It is the responsibility of the public work contractor to use the proper rate. If there is a question on the proper classification to be used, please call the district office located nearest the project. District office locations and phone numbers are listed below. Prevailing Wage Schedules are issued separately for "General Construction Projects" and "Residential Construction Projects" on a county- by-county basIs. General Construction Rates apply to projects such as: Buildings, Heavy & Highway, and Tunnel and Water & Sewer rates. Residential Construction Rates generally apply to construction, reconstruction, repair, alteration, or demolition of one family, two family, row housing, or rental type units intended for residential use. Some rates listed in the Residential Construction Rate Schedule have a very limited applicability listed along with the rate. Rates for occupations or locations not shown on the residential schedule must be obtained from the General Construction Rate Schedule. Please contact the local Bureau of Public Work office before using Residential Rate Schedules, to ensure that the project meets the required criteria. Paid Holidays Paid Holidays are days for which an eligible employee receives a regular day's pay, but is not required to perform work. If an employee works on a day listed as a paid holiday, this remuneration is in addition to payment of the required prevailing rate for the work actually performed. Overtime At a minimum, all work performed on a public work project in excess of eight hours in anyone day or more than five days in any workweek is overtime. However, the specific overtime requirements for each trade or occupation on a public work project may differ. Specific overtime requirements for each trade or occupation are contained in the prevailing rate schedules. Overtime holiday pay is the premium pay that is required for work performed on specified holidays. It is only required where the employee actually performs work on such holidays. The applicable holidays are listed under HOLIDAYS: OVERTIME. The required rate of pay for these covered holidays can be found in the OVERTIME PAY section listings for each classification. Supplemental Benefits Particular attention should be given to the supplemental benefit requirements. Although in most cases the payment or provision of supplements is for each hour worked, some classifications require the payment or provision of supplements for each hour paid (including paid holidays on which no work is performed) and/or may require supplements to be paid or provided at a premium rate for premium hours worked. Effective Dates When you review the schedule for a particUlar occupation, your attention should be directed to the dates above the column of rates. These are the dates for which a given set 0 rates is effective. The rate listed is valid until the next effective rate change or until the new annual determination which takes effect on July 1 of each year. All contractors and subcontractors are required to pay the current prevailing rates of wages and supplements. If you have any questions please contact the Bureau of Public Work or visit the New York State Department of Labor website (www.labor.state.ny.us) for current wage rate information. Apprentice Training Ratios The following are the allowable ratios of registered Apprentices to Journey-workers. For example, the ratio 1:1,1:3 indicates the allowable initial ratio is one Apprentice to one Journeyworker. The Journeyworker must be in place on the project before an Apprentice is allowed. Then three additional Journeyworkers are needed before a second Apprentice is allowed. The last ratio repeats indefinitely. Therefore, three more Joumeyworkers must be present before a third Apprentice can be hired, and so on. Please call Apprentice Training Central Office at (518) 457-6820 if you have any questions. Title (Trade) Boilermaker (Construction) Boilermaker (Shop) Carpenter (Bldg.,H&H, Pile Driver/Dockbuilder) Carpenter (Residential) Electrical (Outside) Lineman Ratio 1.1,1:4 1:1,1:3 1: 1,1:4 1 1,1:3 1:1,1:2 Page 24 Prevailing Wage Rates for 07/01/2009 - 06/30/2010 Last Published on Feb 01 2010 Published by the New York State Department of Labor PRe Number 2010001603 Electrician (Inside) Elevator/Escalator Construction & Modernizer Glazier Insulation & Asbestos Worker Iron Worker Laborer Mason Millwright Op Engineer Painter Plumber & Steamfitter Roofer Sheet Metal Worker Sprinkler Fitter 1:1,1:3 1:1,1:2 1:1,1:3 1: 1,1:3 1 :1,1:4 1: 1,1:3 1:1,1:4 1: 1,1:4 1:1,1:5 1:1,1:3 1:1,1:3 1:1,1:2 1: 1,1:3 1:1,1:2 If you have any questions concerning the attached schedule or would like additional information, please contact the nearest BUREAU of PUBLIC WORK District Office or write to: New York State Department of Labor Bureau of Public Work State Office Campus, Bldg. 12 Albany, NY 12240 District Office Locations: Telephone # Bureau of Public Work. Albany 518-457-2744 Bureau of Public Work - Binghamton 607-721-8005 Bureau of Public Work - Buffalo 716-847-7159 Bureau of Public Work - Garden City 516-228-3915 Bureau of Public Work - Newburgh 845-568-5287 Bureau of Public Work - New York City 212-775-3568 Bureau of Public Work - Patchogue 631-687 -4883 Bureau of Public Work - Rochester 585-258-4505 Bureau of Public Work - SyracLlse 315-428-4056 Bureau of Public Work - Utica 315-793-2314 Bureau of Public Work - White Plains 914-997 -9507 Bureau of Public Work - Central Office 518-457-5589 FAX# 518-485-0240 607-721-8004 716-847-7650 516-794-3518 845-568-5332 212-775-3579 631-687-4904 585-258-4708 315-428-4671 315-793-2514 914-997-9523 518-485-1870 Page 25 Prevailing Wage Rates for 07/01/2009 - 06/30/2010 Last Published on Feb 01 2010 Dutchess County General Construction Published by the New York State Department of Labor PRe Number 2010001603 Dutchess County Asbestos Worker 02/01/2010 JOB DESCRIPTION Asbestos Worker ENTIRE COUNTIES Columbia, Delaware, Dutchess, Greene, Orange, Putnam, Rockland. Sullivan, Ulster WAGES Per hour DISTRICT 9 , 7/01/2009- 11/30/2009 12/01/2009- 11/30/2010 Asbestos Worker: Removal & Hazardous Abatement Only $ 36.30 Additional $3.00' Only for the removal of insulation materials from mechanical systems which are not going to be scrapped. * Increase to be allocated at a later date. SUPPLEMENTAL BENEFITS Per hour paid Journeyman $ 14.00 OVERTIME PAY See (B, E, '0, **T, V) on OVERTIME PAGE HOLIDAY Paid: See (1) on HOLIDAY PAGE Overtime: See (2, 4, 6, 25) on HOLIDAY PAGE . Code 0 applies to 4,6,& 25. ** Code T applies to 2. 9-12a - Removal Only Boilermaker 02/01/2010 JOB DESCRIPTION Boilermaker DISTRICT 4 ENTIRE COUNTIES Bronx, Dutchess, Kings, Nassau, New York, Orange, Putnam, Oueens, Richmond, Rockland, Suffolk, Sullivan, Ulster, Westchester WAGES Per Hour: 07/01/2009 Boilermaker $ 45.89 Repairs & Renovation SUPPLEMENTAL BENEFITS Per Hour: 45.89 07/01/2009 BoilerMaker 48% of Hourly Wage Paid + $ 8.07 Repairs & Renovation' NOTE: "Hourly Wage Paid" shall include any and all premium(s) pay. 'Same as Boilermaker (Includes replacement of parts and repairs & renovation of an existing unit). OVERTIME PAY See (0, 0) on OVERTIME PAGE HOLIDAY Paid: See (8,16,23,24) on HOLIDAY PAGE Overtime: See (5, 6,11,12,15,25) on HOLIDAY PAGE NOTE: 'Employee must work in pay week to receive Holiday Pay. **Boilermarker gets 4 times the hourly wage rate for working on Labor Day. '**Repairs & Renovation see (B,E.O) on HOLIDAY PAGE Page 26 Prevailing Wage Rates for 07/01/2009 - 06/30/2010 Last Published on Feb 01 2010 Published by the New York State Department of Labor PRC Number 2010001603 Dutchess County REGISTERED APPRENTICES (1/2) Year Terms at the following pecentage of Boilermaker's Wage 1 st 65% 2nd 65% 3rd 70% 4th 75% 5th 80% 6th 85% 7th 90% 8th 95% Supplemental Benefits Per Hour: 07/01/2009 Boilermaker Apprentice( s) 48% of Hourly Wage Paid + $ 807 Repairs & Renovation* Apprentice( s) $48% of Hourly Wage Paid + $ 8.07 NOTE "Hourly Wage Paid" shall include any and all premium(s) pay. *Includes replacement of parts and repairs & renovation of an existing unit. 4-5 Carpenter 02/01/2010 JOB DESCRIPTION Carpenter DISTRICT 9 ENTIRE COUNTIES Bronx, Dutchess, Kings, Nassau, New York, Orange, Putnam, Oueens, Richmond, Rockland, Suffolk, Westchester WAGES Per hour: 07/01/2009 Marine Construction: Marine Diver $ 56.32 M.D.Tender 40.17 SUPPLEMENTAL BENEFITS Per hour paid: Journeyman $ 40.86 OVERTIME PAY See (B, E, E2, 0) on OVERTIME PAGE HOLIDAY Paid: See (18,19) on HOLIDAY PAGE. Paid: for 1 st & 2nd yr. Apprentices See (5,6, 1 0,11,13,16.18.19) Overtime: See (5,6,10,11,13,16,18,19) on HOLIDAY PAGE. REGISTERED APPRENTICES Wager per hour is Percentage of Journeymans Wage (1) year terms 1 st 40% 2nd 50% 3rd 65% 4th 80% Supplemental benefits per hour: Page 27 Prevailing Wage Rates for 07/01/2009 - 06/30/2010 Last Published on Feb 01 2010 Published by the New York State Department of Labor PRC Number 2010001603 Dutchess County Apprentices $ 26.97 9-1456MC Carpenter 02/01/2010 JOB DESCRIPTION Carpenter DISTRICT 9 ENTIRE COUNTIES Bronx, Dutchess, Kings, Nassau, New York, Orange, Putnam, Queens, Richmond, Rockland, Suffolk, Westchester WAGES Per hour: 07/01/2009 Carpet/Resilient Floor Coverer $ 44.02 SUPPLEMENTAL BENEFITS Per hour paid: Floor Coverer $ 38.58 OVERTIME PAY See (B, E, Q) on OVERTIME PAGE HOLIDAY Paid: See (18, 19)on HOLIDAY PAGE. Paid: for 1 st & 2nd yr. Apprentices See (5,6,11,13,16,18,19,25) Overtime: See (5,6,11.13,16,18.19.25) on HOLIDAY PAGE. REGISTERED APPRENTICES Wage per hour is Pecentage of Journeymans Wage (1) year terms: 1st. 40% 2nd. 50% 3rd. 65% 4th. 80% Supplemental benefits per hour: Apprentices $ 25.83 9-2287 Carpenter 02/01/2010 JOB DESCRIPTION Carpenter ENTIRE COUNTIES Dutchess, Orange WAGES Per hour: DISTRICT 9 07/01/2009 Building: Millwright SUPPLEMENTAL BENEFITS Per hour paid: Journeyman OVERTIME PAY See (B. E, E2. Q) on OVERTIME PAGE HOLIDAY HOLlDA Y Paid: See (18,19) on HOLIDAY PAGE. Paid: See (5,6.11,13,16.18.19.25) for 1 st & 2nd yr.Apprentices Overtime: See (5,6,11,13.16,18,19,25) on HOLIDAY PAGE. REGISTERED APPRENTICES $ 35.11 $ 32.80 Page 28 Prevailing Wage Rates for 07/01/2009 - 06/30/2010 Last Published on Feb 012010 Wages per hour: Published by the New York State Department of Labor PRC Number 2010001603 Dutchess County (1) year terms at the following percentage of Journeyman's wage. 1 st 55% 2nd 65% 3rd 75% 4th 95% Supplemental benefits per hour: APPRENTICES: 1 st $ 2249 2nd 2446 3rd 26.92 4th 30.38 9-740.2 Carpenter - Buildin~ / HeaVY&Hi~hway 02/01/2010 JOB DESCRIPTION Carpenter - Building / Heavy&Hlghway ENTIRE COUNTIES Dutchess, Orange, Sullivan, Ulster WAGES WAGES:(per hour) DISTRICT 8 07/01/2009 Carpenter Carpenter-Floor Coverer* Do ckbu il der/Pil edri ver Diver(WET) Diver(DRY) $ 31.23 31.23 31.23 50.00 30.00 . Note: Rate DOES NOT apply in Orange or Dutchess County. On projects for removal andlor abatement of asbestos or any toxic or Ilazardous material and it is required by the employer or mandated by NYS or Federal Regulation to wear protective equipment an additional $2.00 per hour above their appropriate rate for all classifications including apprentices. For work on smokestacks, silos, or steeples more than fifty (50) feet high, an additional $2.00 per hour, payable from the ground up. Shift Work: evening shift starts between 3:30pm-7:30pm. Eight hours pay for 7 hour work period. late shift starts 11 :00pm-3:00am. Nine hours for seven hour work period. 8 hour shift: 8th hour to be paid at the appropriate overtime rate. SUPPLEMENTAL BENEFITS (per hour paid) Journeyman $ 19.61 OVERTIME PAY See (B, E, Q) on OVERTIME PAGE HOLIDAY BUILDING: Paid: Overtime: HEAVY/HIGHWAY: Paid: Overtime: See ( 1) on HOLIDAY PAGE. See ( 5, 6) on HOLIDAY PAGE. See ( 5, 6, 16 ) on HOLIDAY PAGE including benefits. See (5,6,16) on HOLIDAY PAGE. REGISTERED APPRENTICES 1 Year terms at the following rates. 1 st 2nd $ 15.59 $ 1802 3rd $ 2200 4th $ 25.56 Supplemental Benefits per hour worked: Apprentices 1st term 2nd term 3rd term 4th term $ 9.51 13.96 17.76 18.21 8-19B/H&H Page 29 Prevailing Wage Rates for 07/01/2009.06/30/2010 Last Published on F eb 01 2010 Published by the New York State Department of Labor PRC Number 2010001603 Dutchess County Electrician 02/01/2010 JOB DESCRIPTION Electrician ENTIRE COUNTIES Sullivan, Ulster PARTIAL COUNTIES Delaware: Only in the Townships of Andes, Harpersfield, Kortwright,Stamford, Bovina, Roxbury, Middletown and those portions of Colchester and Hancock south of the East Branch of the Delaware River. Dutchess: All of the county except for the towns of Fishkill,East Fishkill, and Beacon. Greene: That portion of the county south of a line following the south limits of the city of Catskill in a Westerly direction from the Hudson River to Highway 23A along 23A to the road following the little Westkill and continuing along this road to Delaware County. DISTRICT 8 WAGES Per hour: 07/01/2009 Electrician WiremanlT echnician $ 3700" SHIFT DIFFERENTIAL: On Public Work in New York State when shift work is mandated either in the job specifications or by the contracting agency, the following rates apply: Shift worked between 4:30pm & 12:30am Shift worked between 12:30am & 8:30am $ 43.06* $ 47.99* "On jobs where employees are required to work from bosun chairs, swinging scaffolds, etc.,forty (40) feet or more above the ground, or under compressed air, using Scottair packs, gas masks or in shafts or tunnels, they shall receive an additional $2.00 per hour above the regular straight time rate. SUPPLEMENTAL BENEFITS Per hour worked: 07/01/2009 Journeyman $ 20.97 plus 6% of wage OVERTIME PAY See (B, E, Q) on OVERTIME PAGE HOLIDAY Paid: See (1) on HOLIDAY PAGE Overtime: See (5,6,13,15,16,25) on HOLIDAY PAGE REGISTERED APPRENTICES Wages: (6)month terms at the following percentage of journeyman's wage.' 1 st 2nd 3rd 4th 5th 6th 30% 35% 40% 45% 50% 55% 7th 65% 8th 70% 9th 75% 10th 85% * Denotes average Journeyman Wireman rate of pay of all wage zones. Supplemental Benefits per hour worked: 07/01/2009 1 st & 2nd term 3rd & 4th term 5th & 6th term 7th & 8th term 9th & 10th term $ 6.97 8.92 1087 13.82 16.72 plus 6% of wage plus 6% of wage plus 6% of wage plus 6% of wage plus 6% of wage 8-363/2 Electrician 02/01/2010 JOB DESCRIPTION Electrician ENTIRE COUNTIES Orange, Putnam, Rockland PARTIAL COUNTIES Dutchess: Towns of Fishkill, East Fishkill, and Beacon. WAGES Per hour: DISTRICT 8 07/01/2009 Pag8 30 Prevailing Wage Rates for 07/01/2009 - 06/30/2010 Last Published on Feb 01 2010 Published by the New York Slate Department of Labor PRC Number 2010001603 Dutchess County Electrician Wireman/Technician $ 41.00** *SHIFT DIFFERENTIAL: On Public Work in New York State when shift work is mandated either in the job specifications or by the contracting agency, the following rates apply: Shift worked between 4:30pm & 12:30am Shift worked between 12:30am & 8:30am $ 47.75* $ 53.25* **On jobs where employees are required to work from boatswain chairs, swinging scaffolds, etc.,forty (40) feet or more above the ground. or under compressed air, using Scottair packs, gas masks or in shafts or tunnels, they shall receive an additional $2.00 per hour above the regular straight time rate. SUPPLEMENTAL BENEFITS Per hour worked: 07/01/2009 Journeyman $ 20.97 plus 6% of wage OVERTIME PAY See (B, E, Q) on OVERTIME PAGE HOLIDAY Paid See (1) on HOLIDAY PAGE Overtime: See (5, 6, 13, 15, 16, 25) on HOLIDAY PAGE REGISTERED APPRENTICES Wages: (6)month terms at the following percentage of Journeyman's wage: 1 st 30% 2nd 35% 3rd 40% 4th 45% 5th 50% 6th 55% 7th 65% 8th 70% 9th 75% 10th 85% * Denotes average Journeyman Wireman rate of all wage zones Supplemental Benefits per hour worked: 07/01/2009 1 st & 2nd term 3rd & 4th term 5th & 6th term 7th & 8th term 9th & 10th term $ 6.97 8.92 10.87 13.82 16.72 plus 6% of wage plus 6% of wage plus 6% of wage plus 6% of wage plus 6% of wage 8-363/1 Elevator Constructor 02/01/2010 JOB DESCRIPTION Elevator Constructor ENTIRE COUNTIES Dutchess, Orange, Putnam, Sullivan, Ulster PARTIAL COUNTIES Columbia: Only the Townships of Ancram, Clermont, Copake, Gallatin,Germantown, Livingston and Taghkanic. Delaware: Towns of Andes, Bovina, COlchester,Davenport, Delhi, Harpersfield, Hemdon, Kortright, Meredith, Middletown, Roxbury, Hancock & Stamford Greene: The Townships of Ashland, Catskill, Halcott, Hunter, Jewett, lexington, Rattsville & Windham Rockland: Only the Township of Stony Point. Westchester: Only the Townships of Bedford, lewisboro, Cortland,Mt. Kisco, North Salem, Pound Ridge, Somers and Yorktown DISTRICT 1 WAGES Per Hour 07/01/2009 01/01/2010 01/01/2011 Additional Additional Mechanic $ 46.48 $ 3.00 $ 300 Helper 70% of Mechanic Wage Rate ** IMPORTANT NOTICE - EFFECTIVE 04/01/2009 ** Page 31 Prevailing Wage Rates for 07/01/2009 - 06/30/2010 Last Published on Feb 01 2010 Published by the New York State Department of Labor PRC Number 2010001603 Dutchess County Four (4), ten (10) hour days may be worked at straight time dUring a week. Monday thru Thursday. NOTE - In order to use the '4 Day/10 Hour Work Schedule: you must submit an 'Employer Registration for Use of 4 Day/10 Hour Work Schedule: form PW30R; additionally, there must be a dispensation of hours in place on the project. SUPPLEMENTAL BENEFITS Per hour worked Journeyman/Helper $ 18.285* *Plus 6% of wages if less than 5 years service *Plus 8% of wages if more than 5 years service OVERTIME PAY See (D. 0) on OVERTIME PAGE HOLIDAY Paid: See (5, 6,15,16) on HOLIDAY PAGE Overtime: See (5, 6,15,16) on HOLIDAY PAGE Note: When a paid holiday falls on Saturday, it shall be observed on Friday. When a paid holiday falls on Sunday, it shall be observed on Monday. REGISTERED APPRENTICES Wages per hour 1 st 6mo 2nd 6mo 2nd yr 3rd yr 4th yr 50 % 55 % 65 % 70 % 80 % Supplemental Benefits per hour worked Apprentices $ 18.285 +6% of wage 1-138 Glazier 02/01/2010 JOB DESCRIPTION Glazier DISTRICT 9 ENTIRE COUNTIES Bronx, Dutchess, Kings, Nassau, New York, Orange, Putnam, Queens, Richmond, Rockland, Suffolk, Sullivan, Ulster, Westchester WAGES Per hour: 07/01/2009- 04/30/2010 05/01/2010 Glazier $ 46.60 Additional $ 3.45/hour* Scaffolding $ 47.60 Additional $ 3.45/hour* Repair & Maintenance: Glazier $ 25.85 Additional $ 1.00/hour* *Increase to be allocated at a later date Repair & Maintenance- All repair & maintenance work on a particular building, whenever performed, where the total cumulative contract value is under $100,000.00. SUPPLEMENTAL BENEFITS Per hour paid: Journeyman.. $ 24.69 Glazier Repair & Maintenance": $ 14.04 OVERTIME PAY OVERTIME: See (C,D*O) on OVERTIME PAGE. * Denotes if an optional 8th hour is required same will be at the Page 32 Prevailing Wage Rates for 07/01/2009 - 06/30/2010 Last Published on Feb 01 2010 Published by the New York State Department of Labor PRC Number 2010001603 Dutchess County regular rate of pay. If 9th hour is worked then both hours or more ( 8th and 9th or more) will be at the double time rate of pay. h For Repair & Maintenance see ( B,F, P) on overtime page. HOLIDAY Paid: See (1) on HOLIDAY PAGE Overtime: See (5, 6,16,25) on HOLIDAY PAGE The Following are paid holidays for the Repair & Maintenance Class: New Years day, Presidents day, Memorial day, Independents day, Labor day, Thanksgiving day, Day after Thanksgiving, and Christmas day. REGISTERED APPRENTICES Wage per hour: (1) year terms at the following wage rates. 1st term.. 2nd term.. 3rd term.. 4th term... $ 15.65 $ 23.33 $ 28.85 $ 37.29 40% of Journeymans wage 50% "" 60% "" 80% '''' Supplemental Benefits: (Per hour worked) 1 st term.... 2nd term 3rd term 4th term.... $ 11.42 $ 16.63 $ 18.24 $ 21.47 9-1281 (DC9 NYC) Insulator. Heat & Frost 02/01/2010 JOB DESCRIPTION Insulator - Heat & Frost ENTIRE COUNTIES Dutchess, Orange, Putnam, Rockland, Westchester WAGES Per hour: DISTRICT 8 07/01/2009 Asbestos Worker $ 43.81 Fire Stop Work* Asbestos Worker $ 29.06 * Applies on all exclusive Fire Stop Work (When contract is for Fire Stop work only). No apprentices on these contracts only. Note: Additional $0.50 per hour for work 30 feet or more above floor or ground level. On goverment mandated shift work of 3 days or more between Monday'- Friday, the 2nd shift works 71/2 hrs and 3rd shift 7hrs and which shall account for a full 8hr day. In addition if the first eight 8hrs start between 1 0:00am and 5:00am then the wage must include and addition 20%. All hours in excess of 8hrs shall be paid at time and one half. On the last working day preceding Christmas and New Years day, workers shall work no later than 12:00 noon and shall receive 8 hrs pay, SUPPLEMENTAL BENEFITS (per hour paid) Journeyman $ 25.46 Fire Stop Work: Journeyman $ 16.72 OVERTIME PAY OVERTIME: See ( B ,E, Q, r, V ) on OVERTIME PAGE. Page 33 Prevailing Wage Rates for 07/01/2009 - 06/30/2010 Last Published on Feb 01 2010 Published by the New York State Department of Labor PRC Number 2010001603 Dutchess County HOLIDAY HOLIDAY Paid: Overtime: See ( 1 ) on HOLIDAY PAGE. See (2',4,6,16,25) on HOLIDAY PAGE 'Note: Labor Day triple time if worked. REGISTERED APPRENTICES ( 1 ) year terms at the following percentage of journeyman's rate. 1 st 2nd 3rd 4th $ 26.96 $ 29.06 $ 31.17 $ 35.58 Supplemental Benefits paid per hour paid: Apprentices: 1st term 2nd term 3rd term 4th term $15.47 16.72 17.97 20.46 8-91 02/01/2010 Ironworker JOB DESCRIPTION Ironworker ENTIRE COUNTIES Dutchess, Orange, Putnam, Rockland, Sullivan, Ulster WAGES Per hour: DISTRICT 8 07/01/2009 Structural Reinforcing Ornamental Chain Link Fence $ 3915 39.15 39.15 39.15 Shift Work: any irregular or off shift shall be paid 8 hours for 7 hours work. SUPPLEMENTAL BENEFITS Per hour paid: Journeyman $ 27.80 OVERTIME PAY OVERTIME:...See ( B', E", Q, V) on OVERTIME PAGE. 'Note: Double Time after 10 hours Monday thru Friday. "Note: On Saturdays, double time after 8 hours. HOLIDAY Paid: See (1) on HOLIDAY PAGE Overtime See (5, 6, 16) on HOLIDAY PAGE REGISTERED APPRENTICES Wages: (1 )year terms at the following wage. 1 st 2nd $19.58 $27.41 3rd $ 31.32 4th $ 3524 Supplemental Benefits per hour worked: 1 st year 2nd year 3rd year 4th year $ 23.80 25.40 26.20 27.00 8-417 Page 34 Prevailing Wage Rates for 07101/2009 - 06/30/2010 Last Published on Feb 01 2010 Published by the New York State Department of Labor PRC Number 2010001603 Dutchess County Laborer - Buildin~ 02/01/2010 JOB DESCRIPTION Laborer - Building ENTIRE COUNTIES Dutchess DISTRICT 8 PARTIAL COUNTIES Columbia Only the Townships of Greenport, Claverack, Philmont,Clermont, Germantown, Livingston, Hillsdale, Gallatin, Copake, Ancram, Taghkanic and the City of Hudson. WAGES *ALL WORK RELATED WITH TOXIC OR ANY ASBESTOS OR HAZARDOUS MATERIAL* WAGES (per hour)* 07/01/2009 06/01/2010 Protective Gear Required $ 33.30 additional $1.80 to be allocated Shift Differential: On all Govermental mandated irregular or off shift work, an additional 20% of wage is required. SUPPLEMENTAL BENEFITS (per hour worked) Journeyman $ 18.80 OVERTIME PAY See (B, E, Q) on OVERTIME PAGE HOLIDAY Paid: See (1) on HOLIDAY PAGE Overtime: See (5, 6) on HOLIDAY PAGE 8-17tox Laborer - Buildin~ 02/01/2010 JOB DESCRIPTION Laborer - Building ENTIRE COUNTIES Dutchess DISTRICT 1 PARTIAL COUNTIES Columbia: Only the Townships of Ancram, Claverack, Clermont, Copake,Gallatin, Germantown, Greenport, Hillsdale, Hudson, Livingston, Philmont and Taconic. WAGES GROUP#1: All Laborers except those listed in Group 2 GROUP # 2: Blaster, Laser Beam Oper.,Asphalt Rakers & Drillers WAGES per hour GROUP # 1 GROUP#2 $ 27.35 29.70 06/01/2010 Additional $1.50 06/01/2011 Additional $1.60 07/01/2009 Any job requiring Hazwopper Certification will pay $1.00 above job classification wage rate. SUPPLEMENTAL BENEFITS Per hour worked Journeyman OVERTIME PAY See (B, E, Q) on OVERTIME PAGE HOLIDAY Paid: See (1) on HOLIDAY PAGE Overtime: See (5, 6) on HOLIDAY PAGE REGISTERED APPRENTICES Wages per hour $ 1865 1000 Hour terms Page 35 Prevailing Wage Rates for 07/01/2009 - 06/30/2010 Last Published on Feb 01 2010 Published by the New York State Department of Labor PRC Number 2010001603 Dutchess County 1 st term 2nd term 3rd term 4th term $ 1515 17.80 20.45 23.60 Supplemental Benefits per hour worked Apprentices $ 10.80 1-1000 Laborer. Heavy&Highway 02/01/2010 JOB DESCRIPTION Laborer - Heavy&Highway ENTIRE COUNTIES Dutchess DISTRICT 1 PARTIAL COUNTIES Columbia: Only the Townships of Ancram, Claverack, Clermont, Copake,Gallatin, Germantown, Greenport, Hillsdale, Hudson, Livingston, Philmont and Taconic WAGES GROUP # 1: Flagperson, Placing & maintenance of all flares, cones, lights, signs, barricades, traffic patterns and all reflective type materials for traffic control, custodial work, traffic directors, temporary heat or light tenders, tool room. GROUP # 2: All Other Classifications not listed in Group # 1 or Group # 3 GROUP # 3: Asphalt Raker, Asphalt Screedman, Drillers (all), Laser Beam Operator, Metal Form Setters/Aligners (sidewalk), Blaster, Tunnel and Cassion. WAGES per hour 07/01/2009 05/01/2010 Additional Group # 1 Group # 2 Group # 3 $ 24.20 27.96 28.96 $ 2.10 2.10 2.10 All employees working on a project that requires Hazwopper Certification will receive $1.00 per hour over job classification rate of pay. All employees who work an irregular work day that starts after 9:00 AM on a governmental mandated schedule shall be paid an additional 15% per hour. SUPPLEMENTAL BENEFITS Per hour worked & paid Holidays Journeyman $ 18.85 OVERTIME PAY See (B, E, E2, Q) on OVERTIME PAGE HOLIDAY Paid: See (5, 6,13,15,25) on HOLIDAY PAGE Overtime: See (5, 6, 13, 15, 25) on HOLIDAY PAGE Note: Whenever a holidays falls on Sunday, it will be observed on the following Monday. REGISTERED APPRENTICES Wages per hour 1000 hour year terms 1 st Term 2nd Term 3rd Term 4th Term $ 15.15 17.85 20.60 23.80 Supplemental Benefits per hour worked & paid Holidays Apprentices $ 11.00 Page 36 Prevailing Wage Rates for 07/01/2009 - 06/30/2010 Last Published on Feb 01 2010 Published by the New York State Department of Labor PRC Number 2010001603 Dutchess County 1-1000h Laborer. Heavy&Highway 02/01/2010 JOB DESCRIPTION Laborer - Heavy&Highway ENTIRE COUNTIES Dutchess DISTRICT 8 PARTIAL COUNTIES Columbia: Only the Townships of Greenport, Philmont, Germantown,Livingston, Hillsdale, Taghkanic, Gallatin, Copake, Ancram, City of Hudson. WAGES *ALL WORK RELATED WITH TOXIC OR ANY ASBESTOS OR HAZARDOUS MATERIAL*(Five feet or more outside of building foundation line) WAGES:(per hour) 07/01/2009 Protective Gear Not Required $ 31.60 Protective Gear Required $ 35.50 SHIFT DIFFERENTIAL On all NYS D.O.T. or other Governmental mandated irregular or off shift work, an additional 15% of wage on straight time pay. SUPPLEMENTAL BENEFITS (per hour paid) Journeyman $ 18.15 OVERTIME PAY See (B, E, Q, *S) on OVERTIME PAGE HOLIDAY Paid: See (5, 6, 13, 15, 26) on HOLIDAY PAGE Overtime: See (5, 6, 13, 15, 26) on HOLIDAY PAGE *NOTE: If Saturday Holiday is worked, Code S applies. REGISTERED APPRENTICES Wages per hour 1000 hour year terms 1st term 2nd term 3rd term 4th term $18.42 21.95 25.48 29.00 Supplemental Benefits per hour paid: Apprentice $ 14.80 8-17tox Lineman Electrician 02/01/2010 JOB DESCRIPTION Lineman Electrician DISTRICT 6 ENTIRE COUNTIES Albany, Allegany, Broome, Cattaraugus, Cayuga, Chautauqua, Chemung, Chenango, Clinton, Columbia, Cortland, Delaware, Dutchess, Erie, Essex, Franklin, Fulton, Genesee, Greene, Hamilton, Herkimer, Jefferson, Lewis, Livingston, Madison, Monroe, Montgomery, Niagara, Oneida, Onondaga, Ontario, Orange, Orleans, Oswego, Otsego, Putnam, Rensselaer, Rockland, Saratoga, Schenectady, Schoharie, Schuyler, Seneca, St. Lawrence, Steuben, Sullivan, Tioga. Tompkins, Ulster, Warren, Washington, Wayne, Wyoming, Yates WAGES Per hour: Includes Teledata Work within Ten feet of High Voltage Transmission Lines 07/01/2009 Page 37 Prevailing Wage Rates for 07/01/2009 - 06/30/2010 Last Published on Feb 012010 Published by the New York State Department of Labor PRC Number 2010001603 Dutchess County Lineman/Tech./Welder Cable splicer Digging Machine Operator Tractor Trailer Driver Groundman/T ruck Driver Mechanic 1 st Class Flagman $ 43.13 43.13 38.82 36.66 34.50 34.50 2588 Additional 1.00 per hrfor entire crew when a helicopter is used. Above rates applicable on all overhead Transmission line work & Fiber Optic Cable where other construction trades are or have been involved. This applies to transmission line work only, not other construction. Lineman/Technician/Welder Digging Machine Operator Tractor Trailer Driver Groundman/T ruck Driver Mech. 1 st Class Flagman Certified WelderPipe Type Cable Cable Splicer pipe type cable $ 41.91 37.72 35.62 33.53 33.53 25.15 44.01 46.10 Additional 1.00 per hour for entire crew when a helicopter job. Above rates apply on Switching Structures, Maintenance projects, Railroad Catenary install/maint. Third rail installation, Bonding of Rails and pipe type cable and installation of Fiber Optic Cable. Lineman /Techician Welder/Cable Splicer Digging Machine Operator Tractor Trailer Driver Groundman/Truck Driver Mechanic 1 st Class Flagman $ 40.61 40.61 36.55 34.52 32.49 32.49 2437 Additional 1.00 per. hr. for entire crew when a helicopter is used. Above rates applicable on all overhead and underground distribution and maintenance work, and all overhead and underground transmission line work and the installation of Fiber Optic Cable where no other construction trades are or have been involved. Lineman/Technician Cable Splicer pipe type cable Certified Welder pipe type Digging Machine Operato Tractor Trailer Driver Mechanic 1 st Class Groundman/Truck Driver Flagman $ 40.61 44.67 42.64 36.55 34.52 32.49 32.49 24.37 Additional $ 1.00 per hour for entire crew when a helicopter is used. Above rates applicable on all electrical sub-stations, switching structures, fiber optic cable and all other work not defined as "Utility outside electrical work" .. IMPORTANT NOTICE - EFFECTIVE 04/01/2009 .. Four (4), ten (10) hour days may be worked at straight time during a week, Monday thru Thursday. Friday may be used as a make-up day. NOTE - In order to use the '4 Day/1 0 Hour Work Schedule,' you must submit an 'Employer Registration for Use of 4 Day/1 0 Hour Work Schedule,' form PW30R; additionally, there must be a dispensation of hours in place on the project. SUPPLEMENTAL BENEFITS Per hour worked including holidays listed below: The following SUPPLEMENTAL benefits apply to all classification categories of CONSTRUCTION. TRANSMISSION and DISTRIBUTION. $ 13.50 'plus 7% of Page 38 Prevailing Wage Rates for 07/01/2009 - 06/30/2010 last Published on Feb 01 2010 Published by the New York State Department of labor PRe Number 2010001603 Dutchess County hourly wage paid OVERTIME PAY See (B, E, 0,) on OVERTIME PAGE. Double time for all emergency work designated by the Dept. of Jurisdiction. NOTE THE FOLLOWING RATES WILL APPLY ON ALL CONTRACTING AGENCY MANDATED SHIFTS OF AT LEAST FIVE ( 5 ) DAYS DURATION WORKED BETWEEN THE HOURS LISTED BELOW: 1st shift 8:00 AM to 4:30 PM REGULAR RATE 2nd shift 4:30 PM to 1:00 AM REGULAR RATE PLUS 17.3 % 3rd shift HOLIDAY Paid Overtime 12:30 AM to 9:00 AM REGULAR RATE PLUS 31.4 % See ( 5, 6, 8, 13, 25 ) on HOLIDAY PAGE plus Gov. Election Day See (5,6,8,13,25) on HOLIDAY PAGE plus Gov. Election Day. SUPPLEMENTS for holidays paid at straight time REGISTERED APPRENTICES ( 1000 ) hr terms at the following percentage of Journeyman's wage. 1 st 2nd 3rd 4th 5th 6th 7th 60% 65% 70% 75% 80% 85% 90% Supplemental Benefits per hour worked: The following SUPPLEMENTAL benefits apply to all classification categories of CONSTRUCTION, TRANSMISSION and DISTRIBUTION $ 13.50 'plus 7% of hourly wage paid 'NOTE: The 7% is based on the hourly wage paid, straight time rate or premium rate. 6-1249a Lineman Electrician - Teledata 02/01/2010 JOB DESCRIPTION Lineman Electrician - Teledata DISTRICT 6 ENTIRE COUNTIES Albany, Allegany, Broome, Cattaraugus, Cayuga, Chautauqua, Chemung, Chenango, Clinton, Columbia, Cortland, Delaware, Dutchess, Erie, Essex, Franklin, Fulton, Genesee, Greene, Hamilton, Herkimer, Jefferson, Lewis, Livingston, Madison, Monroe, Montgomery, Niagara, Oneida, Onondaga, Ontario, Orange, Orleans, Oswego, Otsego, Putnam, Rensselaer, Rockland, Saratoga, Schenectady, Schoharie, Schuyler, Seneca, St. Lawrence, Steuben, Sullivan, Tioga, Tompkins, Ulster, Warren, Washington, Wayne, Westchester, Wyoming, Yates WAGES Per hour: FOR WORK OUTSIDE BUILDING PROPERTY LINES. 07/01/2009 Cable Splicer Installer/Repairman Teledata Lineman T echnician/Equip Oper Groundman $ 24.85 23.60 23.60 23.60 12.51 NOTE: EXCLUDES Teledata work within ten feet of High Voltage (600 volts and over) transmission lines. For this work please see LINEMAN. SUPPLEMENTAL BENEFITS Per hour worked: $4.43 'plus 3% of hourly wage paid 'NOTE: The 3% is based on the hourly wage paid, straight time rate or premium rate. OVERTIME PAY See (B, E, 0) on OVERTIME PAGE Page 39 Prevailing Wage Rates for 07/01/2009 - 06/30/2010 Last Published on Feb 012010 Published by the New York State Department of Labor PRe Number 2010001603 Dutchess County HOLIDAY Paid: Overtime: See (1) on HOLIDAY PAGE See (5, 6. 16) on HOLIDAY PAGE 6-1249LT - Teledata Lineman Electrician - Traffic Si~nal Li~htin~ 02/01/2010 JOB DESCRIPTION Lineman Electrician - Traffic Signal Lighting ENTIRE COUNTIES Columbia. Dutchess, Orange, Putnam, Rockland. Ulster WAGES Per hour: DISTRICT 6 For all Lighting and Traffic Signal Systems Certified welder LinemanlTechnician Digging Machine Tractor Trailer driver Groundman Truck Driver Mechanic 1 st Class Flagman 07/01/2009 $ 40.26 38.34 34.51 32.59 30.67 30.67 23.00 Above rates applicable on ALL Lighting and Traffic Signal Systems and the installation, testing, operation, maintenance and repair of all traffic control and illumination projects, traffic monitoring systems, road weather information systems and the installation of Fiber Optic Cable. SUPPLEMENTAL BENEFITS Per hour worked including listed holidays: All classifications $ 13.50 *plus 6.5% of hourly wage paid *NOTE: The 6.5% is based on the hourly wage paid, straight time rate or premium rate. Supplements paid at STRAIGHT TIME rate for holidays. OVERTIME PAY See ( B, E, 0,) on OVERTIME PAGE. Note* Double time for all emergency work designated by the Dept of Jurisdiction. NOTE: THE FOLLOWING RATES WILL APPLY ON ALL CONTRACTING AGENCY MANDATED SHIFTS OF AT LEAST FIVE (5) DAYS DURATION WORKED BETWEEN THE HOURS LISTED BELOW: 1 ST SHIFT 2ND SHIFT 3RD SHIFT 800 AM TO 4:30 PM REGULAR RATE 4:30 PM TO 100 AM REGULAR RATE PLUS 17.3% 12:30 AM TO 9:00 AM REGULAR RATE PLUS 31.4% HOLIDAY HOLIDAY: Paid Overtime See ( 5, 6,8, 13. 25 ) on HOLIDAY PAGE and Gov Election Day. See ( 5, 6, 8,13,25) on HOLIDAY PAGE and Gov Election Day. REGISTERED APPRENTICES (1000) hr terms at the following percentage of Journeyman LinemanlTechnician wage. 1 st 2nd 3rd 4th 5th 6th 7th 60% 65% 70% 75% 80% 85% 90% Supplemental Benefits: Same as Journeyman/Technician. 6-1249aReg8L T Lineman Electrician - Tree Trimmer 02/01/2010 JOB DESCRIPTION Lineman Electrician - Tree Trimmer ENTIRE COUNTIES DISTRICT 6 Page 40 Prevailing Wage Rates for 07/01/2009 - 06/30/2010 Published by the New York State Department of Labor Last Published on Feb 01 2010 PRe Number 2010001603 Dutchess County Albany, Allegany, Broome, Cattaraugus, Cayuga, Chautauqua, Chemung, Chenango, Clinton, Columbia, Cortland, Delaware, Dutchess, Erie. Essex, Franklin, Fulton, Genesee, Greene, Hamilton, Herkimer, Jefferson, Lewis, Livingston, Madison, Monroe, Montgomery, Niagara, Oneida, Onondaga, Ontario, Orange, Orleans, Oswego, Otsego, Putnam, Rensselaer, Rockland, Saratoga, Schenectady, Schoharie, Schuyler, Seneca, St. Lawrence, Steuben, Sullivan, Tioga, Tompkins, Ulster. Warren, Washington, Wayne, Wyoming, Yates WAGES Per hour: Applies to line clearance, tree work and right-of-way preparation on all new or existing overhead electrical, telephone and CATV lines 07/01/2009 Tree trimmer Equip Operator Mechanic Truck Driver Ground person Flag person SUPPLEMENTAL BENEFITS Per hour worked: $ 21.22 18.72 18.72 15.82 12.99 9.25 $ 6.22 'plus 3% of hourly wage paid Supplements paid at STRAIGHT TIME rate for holidays. 'NOTE: The 3% is based on the hourly wage paid, straight time rate or premium rate. OVERTIME PAY See (B, E, Q) on OVERTIME PAGE HOLIDAY Paid: See (5, 6, 8, 10, 15, 16) on HOLIDAY PAGE Overtime: See (5, 6, 8, 10, 15, 16) on HOLIDAY PAGE 6-1249TT Mason - Buildin~ 02/01/2010 JOB DESCRIPTION Mason - Building ENTIRE COUNTIES Dutchess, Sullivan, Ulster WAGES Per hour: Building Tile Finisher SUPPLEMENTAL BENEFITS Journeyman: OVERTIME PAY See (A, E, Q) on OVERTIME PAGE HOLIDAY Paid: See (1) on HOLIDAY PAGE Overtime: See (5, 6, 8, 10, 11, 15, 16) on HOLIDAY PAGE REGISTERED APPRENTICES Wages: (per hour): DISTRICT 9 07/01/2009 $ 31.97 $18.40 ( 750 hour) terms at the following percentages of journeyman's wage. 1 st 2nd 3rd 4th 5th 6th 50% 55% 65% 70% 75% 85% 7th 90% 8th 95% Supplemental Benefits: Apprentices: (750 hour)terms at the following percentages of journeymans wage. 1 st 2nd 3rd 4th 5th 6th 50% 55% 65% 70% 75% 85% 7th 90% 8th 95% 9-7/88B-tf Page 41 Prevailing Wage Rates for 07101/2009 - 06/30/2010 Last Published on Feb 01 2010 Published by the New York State Department of Labor PRC Number 2010001603 Dutchess County Mason - Building 02/01/2010 JOB DESCRIPTION Mason - Building ENTIRE COUNTIES Dutchess, Sullivan, Ulster DISTRICT 9 WAGES Per hour: 07/01/2009 Building: Tile Setters $ 3616 SUPPLEMENT AL BENEFITS Journeyman: OVERTIME PAY See (A, E, Q) on OVERTIME PAGE HOLIDAY Paid: See (1) on HOLIDAY PAGE Overtime: See (5, 6, 8, 10, 11, 15, 16) on HOLIDAY PAGE REGISTERED APPRENTICES Wages (per hour): $ 20.65 ( 750 hr) terms at the following percentage of journeyman's wage. 1 st 2nd 50% 55% Supplemental Benefits: 3rd 65% 4th 70% 5th 75% 6th 85% 7th 90% 8th 95% (750) hour terms at the following percentages of journeyman's wage Apprentice: 1 st 2nd 3rd 4th 5th 6th 50% 55% 65% 70% 755 855 7th 90% 8th 95% 9-7/52B Mason - Building 02/01/2010 JOB DESCRIPTION Mason - Building ENTIRE COUNTIES Dutchess, Sullivan, Ulster PARTIAL COUNTIES Orange: Entire county except the Township of Tuxedo. WAGES Per hour DISTRICT 8 07/01/2009 06/01/2010 Bricklayer Cement Mason Bldg Plasterer/Stone Mason Pointer/Caulker $ 36.53 36.53 36.53 36.53 $ 37.14 37.14 37.14 37.14 Additional $1.00 per hour for power saw work Additional $0.50 per hour for swing scaffold or staging work Shift Work: 2nd shift work 8 hours work receive 9 hours pay and benefits-starts between 4PM and 6PM 3rd shift work 8 hours and receive 10 hours pay and benefits SUPPLEMENTAL BENEFITS Per hour paid Journeyman $ 24.68 26.57 OVERTIME PAY Cement Mason All Others HOLIDAY See ( D, E2, 0 ) on OVERTIME PAGE. See ( B, E, E2, Q ) on OVERTIME PAGE. Page 42 Prevailing Wage Rates for 07/01/2009 - 06/30/2010 Last Published on Feb 012010 Paid See (1) on HOLIDAY PAGE Overtime See (5, 6) on HOLIDAY PAGE REGISTERED APPRENTICES Wages per hour Published by the New York State Department of Labor PRC Number 2010001603 Dutchess County One Half Year terms at the following percentage of Journeyman's wage 1st 50% 2nd 55% 3rd 60% 4th 65% 5th 70% 6th 75% 7th 80% 8th 85% Supplemental Benefits per hour paid 1 st & 2nd terms All others $12.34 2468 13.28 2657 8-5du-b Mason - HeavY&Hi~hway 02/0112010 JOB DESCRIPTION Mason - Heavy&Highway ENTIRE COUNTIES Dutchess, Sullivan, Ulster PARTIAL COUNTIES Orange: Entire county except the Township of Tuxedo. WAGES Per hour DISTRICT 8 07/01/2009 06/01/2010 Bricklayer Cement Mason Marble/Stone Mason Plasterer Pointer/Caulker $ 3703 3703 37.03 37.03 37.03 $ 37.64 37.64 37.64 3764 3764 Additional $1.00 per hour for power saw work Additional $0.50 per hour for swing scaffold or staging work Shift Work: 2nd shift work 8 hours and receive 9 hours pay and benefits-starts between 4PM and 6PM 3rd shift work 8 hours and receive 10 hours pay and benefits SUPPLEMENTAL BENEFITS Per hour paid Journeyman $ 24.68 $ 26.57 OVERTIME PAY See (B, 0) on OVERTIME PAGE HOLIDAY Paid: See (5, 6, 15, 25) on HOLIDAY PAGE Overtime See (5, 6. 15, 25) on HOLIDAY PAGE REGISTERED APPRENTICES Wages per hour One Half Year terms at the following percentage of Journeyman's wage 1 st 2nd 3rd 4th 5th 6th 7th 8th 50% 55% 60% 65% 70% 75% 80% 85% Supplemental Benefits per hour paid 1 st & 2nd terms $ 12.34 $ 13.28 All others 24.68 26.57 8-5du-H/H Operating En~ineer - Buildin~ 02/01/2010 JOB DESCRIPTION Operating Engineer - Building DISTRICT 8 Page 43 Prevailing Wage Rates for 07/01/2009 - 06/30/2010 Last Published on Feb 01 2010 Published by the New York State Department of Labor PRC Number 2010001603 Dutchess County ENTIRE COUNTIES Putnam, Westchester PARTIAL COUNTIES Dutchess: (*NOTE: This description is in effect up to 08/31/2006). *South of a West/East line through Dutchess County starting at the Northern Boundary of the City of Poughkeepsie. (**NOTE: This change takes effect on 09/01/2006)**The part of Dutchess (defined by the northern boundary line of City of Poughkeepsie. then due east to Route 115, then north along Route 115 to Bedell Road, then east along Bedell Road to VanWagner Road, then north along VanWagner Road to Bower Road, then east along Bower Road to Rte. 44, and along Rt. 44 east to route 343, then along route 343 east to the northern boundary of Town of Dover Plains, and east along the northern boundary of Town of Dover Plains to the border line of the State of Connecticut,and bordered on the west by the middle of the Hudson River). WAGES GROUP I: Cranes(AII Types), Boorn Trucks, Cherry Pickers(AII Types), Clarnshell Crane, Derrick(Stone-Stell), Dragline, Franki Pile Rig or similar Hydraulic Cranes, Pile Drivers(AII Types). * All Tower Cranes, all Climbing Cranes and all Cranes of 100 ton capacity or greater. GROUP I-A: Barber Green Loader-Euclid Loader, Bulldozer, Carrier-Trailer Horse, Concrete Cleaning Decontamination Machine Operator,Concrete-Portable Hoist, Conway or Similar Mucking Machines, Elevator & Cage, Excavators all types, Front End Loaders, Gradall, Shovel, Backhoe, etc.(Crawler or Truck), Heavy Equipment Robotics Operator/Mechanic, Hoist Engineer-Material, Hoist Portable Mobile Unit, Hoist-Single, Double or Triple Drum, Horizontal Directional Drill Locator, Horizontal Directional Drill Operator,and Jersey Spreader, Letourneau or Tournapull(Scrapers over 20 yards Struck), Lift Slab Console, etc., Lull Hi Lift or Similar, Maintenance Engineer, Master Environmental Maintenance Mechanics, Mucking Machines Operator/Mechanic or Similar Type, Overhead Crane, Pavement Breaker(Air Ram), Paver(Concrete}, Post Hole Digger, Power House Plant, Road Boring Machine, Road Mix Machine, Ross Carrier and Similar Machines, Rubber tire double end backhoes and similar machines, Scoopmobile- Tractor-Shovel Over 1.5 yards, Shovel (Tunnels Side Boom, Spreader (Asphalt Telephies(Cableway), Tractor Type Demolition Equipment, Trenching Machines-Vermeer Concrete Saw Trencher and Similar, Ultra High Pressure Waterjet Cutting Tool System, Vacuum Blasting Machine operator/mechanic, Winch Truck A Frame). GROUP l-B: Compressor (Steel Erection), Mechanic (Outside All Types, Negative Air Machine (Asbestos Removal), Pulse Meter, Push Button (Buzz Box), Elevator, Welder. GROUP II-A: Bulldozer D6 and Under, Compactor Self-Propelled, Grader, Machines Pulling Sheep's Foot Roller, Roller 4 ton and over, Scrapers-20 yards Struck and Under, Vibratory Rollers, etc. GROUP III-A: Asphalt Plant, Boiler (High Pressure), Concrete Mixing Plants, Concrete Pump, Fireman, Forklift, Forklift (Electric) Joy Drill or similar Tractor Drilling Machine, Loader-1 1/2 yards and under, Locomotive (All Sizes), MixerConcrete-21 E and over, Portable Asphalt Plant, Portable Batch Plant, Portable Crusher, Quarry Master, StoneCrusher, Well Drilling Machine, Well Point System, Concrete Buggy, One Yard and Up Ride on Dumper, Benford or Similar,Bobcat. GROUP III-B: Compressor Over 125 cu. Feet, Conveyor Belt Machine Regardless of Size, Compressor Plant, Ladder Hoist, Lighting Unit (Portable & Generator), Stud Machine, Welding Machine (Steel Erection & Excavation). GROUP IV-A: Air Tractor Drill, Batch Plant, Bending Machine, Concrete Breaker, Concrete Spreader, Curb Cutter Machine, Farm Tractor (all types), Finishing Machine-Concrete, Material Hopper-sand stone-cement, Mixer-Concrete-Under 21 E, Mulching Grass Spreader, Pump-Gypsum etc, Fine Grading Machine, Roller under 4 Ton Hepa Vac Clean Air Machine, Spreading and Fine Grading Machine, Steel Cutting Machine, Siphon Pump-air-steam, Tar Joint Machine, Turbo Jet Burner or Similar Equipment, Vibrator (1 to 5), Fine Grading Machine, Roof Hoist (Tugger Hoist), Television Cameras for Water, Sewer, Gas etc. Pump-Plaster-Grout-Fireproofing. GROUP IV-B: Compressor to 125 feet, Dust Collector, Heater all types, Pump, Pump Station (Water and Sewer), Steam Jenny, Sweeper, Chipper, Mulcher. Page 44 Prevailing Wage Rates for 07/01/2009 - 06/30/2010 Last Published on Feb 01 2010 Publishecl by the New York State Department of Labor PRC Number 2010001603 Dutchess County GROUP V-A: Concrete Saw, Oiler Fuel Truck, Oiler Grease Truck. GROUP V-B: Mechanics Helper, Oiler, Stock Attendant, Paint Compressor, Welder's Helper, Motorized Roller (walk behind). GROUP VI-A: Master Mechanic, Assistant Master Mechanic, Helicoper HOist Operator, Helicopter Pilot, Helicopter Signal Man, Welder Certified. GROUP VI-B: Utility Man, Warehouse Man, Second Engineer, Cable Splicer. WAGES: (per hour) 07/01/2009 GROUP I 'Tower Cranes GROUP I-A GROUP I-B GROUP II-A GROUP III-A GROUP III-B GROUP IV-A GROUP IV-B GROUP V-A GROUP V-B GROUP VI-A Master Mechanic Asst.Master Mechanic Helicopter Hoist Oper Helicopter Pilot Helicopter Signal Man Welder Certified GROUP VI-B Utility Man Warehouse Man Second Engineer Cable Splicer $ 48.14 54.49 42.00 38.66 40.51 38.99 37.07 38.59 32.48 3707 35.09 44.15 36.00 42.76 48.84 38.20 41.24 3324 34.89 34.96 38.33 An additional 20% to wage when required to wear protective equipment on hazardous/toxic waste projects. Engineers operating cranes with booms 100 feet but less than 149 feet in length will be paid an additional $2.00 per hour. Engineers operating cranes with booms 149 feet or over in length will be paid an additional $3.00 per hour. Loader operators over 5 cubic yard capacity additional .50 per hour. Shovel operators over 4 cubic yard capacity additional $1.00 per hour. SUPPLEMENTAL BENEFITS (per hour) Journeyman 07/01/2009 $15.96 Per hour paid. +7.40 Per hour worked. + .80 per hour on all hours paid OVERTIME PAY OVERTIME .. See (D, 0, U', V) on OVERTIME PAGE. HOLIDAY HOLIDAY: Paid:....... See (5,6,7,8,11,12) on HOLIDAY PAGE. Overtime:..... See (5,6,7,8.11,12) on HOLIDAY PAGE. . Note: For Holiday codes 5 & 6, code T applies. Note: If employees are required to work on Easter Sunday they shall be paid at the rate of triple time. 8-1 37B Operating Engineer - Building 02/01/2010 Page 45 Prevailing Wage Rates for 07/01/2009 - 06/30/2010 Last Published on Feb 01 2010 Published by the New York State Department of Labor PRC Number 2010001603 Dutchess County JOB DESCRIPTION Operating Engineer - Building DISTRICT 1 ENTIRE COUNTIES Albany, Clinton, Columbia. Essex. Franklin, Fulton, Greene, Hamilton, Herkimer, Montgomery, Otsego, Rensselaer, Saratoga, Schenectady, Schoharie, Warren, Washington PARTIAL COUNTIES Dutchess: Defined as north of the northern boundary line of City of Poughkeepsie then due east to Route 115 to Bedelt Road then east along Bedelt Road to VanWagner Road then north along VanWagner Road to Bower Road then east along Bower Road to Rte. 44 east to Route 343 then along Route 343 east to the northern boundary of Town of Dover Plains and east along the northern boundary of Town of Dover Plains to Connecticut. WAGES CLASS A1: Crane, hydraulic cranes, tower crane, locomotive crane, piledriver, cableway, derrickS,whirlies, dragline, boom trucks over 5 tons. CLASS A: Shovel, all Excavators (including rubber tire full swing), Gradalls, power road grader, all CMI equipment, front-end rubber tire loader, tractor- mounted drill (quarry master), mucking machine, concrete central mix plant, concrete pump, bel crete system, automated asphalt concrete plant, and tractor road paver, boom trucks 5.tons and under, maintenance engineer, self-contained crawler drill-hydraulic rock drill. CLASS B: Backhoes (rubber tired backhoe/loader combination), bulldozer, pushcat, tractor, traxcavator, scraper, LeTourneau grader, form fine grader, self-propelled soil compactor (fill roller), asphalt roller, blacktop spreader, power brooms, sweepers, trenching machine, Barber Green loader, side booms, hydro hammer, concrete spreader, concrete finishing machine, one drum hoist, power hoisting (single drum), hoist two drum or more, three drum engine, power hoisting (two drum and over), two drum and swinging engine, three drum swinging engine, hod hoist, A-L frame winches, core and well drillers (one drum), post hole digger, model CHB Vibro-Tamp or similar machine, batch bin and plant operator, dinky locomotive, skid steer loader, track excavator 5/8 cubic yard or smaller, front end rubber tired loader under four cubic yards. CLASS C: Fork lift, high lift, all terrain fork lift: or similar, oiler, fireman and heavy-duty greaser, boilers and steam generators, pump, vibrator, motor mixer, air compressor, dust collector, welding machine, well point, mechanical heater, generators, temporary light plants, electric submersible pumps 4" and over, murphy type diesel generator, conveyor, elevators, concrete mixer, beltcrete power pack (belcrete system), seeding, and mulching machines, pumps. * In the event that equipment listed above is operated by robotic control, the classification covering the operation will be the same as if manually operated. WAGES per hour 07/01/2009 Class # A1 Class # A Class # B Class # C $ 32.24 31.80 30.89 28.32 07/01/2010 Additional $ 2.04 2.04 2.04 2.04 Additional $0.50 per hr for Tower Cranes. Additional $0.50 per hr for Cranes with Boom length & jib 150ft. and over. Additional $1.00 per hr for Cranes with Boom length & jib 200ft. and over. Additional $2.00 per hr over B rate for Nuclear Leader work. Additional $0.40 per hr for tunnel or excavation of shaft 40' or more deep. Additional $2.50 per hr. for hazardous waste removal work on State and/or Federally designated waste site which require employees to wear Level C or above forms of personal protection SUPPLEMENTAL BENEFITS Per hour paid Journeyman OVERTIME PAY See (B, E, Q) on OVERTIME PAGE HOLIDAY Paid See (1) on HOLIDAY PAGE Overtime: See (5, 6) on HOLIDAY PAGE Note: If a holiday falls on Sunday, it will be celebrated on Monday. If the holiday falls on Saturday, it wrll be celebrated on Friday. Employees who work a Saturday holiday shall be paid double time plus the holiday pay. $ 19.07 REGISTERED APPRENTICES Wages per hour 1000 hours terms at the following percentage of Journeyman's wage Class B Page 46 Prevailing Wage Rates for 07/01/2009 - 06/30/2010 Last Published on Feb 01 2010 Published by the New York State Department of Labor PRC Number 2010001603 Dutchess County 1st 60% 2nd 70% 3rd 80% 4th 90% Supplemental Benefits per hour paid All terms $ 15.15 1-106b Operatin~ En~ineer - Heavy&Hi~hway 02/01/2010 JOB DESCRIPTION Operating Engineer - Heavy&Highway ENTIRE COUNTIES Dutchess, Putnam, Westchester WAGES NOTE: Also covers Feasibility and Preliminary Design surveying, Line and Grade surveying for Inspection or Supervision of Construction when preformed under a Consulting Engineer Agreement. Party Chief - One who directs a survey party Instrument Man - One who runs the instrument and assists Party Chief Rodman - One who holds the rod and in general, assists the Survey Crew Catorgories cover GPS & Underground Suveying DISTRICT 9 Per Hour: 07/01/2009 Party Chief Instrument Man Rodman SUPPLEMENTAL BENEFITS Per Hour: $ 52.79 38.02 32.67 07/01/2009 All Catorgories Straight Time: $ 21.95 + $3.61 (taxable) Premium: Time & 1/2 $ 35.52 Double Time $ 45.57 OVERTIME PAY See (B, 'E, Q) on OVERTIME PAGE , Doubletime paid on the 9th hour on Saturday. HOLIDAY Paid: Overtime: See (5, 6, 7, 11, 12) on HOLIDAY PAGE See (5, 6, 7,11,12) on HOLIDAY PAGE 9-15Dh Operating Engineer . Heavy&Hi~hway 02/01/2010 JOB DESCRIPTION Operating Engineer - Heavy&Highway ENTIRE COUNTIES Putnam, Westchester PARTIAL COUNTIES Dutchess: ('NOTE: This description is in effect up to 08/31/2006). 'South of a West/East line through Dutchess County starting at the Northern Boundary of the City of Poughkeepsie. ("NOTE: This change takes effect on 09/01/2006)*'The part of Dutchess (defined by the northern boundary line of City of Poughkeepsie, then due east to Route 115, then north along Route 115 to Bedell Road, then east along Bedell Road to VanWagner Road, then north along VanWagner Road to Bower Road, then east along Bower Road to Rte. 44, and along Rt. 44 east to route 343, then along route 343 east to the northern boundary of Town of Dover Plains, and east along the northern boundary of Town of Dover Plains to the border line of the State of Connecticut,and bordered on the west by the middle of the Hudson River). DISTRICT 8 WAGES GROUP I: Boom Truck, Cherry Picker, Clamshell, Crane, (Crawler, Truck), Dragline,Rough Terrain Crane. Page 47 Prevailing Wage Rates for 07/01/2009 - 06130/2010 Published by the New York State Department of Labor Last Published on Feb 01 2010 PRC Number 2010001603 Dutchess County GROUP I-A: Auger, Auto Grader, Dynahoe and Dual purpose and similar machines, Barber Green Loader-Euclid Loader or similar type machine, boat captain, boring machine(all types), Bulldozer-All Sizes, Central Mix Plant Operator, Cherry Picker(Cableway)-Hydraulic, chipper (all types), close circuit tv., Compactor with Blade,Concrete Portable Hoist, C.M.I. or Similar, Conway or Similar Mucking Machines, Gradall, Shovel Backhoe, etc. Grader, Derrick (Stone-Steel) Elevator & Cage, Front End Loaders over 1 1/2yds Hoist Single, Double, Triple Drum, Hoist Portable Mobile Unit, Hoist Engineer Concrete(Crane-Derrick-Mine Hoist), Hoist Engineer-Material, Hydraulic Boom, Letourneau or Tournapull (Scrapers over 20 yds struck), Mucking Machines, Overhead Crane, Paver (concrete) Pulsemeter, Push Button (Buss Box) Elevator, Road Mix Machines, Ross Carrier and similar, Shovels (Tunnels), SideBoom, Spreader (asphalt), Scoopmobile-Tractor-Shovel over 1 1/2 yards, Trenching Machines, Telephies-Vermeer Concrete Saw Trencher and/or Similar, Tractor type Demolition Equipment, Whirly,P-811 Track Renewal Machine-Similiar, certified Welder GROUP I-B: Road Paver-Asphalt GROUP II-A: Balast regulators, Compactor Self Propelled, Cow Tracks, Fusion Machine, Rail Anchor Machines, Scrapers-20 yds truck and under, Switchtampers, Vibrator Roller, etc., Roller 4 ton and over, Welder GROUP II-B: Mechanic-All Types. GROUP III: Air Tractor Drill, Asphalt Plant, Batch Plant, Boiler (High Pressure), Concrete Breaker, Concrete Pump, Concrete Spreader, Curb Cutter Machine, Farm Tractor (All Types), Finishing Machine (Concrete) Fine Grading Machine, Fireman, Forklift, Forklift (Electric) John Henry drill or similar, Joy Drill or similarTractor Drilling Machine, Loader 1 1/2 yards and under, Locomotive(AII Sizes), Maintenance Engineer, Machine Pulling Sheep's Foot Roller, Material Hopper, Mixer Concrete-21 E and over, Mulching Grass Spreader, Portable Plant, Portable Batch Plant, Portable Crusher, Powerhouse Plant, Quarry Master,Roller under 4 ton, Spreading and Fine Grading Machine, Steel Cutting Machine, Stone Crusher, Sweeper, Turbo JetBumer or Similar, Well Drilling Machine, Winch Truck, "A" Frame Truck. GROUP IV-A: Service Man (Fuel Truck), Service Man (Grease Truck). GROUP IV-B: Compressor-Compressor Plant-Paint Compressor-Steel Erection, ConveyorBelt Machine, Lighting Unit (Portable & Generator), PiloUAssistant Engineer/2 seated, Pumps-Pump Station-Water-Sewer-Gypsum-Plaster, etc., Pump Truck(Sewer Jet or Similar), Roller-Motorized (Walk Behind), Welding Machine Steel Erection Excavation), Well Point System, Welder's Helper, Mechanic's Helper, Bending Machine, Dust Collector, Mixer Concrete under 21-E, Heater all types, Steam Jenny, Stock Room Attendant, Siphon Pump-Air- Steam, Tar Joint Machine, Vibrator (1 to 5), Compressor Truck mounted (2-6). GROUP V-A: Master Mechanic, Master Mechanic Asst, Helicopter Hoist Operator, Engineer-All Tower Cranes-All Climbing Cranes and all cranes of 100 ton capacity or greater(3900 Manitowac or similar), Hoist Engineer(Steel), Engineer-Pile Driver, Weider-Certified, Helicopter Pilot, Helicopter Signalman, Jersey Spreader, Pavement Breaker(Air Ram), Post Hole Digger. GROUP V-B: Concrete Saw, Oiler, Utility Man. WAGES: (per hour) 07/01/2009 Group I Group I-A Group I-B Group II-A Group 11-8 Group III Group IV-A Group IV-B Group V-A Master Mechanic/Asst Helicopter Hoist Oper Engineer All Tower,Climbing and Cranes of 1 00 Tons Hoist Engineer(Steel) Engineer(Pile Driver) Helicopter Pilot Helicopter Signalman Jersey Spreader, Pavement Breaker. (Air Ram)Post Hole Digger Group V-B Utility Man Concrete Saw Oiler $ 47.76 42.14 43.64 40.36 41.42 39,66 36.07 31.01 44.60 43.22 5407 48.27 51.52 48.27 40.17 40.54 29.52 33.73 29.06 SHIFT DIFFERENTIAL On all NYS D.O.T. and other Governmental mandated off-shift work, an additional 15% of wage on all hours and including overtime. Page 48 Prevailing Wage Rates for 07/01/2009 - 06/30/2010 Last Published on Feb 01 2010 Published by the New York State Department of Labor PRC Number 2010001603 Dutchess County Engineers operating cranes with booms 100 feet but less than 149 feet in length will be paid an additional $2.00 per hour over the rate listed in the Wage Schedule. Engineers operating cranes with booms 149 feet or over in length will be paid an additional $3.00 per hour over the rate listed in the Wage Schedule. Operators of shovels With a capacity over (5) cubic yards shall be paid an additional $.50 per hour over the rate listed in the Wage Schedule. Operators of loaders with a capacity over 4 cubic yards shall be paid an additional $1.50 per hour. SUPPLEMENTAL BENEFITS (per hour) 07/01/2009 Journeyman: $ 15.69 on all hours paid. PLUS $7.35 limited to 1st 40 hours worked. PLUS .70 per hour on all hours worked OVERTIME PAY OVERTIME:.. See ( B, E, Q, U' ) on OVERTIME PAGE. HOLIDAY HOLIDAY: Paid:.... . See (5,6,7,8,11,12) on HOLDIAY PAGE. Overtime:.... See (5,6,7,8,11,12) on HOLIDAY PAGE. . Note: For Holiday codes 5 & 6, code U applies. Note: If employees are required to work on Easter Sunday they shall be paid at the rate of triple time. REGISTERED APPRENTICES (1 )year terms at the following rate. 07/01/2009 1st term 2nd term 3rd term 4th term $19.83 2379 2776 3172 Supplemental Benefits per hour: Apprentices: $ 15.69 on all hours paid. PLUS .70 per hour on all hours worked. 8-137HH Operatin!:l En!:lineer . Heavy&Hi!:lhway 02101/2010 JOB DESCRIPTION Operating Engineer - Heavy&Highway DISTRICT 1 ENTIRE COUNTIES Albany, Broome, Chenango, Clinton, Columbia, Essex, Franklin, Fulton, Greene, Hamilton, Montgomery, Otsego, Rensselaer, Saratoga, Schenectady, Schoharie, Tioga, Warren, Washington PARTIAL COUNTIES Dutchess: Defined as north of the northern boundary line of City of Poughkeepsie then due east to Route 115 to Bedelt Road then east along Bedelt Road to VanWagner Road then north along VanWagner Road to Bower Road then east along Bower Road to Rte 44 east to Route 343 then along Route 343 east to the northern boundary of Town of Dover Plains and east along the northern boundary of Town of Dover Plains to Connecticut. Herkimer: East of a North/South line through the RailroadStation at Little Falls. WAGES MASTER MECHANIC CLASSIFICATION 1A: Boom Truck (over 5 tons, manufacturers rating), Crane, Cherry Picker (over 5 tons capacity), Derncks (steel erection), Dragline, Overhead Crane (Gantry or Straddle type), Pile Driver, Truck Crane CLASSIFICATION A: Page 49 Prevailing Wage Rates for 07/01/2009 - 06/30/2010 Last Published on Feb 01 2010 Published by the New York State Department of Labor PRC Number 2010001603 Dutchess County Automated Concrete Spreader (CMI Type), Automatic Fine Grader, Backhoe (Except Tractor Mounted. Rubber Tired), Backhoe Excavator Full Swing (CAT 212 or similar type), Back Filling Machine, Belt Placer (CM1 Type), Blacktop Plant (Automated), Boom truck (5 tons and under), Cableway, Caisson Auger, Central Mix Concrete Plant (Automated), Concrete Curb Machine (Self-Propelled, Slipform), Concrete Pump, Directional Drilling Machine, Dredge, Dual Drum Paver, Excavator (All Purpose Hydraulically Operated, Gradall or Similar), Front End Loader (4 cu. yd. and Over), Head Tower (Sauerman or Equal), Hoist (Two or Ihree Drum), Holland Loader, Maintenance Engineer, Mine Hoist, Mucking Machine or Mole, Pavement Breaker (SP Wertgen; PB-4 and similar type), Power Grader, Profiler (over 105 H.P.), Quad 9, Quarry Master (or equivalent), Scraper, Shovel, Side Boom, Slip Form Paver (If a second man is needed, he shall be an Oiler), Tractor Drawn Belt-Type Loader, Truck or Trailer Mounted Log Chipper (Self Feeder), Tug Operator (Manned Rented Equipment Excluded), Tunnel Shovel CLASSIFICATION B: Asphalt Paver, Backhoe (Tractor Mounted, Rubber Tired), Bituminous Recycler Machine, Bituminous Spreader and Mixer, Blacktop Plant (Non-Automated), Blast or Rotary Drill (Truck or Tractor Mounted), Boring Machine, Cage Hoist, Central Mix Plant (Non-Automated) and All Concrete Batching Plants, Cherry Picker (5 tons capacity and under), Concrete Paver (Over 16S), Crawler Drill (Self-contained). Crusher, Diesel Power Unit, Drill Rigs (Tractor Mounted), Front End Loader (Under 4 cu. yd.), Greaseman/Lubrication Engineer, Hi-Pressure Boiler (15 Ibs. and over), Hoist (One Drum), Hydro-Axe, Kolman Plant Loader and Similar Type Loaders (If Employer requires another man to clean the screen or to maintain the equipment, he shall be an Oiler), L.C.M. Work Boat Operator, Locomotive, Mixer (for stabilized base self- propelled), Monorail Machine, Plant Engineer, Profiler (105 H.P. and under), Pug Mill, Pump Crete, Ready Mix Concrete Plant, Refrigeration Equipment (for soil stabilization), Road Widener, Roller (all above sub-grade), Sea Mule, Self-contained Ride-on Rock Drill (Excluding Air- Track Type Drill), Skidder, Tractor with Dozer and/or Pusher, Trencher, Tugger Hoist, Vermeer saw (ride on, any size or type),Welder, Winch, Winch Cat CLASSIFICATION C: A Frame Winch Hoist on Truck, Aggregate Plant, Ballast Regulator (Ride-on), Boiler (used in conjunction with production), Bituminous Heater (self-propelled), Cement and Bin Operator, Hands-Off Equipment (Compressors, Dust Collectors, Generators, Pumps, Welding Machines, Light Plants, Heaters), Concrete Pavement Spreader and Finisher, Concrete Paver or Mixer (16S and under), Concrete Saw (self- propelled), Conveyor, Directional Drill Machine Locator, Drill (Core), Drill (Well), Farm Tractor with accessories, Fine Grade Machine, Fireman, Fork Lift, Form Tamper, Grout Pump, Gunite Machine, Hammers (Hydraulic self-propelled), Hydra-Spiker (Ride-on), Hydraulic Pump (jacking system), Hydro-Blaster (Water), Mulching Machine, Oiler, Parapet Concrete or Pavement Grinder, Post Hole Digger and Post Driver, Power Broom (towed), Power Heaterman, Power Sweeper, Revinius Widener, Roller (Grade and Fill), Scarifier (Ride-on), Shell Winder, Skid steer loader (Bobcat or similar), Span-Saw (Ride-on), Steam Cleaner, Tamper (Ride-on), Tie Extractor (Ride-on), Tie Handler (Ride-on), Tie Inserter (Ride-on), Tie Spacer (Ride-on), Tire Repair, Track Liner (Ride-on), Tractor Tractor (with towed accessories), Vibratory Compactor, Vibro Tamp, Well Point .Note for all above classifications of Operating Engineer - In the event that equipment listed above is operated by robotic control, the classification covering the operation will be the same as if manually operated. WAGES per hour 07/01/2009 07/01/2010 07/01/2011 Additional Additional Master Mechanic $ 33.41 $ 2.04 $ 2.12 Class 1 A 32.23 2.04 2.12 Class A 31.80 2.04 2.12 Class B 30.89 2.04 2.12 Class C 28.32 2.04 2.12 Additional $2.00 per hour for All Employees who work a single irregular work shift starting from 5:00 PM to 11 :00 AM that is mandated by the Contracting Agency. Additional $0.50 per hr for Cranes with Boom length & jib 150ft. and over. Additional $1.00 per hr for Cranes with Boom length & jib 200ft. and over. Additional $0.50 per hr for Tower Cranes. Additional $2.50 per hr. for hazardous waste removal work on State and/or Federally designated waste site which require employees to wear Level C or above forms of personal protection. SUPPLEMENTAL BENEFITS Per hour paid Journeyman OVERTIME PAY See (8, E, Q) on OVERTIME PAGE HOLlDA Y Paid: See (5, 6) on HOLIDAY PAGE Overtime: See (5,6) on HOLIDAY PAGE Note: If the holiday falls on Sunday, it will be celebrated on Monday. If the holiday falls on a Saturday, it will be celebrated on Saturday. REGISTERED APPRENTICES Wages per hour $ 19.25 Page 50 Prevailing Wage Rates for 07/01/2009 - 06/30/2010 Last Published on Feb 01 2010 1000 hours terms at the following percentage of Journeyman's wage Class B Published by the New York State Department of Labor PRC Number 2010001603 Dutchess County 1 st 60% 2nd 70% 3rd 80% 4th 90% Supplemental Benefits per hour paid All Terms $ 15.15 1-106h Operatin~ En~ineer - Heavy&Hi~hway . Tunnel 02/01/2010 JOB DESCRIPTION Operating Engineer - Heavy&Highway - Tunnel ENTIRE COUNTIES Putnam, Westchester PARTIAL COUNTIES Dutchess: ('NOTE: This description is in effect up to 08/31/2006). 'South of a West/East line through Dutchess County starting at the Northern Boundary of the City of Poughkeepsie. ("NOTE: This change takes effect on 09/01/2006)**The part of Dutchess (defined by the northern boundary line of City of Poughkeepsie, then due east to Route 115, then north along Route 115 to Bedell Road, then east along Bedell Road to VanWagner Road, then north along VanWagner Road to Bower Road, then east along Bower Road to Rte. 44, and along RL 44 east to route 343, then along route 343 east to the northern boundary of Town of Dover Plains, and east along the northern boundary of Town of Dover Plains to the border line of the State of Connecticut, and bordered on the west by the middle of the Hudson River). DISTRICT 8 WAGES GROUP I: Boom Truck, Cherry Picker, Clamshell, Crane(Crawler, Truck), Dragline, Rough Terrain Crane. GROUP I-A: Auger, Auto Grader, Dynahoe & Dual purpose & similar machines, Barber Green Loader-Euclid Loader or similar type machine, Boat Captain, Boring Machine(all types), Bull Dozer-all types, Central Mix Plant Operator, Cherry Picker(Cableway or hydraulic), Chipper-all types, Close Circuit TV, Compactor with Blade, Concrete Portable Hoist, C.M.1. or similar, Conway or similar Mucking Machine, Crane(Crawler or Truck) dragline, Gradall, Shovel Backhoe, etc. Grader, Derrick(Stone-Steel), Elevator & Cage(materials or passengers), Front End Loaders over 1 1/2 yards, Hoist Single, Double, Triple Drum, Hoist Portable Mobile Unit, Hoist Engineer-Concrete(Crane-Derrick- Mine Hoist), Hoist Engineer-Material, Hydraulic Boom, Letourneau or Tournapull(Scrapers over 20 yards struck), Log Skidder, Moveable Concrete Barrier Transfer & Transport Vehicle, Mucking Machines. Overhead Crane, Paver(concrete), Pulse meter, Push Button(Buzz Box)Elevator, Raise Boring Machine, Road Mix Machines. Robot Hammer(Brock or similar), Ross Carrier and similar machines, Shovels(Tunnels), Side Boom, Slip Form Machine, Spreader(Asphalt), Scoopmobile- Tractor-Shovel over 1 1/2 yards, Trenching Machines, Telephies-Vermeer Concrete Saw Trencher and/or similar, Tractor type demolition equipment, Whirly. GROUP I-B Road Paver(Asphalt). GROUP II-A: Balast Regulators, Compactor Self-propelled, Cow Tracks, Fusion Machine, Rail Anchor Machines, Roller 4 ton and over, Scrapers (20 yard struck and under), Switch Tampers, Vibratory Roller, etc., Welder. GROUP II-B: Mechanic(outside) all types, Shop Mechanic. GROUP III: Air Tractor Drill, Asphalt Plant, Batch Plant, Boiler (High Pressure), Concrete Breaker, Concrete Pump, Concrete Spreader, Curb Cutter Machine, Farm Tractor(all types), Finishing Machine(Concrete) Fine Grading Machine, Firemen, Forklift, Forklift(Electric), John Henry Drill or similar, Joy Drill or similar Tractor Drilling Machine, Loader 1 1/2 yards and under, Locomotive(all sizes), Maintenance Engineer, Machine Pulling Sheeps Foot Roller, Material Hopper, Mixer Concrete(21-E & over), Mulching Grass Spreader, Portable Asphalt Plant, Portable Batch Plant, Portable Crusher, Powerhouse Plant, Quarry Master, Roller under 4 ton, Spreading and Fine Grading Machine, Steel Cutting Machine, Stone Crusher, Sweeper, Turbo Jet Burner or similar, Well Drilling Machine, Winch Truck "A' Frame. GROUP IV-A: Service Man(Fuel Truck), Service Man(Grease Truck). GROUP IV-B: Bending Machine, Compressor-Compressor Plant-Paint, Compressor-Steel Erection, Compressor Truck Mounted(2-6), Conveyor Belt Machine, Dust Collector, Heater(all types), Lighting Unit(portable & generator), Mixer Concrete under 21-E, Pilot/Assistant Engineer/2 seated, Pumps-Pump Station-Water-Sewer-Gypsum-Plaster, etc., Pump Truck(Sewer Jet or similar), Roller Motorized(Walk behind), Steam Jenny, Stock Room Attendant, Syphon Pump-Air-Stream, Tar Joint Machine, Vibrator(1 to 5), Welding Machine, Welders Helper. GROUP V-A: Engineer(Pile Driver), Engineer(all Tower Cranes, all Climbing Cranes & all cranes of 100 ton capacity or greater), Helicopter Hoist Operator, Helicopter Pilot, Helicopter Signalman, Hoist Engineer(Steel-Sub Structure), Engineer-Pile Driver, Jersey-Spreader, Pavement breaker(Air Ram), Master MechaniC, Ass!. Master Mechanic, Post Hole Digger, Welder-Certified. GROUP V-B: Concrete Saw, Oiler, Utility Man. WAGES: (per hour) 07/01/2009 03/01/2010 Page 51 Prevailing Wage Rates for 07/01/2009 - 06/30/2010 Last Published on Feb 01 2010 Published by the New York State Department of Labor PRC Number 2010001603 Dutchess County GROUP I GROUP I-A GROUP I-B GROUP II-A GROUP II-B GROUP III GROUP IV-A GROUP IV-B GROUP V-A Engineer-Pile Driver Engineer-Cranes Helicopter Pilot Helicopter Signalman Helicopter Hoist Opr Hoist Engineer Jersey Spreader, 40.54 Pavement Breaker(Air Ram), Post Hole Digger Master Mechanic Ass!. Master Mechanic Welder-Certified GROUP V-B Concrete Saw Oiler Utility Man $4776 42.14 43.64 40.36 41.62 39.66 36.07 31.01 $49.99 44.14 45.70 42.29 43.60 41.56 37.83 32.56 51.52 54.07 48.27 40.17 43.60 48.27 53.90 56.55 50.52 4209 45.26 50.52 42.47 40.54 44.60 42.47 46.70 31.40 33.73 29.06 29.52 35.40 30.54 31.02 An additional 20% to wage when required to wear protective equipment on hazardous/toxic waste projects. Operators required to use two buckets pouring concrete on other than road pavement shall receive $0.50 per hour over scale. Engineers operating cranes with booms 100 feet but less than 149 feet in length will be paid an additional $2.00 per hour. Engineers operating cranes with booms 149 feet or over in length will be paid an additional $3.00 per hour. Operators of shovels with a capacity over (4) cubic yards shall be paid an additional $1.00 per hour. Operators of loaders with a capacity over (5) cubic yards shall be paid an additional $0.50 per hour. SUPPLEMENTAL BENEFITS (per hour) Journeyman: 07/01/2009 $ 15.69 + 7.35 + .70 03/01/2010 $ 16.02 + 7.65 + .70 all hours paid. 1 st 40 hours worked for all hours worked. OVERTIME PAY See (D, 0, *U, V) on OVERTIME PAGE HOLIDAY Paid: See (5, 6, 7, 8,11,12) on HOLIDAY PAGE Overtime: See (5, 6, 7, 8, 11,12) on HOLIDAY PAGE * Note: For Holiday codes 5 & 6, code U applies. Note: If employees are required to work on Easter Sunday, they shall be paid at the rate of triple time. REGISTERED APPRENTICES (1 )year terms at the following rates. 07/01/2009 03/01/2010 1st year Apprentice 50% of above rate 19.83 per hr. 1 st year Apprentice 50% of above rate 20.78 per hr. 2nd year Apprentice 60% of above rate 23.79 per hr. 2nd year Apprentice 60% of above rate 24.93 per hr. 3rd year Apprentice 70% of above rate 27.76 per hr. 3rd year Apprentice 70% of above rate 29.09 per hr. 4th year Apprentice 80% of above rate 31.72 per hr. 4th year Apprentice 80% of above rate 33.24 per hr. Page 52 Prevailing Wage Rates for 07/01/2009 - 06/30/2010 Last Published on Feb 01 2010 Published by the New York State Department of Labor PRC Number 2010001603 Dutchess County Supplemental Benefits per hour: Apprentices: 07/01/2009 $ 15.69 + .70 03/01/2010 $ 1602all hours paid. +.70 for all hours worked. 8-137Tun Operatin!:) En!:)ineer - Marine Construction 02/01/2010 JOB DESCRIPTION Operating Engineer - Marine Construction DISTRICT 4 ENTIRE COUNTIES Albany, Allegany, Bronx, Broome, Cattaraugus, Cayuga, Chautauqua, Chemung, Chenango, Clinton, Columbia, Cortland, Delaware, Dutchess, Erie, Essex, Franklin, Fulton, Genesee, Greene, Hamilton, Herkimer, Jefferson, Kings, Lewis, Livingston, Madison, Monroe, Montgomery, Nassau, New York, Niagara, Oneida, Onondaga, Ontario, Orange, Orleans, Oswego, Otsego, Putnam, Queens, Rensselaer, Richmond, Rockland, Saratoga, Schenectady, Schoharie, Schuyler, Seneca, St. Lawrence, Steuben, Suffolk, Sullivan, Tioga, Tompkins, Ulster, Warren, Washington, Wayne, Westchester, Wyoming, Yates WAGES Per Hour DREDGING OPERATIONS 07/01/2009 CLASS A Operator, Leverman, Lead Dredgeman $ 32.89 CLASS Ai Dozer, Front Loader Operator To Conform to Operating Engineer Prevailing Wage in Locality where Work is being Performed including Benefits CLASS B Spider/Spill Barge Operator, Tug Operator(over1000hp), Operatorll, Fill Placer, Derrick Operator, Engineer, Chief Mate, Electrician, Chief Welder, Maintenance Engineer $ 28.49 Certified Welder, Boat Operator(licensed) $ 26.84 CLASS C Drag Barge Operator, Steward, Mate, Assistant Fill Placer, Welder (please add) $ 26.14 $ 0.06 Boat Operator $ 25.29 CLASS D Shoreman, Deckhand, Rodman, Scowman, Cook, Messman, Porter/Janitor Oiler(please add) $ 21.09 $ 0.09 SUPPLEMENTAL BENEFITS Page 53 Prevailing Wage Rates for 07/01/2009 - 06/30/2010 Last Published on Feb 01 2010 Per Hour: Published by the New York State Department of Labor PRC Number 2010001603 Dutchess County THE FOLLOWING SUPPLEMENTAL BENEFITS APPLY TO ALL CATEGORIES 07/01/2009 (overtime hours add) $ 8.05 plus 7% of straight time wage $ 0.63 All Classes A & B (overtime hours add) $ 7.75 plus 7% of straight time wage $ 0.48 All Class C (overtime hours add) OVERTIME PAY See (B, F, R) on OVERTIME PAGE HOLIDAY Paid: Overtime: $ 7.45 plus 7% of straight time wage $ 0.23 All Class D See (1) on HOLIDAY PAGE See (5, 6, 8, 15, 26) on HOLIDAY PAGE 4-25a-MarConst Operatin~ Engineer - Survey Crew 02/01/2010 JOB DESCRIPTION Operating Engineer - Survey Crew DISTRICT 6 ENTIRE COUNTIES Albany, Allegany, Broome, Cattaraugus, Cayuga, Chautauqua, Chemung, Chenango, Clinton, Columbia, Cortland, Erie, Essex, Franklin, Fulton, Genesee, Greene, Hamilton, Herkimer, Jefferson. Lewis, Livingston, Madison, Monroe, Montgomery, Niagara, Oneida, Onondaga, Ontario, Orleans, Oswego, Otsego, Rensselaer, Saratoga, Schenectady, Schoharie, Schuyler, Seneca, St. Lawrence, Steuben, Tioga, Tompkins, Warren, Washington, Wayne, Wyoming, Yates PARTIAL COUNTIES Dutchess: : The Northern portion of the county from the Northern boundry line of the City of Poughkeepsie North. WAGES Per hour: SURVEY CLASSIFICATIONS: Party Chief- One who directs a survey party. Instrumentman- One who runs the instrument and assists the Party Chief. Rodman- One who holds the rods and in general. assists the survey party. 07/01/2009 04/01/2010 04/01/2011 04/01/2012 Survey Rates: Party Chief Instrument/Rodperson $ 30.12 27.35 $ 30.87 28.10 $ 3162 28.85 $ 32.62 29.85 Additional $3.00 per hr. for work in a Tunnel. Additional $2.50 per hr. for EPA or DEC certified toxic or hazardous waste work SUPPLEMENTAL BENEFITS Per hour worked: Journeyman $ 1800 $ 19.25 $ 20.50 $21.75 OVERTIME PAY See (B, E, Q) on OVERTIME PAGE HOLIDAY Paid: Overtime: See (5, 6) on HOLIDAY PAGE See (5, 6) on HOLIDAY PAGE REGISTERED APPRENTICES (1 yr. or 1000 hrs.) terms at the following wage rates. Page 54 Prevailing Wage Rates for 07/01/2009 - 06/30/2010 Last Published on Feb 01 2010 Published by the New York State Department of Labor PRC Number 2010001603 Dutchess County 1 st year 60% 2nd year 70% 3rd year 80% $ 16.41 19.14 21.88 $ 16.86 19.67 22.48 $ 17.31 20.19 23.08 $ 17.91 20.89 23.88 Supplemental Benefits $ 1800 $19.25 $ 20.50 $ 21.75 6-545D.HH Operating Engineer - Survey Crew - Consulting Engineer 02/01/2010 JOB DESCRIPTION Operating Engineer - Survey Crew - Consulting Engineer DISTRICT 6 ENTIRE COUNTIES Albany, Allegany, Broome, Cattaraugus, Cayuga, Chautauqua, Chemung, Chenango, Clinton, Columbia, Cortland, Erie, Essex, Franklin, Fulton, Genesee, Greene, Hamilton, Herkimer, Jefferson, Lewis, Livingston, Madison, Monroe, Montgomery, Niagara, Oneida, Onondaga, Ontario, Orleans, Oswego, Olsego, Rensselaer, Saratoga, Schenectady, Schoharie, Schuyler, Seneca, St. Lawrence, Steuben, Tioga, Tompkins, Warren, Washington, Wayne, Wyoming, Yates PARTIAL COUNTIES Dutchess: Ihe northern portion of the county from the northern boundry line of the City of Poughkeepsie north. WAGES Per hour: Feasibility and preliminary design surveying, line and grade surveying for inspection or supervision of construction when performed under a Consulting Engineer Agreement. SURVEY CLASSIFICATIONS: Party Chief- One who directs a survey party. Instrument Man- One who runs the instrument and assists the Party Chief. Rodman- One who holds the rods and in general, assists the survey party. 07/01/2009 06/01/2010 06/01/2011 06/01/2012 Survey Rates: Party Chief $ 30.12 $ 30.87 $ 31.62 $ 3262 In strumen tlRod person 27.35 28.10 28.85 29.85 Additional $3.00 per hr. for work in a Tunnel. Additional $2.50 per hr. for EPA or DEC certified toxic or hazardous waste work SUPPLEMENTAL BENEFITS Per hour worked: $ 18.00 $ 19.25 $ 20.50 $ 21.75 OVERTIME PAY See (B, E,Q) on OVERTIME PAGE HOLIDAY Paid: See (5, 6) on HOLIDAY PAGE Overtime: See (5, 6) on HOLIDAY PAGE 6-545 DCE Painter 02/01/2010 JOB DESCRIPTION Painter DISTRICT 1 ENTIRE COUNTIES Columbia, Dutchess, Greene, Orange, Sullivan, Ulster WAGES Per hour 07/01/2009 05/01/2010 05/01/2011 05/01/2012 Additional Additional Additional Brush/Paper Hanger $ 26.39 $ 2.20 $ 2.25 $ 2.25 Dry Wall Finisher 26.39 2.20 2.25 225 Lead Abatement 26.39 2.20 2.25 2.25 Sandblaster-Painter 26.39 2.20 2.25 2.25 Spray Rate 27.39 2.20 2.25 2.25 See Bridge Painting rates for the following work: Page 55 Prevailing Wage Rates for 07/01/2009 - 06/30/2010 Last Published on Feb 012010 Published by the New York State Department of Labor PRC Number 2010001603 Dutchess County Structural Steel (defined as any steel where a man works without the support of solid scaffolding or mechanical lifts), all work performed on tanks (100,000 gallons or over twenty feel high). ALL BRIDGES, towers. smoke stacks, flag poles. Rate shall apply to all of said areas from the ground up SUPPLEMENTAL BENEFITS Per hour worked Journeyman OVERTIME PAY See (B, E, E2, 0) on OVERTIME PAGE HOLIDAY Paid: See (1) on HOLIDAY PAGE Overtime: See (5, 6) on HOLIDAY PAGE REGISTERED APPRENTICES Wages per hour $ 1519 One Half year terms at the following percentage of Journeyman's wage 1 st 40% 2nd 50% 3rd 60% 4th 70% 5th 80% 6th 90% Supplemental Benefits per hour worked 1st term All others $ 7.19 15.19 1-155 Painter - Bridge & Structural Steel 02/01/2010 JOB DESCRIPTION Painter - Bridge & Structural Steel DISTRICT 9 ENTIRE COUNTIES Albany, Bronx, Clinton, Columbia. Dutchess, Essex, Franklin, Fulton, Greene, Hamilton, Kings, Montgomery, Nassau, New York, Orange, Putnam, Oueens, Rensselaer, Richmond, Rockland, Saratoga. Schenectady, Schoharie, Suffolk, Sullivan, Ulster, Warren. Washington, Westchester WAGES (Per Hour Worked) 07/01/2009 1 % 1 /2009 10/01/2010 STEEL: Bridge Painting $ 45.25 $ 45.50 $ 46.25 Power Tool/Spray $ 51.25 $ 51.50 $ 52.25 Shift Work: Where project specifications and/or contract provide for night work outside the regular hours of work, and said night work is performed on a second shift. which is separate from the first crew, the night shift employees shall be paid an additional 10% of the regular wage up to seven (7) hours, after which they shall be paid at time and one half the regular wage. If only a night shift is employed, the employees shall be paid at time and one half. Note: For Bridge Painting Contracts, ALL WORKERS on and off the bridge (including Flagmen) are to be paid Painter's Rate; the contract must be ONLY for Bridge Painting. SUPPLEMENTAL BENEFITS Per Hour Worked: 07/01/2009 10/01/2009 10/01/2010 Journeyman $28.31* $ 29.90* $31.04* $28.31** $ 29.90** $ 31.04** Hourly Rate after 40 hours from May 1 st to Nov. 15th $5.00 only $6.00 only $6.75 only Hourly Rate after 50 hours from Nov. 16th to April 30th $5.00 only $6.00 only $6.75 only *For the period of May 1 st to November 15th: This rate shall be paid up to maxlmun of forty (40) hours worked per week. For all hours exceeding 40, the hourly rate shall drop to the hourly rate shown above by date Page 56 Prevailing Wage Rates for 07/01/2009 - 06/30/2010 Last Published on Feb 01 2010 Published by the New York State Department of Labor PRC Number 2010001603 Dutchess County EXCEPT for the first and last week of employment on the project, and for the weeks of Memorial Day, Independence Day and labor Day, this rate shall be paid for the actual number of hours worked. "For the period of November 16th to April 30th: This rate shall be paid up to a maxim un of fifty (50) hours worked per week. For all hours exceeding 50, the hourly rate shall drop to the hourly rate shown above by date. OVERTIME PAY See (A, F, R) on OVERTIME PAGE 'Note: When calculating overtime pay for the Power Tool/ Spray classification, add Six dollars to the hourly overtime rate calculated for the "Bridge Painting" classification. HOLIDAY Paid See (1) on HOLIDAY PAGE Overtime See (4, 6) on HOLIDAY PAGE REGISTERED APPRENTICES (wage per hour Worked): (1) year terms at the following percentage of Journeyman's wage. Apprentices: 1 st 2nd 3rd 07/01/2009 40% 60% SO% Supplemental Benefits: 1 st Term Same as Journeyman excluding the additional $5.00 per hour paid. 2nd and 3rd term: Same as Journeyman 9-DC-9/S06/155-BrSS Painter - Line Stripin~ 02/01/2010 JOB DESCRIPTION Painter - Line Striping DISTRICT 9 ENTIRE COUNTIES Albany, Bronx, Clinton, Columbia, Dutchess, Essex, Franklin, Fulton, Greene, Hamilton, Kings, Montgomery, Nassau, New York, Orange, Putnam, Queens, Rensselaer, Richmond, Rockland, Saratoga, Schenectady, Schoharie, Suffolk, Sullivan, Ulster, Warren, Washington, Westchester WAGES Per hour: Painter (Striping-Highway): 07/01/2009 Striping-Machine Operator' Linerman Thermoplastic $ 25.53 $ 30.79 Note: ' Includes but is not limited to: Positioning of cones and directing of traffic using hand held devices. Excludes the Driver/Operator of equipment used in the maintenance and protection of traffic safety SUPPLEMENTAL BENEFITS Per hour paid: Journeyman: 07/01/2009 $ 9.97 + 7% of wage OVERTIME PAY See (B, E, P, S) on OVERTIME PAGE HOLlDA Y Paid: Overtime: See (5, 20) on HOLIDAY PAGE See (5, S, 11, 12, 15, 16, 17,20,21,22) on HOLIDAY PAGE 9-SAl28A-LS Painter - Metal Polisher 02/01/2010 JOB DESCRIPTION Painter - Metal Polisher DISTRICT 9 ENTIRE COUNTIES Albany, Allegany, Bronx, Broome, Cattaraugus, Cayuga, Chautauqua, Chemung, Chenango, Clinton, Columbia, Cortland, Delaware, Dutchess, Erie, Essex, Franklin, Fulton, Genesee, Greene, Hamilton, Herkimer, Jefferson, Kings, lewis, Livingston, Madison, Monroe, Montgomery, Nassau, New York, Niagara, Oneida, Onondaga, Ontario, Orange, Orleans, Oswego, Otsego, Putnam, Queens, Rensselaer, Richmond, Rockland, Saratoga, Schenectady, Schoharie, Schuyler, Seneca, SI. Lawrence, Steuben, Suffolk, Sullivan, Tioga, Tompkins, Ulster, Warren, Washington, Wayne, Westchester, Wyoming, Yates WAGES Page 57 Prevailing Wage Rates for 07/01/2009 - 06/30/2010 Last Published on Feb 01 2010 Published by the New York State Department of Labor PRC Number 2010001603 Dutchess County 07/01/2009 Metal Polisher $ 24.85* *Note: All workers shall be paid an additional premium in an amount equal to twenty (20%) percent of their basic straight time rate of pay for all time worked on hanging scaffolds and on standing scaffolds while working more than 34 feet off the ground. Such premium are to be paid on top of their straight time or overtime, whichever is applicable. This also applies to employees erecting scaffolding. SUPPLEMENTAL BENEFITS Per Hour: 07/01/2009 Journeyman: $ 11.02 OVERTIME PAY See (B, E, Q, T) on OVERTIME PAGE HOLlDA Y Paid See (5, 6,11,15,16, 2S, 26) on HOLIDAY PAGE Overtime: See (S, 6, 9, 11, 1S, 16, 2S, 26) on HOLIDAY PAGE REGISTERED APPRENTICES 55% of Basic Polisher Rate 9-8A/28A-MP Plumber 02/01/2010 JOB DESCRIPTION Plumber ENTIRE COUNTIES Dutchess PARTIAL COUNTIES Delaware: Only the Townships of Middletown and Roxbury. Ulster: Entire county (including Wallkill and Shawangunk Prisons in Town of Shawangunk) EXCEPT for remainder of Town of Shawangunk, and Towns of Plaltekill, Marlboro, and Wawarsing. DISTRICT 8 WAGES (per hour) 07/01/2009 Plumber & Steamfitter $ 41.44 SUPPLEMENTAL BENEFITS Per hour: Journeyman: $ 22.48 per hour paid + 2.29 per hour worked" UNot Subject to Overtime OVERTIME PAY See (B, *E, Q, V) on OVERTIME PAGE * Note: Time & 1/2 for 1st 8 on Sat- all additional hours double time. HOLIDAY Paid: See (1) on HOLIDAY PAGE Overtime See (5. 6, 8,16,25) on HOLIDAY PAGE REGISTERED APPRENTICES (1)year terms at the following rates. 1 st year. 2nd year. 3rd year. 4th year. 5th year. $ 15.59 21.73 25.26 30.53 35.34 Supplemental Benefits per hour: Apprentices .. 1 sl yr. 2nd yr. $ 10.01 per hour paid + 0.98 per hour worked 12.58 per hour paid + 1.10 per hour worked Page 58 Prevailing Wage Rates for 07/01/2009 - 06/30/2010 Last Published on Feb 01 2010 Published by the New York State Department of Labor PRC Number 2010001603 Dutchess County 5th yr. 1446 per hour paid + 1.35 per hour worked 15.93per hour paid + 198 per hour worked 1745 per hour paid + 1.98 per hour worked 3rd yr. 4th yr. 8-21.2-SF Plumber - HVAC / Service 02/01/2010 JOB DESCRIPTION Plumber - HVAC I Service ENTIRE COUNTIES Dutchess, Putnam, Westchester PARTIAL COUNTIES Delaware: Only the townships of Middletown and Roxbury Ulster: Entire County(including Wallkill and Shawangunk Prisons) except for remainder of Town of Shawangunk and Towns of Plattekill, Marlboro, and Wawarsing. DISTRICT 8 WAGES Per hour: 07/01/2009 HVAC Service $ 3347 Jobbing & Alteration* 3347 *Repairs, replacements and alteration work is any repair or replacement of a present plumbing system that does not change existing roughing or water supply lines. SUPPLEMENTAL BENEFITS Per hour worked: Journeyman $ 13.80 per hour paid +83 per hour worked OVERTIME PAY See (B, *E, Q, V) on OVERTIME PAGE Note: Time and one half for the first eight hours on Saturdays Additional hours on Saturday to be paid at double time. HOLIDAY Paid: See (1) on HOLIDAY PAGE Overtime: See (5, 6,8,16,25) on HOLIDAY PAGE REGISTERED APPRENTICES (1 )year terms at the following wages. 1st yr. $ 16.13 2nd yr. $ 18.55 3rd yr $ 23.31 4th yr $ 28.31 5th yr. 30.15 Supplemental Benefits per hour worked: Apprentices 1 st term 5th term $ 13.06 per hour paid plus 0.83 per hour worked $ 13.17 per hour paid plus 0.83 per hour worked $ 13.89 per hour paid plus 0.83 per hour worked $ 13.38 per hour paid plus 0.83 per hour worked $ 13 66 per hour paid plus 0.83 per hour worked 2nd term 3rd term 4th term ---------------------------------------------------------------------------------------------------------------------------------------------- NOTE: This listing is the combined, updated information for 21.1-SF/Re/AC and 21.2-SF/Re/AC, as of 8/1/09 Page 59 Prevailing Wage Rates for 07/01/2009 - 06/30/2010 Last Published on Feb 01 2010 Published by the New York State Department of Labor PRC Number 2010001603 Dutchess County ------------------------------------------------------------------------------------------------------------------------------------------------ 8-21.1 &2-SF/Re/AC Roofer 02/01/2010 JOB DESCRIPTION Roofer DISTRICT 9 ENTIRE COUNTIES Bronx, Dutchess, Kings, New York, Orange, Putnam, Queens, Richmond, Rockland, Sullivan, Ulster, Westchester WAGES Per Hour: 07/01/2009 Roofer/Waterproofer $ 36.25 Shift Work: 2nd Shift $ 39.88 3rd Shift $ 41.69 SUPPLEMENTAL BENEFITS Journeyman $ 26.59 OVERTIME PAY See (B, H) on OVERTIME PAGE HOLIDAY Paid: See (1) on HOLIDAY PAGE Overtime: See (5, 6, 13, 25) on HOLIDAY PAGE REGISTERED APPRENTICES ( 1 ) year terms at the following percentage of Journeyman's hourly wage. 1 st 2nd 3rd 4th 35% 50% 60% 75% Supplemental Benefits: Per hour paid at the following term percentage of Journeyman's. Apprentice: 1 st $3.67 2nd $13.57 3rd $16.11 4th $20.10 9-8R Sheetmetal Worker 02/01/2010 JOB DESCRIPTION Sheetmetal Worker ENTIRE COUNTIES Dutchess, Orange, Putnam, Rockland, Sullivan, Ulster, Westchester WAGES DISTRICT 8 SheetMetal Worker 07/01/2009 $39.18 SUPPLEMENTAL BENEFITS Journeyman $ 28.38 OVERTIME PAY OVERTIME:.. See ( B, E, Q, ) on OVERTIME PAGE. -Note: For Sundays or Holidays worked, HOURLY WAGE is double the total of the hourly wage plus the hourly benefit paid all in wages. (Benefits are included in the wages). HOLIDAY Paid: See (1) on HOLIDAY PAGE Page 60 Prevailing Wage Rates for 07/01/2009 - 06/30/2010 Last Published on Feb 01 2010 Overtime: See (5, 6,8,13,16,23) on HOLIDAY PAGE REGISTERED APPRENTICES Published by the New York State Department of Labor PRC Number 2010001603 Dutchess County 1 st $14.30 2nd $1619 3rd $ 1805 4th $ 19.90 5th $ 21 .64 6th $ 2349 7th $ 2532 8th $ 27.60 Supplemental Benefits per hour: Apprentices 1 st term 2nd term 3rd term 4th term 5th term 6th term 7th term 8th term $ 12.77 1425 15.68 1729 18.92 2045 21.99 2309 8-38 Sprinkler Fitter 02/01/2010 JOB DESCRIPTION Sprinkler Fitter ENTIRE COUNTIES Dutchess, Orange, Putnam, Rockland, Sullivan, Ulster, Westchester WAGES Per hour DISTRICT 1 07/01/2009 01/01/2010 Sprinkler Fitter $ 39.40 $ 39.40 SUPPLEMENTAL BENEFITS Per hour worked Journeyman $ 17.80 $ 1885 OVERTIME PAY See (B, E, 0) on OVERTIME PAGE HOLIDAY Paid: See (1) on HOLIDAY PAGE Overtime See (5,6) on HOLIDAY PAGE Note: When a holiday falls on Sunday, the following Monday shall be considered a holiday and all work performed on either day shall be at the double time rate. When a holiday falls on Saturday, the preceding Friday shall be considered a holiday and all work performed on either day shall be at the double time rate. REGISTERED APPRENTICES Wages per hour One Half Year terms at the following percentage of Journeyman's wage 1 st 50% 2nd 50% 3rd 55% 4th 60% 5th 65% 6th 70% 7th 75% 8th 80% 9th 85% 10th 90% Supplemental Benefits per hour worked 07/01/2009 01/01/2010 1 st & 2nd terms 3rd & 4th terms All others $ 7.71 $ 12.55 $ 17.80 $ 841 $ 13.35 $ 18.85 1-669.2 Survey Crew Consulting 02/01/2010 JOB DESCRIPTION Survey Crew Consulting ENTIRE COUNTIES DISTRICT 9 Page 61 Prevailing Wage Rates for 07/01/2009 - 06/30/2010 Last Published on Feb 01 2010 Bronx, Kings, Nassau, New York. Putnam, Queens, Richmond, Suffolk, Westchester PARTIAL COUNTIES Dutchess: Only the portion south of the north city line in Poughkeepsie. WAGES Feasibility and preliminary design surveying, line and grade surveying for inspection or supervision of construction when performed under a Consulting Engineer agreement. Categories cover GPS & underground surveYing. Published by the New York State Department of Labor PRC Number 2010001603 Dutchess County WAGES: (per hour) 07/01/2009 Survey Rates: Party Chief... Instrument Man. Rodman........ $ 33.70 $ 28.38 $ 25.02 SUPPLEMENTAL BENEFITS Per Hour All Crew Members: $ 11.70 OVERTIME PAY OVERTIME:.... See ( B, E*, Q, V ) ON OVERTIME PAGE. *Doubletime paid on the 9th hour on Saturday. HOLIDAY Paid: Overtime: See (5, 6, 7,11,16) on HOLIDAY PAGE See (5, 6, 7, 11, 16) on HOLIDAY PAGE 9-15dconsult Teamster - Building / Heavy&Highway 02/01/2010 JOB DESCRIPTION Teamster - Building / Heavy&Highway ENTIRE COUNTIES Dutchess, Orange, Rockland, Sullivan, Ulster WAGES GROUP 1: LeTourneau Tractors, Double Barrel Euclids, Athney Wagons and similar equipment (except when hooked to scrapers), Low Beds, I-Beam and Pole Trailers, Tire Trucks and Tractor and Trailers with 5 axles and over, articulated back dumps and road oil distributors. DISTRICT 8 GROUP 1A: Drivers on detachable Gooseneck Low Bed Trailers rated over 35 tons. GROUP 2: All equipment 25 yards and up to and including 30 yard bodies and cable Dump Trailers and Powder and Dynamite Trucks. GROUP 3: All Equipment up to and including 24-yard bodies, Mixer Trucks, Dump Crete Trucks and similar types of equipment, Fuel Trucks and Batch Trucks and all other Tractor Trailers GROUP 4: Ten Wheelers, Grease Trucks and Tillerman. GROUP 5: Straight Trucks. GROUP 6: Pick-up Trucks for hauling materials, parts, and Escort Man over-the-road. WAGES: (per hour) 07/01/2009 05/01/2010 GROUP 1 $ 29.14 $ 29.70 GROUP1A 30.23 30.84 GROUP 2 28.60 29.14 GROUP 3 2839 28.92 GROUP 4 2828 28.81 GROUP 5 2817 28.69 GROUP 6 28.17 28.69 NOTE: additional 20% premium above the hourly wage for hazardous and toxic waste removal. This applies to all groups. SUPPLEMENTAL BENEFITS Per hour paid: First 40 hours $ 2245 $ 23.95 Page 62 Prevailing Wage Rates for 07/01/2009 - 06/30/2010 Last Published on Feb 01 2010 Over 40 hours Published by the New York State Department of Labor PRC Number 2010001603 Dutchess County 17.15 18.65 OVERTIME PAY OVERTIME:... See ( B, E, P,R*,T**) on OVERTIME PAGE. Shift Work: A shift premium of 10% on wages will be paid for off-shift or irregular shift work when mandated by the NYS DOT or other governmental agency contracts. HOLIDAY HOLIDAY: Paid:...... See (5,6,13,15,25) on HOLIDAY PAGE. Overtime:.. See ( 5, 6, 13, 15, 25 ) on HOLIDAY PAGE. NOTE: Holidays worked Monday to Friday receive straight time wage for working, plus Holiday Pay. *Holidays worked on Saturday, code R applies. "Holidays worked on Sunday, code T applies. 8-445B/HH Welder 02/01/2010 JOB DESCRIPTION Welder DISTRICT 1 ENTIRE COUNTIES Albany, Allegany, Bronx, Broome, Cattaraugus, Cayuga, Chautauqua, Chemung, Chenango, Clinton, Columbia, Cortland, Delaware, Dutchess, Erie, Essex, Franklin, Fulton, Genesee, Greene, Hamilton, Herkimer, Jefferson, Kings, Lewis, Livingston, Madison, Monroe, Montgomery, Nassau, New York, Niagara, Oneida, Onondaga, Ontario, Orange, Orleans, Oswego, Otsego, Putnam, Queens, Rensselaer, Richmond, Rockland, Saratoga, Schenectady, Schoharie, Schuyler, Seneca, St. Lawrence, Steuben, Suffolk, Sullivan, Tioga, Tompkins, Ulster, Warren, Washington, Wayne, Westchester, Wyoming, Yates WAGES Per hour 07/01/2009 Welder (To be paid the same rate of the mechanic performing .the work) OVERTIME PAY HOLIDAY 1-As Per Trade Page 63 Prevailing Wage Rates for 07/01/2009 - 06/30/2010 Last Published on Feb 01 2010 Published by the New York State Department of Labor PRe Number 2010001603 Overtime Codes Following is an explanation of the code(s) listed in the OVERTIME section of each classification contained in the attached schedule Additional requirements may also be listed In the HOLIDAY section. (A ) (AA) (B ) ( B1 ) (B2 ) (C ) (C1 ) (D ) (D1 ) (E ) ( E1 ) (E3 ) (E2 ) (E4 ) (F ) (G ) (H ) (I ) (J ) (K ) (L ) (M ) (N ) (0 ) (P ) (0 ) (R ) (S ) ( S1 ) (T ) Time and one half of the hourly rate after 7 hours per day Time and one half of the hourly rate after 7 and one half hours per day Time and one half of the hourly rate after 8 hours per day Time and one half of the hourly rate for the 9th & 10th hours week days and the 1st 8 hours on Saturday. Double the hourly rate for all additional hours Time and one half of the hourly rate after 40 hours per week Double the hourly rate after 7 hours per day Double the hourly rate after 7 and one half hours per day Double the hourly rate after 8 hours per day Double the hourly rate after 9 hours per day Time and one half of the hourly rate on Saturday Time and one half 1 st 4 hours on Saturday Double the hourly rate all additional Saturday hours Between November 1 st and March 3rd Saturday may be used as a make-up day at straight time when a day is lost during that week due to inclement weather, provided a given employee has worked between 16 and 32 hours that week Saturday may be used as a make-up day at straight time when a day is lost during that week due to Inclement weather Saturday and Sunday may be used as a make-up day at straight time when a day is lost during that week due to inclement weather Time and one half of the hourly rate on Saturday and Sunday Time and one half of the hourly rate on Saturday and Holidays Time and one half of the hourly rate on Saturday, Sunday, and Holidays Time and one half of the hourly rate on Sunday Time and one half of the hourly rate on Sunday and Holidays Time and one half of the hourly rate on Holidays Double the hourly rate on Saturday Double the hourly rate on Saturday and Sunday Double the hourly rate on Saturday and Holidays Double the hourly rate on Saturday, Sunday, and Holidays Double the hourly rate on Sunday Double the hourly rate on Sunday and Holidays Double the hourly rate on Holidays Two and one half times the hourly rate for Holidays, if worked Two and one half times the hourly rate the first 8 hours on Sunday or Holidays One and one half times the hourly rate all additional hours. Triple the hourly rate for Holidays. if worked Page 64 Prevailing Wage Rates for 07/01/2009 - 06/30/2010 Last Published on Feb 01 2010 Published by the New York State Department of Labor PRe Number 2010001603 (U ) Four times the hourly rate for Holidays, if worked (V ) Including benefits at SAME PREMIUM as shown for overtime (W ) Time and one half for benefits on all overtime hours. NOTE:BENEFITS are PER HOUR WORKED,for each hour worked, unless otherwise noted Page 65 Prevailing Wage Rates for 07/01/2009 - 06/30/2010 Last Published on Feb 01 2010 Published by the New York State Department of Labor PRC Number 2010001603 Holiday Codes PAID Holidays: Paid Holidays are days for which an eligible employee receives a regular day's pay, but is not required to perform work. If an employee works on a day listed as a paid holiday, this remuneration is in addilion to payment of the required prevailing rate for the work actually performed. OVERTIME Holiday Pay: Overtime holiday pay is the premium pay that is required for work performed on specified holidays. It is only required where the employee actually performs work on such holidays. The applicable holidays are listed under HOLIDAYS: OVERTIME. The required rate of pay for these covered holidays can be found in the OVERTIME PAY section listings for each classification. Following is an explanation of the code(s) listed in the HOLIDAY section of each classification contained In the attached schedule. The Holidays as listed below are to be paid at the wage rates at which the employee is normally classified ( 1 ) None ( 2 ) Labor Day ( 3 ) Memorial Day and Labor Day ( 4 ) Memorial Day and July 4th ( 5 ) Memorial Day, July 4th, and Labor Day ( 6 ) New Year's, Thanksgiving, and Christmas ( 7 ) Lincoln's Birthday, Washington's Birthday, and Veterans Day ( 8 ) Good Friday ( 9 ) Lincoln's Birthday ( 10 ) Washington's Birthday ( 11 ) Columbus Day ( 12 ) Election Day ( 13 ) Presidential Election Day ( 14 ) 1/2 Day on Presidential Election Day ( 15 ) Veterans Day ( 16 ) Day after Thanksgiving ( 17) July 4th ( 18 ) 1/2 Day before Christmas ( 19 ) 1/2 Day before New Years ( 20 ) Thanksgiving ( 21 ) New Year's Day ( 22 ) Christmas ( 23 ) Day before Christmas ( 24 ) Day before New Year's ( 25 ) Presidents' Day ( 26 ) Martin Luther King, Jr. Day Page 66 I: C ifl aean Venture Inc. ~ Responsive Environmental Management Services SUBMITTALS TABLE OF CONTENTS 1. Clean Venture, Inc. Statement of Qualifications 2. Clean Venture, Inc. Evidence of Insurance 3. Clean Venture, Inc. Certificates, Licenses & Permits 4. Clean Venture, Inc. Project References 5. Clean Venture, Inc. Personnel List with Resumes 6. Clean Venture, Inc. List of Employee OSHA Completion Dates 7. Clean Venture, Inc. Quality Control Plan Corporate Office: 201 South First Street. Elizabeth, NJ 07206 . 908-355-5800' FAX: 908-355-3495 . www.cleanventure.com North Jersey: New Jersey TSDF: South Jersey Office: Maryland Office: Maryland Office: Massachusetts TSDF: Massachusetts Office: Connecticut Office: Pennsylvania TSDf: 36 8uller Street 217 South First Street 600 Cenco 80ulevard 2931 Whllllngton Avenue 23655 Royal Oak Rd General Chemical 13B Leland Street One Dock Street 550 Industrial Drive Elizabeth, NJ 07206 Elizabeth, NJ 07206 Clayton, NJ OB312 Baltimore, MD 21230 Quanllco, MD 21856 138 Leland Street Framlngham, MA 01702 Stamford CT 06902 Lewlsberry, PA 17339 908-354-0210 908-355-5800 856-863-8778 410-368-9170 410-677-6720 framlngham, MA 01702 50B-B72-5000 203-969-2800 717-938-4700 fAX: 908-354-9731 FAX: 908-355-{)562 FAX: 856-863-3725 fax: 41O-36B-9171 Fax: 410-677-6723 508-872-5000 FAX: 508-875-5271 FAX: 203-969-2264 FAX: 717-938-3301 J:AY. C:OR.A7J::.c:'171 yLL: Clean Venture, Inc. Your Environmental Services Source 2009 Statement of Qualifications Framingham, MA StamFord, CT Elizabeth, NJ Cla~ton, NJ 5altimore, MD Quantico, MD 508-872-5000 203-969-2800 908-35+-0210 856-863-8778 +10-368-9170 +10- 677-6720 www.cleanventure.com VLC Table of Contents Mission Statement History Services Health & Safety Summary Equipment Summary Personnel Resources Permit List Bonding/Insurance Evidence of Insurance Project References Page (3) (4) (5) (6-7) (8) (9) (10) (11) (12) (13-20) 2 VLJ: Mission Statement Clean Venture: we strive to provide: High levels of quality A high degree of flexibility (to adjust to changes in volume or type of service demanded) High levels of service Low costs Short response times Little or no variability (deviation from target) 3 VLC Mission Statement Clean Venture: we strive to provide: High levels of quality A high degree of flexibility (to adjust to changes in volume or type of service demanded) High levels of service Low costs Short response times Little or no variability (deviation from target) 3 VLC Clean Venture, Inc. (CVI) is an environmental contractor dedicated to the proper handling, transporting and disposal of oil/hazardous materials for both emergency and planned events. Responses are made to both waterside and landside incidents, predominantly in the Mid-Atlantic and New England States. CVI operates out of Framingham, MA, Stamford, CT, Elizabeth and Clayton, NJ, Baltimore, MD and our newly acquired Quantico, MD location. Since forming in 1977, CVI has established itself as a leading environmental contractor with personnel and equipment resources available to handle virtually all environmental cleanup needs. Employing over 200 people on a full time basis and ten million dollars worth of equipment and cleanup materials available at all times, the company has responded to over 8,500 oil and hazardous material spills and performed over 12,000 planned projects ranging in size from $1,000 to over $7,000,000. It does so on a routine basis, 24 hours a day, 365 days per year. CVI has sister company relationships with Cycle Chern, Inc. and General Chemical Corporation, our group of RCRA Part "B" TSD Facilities and Envirotech Consultants LLC our environmental consulting firm. History Clean Venture, Inc. is also affiliated with Donjon Marine Company, Inc. the largest marine salvage company in the Western Hemisphere. Our group of companies can meet your every need, from marine services, remedial work and emergency services, to transportation, treatment, storage and disposal. . Clean Venture · Cycle Chern/General Chemical . Envi rotech 4 Vle Services 24 Hour Emergency Spill Response Hazardous & Solid Waste Management Transportation Chemical Lab Packing Services Excavation Projects Pneumatic Excavation Subsurface Structure Cleaning and Jet Rodding PCB Transformer Pumping and Disposal Confined Space Entry Vacuum Tanker/Vactor Services High Pressure Water Blasting Industrial Tank Cleaning/Plant Maintenance Oil/Water Separator Maintenance In-Situ Remediation UST / AST Removal & Disposal Tank, Barge, Pipeline Cleaning & Marine Transfers Marine Transport and Salvage USCG Oil Spill Response Organization (OSRO) Storage Tank Rental Manufactured Gas Plant (MGP) Cleanups WWTP and Lagoon Cleaning Power Plant Services Carbon/Sand Filter Change Outs/Media Replacement OSHA & DOT Training 5 24 Hour Emergency Spill Response Hazardous & Solid Waste Management Transportation Chemical Lab Packing Services Excavation Projects Pneumatic Excavation Subsurface Structure Cleaning and Jet Rodding PCB Transformer Pumping and Disposal Confined Space Entry Vacuum Tanker/Vactor Services High Pressure Water Blasting Industrial Tank Cleaning/Plant Maintenance Oil/Water Separator Maintenance In-Situ Remediation UST/AST Removal & Disposal Tank, Barge, Pipeline Cleaning & Marine Transfers Marine Transport and Salvage USCG Oil Spill Response Organization (OSRO) Storage Tank Rental Manufactured Gas Plant (MGP) Cleanups WWTP and Lagoon Cleaning Power Plant Services Carbon/Sand Filter Change Outs/Media Replacement OSHA & DOT Training YLC -~"" ,.',~_n,_ .. 1:~:'.~ c ...~~... f ': '; . Services 5 VLC Health & Safety Summary Clean Venture, Inc. is committed to providing a safe workplace for their employees, serving their clients with utmost safety, and striving for a cleaner and safer environment. Consequently, all field and supervisory employees, including sales and administrative personnel, undergo comprehensive and continual health and safety training. For example, in accordance with 29 CFR 1910.120(e) - the training requirements of the OSHA "HAZWOPER" standard, various employees of CVI receive the following training: -40 Hour Initial HAZWOPER for general site workers -24 Hour Initial HAZWOPER for occasional site workers -8 Hour HAZWOPER Supervisor for site supervisors -8 Hour Annual HAZWOPER Refresher for all trained workers Beyond 29 CFR 1910.120 (e), these employees also undergo other OSHA, U.S.DOT and NJ DEP required safety training relevant to our operations, including: -Confined Space Entry -Fire Safety -Respiratory Protection -Hazard Communication -Lock-outfTag-out -Occupational exposure to blood-borne pathogens -Occupational exposure to hazardous laboratory chemicals -Competent persons in excavation -Hazardous materials transportation HM-126F, HM-181, HM-215 Additionally, CVI and affiliated companies have developed and implement a written Safety and Health Program, which includes among other requirements, safety and health Standard Operating Procedures {mandated by 29 CFR 1910.120(b)(ii)} enunciating corporate policies in the following areas of OSHA, EPA, U.S. DOT, and NJDEP occupational and environmental safety and health requirements pertinent to our operations: 6 OSHA General Industry Standards - 29 CFR 1910 -Walking-Working Surfaces: Fixed industrial stairs, Portable and Fixed ladders, Scaffolding - Subparts .24 to .30 CVI SOP # 980225 -Emergency Response Plans: Fire Prevention - Subpart .30 CVI SOP #980225 -Vehicle-mounted Work Platforms, Man-Lifts: - Subparts .67 to .68 CVI SOP# 980225 -Occupational Health & Environmental Controls: Occupational noise exposure and Ionizing radiation - Subparts .96 to .97 CVI SOP # 980225 -Hazardous Materials: Flammable and combustible liquids - Subpart .107 CVI SOP #851010 -Personal Protective Equipment: Eye and face protection, Respiratory protection, Head protection, Foot protection, Hand protection - Subparts .132 to .138 CVI SOP # 950429 -General Environmental Controls: Sanitation - Subpart .141, Permit required confined spaces - Subpart .146 and Control of hazardous energy Subpart .147 CVI SOP #'s 950201,941213 -Fire Protection - Subparts .155 to .165 CVI SOP #950604 -Portable Tools and Equipment - Subpart .244 CVI SOP # 980226 -Electrical Work: Training - Subpart .322, Use of Equipment - Subpart .333 Safeguards for Personal Protection - Subpart .334 -Toxic and Hazardous Substances: - Air contaminants - Subpart .1000, Asbestos - Subpart .1001, Blood-borne pathogens - Subpart .1030, Hazard communication - Subpart .1200, Retention of DOT markings, placards and labels - Subpart .1201, Occupational exposure of hazardous chemicals in laboratories - Subpart .1450 CVI SOP #s950216, 950415, 950513, 950505PP, 950614 & 950615 OSHA Construction Standards - 29 CFR 1926 -Cranes, Derricks & Hoists: - Subpart N CVI SOP # 950101-C -Fall Protection: Subparts .502, .503 CVI SOP #941214 -Excavation: Subpart P CVI SOP # 960501 -Motor Vehicles, Mechanized Equipment: Subparts .600 to .602 CVI SOP #950120 -Marine operations and equipment: Subpart .605 CVI SOP #95058 -Surface transportation of explosives: Subpart .902 CVI SOP #980225 -RCRA: 40 CFR 264, 265 (EPA) -Transportation of hazardous materials: 40 CFR HM 171, 172.704 (US DOT) -Drug and alcohol testing - 49 CFR 199 (US DOT) -Closure of Underground storage tanks: NJ DEP Finally, to assure company implementation of our strict employee compliance with these SOP's, the Corporate Safety and Health Officer conducts daily, random and unannoun~d job site audits. In addition, all CVI and CCI employees participate in our Comprehensive Medical Surveillance Program VLL' Equipment Summary 12 Box Trucks 29 VACUUM UNITS OF VARYING SIZE AND POTENTIALS 13 V ACORS OF VARYING CFM 3 JET RODDER TRUCKS 11 SPILL RESPONSE VEHICLES 9 ROOL-OFF MOVERS 80 Roll-Off Containers OF VARIOUS SIZES 20 VACTAINERS/SLUDGE BOXES 6 HEAVY EQUIPMETN UNITS INCLUDING EXCAVATORS AND LOADERS 14 38-YARD Dump Trailers 24 BOX VANS 48' X 102' 5 6,000 GALLON HOLDING TANKS 29 Tractors 3 MOBILE WATER TREATMENT UNITS 23 WORK/DEPLOYMET BOATS RANGING IN SIZE FROM 12' TO 32' 10,000 FEET OF 18" HARBOR BOOM Plus numerous assorted pumps, generators, air compressors, welding gear, Iightering equipment and diving equipment. All equipment and supplies are subject to strict decontamination practices and maintenance schedules. III . ... .rii_ , I .... ~ ~. .':~~ :'.' '~~ II. \ ~ , I ; ~- r.;trstfl'e~~ ~'~~~t <-, _~ ~r .,.... .. 8 YLC Personnel Resources Combining CVI, CCI, GCe's and Envirotech's ten offices and three facilities we have available 360 personnel with widely varying backgrounds and experience providing CV/CC/GC's manpower. General personnel categories and the number of personnel in each include: Executive 2 Health & Safety Officers 3 Regulatory 3 Chemists 17 Managers 33 Sales/Estimators 25 Supervisors 37 Foreman 20 Equipment Operators 47 Chemical Technicians 64 QA/QC Specialists 2 Mechanics/Maintenance Technicians 6 Dispatchers 6 Administrative/Office Personnel 70 Drivers 26 All CVI, CCI and GCC field personnel that work on hazardous waste sites have received all appropriate training. 9 VLi: EPA ID Number: Federal ID Number: MD Contractors License Number: CVI SIC CODE: NJDEP UST License: US Coast Guard Rating: Hazardous Materials Certificate Of Registration Number: STATE ALABAMA ARIZONA ARKANSAS CONNECTICUT DELAWARE DELAWARE ILLINOIS MARYLAND MASSACHUSElTS MICHIGAN MAINE NEW JERSEY NEW JERSEY NEW HAMPSHIRE NEW MEXICO NEW YORK OHIO PENNSYLVANIA RHODE ISLAND SOUTH CAROLINA TEXAS VERMONT VIRGINIA WEST VIRGINIA Permit List NJ0000027193 22-2149233 F2874477 8744 US00323 River/Canal Class E Inland/Nearshore Class B DOT# 200827 ICC# MC234335 070706-001-0430P PERMIT # NJ0000027193 15009 H-1294 CT-HW-33 DE-HW-290 (HAZARDOUS) DE-SW-290 (SOUD ) S.W.H. #2818 HWH 269 381 NJ0000027193 (HAZARDOUS) H425 16755 (SOLID) S5811 (HAZARDOUS) TNH-0168 00000027732 NJ-396 CONSENT TO SERVICE PA-AH 0299 740 NJ0000027193 86941 NJ0000027193 NJ0000027193 DOT# 200827 ICC# MC234335 NJ0000027193 10 VLL" Bonding & Insurance CVI's strong financial resources and stability, coupled with its excellent project completion history and qualified personnel allows us to secure bonds and insurance coverage which provides our clients with a sense of security in our services. In addition, CVI has an established a bond program with parameters of $8,000,000 single and $10,000,000 aggregate.. We have attached a sample certificate of insurance for your review. 11 YLC Project References 13 Waste Management and Disposal Support to the National Institutes of Health Client: National Institutes of Health DEP, Building 13, Room 2W64 Bethesda, MD 20892 Mr. Chuck Carroll- (301) 402-0680 HHSN263200500009I IDIQlFirm Fixed Price (August 2005 to March 2011) Over $22,700,000 pac: Contract #: Type: Contract Value: Objective: To provide comprehensive and diverse chemical, radioactive and mixed waste management and disposal services to NIH offices in Maryland and Washington DC. Project Description: The National Institutes of Health (NIH) conducts the world's largest biomedical research program. Direct research and support activities are performed by approximately 18,000 employees in numerous laboratories, a 500 bed research hospital and support facilities on NIH's main 340 acre campus at Bethesda, Maryland, the 513 acre NIH animal Center (NIHAC) in Poolesville, MD and at 28 other off-campus installations located in the greater Baltimore-Washington DC metropolitan area. The NIH off-campus installations include buildings with research laboratories and animal facilities; a dental clinic; and a property warehouse. Under this contract, Clean Venture operates the NIH Hazardous Waste Management Facility (WMF) under the terms of a Controlled Hazardous Substance (PartB) Permit issued by the Maryland Department of Environment (MDE). Clean Venture also manages all radioactive materials including radioactive wastes under the terms of the NIH NRC License. Discharge of waste waters to the sanitary sewer are regulated by the Washington Suburban Sanitary Commission (WSSC) and the Nuclear Regulatory Commission (NRC). A full-time crew of 22 employees is dedicated to this project including a project manager, 12 chemists, 6 radioactive waste specialists and 3 data entry clerks. All of the NIH's chemical, mixed and radioactive wastes are managed at the WMF or at other NIH main campus and off-campus locations. The WMF includes work areas, office space, and analytical laboratories operated by CVI chemists. Some limited space is available for storing empty shipping containers and supplies and a walk-in freezer is provided for temporary refrigerated storage of radioactive animal carcasses. Inside of the WMF there are separate areas for managing chemical, mixed and radioactive wastes. Building 26T, located within the fenced-in area of the facility, is used for processing and storage of mixed wastes, including liquid scintillation counting vials. In addition, radioactive waste generated by the NIH is managed under the NRC license. Four prefabricated metal storage buildings, also located within the fenced area of the facility, are used for storage of chemical, radioactive and mixed wastes and supplies as needed. 14 Landfill Capping Owner: Cheesequake State Park Old Bridge Township, New Jersey Jose Class CVI Representative: Clean Venture Inc. was engaged to perform Non-Emergency remedial action services at the Cheesequake State Park - Perrine Road area. The site was an abandoned clay pit which was used by a drum cleaning facility that land filled respectively. CVI installed provisions to comply with the solid waste and soil erosion and sediment control permits, including installing roughly 6,000 linear feet of silt fence around the perimeter of the work are. Portions of Perrine Road were improved with up to nine inches of 314" quarry processed crushed stone. Additionally, a 400' long construction road was constructed to the landfill area. The landfill area was grubbed, graded and covered following the contours outlined in the plan. Approximately three acres of soil cover consisting of 18" of common borrow and 6" of top s.oil was installed. Approximately 10,000 tons of various soils and stones were utilized to cap the land fill. The work commenced on 09-24-02 until 01-15-03 Other Services Provided at the Cheesequake State Park - In addition to the above, CVI has also conducted remedial action consisting of partially clearing the trees on the Madison Landfill area and the removal of solid waste from the ravines and surrounding area performed from 01-18-21 2000 and from 03/20-29 2001. 15 Site Investigation & Waste Disposal PROJECT LENGTH: CVI/CCI REPRESENTATIVE: State Of New Jersey Department of Human Services Trenton, NJ 08625 March 2002-December 2002 OWNER NAME: Jarred Hamilton PROJECT DESCRIPTION: Clean Venture was hired to perform various tasks at the Greystone Psychiatric Hospital-Manufactured Gas Plant Site. Site activities included: tree clearing and read establishment, 100 drum removal from wooded hillside, building demolition, coal tar vault decommission, clearing of vacated buildings, assist drilling team with decontamination of equipment and access to remote areas, construction of a semi permanent decontamination pad, perform test pits, asbestos removal and disposal, video surveillance and recording of underground utility lines, Vactor work to remove coal tar sludge, Clearing vegetation and contents of historically registered buildings, fence repair and gate placement, sampling, and subsurface line removal. 16 Soil Remediation Owner: CVI Representative: TRC / Con Edison Company of New York Inc. Jose Class Clean Venture Inc. was contracted to remediate a parking lot. The site was a former Con Edison gasoline & diesel fuel station. CVI removed 2 x 10,000-gallon underground storage tanks at the Waterside Generation Station. The underground storage tanks were located at the fueling station across the street from the generating station in between E. 40th & 39th Street. Both tanks were encased in concrete. The fueling station was dismantled. The concrete slab above the tanks and the concrete that surrounded the tanks were removed. CVI discovered that both tanks were leaking. All contaminated soil was removed as per the New York Soil Clean Up criteria. The excavated soil was found to be contaminated with BTEX constituents. The excavation was approximately SO' x 150' x 17'. The soil was removed down to bedrock. CVI removed approximately 2,700 tons of Soil and Bedrock and 20,000 gallons of Non Hazardous liquid. CVI treated the bedrock with an OCR application, backfilled the excavation and has since restored the area to its original state. An area of approximately 150' x 200' of the sidewalk required shoring. All required New York City street closure and building permits were acquired prior to the commencement of work. The work commenced on 11-01 until 03-02. Other Services Provided at the 39th Street Facility In addition to the above, CVI has also responded to several fuel and chemical spills, cleaned and decommissioned 2 x 10,000 gallon tanks and conducted soil remediation at this facility in 98. Trench clean outs were performed in 97, T&D 96. 17 OWNER NAME: OWNER CONTACT: OWNER ADDRESS: TELEPHONE: PROJECT SCOPE: PROJECT LENGTH: PROJECT VALUE: Cost Structure CVI/CCI REPRESENTATIVE: IndustrialSelVices PSEG Materials Management Thomas Costantino Paulsboro Resource Recovery 243 West Jefferson Street Gibbstown, NJ 08027 856-224-1637 Emergency Services & Industrial Services February 2001- Present_ $400,000-450,000/ per year Lump sum, unit price & time & materials Jarrod Hamilton PROJECT DESCRIPTION: Clean Venture is contracted by PSEG to provide emergency spill response services, planned industrial services, booming services, manhole c1eanings, transportation, and various other emergency and or scheduled environmental services. Services are provided in all areas of New Jersey under the direction of various PSEG division managers. 18 PCB Remediation POC: FBI Academy U.S. Marine Corp Base Quantico, Va. 22203 Mr. Mark Hazen (703) 632-1693 A611606303 Time & Material Proposals $300000.00 + 1 YEAR 12/07 CLIENT: CONTRACT: TYPE: AWARDED PRICE: ORIGINAL DELIVERY: PROJECTED FINAL: SCOPE OF WORK: PCB Remediation of different locations at the FBI Academy. PROJECT DESCRIPTION: Clean Venture Inc. provides remediation of areas contaminated with PCBS on short notice. Remediations are time sensitive to FBI Academy requirements. All remediations include containment, removal, and disposal according to State, Federal, and customer regulations. 20 ~ CERTIFICATE OF LIABILITY INSURANCE I DATE (MMlDD/YY) Al.C~RD' 10/7/09 PRODUCER THIS CERTIFICATE IS ISSUED AS A MATTER OF. INFORMATION FRENKEL & CO., INC. . Phone No. (212)-488-0200 ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE 350 Hudson Street - 4'" Floor Fax No. (212)-488-0220 HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR New York, NY 10014 ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. INSURERS AFFORDING COVERAGE NAIC# INSURED INSURER A: Steadlast Insurance Company 26367 Clean Venture, Inc. INSURER B: American Guarantea & Uability Insurance Company 26247 201 South First Street Elizabeth, NJ 07206 INSURER C: Zurich American insurance Company 16535 INSURER D: FIreman's Fund Insurance Company 21673 INSURER E: COVERAGES THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. I~: ~~~ TYPE OF INSURANCE POLICY NUMBER PgifE~:,,~g~E P~~;:f~"i.::~t~~N A ,9,ENERALLIABILITY GPL 4912322-07 09/30/09 09130/10 8: COMMERCIAL GENERAL liABILITY ~ CLAIMS MADE [8J OCCUR -- ~ GEN'l AGGREGATE LIMIT APPLIES PER :><:I POLICY n ~~gr n LOC B ~UTOMOBILE LIABILITY BAP 4912317-07 09/30/09 09/30/10 :;...;: ANY AUTO _ All OWNED AUTOS SCHEDULED AUTOS X HIRED AUTOS NON.OWNED AUTOS MCS 90 GARAGE LIABILITY =1 ANY AUTO A EXCESs/UMBRELLA LIABILITY SEO 4912320-07 09/30/09 09130/1 0 :8J OCCUR o CLAIMS MADE =l DEDUCTIBLE . C WORKER'S COMPENSATION AND WC 3863432-08 09130/09 09130/10 C EMPLOYERS' LIABILITY Y/N WC 4915409-08 ANY PROPRIETORlPARTNERlEXECUTIVE D OFFICER/MEMBER EXCLUDED? If yes, describe under SPECIAL PROVISIONS below OTHER C ENVIRONMENTAL IMPAIRMENT LIABILITY PLC5257647-07 09/30/09 09/30/10 0 MOTOR TRUCK CARGO MXI97120810 09130/09 09/30/10 o PROPERTY ("ALL RISK") MXI97123155 09/30/09 09/30/10 DESCRIPTION OF OPERATIONS I LOCATIONS f VEHICLES / EXCLUSIONS ADOEO BY ENDORSEMENT / SPECIAL PROVISIONS ....MCS 90 Endorsement applies to the Business Auto Policy,.... General Liability and Excess/Umbrella Uebllit)l Policies Inetude coverage tor Contractors PoIlu"on end Protesslonal liability. LIMITS EACH OCCURRENCE $ 1 000,000 [)~MAGE.~ 1~. RENTED PREMISES Ea Occurrence\ $ 1,000,000 MED EXP (Anv one oersonl $ 5000 PERSONAL & ADV INJURY $ 1,000 000 GENERAL AGGREGATE $ 2,000,000 PRODUCTS - COMP/OP AGG $ 2 000,000 $ COMBINED SINGLE LIMIT $ 1,000,000 (Ea accident) BODILY INJURY $ (Per person) BODilY INJURY $ (Per accident) PROPERTY DAMAGE $ (Per accident) AUTO ONLY. EA ACCIDENT $ OTHER THAN EACH ACe $ AUTO ONLY: AGG EACH OCCURRENCE $ 5,000,000 AGGREGATE $ 5 000 000 !Xl tc;~~I~J~s r 1 UEA'" E.L. EACH ACCIDENT $ E.L. DISEASE - EA EMPLOYEE $ E.L. DISEASE" POLICY LIMIT $ $ 5,000,000 EACH OCCURRENCE $ 10,000,000 AGGREGATE $ 100,000 EACH VEHICLE $ 200 000 EACH OCCURRENCE REPLACMENT COST BASIS 1,000,000 1 000 000 1,000,000 CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, THE ISSUING INSURER Will ENDEAVOR TO MAil --1!l.- DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, BlIT FAILURE TO DO SO SHALL IMPOSE NO OBUGATlON OR LIABILITY OF ANY KINO UPON THE INSURER, ITS AGENTS OR REPRESENTATIVES. CERTIFICATE HOLDER Evidence of Insurance ACORD 25 (2009/01) 4 RATION. All Rights Reserved Clean Venture, Inc. Certificates, Licenses & Permits .r T .' I' . ;1,' . . r f. ~~ .~t Certificate Number 64930 Registration Date: 08/22/2006 Expiration Date:' 08/21f2010 state of New Jersey Department of Labor and Workforce Development Division of Wage and Hour Compliance Public Works Contractor Registration Act pursuant to N.J.S.A. 34: 11-56.48. et .eq. of the publio Works Contraolor Reg islr.lD on Act,. this cartificate. of. registration is. Issued f.or purposes of. bidding on any. contract for public work or for engaging In the. penormance of any public work 10: Responsible Representatlve{&): Michael PersicO, President to: ~ 2 18 Responsible Representlltive{s): Eric Waser, CFO .... .... .' . " ,.' .:: ,.".f :, ..... . if..... David J.. Socolow,. Commissioner . , I _L..~. ...nli Workforce. Development NON TRANSFERABLE ThIs certificate may not be. transferred or assigned and may be revoked for. cause. by the Commissioner of Labor. and Workforce. Development. ":' 08/31/2010 EXPIRATION DATE STATE OF NEW JERSEY DEPARTMENT OF ENVIRONMENTAL PROTECTION Certifies Tha.t CLEAN VENTURE INC 201 SOUTH FiRST 5T Elizabeth, NJ 07206 Hi<vi1\5 iMy met the requ.lmnents of the. Underground Storage Tank Certification Program N.J.S.A.58:10A-24.1-8 IS hereby ilf!ruveii to yeifonn the folluwl'15 servIces: . CLOSURE SUBSURFACE EVALUATION TO BE CONSPICUOUSLY D/SPLA YED AT THE FA CILlTY fj US00323 CERTIFICATION NUMBER 0911.3101 Ht:CEIVED sc ~ L.. P 1 !J 2 0 0 1 Clean V~r~~u oJ,", 222.149-2331000 ~.e r v ~.Jyc!e Ch~p", .....1. CLEAN VEN11JRE, Ir4C. 201 SOUTH FIRST S"ffiEET ELIZABETH NJ 07205 Taxpayer \denlilicailon# Dear Business Representative: Recently enac'led State laVJ lPublic Law 2001, c.'\34) requires all contractors and subcontractors with State, county and municipal agendes to provide proof of 'Iheir reg'ls\ration with the DepartmenL of the Treasury, Division of Revenue. The law became effecflve September 1, 2001. Our records indicate thaI you are c.urrently registered with the Di\ilSion of Revenue, and accordingly, we have attached a prool of Registration CertHicate for your use. If you are currently under contract Of entering into a contract with a State, county or local agency, you must provide a copy of the certificate to the contracting agency. Please note that Ihe law sets forth penalties for non-compliance with the provisions above. See N.J.S.A. 54:52-20. Finally. please note that the new law amended Section 92 of the Casino Control Act, which deals with the casino service industry. Should you have any queslions or require more inforrnalion about the altached cerlmcale. or are involved with the casino servic.e industry. call (609) 2.92-'1730. - Than\-;. you in advance for your cons'\deration and cooperation. SincerelY, C9~d-~~ Patricia A. Chiac.chio Director. Division of Revenue ~.{ff,T;;.:-,...rm/.-';' "":.~ '~!" ... .. ~. .,c, .. t~~ ~l i\ '~~I d, ~l\ ...~ .~~\ ,r'l\ .*=:t~ t\\ ADDRESS S~ 201 SOUTH FIRST S"ffiEET ~~\ EUZABETH WJ 072{)6 I~~I EFFECT I\lE DATE: .~ \ Mt04/71 : i I' FOR~,^-BRClOB-01) n',IS Ce.rtlf.cale. IS !-lOT a~!i.\QI\1blt Dr \ral'\slenble II mu,>l CIl cOr\s?icU01J~ly cllsp\a..~d al abO'~ ~dclrllSS . _ ~<~"=;&"""<",,,,_,,,,~,,*'*_'"'''''' .. .~ ....."..~. :' :,.. .....;:..~.;<;: ....' ~:l'''.' ..... .. ''9:$.,.", ......;.,..... :{,...,..(\;;.'ii:-:;r..,'!."....~...." -:-r.1'..,.."...~~-::':_w;Y""..,,'I'.'!'..r _" .~)--r.:!.--.-.r.......'l<.:O;?',.........."":)..".........; ~ "f ~... ~~'1~~"i.VJi~U!..'!..~ _....... l.~ ~'j.~~~~~'" ..,.....c. ~ . . .'.'.'.'.' .I.!.......'.........,~.."Z. SiATE Of HEW JERSEY ~ .!..~. .\ ~ . BUSINESS REG\SiRA.TIOH CERTIFICAtE ~: DtPAATMEl-lT or lR~UR'f' \ . i ~. DNlStOI~ or RE'oJt.t{UE . 'L~ FOR SiAiE AGEHCY AND CAsiNO SERVICE COHTR>.CiORS ~, p.::> DOX 252 I . . TRf.\'lTON. H J 0'''D~e-D252 ^,.W~;7.~,~.~m.~,';."1"rF"1-,''','I!k'A'''''''''''''' ,,'l-;q:r:,~~-~ ~ (1 ~. >..' . , . . . . . . . . , . . ~~., ,., ~~~.....-~-' . . , ............-"-"-_........-.._>.~ TAXPAYER N,A.ME: CLEAN VH-In.lRE, INC. TRADE NAME: TAXPAYER IDENT\f\CATION# 222.-149--23s1ooo CONTRACiOR CERTlfICI\ i\ot~#. 006739'\ ISSUANCE DATE: 09113/01 Certification 3 B 4 4 CERTIFICATE OF EMPLOYEE INFORMATION REPORT RENEWAL ~~ This is to certify that the contractor list., ~~'h~ 1tui5'miii~,.Ja~?'oyee Information Report pursuant to N.J.A.C.17:27-1.1 el seq. and the ;(e~~~t p~a~ypcT.'sar eport. This approval will remain in I'.LJ: .'-'\~~'~)..."- ~~'-I!j;};:' _ U ~ effectfortheperiodof 15.1a:6iib:ffI~"~-' {. :l.~:iis- ,-2012- ~' (:--... ~ "1 ~~,-.~':~Al~1 'r#'.." f-.~ _ < J,.. ~, II -.::1 :It."'. ~..::~.~ll ..:.."i....... t "":!lij -.:' \ II .' !'It'.~~.'' :~:...."'''i;\. i: _>'i':<:~ ~~" 1:;1 ';(. c':i;(~,.""-~-'.A; '-p1 ~ C '11"'l,.l.4f(""':7'" If 'F 'i/ ,:::; I u..-'" ~ :1_..:.J.':;: '.'J \A il.{"! ~"'. "!}. ~J \ ~. ~';"~\ ~ 1~' -:1 ~! CLEAN VENTURE, INC. .......~ 1, :HI~ ":;::~~r it .:~::~ ..1 ~ 201 SOUTH FIRST STREET ~l'l~~;I~~Vl II ..;:=:=:.~,. ""i~'&!:..JU~ ~ /. ELIZABETH NJ 072 .~..... ~~ ~ ~~ ., .' ;.;. It ~. - --- State Treasurer " CLEAN VENTURE INC 201 SOUTH FIRST ST ELIZABETH, NJ 0'7206 State of New Jersey DEP ARTMENT OF THE TREASURY DIVISION OF PROPERTY MANAGEMENT AND CONSTRUCTION 20 WEST STATE STREET - P.O. BOX 042 TRENTON, NEW JERSEY 08625-0042 NOTICE OF CLASSIFICATION . In accordance with NJ.S.A. \ &A: \ &A-27 et seq (Department of Educatlon) and 1-U.S.A. 52:35-\ (Department of the T,,",ur;) ",d any rol" ",d "gul"',nn, ,,,uo<l p"",u,,,t he<eto, you "e h"ehy not,fied of you, cl",ifioatlon to do State work for the Department (s) as previously noted. Aggregate rrade(S) & License(s) J Effective Expiration Amount Date Date $\ 0,000,000 C\19 -SITE REMEDlA TION '" 10/29/2009 1 0/2&/201\ CIIS _UST/CLOSURE 10/29/2009 license #: US00323 C094 -WASTE REMOVAL TOXIC/HAZARDOUS 10/29/2009 . Licenses associated with certain trades are on file with the Division of Property Management & Construction (DPMC). . Current license information must be verified prior to bid award. . A copy of the DPMC 701 Form (fotal Amount of Uncompleted Projects) may be accessed from the DPMC web site at htto://WWW..state.ni.us/treasurv/domc. ANY A TfEMPT BY A CONTRACTOR TO ALTER OR MISREPRESENT ANY INFORM A TlON CONT AtNEO IN THIS FORM MAY RESULT IN PROSECUTION AND/OR DEBARMENT. SUSPENS10N OR DlSQUALlFICA TlON. lNFORMA TlON ON AOOREGA TE AMOUNTS CAN BE VERlFlED ON THE DPMC WEB SITE. Q u . S. Department of Transportat.ion Federal Motor Carrier Safety Administration 1200 New Jersey Ave., S.E. wuhington. DC 20590 June J.5. 2009 MICRA'!!:!. PERS:ICO ClWNER 201 soUTH FIRST STRE1!:T 1!:LIUlErra. NJ 01206 ~. :;'"':2 .~.. ~l".r.= y~ :r rT~~ Ii ~ . .:,;:.;~~."7 !..~.:.~ \J ';";::'1 'to 'l!~! , . '\ j , J ..,~ ".I~~ ~ -n.- ".t: :~c.: , '1 '::'1' C.-"",--- l ,:", or" . "'-I ~ ..... \,,:"'~r"v.''' J~ Re: CLEJIN VENTlJllE :INC OSDOTll 200B27 Dear ~:ICBAEL PERSICO: This is in response to your request. for the current srlety rating of the ahoVe_referenced company: A SATISFAcroRY rat.ing indicat.e.. that the company hILS adequate safety management controls in place to meet the safety fitnesS standard prescribed in 49 C.!.R. 3B5.5. sAFET'i RATING satisfactory RATING DJLTE November 2J., 2002 AS of the date of this letter this cOUtpany's status is Active. ~t.~ David C. lInewa1.t Director, Office of Xnformation Technology ( ....... ..... ~ . -...;:-0 UNITED STATES OF AMERICA DEl' ARTMENT OF TRANSl'pRTATION PIPELINE AND HAZARDOUS MATERIALS SAFETY ADMINISTRATION o HAZARDOUS MATERIALS CERTIFICATE OF REGISTRATION FOR REGISTRATION YEAR(S) 2009-2010 This certifies that the registrant is registered with the U.S. Department of Transportation as required by 49 CFR Part 107, Subpart G: CLEAN VENTURE INC Attn: JULIUS HAUSKER 201 SOUTH FIRST STREET ELIZABETH, NJ 07206 Registrant: This certificate is issued under the authority of 49 U.S.C. 5108. It is unlawful to alter or falsify this document. Reg. No: 052209 004 024R Issued: OS/2612009 Expires: 06/30/2010 The following must be maintained at the principal place of business for a period of three years from the date of issuance of this Certificate of Registration: Record Keeping Requirements for the Registration Program (1) A copy of the registration statement filed with PHMSA; and, (2) This Certificate of Registration Each person subject to the registration requirement must furnish that person's Certificate of Registration (or a copy) and an other records and information pertaining to the information contained in the registration statement to an authorized representative or special agent of the U. S. Department of Transportation upon request. Each motor carrier (private or for-hire) and each vessel operator subject to the registration requirement must keep a copy of the current Certificate of Registration or another document bearing the registration number identified as the "U.S. DOT Hazmat Reg. No." in each truck and truck tractor or vessel (trailers and semi-trailers not included) used to transport hazardous materials subject to the registration requirement. The Certificate of Registration or document bearing the registration number must be made available, upon request, to enforcement personnel. For information, contact the Hazardous Materials Registration Manager, PHH-62, Pipeline and Hazardous Materials Safety Administration, U.S. Department of Transportation, 1200 New Jersey Avenue, SE, Washington, DC 20590, telephone (202) 366-4109. CLEAN VENTURE, INC. PERMITS EP A ID Number: Corp Code FederallD Number: MD Contractors License Number: CVI SIC CODE: NJDEP UST License: US Coast Guard Rating: Industrial Discharge Permit: Hazardous Materials Certificate Of Registration Number: ST ATE ALABAMA ARIZONA ARKANSAS CONNECTICUT DELAWARE DELAWARE ILLINOIS MARYLAND MASSACHUSETTS MICHIGAN MAINE NEW JERSEY NEW JERSEY NEW HAMPSHIRE NEW MEXICO NEW YORK OHIO PENNSYLVANIA RHODE ISLAND SOUTH CAROLINA TEXAS VERMONT VIRGINIA WEST VIRGINIA ICC Authority HAZMA T Certificate of Registration APPORTIONED PLATES IRP HEAVY EQUIPMENT TAX NJ0000027193 Corp code 0100037271 22-2149233 F2874477 8744 US00323 River/Canal Class E Inland/Nearshore Class B Issued By Camden County Municipal Utilities Authority DOT# 200827 ICC# MC234335 070899-003-040H PERMIT # NJ0000027193 15009 H-1294 CT-HW-33 DE-HW-290 (HAZARDOUS) DE-SW-290 (SOLID) S.W.H. #2818 HWH 269 381 NJ0000027193 (HAZARDOUS) MEHWT H425 16755 S5811 (HAZARDOUS) TNH-0168 00000027732 NJ-396 CONSENT TO SERVICE P A-AH 0299 740 NJ0000027193 86941 NJ0000027193 NJ0000027193 DOT# 200827 ICC# MC234335 NJ0000027193 NEW YORK STATE DEPARTMENT OF ENVIRONMENTAL CONSERVATION DIV\SION OF SOLID & HAZARDOUS MATE~.RIALS ~ ~ -- PART 364 WASTE TRANSPORTER PERMIT NO. NJ-396 Pursuant to Artlcle 27.Tltles 3 and 15 of the Environmental Conservation Law and 6 NYCRR 364 PERMIT ISSUED TO: CLEAN VEN,URE, lNC. 201 SOUTH FIRST STREET ELIZABETH, NJ 01206 CONTACT NAME: CQUNlY: TELEPHONE NO: JULIUS HAUSKER OUT OF STATE (90B)355-5BOO PERMiT TYPE: o NEW .'RENEWAL o MODlF\CATION EFFECTIVE DATE: EXPIRATiON DATE: US EPA ID NUMBER: OB/20/2009 05131/2010 NJ0000027193 AUTHORIZED WASTE TYPES BY DESTiNATiON FACIUTY: The Permittee 1s Authorized to Transport the Following Waste Type{s) to the Destination Facility listed: Waste l'ype(s) Non-Ha-zardous Induslrlal/Commercial Ha-zardous Industrial/Commercial Petroleum contaminated Soil Non-Hazardous Industrial/Commercial Ha-zardous Industrial/Commercial Non-Hazardous Industrial/Commercial Hazardous Industrial/Commercial Non-Hazardous Industrial/Co,mmercial Petroleum Contaminated Soil Ha-zardous Industrial/Commercial Wasts Oil AUBURN, NY Non-Hazardous Industr\al/Commercial STI\TEN ISLAND. NY Non-Hazardous Industrial/Commercial Waste Oil Destination Facilily /\ERC COM, INC. Location ALLENTOWN. PA BAYSHORE RECYCLING BETHLEHEM APPARI\TUS KEASBEY , NJ HELLER TOWN . PA BETHLEHEM APPARATUS COMPo BETHLEHEM I PA. CASIE ECOLOGY OIL S/>J-VAGE INC VINELAND . NJ CEMCO cLEAN WA.TEROF NEW YORK. INC. Covanla Niagara, L.P. Niagara Falls. NY Non-Hazardous Industrial/Commercial Petroleum Contaminated Soil CWM CHEMICAL SERVICES LLC MODEL CITY. NY Non-Hazardous Industrial/Commercial Asbestos Petroleum contamInated Soil HazardoUS Induslrial/commercia\ ~... AUTHORIZED WASTE TYPES BY DESTINATION FACiLllY L1S-YING (continued on next page) ~.~ N QTE: By acceptance of this pennl~ \he permitt.. agrees that the permil is contingent upon strict compliance with the Environmental Conser"tion Law, al\ appl1cBble regul.lions, and the Gene",' Cononions printed on the back of this page. New York State Department of Environmental Conservation Division of Solid & Hazardous Materials - Waste Transporter Program 625 Broadway, 9th Roor Albany, NY 12233-725'3 ADDRESS: AUTHORIZED SIGNATURE: ~l,..-! r'\~".,~ Date:~6 2 P 2llil9 PAGE 1 OF 5 n' ,'11.' .....~y NEW YORK STATE DEPARTMENT OF ENVIRONMENTAL CONSERVATION DIVISION OF SOLID & HAZARDOUS MATERIALS " A r~ ~ .~ PART 364- WASTE TRANSPORTER PERMiT NO. NJ-396 pursuant to Article 21.Tines 3 and 15 of the Environmental Conserval'ion Law and 6 NYCRR 364 PERMIT TYPE: aNEW .. RENEWAL a MODIFICATION PERMIT iSSUED TO: CLEAN VENTURE, INC. 201 SOUTH FIRST STREET ELIZABETH, NJ 07206 EFFECTIVE DATE: EXPIRATION DATE: US EPA \0 NUMBER: OB12012009 05/31/2010 NJ0000027193 CONTACT NAME: COUNT'I': TELEPHONE NO: JULIUS HAUSKER OUT OF STATE (90B)355-5BOO AUTHORIZED WASTE 1YPES BY DESTINA110N FACILITY: (Continued) The Permitlee is Authorized to Transport the Following Waste Type(s) to the Destination Facility listed: Destination Facility CWM CHEMICAL SERVICES LLC cyCLE CHEM (NJ) Location Waste Typels) Waste Oil Non-HazardOUS Industrial/Commercial Asbestos Petroleum Contaminated Soil HazardOUS IndustriaVcommercial Waste 01 Non-Hazardous Industrial/Commercial Asbestos Petroleum contaminated Soil Hazardous IndustriaVcommercial Waste Oil Non-Hazardous Industrial/Commercial HazardoUS Industrial/commercial Non-Hazardous Industrlal/Commercial Asbestos Petroleum contaminated Soli HazardOUS IndustriaVCommercial NOrH1azardous 100 ustrial/Commercial Hazardous Industrial/Commercial Waste 011 MODEL cl1Y . NY ELIZABETH. NJ CYCLE CHEM (PA) LEWISBERRY . PA E.LDUPONT DENEMOURS AND COMPANY EQ OF DETROIT DEEPWATER, NJ DETROIT. MI G &. S MOTOR EQUIPMENT KEARNY . NJ Non-HazardoUS Industrial/Commercial Asbestos petroleum Contaminated Soil Hazardous Industrial/Commercial Waste 01 Non-Hazardous Industrial/Commercial Petroleum contaminated Soil Non-HazardOUs Industrial/Commercial Petroleum contaminated Soil Non-Hazardous I ndustriallCommercial Pe\roleum Contaminated SoU High Acres Western Expansion landfill Fairport. NY Non-Hazardous Industrial/Commercial _. AUTHORIZED WASTE T'l'PES BY DESTINATION FACILlT'I' LISTING (continued on ryext page) yO' GENERAL CHEMICAL CORPORAll0N FRAMINGHAM . MA GROWS lANDFILL{WASTE MGT.) MORRlSVILLE. PA GROWS WASTE MGT OF PA (NORTH) MORR1SVILLE . PA HAZLETON CREEK PROPERTIES,LLC HAZLETON . PA PAGE 2 OF 5 ~~,<~~f;f.~7~7''' , . A',' :':-' . I.~. ,-- ~ ~ - NEW YORK STATE DEPARTMENT OF ENVIRONMENTAL CONSERVAll0N DIVISION OF SOLID & HAZARDOUS MATERIALS 4! Pursuant \0 Article 27.litles 3 and '\5 of \he EnvIronmental ConservaUon lAw and 6 NYCRR 364 PART 364 WASTE TRANSPORTER PERM\T NO. NJ-396 PERMIT ISSUED TO: CLEAN VENTURE, INC. 201 SOUTH FIRST STREET ELIZABETH, NJ 07206 PERMIT TYPE: aNEW .'RENEWAL o MODIFICATION CONTACT NAME: COUNTY: 1ELEPHONE NO: JULIUS HAUSKER OUT OF STATE (908)355-5600 EFFECTIVE DATE: EXPIRATION DA1E: US EPA ID NUMBER: 08/20/2009 05/31/2010 NJ0000027193 AUTHORIZED WASTE TYPES BY DESTINATION FACILITY: (Continued) The pennittee is Authorized to Transport the Following Waste Type(s) to the Destination Facility listed: NORLlTE CORPORATION COHOES,NY Waste Type{s) Asbestos Petroleum Contaminated Sol Non-HazardOUS Industrial/Commercial Non-HazardOUS IndusmallCommercial Waste Oil Non-Hazardous IndustriallCommercial Petroleum Contaminated Sol Hazardous Industrial/Commercial Waste Oil Non-HazardOUS IndustriallCommerclal Pelroleum Contaminated Soil Hazardous I ndustriallCommercial Non-Hazardous IndustnallCommercial Asbestos Petroleum Contaminated Soil Sludge from Sewage or Water Supply Trealmenl Planl Medical Non-Hazardous Industrial/Commercial Hazardous Industr\aVCommercial Waste 01 TULL YTOWN BURROUGH. PA Non-Hazardous IndustriallCommerclal Petroleum Contaminated Soil Destinati on Facility High Acres Western Expansion Landfdl Location Fairport, NY HUDSON TECHNOLOGIES COMPANY LORGO PETROLEUM SERVICES CHAMPAIGN. IL ~ETH , NJ MICHIGAN DISPOSAL WTP BELLEVILLE, MI MID ATLANTIC RECYCLING TECHNOLOGIES VINELAND . NJ MODERN LANDFILL YORK, PA TULl YTOWN LANDFILL VEOLIA ES GREENTREE LANDFILL KERSEY, PA Non-Hazardous Industrial/Commercial Waste Tires Asbestos petroleum Contaminated Soil Grease Trap Waste Septage only (residential) Residential Raw sewage including portable Toilet Wasle Non-Resldentlal Raw Sewage or sewage-Contaminaled Wasles Sludge from Sewage Dr Water Supply Treatment Plant WASTE CONTROL SPECIALISTS LLC Andrews. TX Non-Hazardous Induslrlal/Commercial ..d AUTHORIZED WASTE TYPES BY DESTINATION FACILITY LISTING (continued on next page) "u PAGE 3 OF 5 L ," '-'''--''''7:1' . . , . NEW YORK STATE DEPARTMENT OF ENVIRONMENTAL CONSERVATION DIV1SION OF SOLID 8< HAZARDOUS MATERIALS .. . . -- .-... -- pursuant to Article 21,T1l1es 3 and 15 of the Environmental Conservation laW and I; NYCR.R. 364 PART 364 WASTE TRANSPORTER PE.RMIT NO. NJ~396 PERMIT ISSUED TO: CLEAN VENTURE, INC. 201 SOUTH FIRST STREET ELIZABETH. NJ 07206 PERMIT TYPE: o NEW .'RENEWAL o MODIFICATION CONTACT NAME: COUN1Y: TELEPHONE NO: JULIUS HAUSKER OUT OF STATE (906)355-5800 EFFECTIVE DATE: EXPlRA1l0N DATE: US EPA ID NUMBER: OB/20/2009 05/3112010 NJ0000021193 AUTHORIZED WASTE TYPES BY DESTINA1:tON FACILITY: (Continued) 1I>e Pennl1lee is Authorlzed \0 Tcansport the FolloWing Was'e Typals) \0 the Desfinalion Facinty IIsled: Destination Facility WASTE CONTROL SPECIAUSTS LLC Location Andrews. TX " Waste Type(s) Hazard.ous InduslriaVCommerdal PAGE 4 OF 5 NEW YORK STATE DEPARTMENT OF ENVIRONMENTAL CONSERVATION DIVISION OF SOLID & HAZARDOUS MATERIALS " . . .-'~' ...~:'i!'f.::-.~t1f ./ /.... ":~ PART 364 WASTE TRANSPORTERPERMIT NO. NJ-396 pun;uanl \D Nlicle 27,Tltles 3 and 15 of the Environmental Conservation Law and 6 N'{CRR 364 PERMIT ISSU ED TO: CLEAN VEN."TURE, INC. 201 SOU"TH FIRST STREET ELIZABETH, NJ 07206 JULIUS HAUSKER OUT OF STATE (908)355-5800 PERMIT TYPE: o NEW ."RENEWAl o MODIFICATION EFFECTNE DATE: EXPIRATION DATE: US EPA \0 NUMBER: OB/20/2009 05/31/2010 NJ0000021'\ 93 CONTACl NAME: COUNTY: TELEPHONE NO: AUTHORIZED VEHICLES: The Permittee is Authoriz.ed to Operate the Following Vehicles to Transport Waste: (Vehicles enclosed in <:>'s are authorized to haul Residential RaW SeWage and/or Septage only) ill (One Hundred and Fourteen) Permitted Vehlcle(s) MA 20614 MA 206B3 MA 57003 MA 66B64 MA 72323 MA 72324 1M 72494 MA M22567 MA SM20622 MASM41569 MI RA00302 MI RA01368 MI RA02175 MI RAH700 MI RA17724 MI RA17750 MI RA29067 MIRA29D69 MI RA29072 MI RA4297B MI RA43645 M' RA44D46 MI RA4B550 MI RA4B551 MI RT6315 NJ AA77BE NJ AC544Z NJ AC750E NJ AF6615 NJ />..FB90U NJAG63rN NJ AGB36L NJ AGB37L NJ AH430N NJ AJ395U NJ AJ397U NJ AJ398U NJ AJ824M NJ AJB26M NJ AJB43R NJ AK1045 NJ AK4-81 B NJ AK594Z NJ AK810L NJ AL140H NJ p.J236Y NJ Al39BF NJ AL560R NJ AL575X. NJ AL579X NJ AL585X NJ AL6915 NJ AL9BBB NJ AM991 C NJ AM992C NJ T22S7C NJ T265ZL NJ T27EBF NJ T27L3S NJ T37TSW NJ T39M9N NJ T39V9V NJ T43U5S NJ T47D7L NJ T4E645 NJT55U5S NJ T57N9F NJ T589NJ NJ T5BD7G NJ "T5R717 NJ T64M9N NJ T666NJ NJ T66MSN NJ T6R152 NJ T76KBM NJ T77KBM NJT78D7J NJ T7BKBM NJ T79KBM NJ TBoKBM NJ T82KBM NJ T83HBL NJ T89U5S NJ T94MBR NJT94S1K NJ T97T6U NJ TBD33U NJTBD97U NJ TBN64K NJ TBP62V NJ TBP63V NJ TEZ.B2K NJ TFE53E NJ TFL35S NJ TGeM? NJ TGC59R NJ TGC61P NJ TGC66P NJ TGG96N NJTGL23L NJ TGL24-L NJ TGL25L NJTG126L NJ TGL40L NJ X499BT NJ XB631K NJ X972SJ NJ XM117T NJ XM'\18T NJ )(R801W NJ ){Z79FB PAXN17472 TX R45B24 TX R45B27 End of List PAGE 5 OF 5 STATE OF NEW JERSEY DEPA.RTMENT OF EN ~ ENTAL PROTECTION HAZARDOU SPORTER LI D EXPIRES JU E 30, 2011 -......-................-.---....--..--.-..--.-..-- I.IIllJllOllCl...euu STATE OF NEW JERSEY eOUNTY ENVrRONMENTALAND WASTE ENFORCEMENT . Bureau of SaUd Wasle Compliance 8. Enforcement PO BOX 407 , ~~1 Trenton, NJ OB625-0407 .\~ (609)-292-7081 C. EJ:plratlon Date: 06/30/1 1 DocaINe_. Vehlole lot 9462 Lice nsa t 746347235 T12K4Z CLEAN VENTURE INCORPORATED 201 SOUTH FIRST STREET ELIZABETH NJ 07206 NJ C ertlfled DEP Ne. : 058" Type : 3 CLEAN VENTURE INCORPORATED 201 SOUTH FIRST STREET ELIZABETH NJ 07206 Transporter Vehlele Registration Card THIS CUW MUST BE CtRJUED J:Il71fE CAB 01' TIlE J'ERlCLE AT ALL 1IMES. HAZARDOUS STATE OF NEW JERSEY UNTY ENVIRONMENTAL AND WASTE ENFORCEMENT ureau cl Selld Waste Compliance 8. Enlorcement PO BOX 407 Trenten, NJ 08625-0407 (609)-292-7081 EJ:plratlon Date: 06/30/11 DeoalNo. 12049 Vehicle lOt 746347235 NJ Lloense , Certified T12K4Z CLEAN VENTURE IHe 201 SOUTH FIRST STREET ELIZA8ETH NJ 07206 OEP No. : 16755 Type : T CLEAN VENTURE INC 201 SOUTH FIRST STREET ELIZABETH NJ 07206 Transporter Vehlele Registration Card Tm! CARD MlIST BI: C.AlUUED IN 11iE CtB 01' THE r'E81CLE AT ALL l1MES. SOLID i \ (j5/29/~:5 \ 1'hi~ ~; -~~-o~ a6:no'Aled,.e that yOU have filed a l;~tit::~~;'-\ R.~.r~o\Js 'K.sto Activity for the installation locat~d at the addreSS sho'." in the boX Dalo'" to complY ",ith section ,OlO of -en" Resou~ce conservation and RecoVHY hct (?eRA), Your E1']>, Identification :Nul,",cr for that installaticn appearS in the DOY. belo~~. The EPJ>. Identification Numbar nust be induded on all shipping "anifests for transporting ha2ardou5 ..astes; on all ~.r.nual Repcrts that gene:r::ators. of hazardous ';Iaste, and owners and 01:>'" ato rs of h a z a~dous was te trea tThent , s tOl:ago. and d i spc sa 1 facilities nust file with ~PA; on all applications for a Federal "a z a r d oU;; Wa ;;to. p"""i t , ar.d other hazardous ",a st e ,.,a na 9 "",ent ,eports and Qocunonts required under subtitla c of RCP~. \ \ \ \ \ rr.... ~1'"0 S,1';C-\V..= t~.!::j .:.4..:.".; , ; I...J. I.r ~~ - ~ f:L~ '{ ~ ~'~~11 S .. ~ ~ . . .,...~ .4.7' ...:..,1':....".. ACKnOV~LEDGEMEHT OF HOi"ifll;p..i lUN OF HA.:zAHDOUS \'VASTE ,C,CTlV\T""{' \ r- - - --"""- ......--.--.-.-- -...............-..-.--.....- - --.........-.----... -------...- ----..-. --..---\ ., i : E?-f..\.D.l-M.lil.'C:.P.-> t l-U0000021193 i i ft-CIUT't ~U'l." '\ cu::?i~ VEHT1J1'..E THe ,V..I'.J~Cl ~tll'.t:55 .> 1 2. 01 S "fIRS'!' sT i \ L.Ll~AB:STHr 'NJ 07206 , l i j \ I E 1'./;,"tC.!J..1\Ol.l ~:JHS'S _"> ~ 2. Ol 5 fIRST ST \ ELIZ1-:.BETH, NJ 07206 \ . _____._..___.......~_--...---..-.----- __._______..-----n- _.__..___...- .__._. .-' .- __n__..___..: t..!~\TD Si,t.T~S EI-f{\F\OHME.f1Tt..L PROTECTlO't-l ,l>.GEHC< ?EGIDH U . N~ aROA.~ HEn YOEf... H'El'f YORK. W'Xl1.U&5 ~\? ~ ~1E l.'.;..\-t~E.MEh'1 or/\SlOH, "Z2JiD FL r.L..ZAF\DOOS li. SDUO ~TE PF,DGfl.A}.l.S B?,..~.JlCri RCRA H011F1CA11OliS f,.111~~ ~'G) ~ \11\ LJ~L -;;- - . ::..-, U; ~ \j ~! ;~br ; lit) . ,I I. ~. : ! ) I t . CLEAN VEN1Ur.c, ji'JC. 10 : p~?,SlCO / :MICHE.J>.l, ??-.ES CL~~ VE~TU?E I~C 201 S :Fl~5T ST ELIZABETH/ NJ 07206 RIcliAl'J) J. CODEY Acting Gavuncr Sta.te of New Jersey Of'PlCE 0: THE ATTO?..l~ G~ Du~~MENT OF LAw a,....." Plrnuc SAFUY D!\>'tSIDN OF LAW 25 MAPJ-::tT Smxr PO Bo~ 093 Tr.F.l-1Ol-f. NJ 08626-0093 n:.nB. c. HARvr{ ....trl)rn~y Cenerlil Harch 17, 2005 CLEAN VENTURES INC. CYCLE. CRE.M INC. ATTN: FRANK BROWN, era 201 SOUTH FIRST STREET ELIZABETH NJ 07206 Re: Clean Ventures Inc/Cvc1e Chem Inc. Dear Mr. Brown: This letter confirms that Clean Ventures Inc. and Cycle Chem Inc. are both A-90l Approved Licensees and both are currently in good standing. If you have any questions you may contact mc at 609-292- 5019. . :..' Sincerely yours, PETER c. HARVE"t ATTORNEY GENERAL OF NEW JERSEY By: of Legal Activities Huc;ms JUSTlC! COM7I.IX . TnLl'YONI'.: (609) ~Z.&019 . 'f.lj.. (;iQ9) 34HO~l New Jersey IJ An Eql.lrl Opportuniry Elrlpl"Y~J" . PrintllQ an Recycled hptt :tnd Rf:cJ-d1b!e I: C ifL Clean Venture Inc. ~ Responsive Environmental Management Services Personnel List Please see attached resumes for the following Key personnel: 1. Michael Persico, President 2. Pamela Kopp, Branch Manager 3. Hugo Ramos, Operations Manager 4. Gordon Layfield, Project Geologist 5. David Quinones, Project Coordinator 6. Ronald Duval - LabPack Chemist/Supervisor 7. Arlen Saxon, Project Supervisor 8. Timothy McNeil, Project Supervisor Also attached is an extended list of personnel with OSHA Completion Dates Corporate Office: 201 South First Street. Elizabeth, NJ 07206' 908-355-5800' FAX: 908-355-3495 . www.c1eanventure.com North Jersey: New Jersey TSDF: South Jersey Office: Maryland Office: Maryland Office: Massachusetts TSDF: Massachusetts Office: Connecticut Office: Pennsylvania TSDF: 36 Butler Street 217 South First Street 600 Cenco Boulevard 2931 Whittington Avenue 23655 Royal Oak Rd General Chemical 13B Leland Street One Dock Street 550 Industrial Drive Elizabeth, NJ 07206 Elizabeth, NJ 07206 Clayton, NJ 08312 Baltimore, MD 21230 Quantico, MD 21856 138 Leland Street Framlngham, MA 01702 Stamford CT 06902 lewlsberry, PA 17339 908-354-0210 908-355-5800 856-863-8778 410-368-9170 410-677-6720 Framlngham, MA 01702 508-872-5000 203-969-2800 717-938-4700 FAX: 908-354-9731 FAX: 908-355-0562 FAX: 856-863-3725 Fax: 410-368-9171 Fax: 410-677-6723 50B-B72-5ooo FAX: 508-875-5271 FAX: 203-969-2264 FAX: 717-938-3301 ~.6V. t:nR.R7C:pl\'71 Resume Michael Persico - President Education: Bachelor of Science in Chemistry with Minor in Mathematics Institution Name/Degree: Wagner College/BS Chemistry Experience 06/94 to Present Clean Venture, Inc./Cycle Chern, Inc./Elizabeth, New Jersey As President of both Clean Venture and Cycle Chem, Inc, Mr. Persico provides the direction, planning, sales and marketing for the companies which collectively provide the environmental contracting, transporting, treatment and disposal of hazardous and petroleum products. Together these companies perform 75 million dollars in sales and employ over 300 people through five branch offices and a licensed hazardous waste transfer, storage and disposal facility and an oil reclamation facility. 01/83 to 05/94 AT & T/Bell Laboratories/Murray Hill, NJ Facility Environmental Specialist As a laboratory specialist, Mr. Persico was involved in designing new laboratories and consulting with members of the research staff in proper use, handling and disposal of hazardous chemicals. As part of Bell Laboratories Safety and Accident Prevention Program, Mr. Persico gained an extensive knowledge of Federal, OSHA. NIOSH, RCRA, EPA and BOCA regulations. 03/80 to 0 1/83 Cecos International/Buffalo, New York Project Manager As Project Manager for an international hazardous waste disposal company, Mr. Persico's responsibilities included the management and control over all project activities/assignments of priorities in association with customers and representatives from Federal, State and Local authorities; supervision of field personnel; authority to represent and coordinate the flow of all information and resources between Cecos International and the customer to bring about a safe and successful completion of the project. 02/79 to 02/80 Peabody Coastal Services/Linden, New Jersey Chemist As a Chemist, Mr. Persico was responsible for categorizing and preparing of laboratory pack chemicals for proper disposal; knowledge and experience in state-of-the-art safety needed on hazardous material spills and tank cleaning operations. Mr. Persico also participated in the preparation of a hazardous materials analytical laboratory. Pamela Kopp Branch Manager CVII GC Employment History: CLEAN VENTURE, INC BRANCH 01- June 1993 - Present CLEAN VENTURE, INC BRANCH 07 - 2000 to 2005 Ms. Kopp is responsible for the Elizabeth BR-01and Massachusetts BR-07. Her responsibilities include, but are not limited to planning directing, and staffing the individual branch. Overseeing that operations at the branch level are performed efficiently and in compliance with all laws and regulations. Proposal reviewing and writing is required as well as managing and reviewing payroll hours and branch expenses. CYCLE CHEM, INC - 1988 to June 1993 Responsibilities included overseeing all lab packs, incoming and outgoing shipments and overall compliance with Part B permit. Ms. Kopp maintained and operated on site laboratory, verified generator waste stream analysis of waste material, maintained operating log and lab maintenance records. She scheduled outgoing waste shipments, coordinated transportation and prepared outgoing manifest. 1987-1988: Ms. Kopp supervised a three person staff and had increased analytical capabilities. She verified incoming waste conformed to waste profile and manifest and verified generator waste stream analysis. In addition, she also reviewed Waste Profiles Sheets for analytical testing and safety precautions and assigned off-specs. Educational I Academic Background: B.s. in Chemistry at Douglas College, Rutgers University, New Brunswick, NJ Cert(fzcations: 40 - Hour Hazardous Waste Operation Training - OSHA 29 CFR 1910.120 (Includes Benzene) 8 - Hour Refresher Course Bloodborne Pathogens Training (OSHA 29 CFR 1910.130) Confine Space Entry & Rescue Training- HAZMA T DOT Training Technical Experience: Ms. Kopp has extensive knowledge ofperforming and managing environmental services such as: 24 - Hour Emergency Response, Oil Spill Response Organization (ORSO), Hazardous and Solid Waste Management, Confine Space Entry, Excavation Projects, Groundwater Treatment, Industrial Tank Cleaning, Lab pack Services, Treatment/Storage! Disposal, Transportation, Laboratory Services, and Remediation. Hugo Ramos Title: Operations Manager Employment History: Clean Venture, Inc. August 1989 - Present As Operation Manager, Mr. Ramos is responsible for overseeing all daily operation activities at the Elizabeth branch. This includes planning, coordinating and managing all projects performed in the field; staffing the personnel; and interacting with the supervisory staff to ensure compliance with all laws and regulations. In addition, he acts as liaison between the Project Coordinators and the Branch Manager. Prior to being promoted to the Operation Manager, Mr. Ramos was a Project Coordinator responsible for developing sales revenue in the following markets: Terminals, Refineries, Public Agencies, Authorities (local, state and federal government), Utilities, Consulting/ Engineering Firms, Service Contracts, Manufacturing firms and Chemical processing firms. Other duties include visiting site walks, developing technical and cost proposals, and recruiting new customers. Prior to becoming Project Coordinator, Mr. Ramos was Project Supervisor responsible for planning, coordinating and managing hazardous waste site remediation projects. Mr. Ramos has extensive technical experience and expertise in various environmental field services, including site assessment tank system management and removal, facility decontamination; lab packs, field sampling and hazardous waste disposal. Other responsibilities include overseeing an emergency response team, which allowed Mr. Ramos to utilize his knowledge in level A, B, and C protection, his ability to assess jobs, make observations and visit site tours, as well as display his experience completing manifest and profiles. CERTIFICATIONS: * 40 Hour Hazardous Waste Operations * Hazardous Material Incident Response Operations * 8 Hour Confine Space Entry Training * 8 Hour Refresher Training * Department of Transportation Hazardous Material * NJDEP Tank Closure Certification * USDOT Recurrent HAZMAT training HM2l5 & HM18l * Bloodborne PathogensTraining (OSHA 29 CFR 1910.130) * Confined Space Entry & Rescue Training NY & NJ Certified Asbestos control for workers and Handlers Resume C. GORDON LAYFIELD, JR Envirotech Consultants, LLC 36 Butler Street Elizabeth, NJ 07206 Employment History Envirotech Consultants. LLC. Cedar Grove. NJ (April 7. 2003- present) . Position: Project Geologist, a qualified Environmental Professional as defined by ASTM 1527-05, has worked on over 100 sites provided management and support for phase-I and II environmental site assessments, preparation of sampling plans, UST closure and associated remedial investigation, soil and groundwater remediation associated with UST spill, soil and groundwater sampling (various methods), monitoring well installation, soil boring investigation, air quality investigation in buildings, health and safety oversight at contaminated sites, and preparation of various technical reports (PAR, SIR, RIR, RAW, RAR, etc.) for clients and the NJDEP. Has become the go to personnel for vapor intrusion investigation, air sampling (including elemental mercury). URS Corporation. Geological Division. Cranford. NJ (summer 200 I) . Position: Summer Intern. Duties included drafting maps, drinking water well search, micro purge sampling, installing stream gauges, QA/QC work, analytical summaries, organizing qualifiers based on State and Federal regulations Education B. S. Degree, Geological and Environmental Sciences with an emphasis in Geology Susquehanna University in Selinsgrove, Pennsylvania (Graduated January 2003) . Senior Thesis Research: "Paleoenvironmental Interpretation of the Selinsgrove Limestone Member. Onondaga Formation (Middle Devonian-Eifelian) at Selinsgrove Junction, PA" Relevant Classes . Groundwater Pollution and Monitoring, Geomorphology, Structural Geology, Mineralogy and Petrology, Chemistry of Natural Waters, Sedimentology, Stream Analysis, Environmental Geology, GIS/Spatial Analysis, Organic Chemistry I, Inorganic Chemistry 1 & 2, Physics I, Linear Algebra, Calculus I & 2, Statistics Continuing Education . Screening Properties Involved in Real Estate Transactions for Potential Vapor Intrusion Issues . Mold, Allergens, Sampling, and Report Interpretation . Site Remediation Reform Act & LSRP program . Brownfields: Emerging Issues in Redevelopment Certifications . New Jersey Celtification for Underground Storage Tank Subsurface Evaluation . Certification for 40 hour OSHA trained 29 CFR 1910.120(e); 8 hour annual OSHA refreshers . Certified Lead (Pb) Inspector and Risk Assessor in New Jersey Skills and Training . Experience in using Surfer (contour mapping software), Aqtesolv (aquifer testing software) Corpscon (engineering conversions software), Microsoft Office, Adobe Photo Shop and Adobe l\Iustrator. . Experience in using X-Ray Fluorescence (XRF), Global Positioning System (GPS), Submersible Flurometer (SCUF A), Hydrolab, Hach DRlU4000 Spectrometer, and YSI Dissolved Oxygen Meter. . Analysis in streams: production and interpretation of discharge graphs, velocity profiles, measurement and description of suspended sediment and bedload. . Experience in preparing rock samples for thin section and identification of sample's mineralogy using a polarizing microscope. . Trained in Air Sampling for mold, air quality parameters, and mercury vapor . Training in mold, allergens, sampling and report interpretation . Training in the theory and practice of applying subsurface interface radar (GPR) in Engineering and Geophysical Investigations. . Laboratory Remediation using chlorine dioxide gas David Quinones Title: Project Coordinator Employment History Clean Venture, Inc. - October 13, 1993 to Present As a Project Coordinator, Mr. Quinones responsibilities include, but are not limited to developing sales revenue in the following markets: Terminals, Refineries, Public Agencies, Authorities (local, state and federal government), Utilities, Consulting/ Engineering Firms, Service Contracts, Manufacturing firms and Chemical processing firms. Other Responsibilities include visiting site walks, developing technical and cost proposals, and aid in recruiting new customers. As a project supervisor Mr. Quinones was responsible for planning, coordinating and managing hazardous waste site remediation projects. David Quinones has extensive technical experience and expertise in various environmental field services, including site assessment tank system management and removal, facility decontamination, lab packs field sampling and hazardous waste disposal. Other responsibilities include overseeing an emergency response team, which allows David Quinones to utilize his Ce rtifi cati 0 n: knowledge in level A, B, and C protection, his ability to assess jobs, make observations and visit site tours, as well as display his experience completing manifest and profiles. . 40 - Hour Hazardous Waste Operation & Emergency Response . 8 - Hour Confined Space Entry Training . 8 - Hour Refresher Training RONALD DUVAL 163 'Van CRjper }lve . P.{mwooaPar~:NJ 07407, J{ome: 201-773-8544 orCe<<: 201-201-562-2334 OBJECTIVE To obtain a position where by I will use my knowledge, skills and experience to be productive and achieve the objectives of the duties assigned. EMPLOYMENT LAB PACK CHEMIST/ SUPERVISOR 2007-Present Cfean'Venture, Inc. p.f1.Za6et/i, :NJ Responsible for planning, coordinating, profiling, manifesting and managing Hazardous and Non Hazardous from various waste site remediation projects. In addition to the aforementioned, Field Sampling, chemical lab packing, site assessments, tank system management and removal, and hazardous waste disposal and shipping MAIL CARRIER 2005-2007 V.s. Post Office CJ{jIfgifieca <Par~ :NJ Sorting mail for delivery and delivered mail on established routes. Inserted mail into slots of mail rack to SOli for delivery. Distribution of mail to drive vehicles over established routes. Customer Service relations. ENVIRONMENT AL CHEMIST 2000-2005 Safety-1.({een Inc. :Newar~:NJ Segregated and lab packed chemical wastes at customer sites. Supervised and managed customer waste storage and disposal onsite. Prepared manifests and transported customer chemical wastes offsite. Served as Radiation Safety Officer for Ortho-McNeill of Johnson & Johnson worked on-site as an Hazardous Materials Coordinator-Ethicon Facility of Johnson & Johnson GENERAL SCIENCE TEACHER 1999-2000 (}3oara ofP.aucation of:J.fYC Queens, :J.fY Taught general science from Pre-K to Grade 6. Prepared and guided students' science projects. Helped students exhibit their observations and findings on projects. PRODUCTION CHEMIST 1996-1999 jlavancea (}3iotecfi Inc. <Paterson, :NJ Synthesized, produced and purified flavor and fragrance chemicals Prepared GC, UV, JR, NMR, Refractometer, Viscometer, pH meter and other laboratory techniques to help in the synthesis of certain products. Assisted in the research and production of other new flavor and fragrance chemicals. EDUCATION B.S., CHEMISTRY tYork,Co{{eBe of tfie City Vniversity of :New 'Y'ork,City Made the Dean's List several times. Served as President of York College Chemistry Club. 3/2001-40 Hour Hazwoper Training. 3/2001- Certified Field Chemist. 2002-Radiation Safety Training. 1991-1996 Jamaica, :J.fY Arlen Saxton Title: Employment History Project Supervisor Clean Venture, Inc. - February 2003 to Present (2008) As a project supervisor Mr. Saxton is responsible for planning, coordinating and managing hazardous waste site remediation projects. Arlen Saxton has extensive technical experience and expertise in various environmental field services, including site assessment tank system management and removal, facility decontamination; lab packs field sampling and hazardous waste disposal. Other responsibilities include overseeing an emergency response team, which allows Mr. Saxton to utilize his knowledge in level A, B, and C protection, his ability to assess jobs, make observations and visit site tours, as well as display his experience completing manifest and profiles. Arlen has had prior experience working since 1989 at other Companies. Briefly, 1989 - 1997 he was the Corporate Safety Manager at Pacific Industrial (aka CPS/ Allwaste), 1997 - 2001 Facility Manager of a TSDF mixed waste division, Allstate Power Vac 2001-2003 as a supervisor, and 2003 to present (2008) with CVI. At CVI Arlen has worked on many projects for NJDEP, PSE&G, CONED, NJ TRANSIT, and countless others. As a supervisor he is responsible for the overall H&S for each site which includes the instrumentation monitoring. Training and Certifications: . 40 hour Hazwoper . 8 hour updates through 2007 . 8 hours supervisor training . Site Safety Officer School . A.I.H.A. Industrial Hygiene Certificate Course Col. St. U. . A.I.H.A. Respiratory Protection Certificate Course . Field Study Course to Selecting P.P.E. Univ. Cal. Davis . Environmental Sampling and Monitoring Univ. Cal. Davis . Hazardous Waste Transportation and Manifesting Compliance . Regulatory Compliance Course Univ. Cal. Davis . Environmental Auditing Course Univ. Cal. Northridge . Process Safety Course Univ. Cal. Irvine . Radioactive and Mixed Waste Handling . Workers Compensation Certificate Course Univ. Cal. Irvine Name: Timothy McNeill Education: . Nassau Community College, 1992 - worked toward associates degree . Roosevelt Junior and Senior High - 1985 - Graduated High School -Diploma Work Experience: . 2008 to Present: CLEAN VENTURE, INC. PROJECT SUPERVISOR. As a project Supervisor, Mr. McNeill is responsible for planning, coordinating and managing hazardous waste site remediation projects. Overseeing various cleanup projects including demolition and construction projects also for onsite safety. . 2005-2008: CLEAN VENTURE, INC. (Elizabeth Office) FOREMAN. As foreman responsibilities include ensuring that all equipment are in good working conditions and/or available for jobs as well, as making sure all employee's worked safely and productively in order to complete daily job tasks. . 2002-2005: CLEAN VENTURE, INC. (Baltimore Office) CHEMICAL TECHNICIAN. Responsibilities included 24 hour emergency response, cleaning manholes, tanks, pressure washing and assisting in lab packing. Responding to various spills which include acid, oil, mercury diesel and gasoline. . 2000 - 2002: Traveled. Jamaica, Paris. . 1996 - 2000: MANHA TT AN BEER DISTRIBUTORS. Assistant manager, responsible for routing and loading of fleet of 60-80 delivery trucks. Managed inventory and receiving. Communicated client needs and feedback to project teams. Duties included safe operation of forklift. . 1992-1996: JAYDEE TOMFOR TRANSPORATION: Bus driver. Safe transportation of school children back and forth to Public and Private school throughout Long Island. General Qualifications: . Tim McNeill has extensive technical experience and expertise in various environmental field services, including site assessment tank system management and removal, facility decontamination; non hazardous and hazardous waste disposal. Other responsibilities include overseeing an emergency response team, and utilize his ability to assess jobs, make observations and perform site tours, as well as display his experience completing manifest and profiles. Mr. McNeill has the following certifications: . OSHA 8 - Hour . 40-Hour HAZWOPER . CPR Certification . Confined Space Entry . Confined Space Rescue Specific Experience: Tim McNeill acts a Project Supervisor for several major clients such as NJDEP, NYCDEP, NYC Transit, NJ Transit and Public Utilities Company such as PSE&G, and Con Edison, These contracts provide our clients with Turnkey hazardous waste remediation projects, 24hr emergency Services, onsite contamination characterization of waste, management of field personal, tank remediation, Oil Spill Response Organization (ORSO), Confine Space Entry, Excavation Projects, Groundwater Treatment, Industrial Tank Cleaning .additionally, the conduct of these operations requires the routine utilization of A,B and C PPE for the recovery, remediation or control of spills and handling of contaminates. Specifi.c projects include NJDEP Boro Auto Wrecking- building demolition, sampling, identifying materials, disposal of asbestos contaminated material. NYCDEP, Mercury chambers cleanup, sampling, and disposal of mercury waste. Project Reference's Cont: UST Cleaning & Removal Owner: Crompton Corporation Corporate Headquarters One American Lane Greenwich, CT 06831-2559 Contact: Robert Budin (973) 235-1800 Project Size: Type: Performance Dates: $110,00.00 Firm Fixed 07/01 - 10/01 CVI Representative: Jose Class (908) 354-0210 Clean Venture Inc. was contracted to clean and remove 1 x 12,000 gallon #4 fuel oil above ground tank, 2 x 4,000 gallon 50% Caustic Soda insulated above ground tanks, 1 x 4,000 gallon 99% Sulfuric Acid tank. Approximately 400' linear feet of associated piping, scaffolding and rigging was also removed and disposed of accordingly. All the tanks were located on CK property on 10 Kingsland Street, Nutley, New Jersey 07110. The tanks were in 110% concrete secondary containment and 1 x 4,000 gallon 50% Caustic Soda tank was located on the roof of a 3 story building. The tanks were emptied, deconed and removed utilizing a 100 ton crane. The work commenced on 09-17-01 until 10-01-01. Article IV. Other Services provided at additional CK Facilities In addition to the above, CVI has also responded to several fuel and chemical spills, cleaned and decommissioned approximately 12 additional chemical tanks in the Newark facility. Chemicals included are: Oxychloride, 100% Sulfuric Acid, Magnesium Hydroxide, Dimethyl Sulfate, Trimethylamine, Xylene, R22 Freon, Isopropanol Alcohol tanks, etc. 4 Project Reference's Cont: UST Removal Owner: Con Edison Company of New York Inc. 39TH Street New York, New York Contact: Ken Toomey (718) 904-5340 Project Size: Type: Performance Dates: $130,000.00 . Firm Fixed 05/99 - 06/00 CVI Representative: Jose Class (908) 354-0210 Clean Venture Inc. was contracted to remove 2 x 10,000 gallon gasoline & diesel underground storage tanks at the Waterside Generation Station. The underground storage tanks were located at the fueling station across the street from the generating station in between E. 40th & 39th Street. Both tanks were encased in concrete. The fueling station was dismantled. The concrete slab above the tanks and the concrete that surrounded the tanks were removed. CVI discovered that both tanks were leaking. All contaminated soil was removed as per the New York Soil Clean Up criteria. The excavated soil was found to be contaminated with BTEX constituents. The excavation was approximately 50' x 150' x 17'. The soil was removed down to bedrock. CVI has since restored the area to its original state. Article III. Other Services Provided at the 39th Street Facility In addition to the above, CVI has also responded to several fuel and chemical spills, cleaned and decommissioned 2 x 10,000 gallon tanks at this facility in 98. Trench clean outs were performed in 97, T&D 96. 3 Project Reference's Cont: Landfill Capping Owner: Cheesequake State Park 300 Gordon Road Old Bridge Township, New Jersey Contact: Pete Cagno (NJDEP Construction Manager) (609) 610-7392 $500,000.00 Firm Fixed 05-02 - 11-03 Project Size: Type: Performance Dates: CVI Representative: Jose Class (908) 354-0210 Clean Venture Inc. was engaged to perform Non-Emergency remedial action services at the Cheesequake State Park - Perrine Road area. The site was an abandoned clay pit which was used by a drum cleaning facility that land filled respectively. CVI installed provisions to comply with the solid waste and soil erosion and sediment control permits, including installing roughly 6,000 linear feet of silt fence around the perimeter of the work are. Portions of Perrine Road were improved with up to nine inches of :X" quarry processed crushed stone. Additionally, a 400' long construction road was constructed to the landfill area. The landfill area was grubbed, graded and covered following the contours outlined in the plan. Approximately three acres of soil cover consisting of 18" of common borrow and 6" of top soil was installed. Approximately 10,000 tons of various soils and stones were utilized to cap the land fill. Article II. Other Services Provided at the Cheesequake State Park In addition to the above, CVI has also conducted remedial action consisting of partially clearing the trees on the Madison Landfill area and the removal of solid waste from the ravines and surrounding area. 2 Project Reference's Cont: Landfill Capping Owner: Arky Properties 77 County Route 520 Marlboro, New Jersey Project Size: Type: Performance Dates: William Buchanan (NJDEP Construction Manager) (609) 292-3520 $322,000.00 Firm Fixed 04/19/04 - 09/20/04 Contact: CVI Representative: Jose Class (908) 354-0210 Clean Venture Inc. was engaged to perform Non-Emergency remedial action services at the Arky Properties (B&B Auto Wreckers) site. CVI was contracted to excavate and dispose of 3,500 tons of PCB contaminated soil. The site contains of22 acres: approximately 9 acres comprise an active automobile junkyard and the remainder is undeveloped. The junkyard is currently operated by B&B Auto Wrecking. The environmental investigations that have taken place to date have focused on a drum storage/burial area located in the rear southern portion of the site. The disposal area measured approximately 100 x 500' feet. In 1987 and 1988, The NJDEP cleared the disposal area of car wrecks and debris, and performed a magnetometer survey, a limited drum excavation and removal and soil sampling. Several buried drums and areas of contaminated soils were left in place. The work commenced in April 2004 and was completed in September 2004. 5 Soil Remediation Owner: State of New Jersey Division of Parks and Forestry 9 Freedom Way (Liberty State Park) Jersey City, New Jersey Contact Phone: Contract # Type: Performance Dates: Project Size: Dave Henderson (NJDEP Construction Manager) 401 State Street Trenton, New Jersey 08625 (609) 633-8463 X-32646 Firm Fixed 8/2005 - Present $ 4,524,000.00 (Current to May 08) Contact: CVI Representative: Jose Class (908) 354-0210 Scope of Work In August, 2005 Clean Venture Inc. (CVI) was engaged to perform Non-Emergency remedial action services at the Liberty State Park (Site 15) located in Jersey City, New Jersey. Site 15 is approximately 14 acres enclosed by a fence and is bounded on the east by Liberty Walk and Upper New York Bay/Hudson River; on the south by a constructed earthen berm, a cove of Upper New York Bay/Hudson River and densely vegetated land that is part of Liberty State Park; on the west by Freedom Way; and on the north by moderately flat to rolling ground with a portion of the site identified as "wetlands". A road used by the Jersey City Parks Department to service the CSO lines, crosses the site along the eastern boundary. The site was identified as a chromate waste site based upon the presence of visually distinctive nodular waste observed from the soil surface and analytical results. Phase one consisted of the site preparation for the removal and transportation of approximately 24,000 tons of Hexavalent Chrome contaminated soil and debris from the site while adhering to the soil erosion and sediment control plan submitted. CVI employed 3 x 325 Caterpillar Excavators, 3 - 4 x D-5 Caterpillar Dozers, 1 x 30 yard Caterpillar Articulating dump truck and a 3,000 gallon water truck to complete this phase. CVI loaded an estimated 1,200 tractor trailer dump trucks of waste for disposal. The site required a 1,200' access road to be built in order to access the Areas of Concern (AOC) along with the installation of approximately 800' linear feet of a privacy fence. CVI excavated the area of concerns in modified Level C while working around underground electrical utilities and a 6' diameter historical sewage discharge line. Phase 2 required CVI to restore and construct the proposed wetland site to specifications identified by the New Jersey Department of Environmental Protection. CVI had to maintain the water levels onsite with a 6" automatic self priming diesel pump set 24 hours a day. This drained the onsite pond and controlled the water level by discharging the water directly into the Upper New York Bay / Hudson River. As part of the site re-grading activity, soil was moved from the existing pond and surrounding areas and used to build up the areas of excavation. In addition to this, CVI imported approximately 30,000 tons of various KO, K1, K2 and certified clean material in an estimated 1,350 tri-axle trucks. This material was utilized for the capping, contouring and construction of the park and the new pond. CVI installed new concrete access covers, outlet control structure, weir trash rack, 18" Tideflex valve and 40' of 18" RCP outlet pipe. Phase 3 requires CVI to assist a subcontractor in the planting of approximately $ 500,000.00 dollars worth of trees, shrubs, wild flower seed mixes and the spreading of approximately 2,000 tons of compost to the newly created park. Project Reference's: Soil Remediation Owner: TRC / Con Edison Company of New York Inc. 39TH Street New York, New York Contact: Michael Skirka (201) 933-5541 $930,000.00 Firm Fixed 12/02 - 12/02 Project Size: Type: Performance Dates: CVI Representative: Jose Class (908) 354-0210 Clean Venture Inc. was contracted to remediate a parking lot. The site was a former Con Edison gasoline & diesel fuel station. CVI removed 2 x 1 O,OOO-gallon underground storage tanks at the Waterside Generation Station. The underground storage tanks were located at the fueling station across the street from the generating station in between E. 40th & 39th Street. Both tanks were encased in concrete. The fueling station was dismantled. The concrete slab above the tanks and the concrete that surrounded the tanks were removed. CVI discovered that both tanks were leaking. All contaminated soil was removed as per the New York Soil Clean Up criteria. The excavated soil was found to be contaminated with BTEX constituents. The excavation was approximately 50' x 150' x 17'. The soil was removed down to bedrock. CVI removed approximately 2,700 tons of Soil and Bedrock and 20,000 gallons of Non Hazardous liquid. CVI treated the bedrock with an OCR application, backfilled the excavation and has since restored the area to its original state. An area of approximately 150' x 200' of the sidewalk required shoring. All required New York City street closure and building permits were acquired prior to the commencement of work. Article I. Other Services Provided at the 39th Street Facility In addition to the above, CVI has also responded to several fuel and chemical spills, cleaned and decommissioned 2 x 10,000 gallon tanks and conducted soil remediation at this facility. Project Reference's Cont: Soil Remediation Owner: Boro Auto Wrecking 2271 Hamilton Blvd South Plainfield, New Jersey Contact: Pete Cagno (NJDEP Construction Manager) (609) 633-0539 Project Size: Type: Performance Dates: $1,600,000.00 Firm Fixed 06/06 - 04/06 CVI Representative: Jose Class (908) 354-0210 In June, 2006 Clean Venture Inc. was engaged to perform Non-Emergency remedial action services at the Boro Auto Wrecking site located in South Plainfield, New Jersey. Boro Auto Wrecking is a scrap yard which has accumulated additional waste material requiring off-site disposal. CVI was contracted to excavate approximately 34,000 tons of PCB and Lead contaminated soil and debris. CVI conducted and Interim Remedial Measure (IRM) as the first phase of the remedial action. This consisted of re-configuring the pile to more manageable sizes and dimensions. In order to provide proper waste profiling CVI adhered to our Site Specific Quality Assurance Plan submitted and approved by the New Jersey Department of Environrnental Protection (NJDEP). CVI conducted analytical sampling for identification, classification, profiling and site assessment based on the NJDEP MQAPP. The site was remediate, restored and returned to the responsible party. The work was completed in April, 2006. 8 Project Reference's Cont: Soil Remediation Owner: KTK Drums 65 Midvale Road Edison, New Jersey Contact: Pete Cagno (NJDEP Construction Manager) (609) 633-0539 Project Size: Type: Performance Dates: $970,000.00 Firm Fixed 06/8/05 - 10/05 CVI Representative: Jose Class (908) 354-0210 On June 8, 2005 Clean Venture Inc. was engaged to perform Non-Emergency remedial action services at the KTK Drum site. CVI was contracted to excavate and dispose of 2,500 tons of PCB contaminated soil. CVI conducted and Interim Remedial Measure (IRM) as the first phase of the remedial action. This consisted of Removing all buried unknown drums, containers and visual! y contaminated soil and sludge at AOC1, (KTK Loading dock) an area approximately 20' x 60' x 13' and AOC2 , (Known Buried Drum Area(s) approximately 40' x 40' 10'. CVI continued to remove an 18" terra cotta pipe as it contained #6 oil and sludge. The pipe was located at various locations throughout the facility with a total run of approximately 500 linear feet. 7 Above Ground Storage Tanks (AST's) were decontaminated and removed from the site. The tanks ranged from 4,000- 10,000 gallons in capacity. CVI conducted analytical sampling for identification, classification, profiling and site assessment based on the NJDEP MQAPP. The work was completed in October 2.005. 7 Project Reference's Cont: AST Cleaning Owner: CONOCO Phillips Refinery Corporation 1400 Park Avenue Linden, New Jersey 07036 Contact: William Pohl (908) 523-6123 Project Size: Type: Performance Dates: $930,000.00 Firm Fixed 04/26/04 -10/04 CVI Representative: Jose Class (908) 354-0210 Tank 519 is a 17 million gallon tank which was utilized by Conoco Phillips for storm water retention, which became contaminated over the years. The tank is located at the bayway refinery in Linden, NJ. Tank 519 is a 240' diameter cone bottom tank with serpentine steam coils. The roof of the tank had settled on the roof legs. All man ways were open and several door sheets had been cut into the shell of the tank for ease of access and egress. Clean Venture Inc. was contracted to remove and transfer all listed hazardous sludge and liquids from tank 519 to tank 13 3 at the refinery's waste water treatment plant. Approximately 25,000 barrels of raw sludge remained to be removed from the tank. CVI employed 2: 1 dilution with the storm water to render the sludge suitable for pumping. CVI utilized approximately 14 employees working 12 hours per day, 6 days per week over the course of 7 months to pump out all free liquids and remove all solids and debris within the tank. 1 x 8", 1 x 6" dry prime pumps, 1 x 6" hydraulic submersible pump and a shredder pump (Muffin monster) were piped and fitted to assist in the removal of the liquid. CVI also utilized high vacuum extraction technology along with ultra high water blasting technology to breakdown the sediment. All CVI employees attended a one-hour refinery safety orientation, half-hour refiner confined space entry orientation and a one-hour refinery safety orientation. This work commenced on March 26, 2004 and was completed six and a half months later in October of 2004. Article V. Other Services Provided at the Conoco Phillips Facility include: Tank 132, Tank 191 and Vacuum service response to plant wide shut downs. 6 Project Reference's Cont: Owner: Sediment Removal from Flush Facilities Consolidated Edison Company of New York, Inc. Contact Phone: J ames Rosado 4 Irving Place Manhattan, New York 10009 212-460-4015 Contact: Mailing Address: Project Size: Purchase Order # Type: Performance Dates: CVI Representative: $ 5,300,000.00 727863 Firm Fixed 04/16/07 - 03/31/1 0 Jose Class (908) 354-0210 Scope of Work: Upon arrival to the flush truck facilities, the equipment operator will contact the authorized Con Edison representative and review the HASP and daily events. Con Edison will identify the "sedimentation basin or the flocculation settling tank that is to be cleaned. CVI 's equipment operators and Con Edison's authorized representative will have ensured all possible measures have been taken to prevent any spills or accidents, prior to conducting any work. Once the structures have been de-watered by Con Edison, the Vactor truck will be employed to remove all sediment; hazardous for lead, from the flush truck facility sedimentation basins and/or flocculation settling tanks associated with the waste water treatment systems installed at the: Third Avenue Yard, West 28th Street Service Center, Farrington Street, and Hell Gate Facilities. The equipment operators will utilize one Vactor at a time. Each operator will be responsible for operating his or her Vactor, while the Chemical Technician loads the vehicle. Both the equipment operator and chemical technician will remain in sight of the Vactor and of each other during the removal process. Upon the removal of the Non-hazardous sediment, the equipment operators will notify the Con Edison representative and complete the appropriate Non Hazardous Waste Bill of Lading. Prior to departing from the flush truck facility, CVI will ensure the authorized Con Edison representative verifies the work completed and signs for the waste material. All waste material that is generated will be transported to Cycle Chem Inc. A weight ticket will be provided to the TSDF along with the appropriate paperwork. 10 Clean Venture, Inc. Personnel List with OSHA Training Completion Dates CV01- Personnel List with OSHA Trainina Completion Dates Last Name Alvarado Alva rado Alvarez Alvarez Alvarez Aponte Aponte Aponte Arroyo Arroyo Arroyo Awan Awan Awan Bellamy Bellamy Bellamy Bowen Bowen Bowen Brown Campbell Campbell Campbell Class Class Crespo Crespo Cunningham Cunningham Cunningham Cunningham Dejesus _ _pejesus Dejesus Duval Duval Duval Feliciano Feliciano Feliciano Ferreira Ferreira Ferreira First Name in Tr~ining Johnat~a~___ I _~_Qtle>.ur_O~HA_Training Johnathan I __u_._ pOT JrCiining Wenceslao__L.. 40 He>.LJrQ~HA Training Wenceslao _1'____?!jC?.LJ~_OSHf\ -r:~~ir1il1g Wenceslao __ _ DOITraining I Celso I 40 Hour OSI-IA Training_ Celso 8 HoLl! OSHA Training "! .-- Celso! _ D_O.,..}raining Freddy -i---- ._4QI1_~Ll!_Q_SHA Training Freddy: 8 Hour OSHA Training Freddy-1 m_DO~ Training MMuU-hhaa-_fnm..-._mm--_--_aa...-..dd..-...-._.....-_.-1.-.--..---.- 40tl~Llrg~I-iA Train_ing _ ___8 HOui..O~Ij~_T@ining Muhamrn~_dl_ .______ . [)9_I.Ir9ining DDaarrryry-ll-j-- 40 ttgl.lrQ~I-IA Training _~ _ ___.l:?_QT T!_ai~ing DDwaarry'ln1e-- .\... ___~tl..9ur_g~I-I_f\}raining. 40 .1-I.9LJ.rQ~ttA Tra]ning_ . . .---t.-.- Dwayn_~_____~---_---.f3.-t!~LJr OSHA T!ai",ing Dwayne! DOT }raining Sal~ie_____+- . _______ ___ .__n_._ AI-Hakka: 40 Hour OS_HA Training AI-Hakk~______ _____ggT _Training.._ AI-Hakka_ .___~_ttoLJ! _O~ 1-IJ\_Ir~ini_ng Jose . ____:4QJ-I_()LJi9_~t!J\ TrC3in~ng____ Jose 8 HC?_urQSHAlrc:iining . Francis~o__ __ _.f3._H~LJ! 9_SI-If\_Ir~!ning _ Francisco 1-..----. _DQI.I~~ining Gerard :_40 _t1E_Ll!:..9.?Hi\Iraining __ Gerard ---l--- u_ __Eorl<lift ~!Glinil1g <3erard---L ___ _ _ g()I.I.rainin_9 Gerard i 8 Hour OSHA Training - - -----.-----.-1-.... .--- .-------... ~:~~I~;--.-1----:4QHc;b$~~a~n~;ining Reynaldo---r----- 8 Hour OSHA Training RonakC----1----40 HOl.Jr--OSHATrai"rlTng - Ronald... .._-l____~=_~(Hou~r.Q~8~-frairlir1_g-.._ Ronald ----J- .._____[)__QlIr:.GliniI19. ._ Jos~_ _ ___I___~__._'!Q 1-i~lJ!:.9_SHA T!~inir1g. Jose i DOT Training . ..J~tts-:-:_:~r.-..~ _.:0~;~'84V~~l~[ngg- g~;: i .___n__~I_I()tf6~~~~~ainin9 Completion Date 11/6/2008 6/2/2009 11/19/1999 7/14/2009 7/21/2009 4/1/1988 10/20/2008 7/21/2009 7/1/2001 2/27/2009 6/2/2009 10/1/1998 1/18/2008 4/25/2009 9/19/2003 5/26/2009 7/14/2009 6/25/1999 6/12/2008 4/25/2009 11/1/2002 6/2/2009 6/10/2009 4/1/1993 11/3/2009 9/19/2008 5/9/2009 4/14/1989 2/17/2009 4/25/2009 10/14/2009 9/15/2005 6/11/2009 8/16/2009 4/16/2007 5/20/2009 5/28/2009 12/1/1999 ---.-- -. - 6/18/2009 10/14/2009 12/1/1997 6/17/2009 6/18/2009 CV01- Personnel List with OSHA Training Completion Dates 2 Figueroa Figueroa Figueroa Flores Flores Freidinger Freidinger Garcia Garcia Garcia Gath Gath Gath Gath Gloria Gomez Gomez Gonzalez Gonzalez Gonzalez Gonzalez Gonzalez Gonzalez Gonzalez Gonzalez Gonzalez Gonzalez Gonzalez Gonzalez Gonzalez Gonzalez Gonzalez Hamilton Hamilton Hernandez Hernandez Hernandez Hernandez Huntley Huntley Huntley Iannacone Jones Jones Jones , -, __40 H_()~,"-_Q?tY\Tr~ini ng_n __p_()T_ Ir_ainin[__ _ _8 H9_LJr 9SH~}raining __ggIJraining _~_8_tlour OSHAT!9ining ~qrLc.>_u_rQ~f-lA Traini~g_____ 8 Hour gSH!\Training _ ~Q.Ij()~r.9 Sf-l~..!.r_Cli n i ng ___~_ ___l:)OTIr~_i~~ng _ 8 Hour OSHA Training__ __8}:Is>u!_ OSHA Training DOT Training 4Qltc.>l:lf OSHA Training DOT Training I I i- Jose Jose Jose Dennis Dennis Edward Edward Luisito -,------ -- -- Luisito Luisito James James Jonmark Jonmark Maria : Richard A:J~n_-_-4Q-H~)ur_()SHA Training Ri~:~~~.: _j~__-~ 461j_~u~~~~:_~~i~in~L_ ~;~:~ _~_-_=L-=-__-_jJjo~i~~~8~g~~i~9 _ Gerardo 1---- 40_H()ur OStiA Training Gerardo I 8 Hour OSHA Training Gerardo -! == ~ ~_.:.:. _l?of TrCiini!:'g ---- Jose . 40 Hour OSHA Training ___ __ _____ -r---- _________n________~_ _______n_ -- - n_ ~~:: ______1_ - -81fo~-?6~R~!l~~~ini ng Orlando ____r_:_==:46~R~~~Q~IjA-TrCl!-~i~9 .-_ Orlando __I _w _______DOT Irainiil.9__ Ramon i Forklift Training _~amonJ:_______4Qj{oJ.JLQ?_H:}\j\~inin_g _ Ramon --I- !:)QT Training Ramon i 8 Hour OSHA Training Jarrod I 40 Hour OSHA Training Jarrod i _8_tl_()~r OSHA Iraining , ,l\ngel_n _ n~__ _ F()r~~ftIraining Angel I _~QtloLlr OSHA Training T Angel ,___pOTlrClinl~g Angel --I 8 HoLJr.9SHA Training - 1- Kevin 40 Hour OSHA Training _____ -----1 ____ -- ---------------- ------ -- _n - ----- _I<~\lin 1___________[)QII.r.?i_t:l~~g_ Kevin ! 8 Hour OSHA Training Aymee-r- --- -------- - -- --- Andre-- --1--- ____nn ______1-__ _ 'p'QLTraining - TA;~~:n - -\- - --48(y~OoU~r~Ss~~Vr~*fng i i 10/1/2002 5/28/2009 8/16/2009 5/9/2009 8/16/2009 1/1/2007 11/7/2006 12/1/1989 4/25/2009 2/27/2009 11/12/2008 4/25/2009 4/21/2009 6/9/2009 -t.. . 11/6/2006 6/18/2009 9/13/2007 5/28/2009 11/4/2009 3/2/1990 12/17/2008 6/2/2009 8/10/2006 4/25/2009 8/16/2009 2/13/2009 6/4/2009 5/15/2008 6/21/2001 6/2/2009 8/16/2009 10/29/2008 11/3/2009 4/14/2008 4/4/2008 5/26/2009 5/20/2009 9/13/2007 6/2/2009 8/16/2009 6/2/2009 7/14/2009 3/9/2009 CV01- Personnel List with OSHA Trainina Completion Dates 3 Jones Kelley Kelley Kelley Koloff Koloff Kopp Kopp Laureano Laureano Leo Leo Lindsey Lindsey Lindsey Livsey Livsey Mann Mann Mann Martin Martin Martin McNeill McNeill McNeill Miguel Miguel Moura Ocasio Ocasio Ocasio Osorio Osorio Osorio Osorio Page Page Perez Perez Prieto Prieto Quinones Quinones Quinones Tyshawn _I DOT Training Jos~ph. .. j_. .'!Q_Ijs>.ur OSHA Training ...J_oseE~__ I DOT Training u_ Jb~-~~?-n -j- ~- --{ -~-~t~ ~~-~~ t~:~~~~~ Oscar r. u_.___~.~Q.9i.,~rC3iriiQi Pamela I 4_0 HOU~_()_~tl_~Trai.ning Pamela i. _.~HgLJ.rOSH~Training Armando i- 40 H_our O~tlA TrC:!ining Armando: DOT Training Kenneth I ~O Hour OSHA TrC3ining Kenneth I. DOT Training. Gregory . I 40 Hour OSHA Training GregQry .1. .____QOT Training Gregory ! _.?HOUf()SHA Training Farris i J3_ljo_uf_9SH.ATraining Farris ! _ ____DOTIraining Jacques . .l- 40 Hou~QSHA Training Jacques: PQ,- Training __ Jacques i 8 HO.LJrg?.':"i~,-raining Raidel -1,. 40..t!C?l:I.rQSHA Training Raidel DOT Training Raidel 8 Hour gSHA Training TT!lmmoOtthh.-yY -In. .40_tl.o~!_9SHA Training u _ _.I2.C?T,-~aining TimothY-! 8 Hour OSHA Training Fabi6-.~.l-.--~-- DOT.!raining Fabio I 8 Hour OSHA Training I . -- .. - . . Ana I Hipolito - r Hipolito Hipolito Henry Henry Henry He_n.rymu Maurice Maurice Kevin Kevin Erik Erik David David Wilmer 49.H()LJ~g~HA Training. DOT Trai!ling 8H.oLJr.QSHA Training ,!O_t1.~LJr_OSHA T~aining _ Dg,- Training ~or~li~ ,-raining. ____8 HOLJ.r:()~Ij,A. Training n . 4Q.HourOSHA Training .__P9lIrai[1ing a l::I_o.LJf O_stl!\ T~aining . DQ.,-_,-~a~r1ing m_~Q_Ij()urQSHA Training n D.O_T]"r~ining __'!D. tlour.()SI-jA Training 8 H~u! OSHA Training 40 Hour OSHA Trainin 4/25/2009 9/13/2007 5/26/2009 10/14/2009 10/17/2008 6/4/2009 4/1/1991 9/5/2003 4/21/2009 5/26/2009 4/21/2009 6/9/2009 11/16/1992 4/25/2009 6/17/2009 2/27/2009 5/26/2009 4/1/2003 6/9/2009 10/14/2009 3/15/2008 4/25/2009 2/27/2009 5/16/2002 6/2/2009 10/14/2009 5/28/2009 6/10/2009 4/1/2003 5/28/2009 6/10/2009 9/18/2008 5/9/2009 9/3/2009 8/16/2009 5/7/2009 6/18/2009 5/20/2009 5/28/2009 2/13/2009 5/28/2009 10/1/1993 11/3/2009 7/1/1989 CV01- Personnel List with OSHA Trainina Completion Dates 4 Quinones Quinones Ramirez Ramirez Ramirez Ramos Ramos Richards Richards Rivera Rivera Rivera Rivera Rivera Rivera Rivera Rivera Robledo Robledo Robledo Roca Rodriguez Rodriguez Rodriguez Rushing Rushing Rushing Sampson Sampson Sampson Sanchez Sanchez Sanchez Santiago Santiago Santiago Santora Santora Saxton Saxton Saxton Simoes Simoes Simoes Slater l ________p_OTTrainJ~g_ _ _1______n~HoLlrgSHf\JrCiil"!i~g ! 40 Hour:.()SHA Training DOT Training 8 Hour OSHA Training 49 Hour OSHA Training 8 Hour OSHA Training 8 Hour OSHA Training DO} Training 40 Hour OSHA Training 8_ HoLJr_OSHAlrainJng __ _ [)9In-rrainil"!g 40 HouL9SHA Jraining ~ Hour O~I1A Training _ ~O_i-1_Ql:l_r9SHA Training 8 HOL!.rOSHf\Iraining __[)()T_Iraining _ _ n~ J:-I~l:l.r qSHA Training 40 Hour OSHA T~aining [)()T_Jra~~il'1g Wilmer Wilmer Javier Javier Javier Hugo Hugo Francis Francis Grabriel Grabriel __~_J Grabriel Jesse --J- Jesse I Walter ! I Walter i , - Walter _1_ Orlando I ~ Orlando i 1--- - Orlando_I____ Miguel i __ Ivan i 40 Hour OSHA Training ---r---------- ------------------~------ -- Ivan i 8ljour:.9SHA lraining J~v~s--t------ 40H~u~t~~*~~~i-l1iI19 -- _____I ----- ________~____n__ ---- James_I____~_ ?_lio.urg~t!A Trairl!ng_ ~i~:~n---I-n--- 40-Hfu~~-~~Ci1~~lning --- nn__ --- _I _ ----------- ----- ----- Tymen I DOT Training Tymen - - : - 8-i-four-6sHA'fraining _ __ L __n___ _ ____ _ _ __ ______ --- --- Miguel I 40 Hour OSHA Training -- - - - - -- ---1-- -- - -- _ Mi9.l!el 1_ _n___nPO"LJLail"ling _ Miguel --i- _ _ 8 Hour OSHA Training ~_ Ll_a nn_ _ Jn ____~9_110Ll!__Q.Slj,A._ T rCi in ing Juan I 8 Hour OSHA Training I _ -- -- - ~:r~-----_ --y--- _ 4cLli~ui{_;~*n~~ining Marcn_ ?!-I~LJr_qSi-1A Trainin.9 Arlen __] - - ~O_H_o.~L()~I1_f\._,..raini~g Arlen n ___ L __~ __ DQlIri2il1ing __ Arlen__-_-_-_~_-_ 8!-lo':lL_()~_HA_I!~!nil'1g Lino 1~()__'jC?ui()_~HA Training Lino _ ___1____ 8 i-1C?.LJE Q.StlAJraining Lino _ __________-'2.QI..I~CiiT1~r1.g_ Steve I 40 Hour OSHA Trainin i j- i !--- 5/26/2009 10/14/2009 4/16/2007 5/28/2009 8/16/2009 10/1/1989 11/9/2005 11/6/2008 5/28/2009 9/15/2005 12/15/2008 5/28/2009 11/1/1988 11/3/2009 4/16/2007 2/27/2009 5/26/2009 10/20/2008 11/6/2008 6/2/2009 n! 11/20/1988 11/12/2008 5/9/2009 1/17/1989 12/15/2008 6/4/2009 8/10/2006 5/9/2008 11/4/2009 9/14/2001 6/9/2009 6/17/2009 7/18/2002 2/27/2009 6/2/2009 1/17/2002 11/3/2009 1/8/1986 6/9/2009 7/20/2009 5/8/1997 5/20/2009 6/4/2009 6/1/2004 -,- , CV01- Personnel List with OSHA Training Completion Dates 5 Slater Slater Smith Smith Smith Stella Stella Stella Topple Torres Torres Vega Vega Vega Velasquez Velasquez Velasquez Welch Welch Wellins Wellins West West Williams Williams Yilmaz Yilmaz Yilmaz Zambrano Zambrano Zambrano !---- ___~_!j9-LJ!_9~I_lA I~13inif!g__ _ D9_T l"rai~i~g _ 40 HOljr_Q~!j.AIraining _ ___D_QIJ!ainina __8tl.ourg~!j1\ Training __Lt_OIjQlj!_ Q~'iAIra~~ing__ _ _ DOT Training 8 H~lJ!_Q~!jATraining Ste"-~_ul_ Steve l Eric I Eric [ Eric i Cecilio ! CeCilio--- t- Cecilio Debra Jose _ 40 Hour OSHA Training Jose DOT Training Ovidio 8 HourOSHA Training Ovidio DOT Trainin9 Ovidio 40 Hour OSHA Training Manuel 40 Hour OSHA Training Manuel _ !____8__H~LJ!Q?I-lA Training Manuel ___-!-_ _ _ D()TJ""rCiiniIl9_ Theodore I ____19_I1.Eul" QSHA TrainL~9 Theodore___Q_()T' Tr13irlLrl9 ~a~~~___ -~- -~___~QJ::l.E_~Q~!:!A_ Trailli_r19___ _ Jason _ _ _?_I-'-~LJ!_()SI_lA_Irai~iIl9 Victor I _ 40 Hour OSHA Training I ~u~~C~~aa T==~~~JtJ,%\~~~T~i~ . r- ___. ..__...._____.~_____I.__ ..-----.-...- .--~-----~---_. ..-------- . -------- no..__ M Ll h131T1 rTlCid_ f---- ___~__qO.IJ rCl_in if"lg ____ u___ Birel __ _ _ I 40 Hour OSHA Training Bi_r~Ln--I--- ---~~~__~~!?QT-fraining -- - -- Birol _. _ I m 8 Hour OSHA Training N els.QIl__~ :-_l----:=__~QJi~u!.~~E~.fl"ain i~.9u_ Nelson I DOT Training .. ----+.------- ------------------,.-- Nelson j _ ~ JjQ.lJ~9SHA Training _ _1______ - I- I - - ---------~-- , I I 11/12/2008 6/9/2009 4/13/2006 5/9/2009 6/10/2009 11/18/1999 5/28/2009 6/17/2009 4/21/2009 5/26/2009 11/1/2005 5/26/2009 5/7/2009 10/12/2002 11/12/2008 6/4/2009 4/21/2009 6/11/2009 9/16/1999 2/2/2006 5/1/1997 3/17/2007 12/4/2008 5/9/2008 3/14/2003 5/9/2009 6/17/2009 4/16/2007 4/25/2009 6/17/2009 CI~~n V eg~~_'~_.._~~Sp()I1Sive Environmental Manag~r(lent Services CLEAN VENTURE / CYCLE CHEM 201 SOUTH FIRST STREET & 36 BUTLER STREET QUALITY CONTROL MANUAL REVISION 1 APPROVED BY: DATE DATE DATE BRANCH MANAGER OPERATIONS MANAGER HEALTH & SAFETY OFFICER 1 of 16 Table of Contents Section PAGE 1. Introduction Page 4. 2. Total Quality Improvement Page 4. 3. Management Ownership Page 5. 4. Responsiveness Page 5. 5. Accountability Page 6. 6. Training Page 6. 7. Quality Assurance Page 7. 8. Quality Control Page 7. 9. Operational Performance Page 7. 10. Business Performance Page 8. 11. Regulatory Performance Page8. 12. Methods Of Identifying Deficiencies Prior To Corrective Action Page 9. 13 Methods For Documenting And Enforcing Quality Control Page 9. 14. Responsible Individuals Page 10. 15. Document Control Procedure Page 10. 2 of 16 Table of Contents Section PAGE 16. New SOP Documents Page 11. 17. Revision To Curent SOP Documents Page 11. 18. Obsolete Document Page 11. 19. Document Access Page 12. 20. External Document Control Page 12. 21. Internal Audit Page 12. 22. Control Of Non-Conforming Products Page 14. 23. Procedure For Non-Conforming Products Page 14. 24. Corrective Action For Non-Conforming Products Page 14. 25. Preventive Action For Non-Conforming Products Page 14. 26. Purchasing Page 15. 27. Competitive Bidding and Evaluation Process Page 15. 28. Work And Responsibility Assignment Page 15. 29. Normal Flow of Purchase Orders Page 16. 3 of 16 CLEAN VENTURE / CYCLE CHEM QUALITY CONTROL MANUAL 1. Introduction: The Clean Venture \ Cycle Chern here in referred to as CV / CV management approach to quality performance includes a combination of Quality Assurance and Quality Control (QAlQC). 2. Total Quality Improvement (TQI): CV/CC refers to the entire management process of QA and QC as the Total Quality Improvement Program. The objectives ofTQI include: . Standardize measurement mechanisms and ensure consistency of quality through documented and verifiable results. . Guarantee the overall quality of program and project management and technical support. . Provide superior level project work performance. . Provide validation and completeness of all analytical sampling protocols, data results and computer-generated information or models. . Guarantee the accuracy of project specific plans. . Enforce the utilization and adherence to all Standard Operating Procedures (SOP). . Facilitate the scheduling of project performance requirements in support of project deadlines, while incorporating sensitivity to H&S issues and equipment/vehicle operational capabilities. The figure on the following page depicts a number of the key "building blocks" of our TQI Program. Elements of CV/CC Total Quality Improvement Program Qwnership Training Figu re 4 4 of 16 To achieve these objectives CV/CC's Operations, Business and Regulatory groups work in concert to achieve the highest standards in quality performance. The strength of the CV/CC TQI program is based upon three separate concepts and uniformly supported by a fourth concept. The three basic concepts are: . Management Ownership . Responsiveness . Accountability The supporting concept for the CV ICC TQI program is training. 3. Management Ownership: For any oversight system to be functional it must receive the active endorsement of the managers for whom it is designed. At CV ICC we refer to this active managerial endorsement of our TQI program as "Management Ownership". Each Branch Manager within the CV/CC organization is one of the architects of the TQI system. Each Branch Manager is encouraged to submit suggestions for changes, improvements and supporting systems to make TQI and the QA/QC process more functional at every level. Since the TQI system is, in essence, a report card for the performance of CV ICC operations, Branch Management participation and support of the goals of the program is essential. Branch Managers, in turn, elicit the support of their own internal managers to the TQI QA/QC process. This support translates directly into the effort which Branch program level managers and project supervisors apply to ensuring completion and adherence to each measurable component of quality control and ultimately produces a higher quality product for our clients. 4. Responsiveness: CV ICC is sensitive to the requirements and demands of clients for constant accessibility and timely response to queries and concerns at both the administrative and operational levels of project performance. For this reason CV/CC has identified responsiveness as one of the primary building blocks of our TQI program. Responsiveness is separated into three categories. 1. Response to client queries concerning QA/QC measures and specific applications. 2. Operational response in incorporation of prevention and assurance for quality project performance. 3. QA/QC response to absence of quality project performance. Regardless of the cat.egory, whether it concerns response to a client inquiry, the establishment of quality control mechanisms in advance of a project or the advent of an incident during an ongoing project, certain management actions are congruent to all response situations. These include: 5 of 16 . Become proactive in tracking, documenting and initiating corrective actions regarding the situation. . Communicate with all parties (both client and CV/CC -internal) about the situation. . Utilize an existing or create a QA metric to register future similar situations. . Identify QC actions to prevent future similar situations. To achieve uniform responsiveness in any variety of situations, all employees involved in the correction of QAlQC related issues draw on all assets within CV ICC. This is to guarantee our responsive capability and demonstrate our corporate dedication to the provision of quality services and products to our clients. 5. Accountability: Due to the critical nature of our business and it's inherent potential for serious repercussions from errors in our performance, CV/CC recognizes that accountability of action as the third critical element of our TQI program. The components of accountability include, but are not limited to: . Specific assignment of work performance tasks at the operational level, with both peer and supervisory review checks. . The establishment of realistic deadlines for non-emergency or expedited remedial action projects and their assignment to project operational managers with sufficient time to ensure dedication to both the project and quality performance. . Support of verbal task assignments at the field level with detailed field notes or daily reports that are routinely verified for accuracy. . Inclusion of digital photographic documentation for all work, while in progress to support written descriptions of performance. 6. Training: The fundamental supporting component for any QAlQC structure is training. The CV ICC strong commitment to training is a vital element in every aspect of our operations. For support to our TQI program, training is the most vital element and the basis upon which the entire program is founded. Training provides: . Identification of elements of QAlQC to all CV ICC personnel. . Education to operational managers in sensitivity to TQI goals and metrics. . Reminders to managers of the importance of full adherence to TQI policies. . All CV ICC personnel with opportunity for active participation in the TQI process. 6 of 16 7. Quality Assurance (QA): CV ICC QA program includes the development and initiation of tangible and well-defined metrics that support both qualitative and quantitative performance assessments. These metrics are easily defined and are relevant to the project for which they are employed. Each metric must perform the service of providing CV ICC decision making personnel with information upon which to base operational modifications. 8. Quality Control (QC): Quality Control (QC) is the process of inspection, review, participation in and enforcement of established SOP's, guidelines, regulations, and client-generated requirement for any program or project. Our chain-of-command personnel within any TSD or Operational Branch perform this work. Specifically, within each Branch, the Branch Manager, Operations Manager, Health & Safety Officer and each functional Supervisor conduct regular QC inspections and reviews during the course of operational completion. CV ICC QC effort is based upon planned and random physical inspections of ongoing operations in all phases of completion. For CV/CC, the QA/QC process is NOT one that begins only after the work is completed. CV ICC, QA/QC, and the entire TQI Program, is a vital component in every single aspect of all tasks that CV ICC undertakes. It is only through dedicated commitment to the highest standards of QC that CV ICC can continue to provide exemplary environmental s.ervices to each of our valuable clients. At the operational level, the product of CV ICC TQI is the initiation of a Quality Control (QC) Plan for imy given operation. The QC Plan will serve as the basis upon which the routine performance for the project will occur. The following methodology will be used to monitor the three major performance areas under this contract. They are: 1. Operational Performance 2. Business Performance 3. Regulatory Performance 9. Operational Performance: Client operational or technical representative personnel will meet with CV ICC prior to project start-up to refine the proposed CV/CC activities. This meeting will be documented and a copy of summation will be incorporated in the QC Plan. Minimum operational performance requirements will be established and detailed in the Scope of work 7 of 16 . Project Coordinator or other executive management personnel visit client and job site on a scheduled basis. CV ICC management personnel discuss project with on- site personnel and client point of contact. . Company's branch manager responds in writing to client with corrective actions discussed and corrective measures taken to prevent repetitions. The branch manger follows up to insure customer satisfaction. 10. Business Performance: Client contracting personnel and business administration personnel of CV ICC meet prior to project start up. Review written procedures prepared by contractor to discuss documentation requirements, number of copies, electronic transfer possibilities and points of contact. This section of the Project QC Plan will include a copy of the requirements and specific statements of business performance that will be utilized within the metrics for QC Checks. . Client financial personnel and CV/CC accounting personnel review procedures and authorizations for acceptance of invoices and back-up documentation. . Monthly report of day's sales outstanding, open invoices and work in progress is reviewed by accounting personnel and project manager. . Comparison of expectations versus performance reviewed by Branch Managers, Project Coordinators and Supervisors. 11.Regulatory Performance: Critical regulatory involvement in remedial, disposal or Hazardous Material (HAZMA T) handling or transportation actions is essential for inclusion in the QC Project Plan. It includes issues dealing with EP A, OSHA, DOT and other Federal and state regulations. This section must contain the initial estimate of regulatory involvement and the following criteria. . Integrity insured by separate QC reporting chain from both operational and business personnel. . Job hazard analysis and regulatory requirements reviewed at Kick-Off Meeting prior to job start-up. . Site survey performed and written Site Specific Health & Safety and Regulatory Compliance schedule is created. . Site-specific plans reviewed with contractor personnel and assigned client personnel. . Unannounced QC inspections. . Analysis of packaging, labeling and manifesting requirements to make sure work is done properly. 8 of 16 12. Methods Of Identifying Deficiencies Prior To Corrective Action: Each QC Plan will be created to include specific envisioned methodology for both the identification and correction of performance deficiencies. The QC Plan will also be prepared to incorporate the following components. · Plan prepared prior to start-up detailing procedures, methods and expectations. Plan reviewed and updated as needed throughout project. · Include regular Client interviews and requests for feedback from client personnel in operations, business and regulatory compliance. · Sharing of information from client on past history performance, safety hazards, regulatory requirements and unforeseen areas of concern. · Customer and CV/CC involvement in quality expectation, performance measurements, and documentation prior to and during job performance. . Comparison of anticipated schedule of performance and actual performance on regular basis (minimum monthly). · Active involvement of top management in job completion and customers satisfaction. 13. Methods For Documenting And Enforcing QC: . CV ICC Safety Audit will be utilized for inspections. . All meetings have minutes taken and distributed to Project files. . All site visits are documented. Narratives of discussions with client and CV ICC personnel are created and filed in Project files. . Duplicate copies for regulatory compliance and health and safety issues retained and included in Project files. . . Corrective action statements concerning personnel performance are retained in Human Resources (HR) files (ONLY). · Field Record books will contain summary of daily activities, inspections, personnel assignments, unusual happenings and daily goals and achievements.. . Site health and safety plan kept on site and signed by all who have been trained in its contents. . Hard copy file of all manifests and shipping documents maintained at Branch Locations, which are tracked by computer system. 9 of 16 . Computer based accounting with back up to research and track invoices, submitted documentation, payment schedules and electronic correspondence. . Project files contain contractual agreements, subcontract agreements, inspection reports, meeting notes and minutes, site-specific Health and Safety plan and all updates to the plan. . Project files are referred to and maintained at Branch offices for active and completed Projects and are archived upon Project completion. . Filing system maintenance with limited access in a secured area located in each branch. 14. Responsible Individuals: . Overall we emphasize that quality assurance, quality control and customer satisfaction is all of our employees responsibility. The guardian of that performance is the Company President. The individuals responsible for operational performance are the Branch Managers and the Project Coordinators. . The CFO oversees financial aspects. . Regulatory compliance is assigned at both the site-level by the Branch Manager and Corporately, through the President. 15. Document Control Procedure: The following protocol is to be followed thus ensuring total control of all documents at all locations. . All documents must be approved prior to distribution. . Only the latest approved documents are to be used. . Any updated document must be re-approved. . Documents to have latest revision number, date and approval signatures. . Daily operating documents are sequentially numbered and assigned to specific jobs or employees. Examples are Time and Material forms, Purchase Orders etc. . External document control see section 20 External Document Control. . To prevent the accidental use of obsolete documents, they are to be destroyed. Section 18 Obsolete Documents. . Copies of quality documents are kept on the hard drive in the public file. This ensures that the documents are legible and none of the pages are missing. 10 of 16 16. New SOP's (Standard Operating Procedures) Documents: New SOP's (Standard Operating Procedures) documents are written. The draft is then distributed to all Branch Managers, Operation's Managers, and Health and Safety Officers visa e-mail for their input and review. The input that is received by the initiating person is then scrutinized. The document is then rewritten with the suggested changes that are appropriate for this document. The document is then resubmitted to all branches for further review and input. When there is no longer any input added to the document it will then be given to the initiating branches Branch Manager, Operations manager and Health and Safety officer for approval. They will then sign on the appropriate space and date the document marked as approved. A scanned electronic copy of the approved document will then be submitted to all branches via e-mail so it can be placed in the appropriate document folder. The document is also to be placed in the public file on the hard drive for access to anyone who might need it. 17. Revision To Current SOP's Documents: The revision to current SOP's or other documents procedure is as follows. When a document needs to be revised to make current with accepted standards and practices the initiating person will inform all Branch Managers, Operations managers, and Health and Safety Officers electronically of his/ her intent and ask them for their input. All of the information sent by the other branches to the initiating person is then scrutinized. Only pertinent information is then added to a copy of the document, and any obsolete parts of the document are to be deleted. The revised document will then be resubmitted to all branches for further input. When this process is completed the final draft will be marked When this process is completed the final draft will be marked as a revision, with the date of the revision on it and the revision number. The accepted revised document is to be signed by the initiating branches Branch Manager, Operations Manager and the Health and Safety Officer. They are to sign and date the document in the appropriate areas. A scanned electronic copy of the Approved Document will then be submitted to all branches via e-mail, and is also to be placed in the public file on the hard drive for access to anyone who might need it. 18. Obsolete Documents: A document is considered to be obsolete when a revision to the document has occurred, or the content of the document is no longer in use. That document is taken out the appropriate file and destroyed. That document is also deleted form the public file on the hard drive. All branches are notified that this particular document is obsolete and their copy is to be destroyed. 11 of 16 19. Document Access: Document access relating to SOP's is available via the public file on the hard drive. They are also available as copies in the SOP folders, Health and Safety SOP folders. MSDS are branch specific and are kept in the MSDS folders at each branch. Access to job folders is limited during the running of the project by the office manager in their office. With the exception of project folders, these folders are accessible to everyone who needs to see the documents. The project folders are kept secure by the office manager, and upon completion of the project is archived in a secure area in each branch. 20. External Document Control: External documents are controlled as follows. MSDS for general supplies are kept in the MSDS folder. MSDS and all other site-specific documents are kept in the appropriate job folder, which is controlled by the office manager. This controls the flow of the documents and ensures that they are not put in the wrong folder. 21. Internal Audit: The following is the procedure for the internal audit process of Clean Venture. This procedure has been developed and set in place to insure that every phase of the project has been documented and proper procedures are being followed both in the field as well as in the office. 21.1 The internal audit procedure for Work in Progress Job Folders is as follows: . Project Coordinators fill out ajob opening and job detail report. The job opening form is used to establish a customer in the Open Box Tracking System and the MAS200 Accounting System. Upon credit approval from the accounting department, a job detail report is filled out and submitted to dispatch as an item pending scheduling. A job detail report is a listing of personnel, equipment, and materials that is required to perform the project. . Upon approval, the dispatcher will promote the job detail from unscheduled to scheduled on a daily roster. All personnel, equipment, and materials for all of that days job details are listed on the roster for the next days work. At the end of the day the dispatcher will print a Time and Material Sheet (T &M) for each job. This T &M Sheet lists items from the job detail form and then given to the field personnel. A log ofT&M's is created by the Open Box Tracking System. 12 of 16 . The field personnel verify usage on that specific project and hand write the appropriate hours and items used. The customer then signs the T &M as verification and approval of the days work. The T&M is then brought back to dispatch were it is reviewed and logged back into the system as "Received by Dispatch" . . . The dispatcher will then send all of the T &M to the billing department. The billing department records that the T &M is received and the status is listed on the T&M log as "Received by Billing". The billing department will then sort the T &M sheets and place them into their specific job files. Each job file has specific billing instructions. Once readied for billing the billing clerk will meet with the project coordinator to verify the information and prepare the invoice to the customer. The invoice number is entered into the T &M log and the T &M is listed as "Closed". A copy of the final invoice to the customer is given the project coordinator for his final approval. . Monthly, the Branch Manager and Billing Manager will review a selection of files and invoices for the Work in Progress reporting. At this point, files and invoices are reviewed to insure that all practices are being followed. At the fiscal year end, an outside account firm will audit selected files for accuracy in order to prepare final audited financial statements. 21.2 The internal audit procedure for Health and Safety is as follows: . The Health & safety Officer will go to Open Box and randomly select ajob site to be audited . The H & S Officer will then go to that site unannounced. . The H & S Officer once at the site will ask the supervisor for the site specific HASP while observing the men working. . While looking at the HASP the officer will look at the safety-meeting sheet to ensure that everyone has signed it and what took place at the meeting. The officer will also look at the air-monitoring log if air monitoring is needed, as to what the readings are. . The H & S will look at every ones gear bag to determine whether or not they have all of the equipment that they are required to have with them at all times. . The H& S will then talk with the employees asking them about the HASP, the safety meeting. What the hazards are, what they are finding on the site and where the hospital is. . The H & S will visually look at all of the employees on site to ensure that they are wearing the proper level of PPE. 13 of 16 . The H & S officer will then document all of his findings on the audit form, indicating findings or concerns. The H & S will also mark if the site was Satisfactory, Unsatisfactory or the Job had to be Shut Down. . The supervisor running the site will be shown the audit form. The H & S officer will discuss his findings with the supervisor. The supervisor will at this point sign and date the form acknowledging that he has been audited. . This process is performed numerous times through the year. 22. Control of Non-Conforming Product: The following procedure is to be followed to ensure that our suppliers do not send us any non-conforming material. This procedure also insures that any material that is found to be non-conforming does not inadvertently get out in to the field but is returned to the vendor. 23. Procedure for Non-Conforming Products: All incoming products are inspected. All non-conforming products are to be placed on hold and the vendor notified. The material that has been placed on hold is to be moved to an area where it cannot be mixed with other material of the same kind. The non-conforming material is to be tagged as REJECTED. All non-conforming material is to be returned to the supplier. 24.Corrective Action For Non-Conforming Products All non-conforming material is to be rejected and sent back to the supplier, NO EXCEPTIONS. 25. Preventive Action for Non-Conforming Material: Suppliers are to be given a specification sheet for the material to adhere to. A sample of the material if possible is to be given to the supplier. Samples from the supplier are to be collected and compared to ensure that they are the same quality. 14 of 16 26. Purchasing: Although it is unlikely that any task order received under contracts would include requirements beyond the capabilities of our integrated Purchasing Department, we have nonetheless devised an effective approach for the utilization of subcontractors if necessary. This approach includes a competitive bidding process, and a through evaluation and selection process, work and responsibility assignment, and task completion certification. This process is also utilized for the purchasing of products that are required to keep Clean Venture / Cycle Chern operating on a daily basis. The onlv exception to this rule is CUSTOMER APPROVED VENDORS ONLY for specific needs and material. 27. Competitive Bidding and Evaluation Process: This process starts with the selection of subcontractors using our geographically based contractor database system. The subcontractors receive the scope of work or material specifications, which are accurate in the nature, type, style, quantity, and quality of work that we require. Due to compressed time schedules governing our own submission requirements to the client, we often demand quick responses to solicitations. Nonetheless, we request these responses include both costing and past performance references to support an award. Both cost and technical portions of subcontractor or suppliers bids are evaluated together to ensure a "best-value" offer. Results of the competitive process are documented; award is given to the lowest responsible bidder. Once the subcontractor or material supplier has been selected he is given a purchase order for the items requested, with the specifications, quantity and delivery dates. 28. Work and Responsibility Assignment: . Operations Manager is responsible for the purchase of equipment needed to keep the crews up and running in the field. . Health and safety Officer is responsible for the purchase of all safety and training related equipment and manuals. . Project Coordinators are responsible for lease purchase of equipment necessary to ensure that their jobs are running properly and in an efficient manner. 15 of 16 . Dispatcher is responsible for the purchase of truck related repairs and PM's . Purchasing is responsible for the purchase of the every day supplies needed for the employees to work out in the field. . Office manager is responsible for the purchase of all the needed supplies required to keep the office up and running. . Branch manager overall is responsible for the operations, accounting of the branch including the profit and loss statements. 29. Normal flow of Purchase Orders: 1. Purchase orders are hand written by Supervisors, Dispatcher, Operations Manager and Project Coordinators. 2. Purchase orders are then submitted to Branch manager for review. 3. The account payable clerk files the purchase orders pending invoice. 4. Upon receipt of invoice the account payable clerk checks for accuracy. 5. Purchase orders along with invoices are given to Branch manager for review and approval. 6. One copy is placed in the job folder and given to the Project Coordinator for review and invoicing to client. 7. One copy is sent to corporate account payable group it is then entered into the MAS200 accounting system. 8. The purchase order along with the invoice is verified, and a check is prepared. 9. The invoice and purchase order are then subject to a final review, upon approval the check requiring two signatures is signed for payment to the subcontractor. The President and CFO sign the checks with the Branch Manager being the alternate. 16 of 16 tfECelVf::L NAR 2 2 20'0 TOWN OF WAPPINGER FOR FUEL OIL TANK REMOVALS AT TOWN HALL AND HIGHWAY GARAGE COMPLEX BID FORM '\~"'''U ('\ ., (::Dr THE TOWN RESERVES THE RIGHT TO REJECT ANY OR ALL BIDS. EACH 8/0 FORM SHALL BE ACCOMPANIED BY BID SECURITY (AS DESCR/BED IN THE INSTRUCTION TO BIDDERS). TO THE TOWN BOARD, TOWN OF WAPPINGER, NEW YORK Pursuant to and in compliance with your invitation to bid contained in the Notice to Contractors dated March 22 ,2010, (month) (day) the undersigned hereby proposes to furnish all labor, machinery, equipment, facilities, tools, transportation, supplies, materials, insurances, permits, certificates, tests, guarantees, protection of equipment and property and life during construction; as well as competent and qualified supervision for all phases of the work, and other facilities and things necessary or proper for or incidental to, the Fuel Oil Tank Removals at the Town Hall and Highway Garage Complex Proposal, Town of Wappinger, as required by and in strict accordance with the plans, specifications and all other documents, for the prices stipulated and as shown on this bid form. Name of Bidder: Conklin Services & Construction Inc. (Individual, Partnership Corporation or LLC)* * Circle applicab e wor The undersigned declares that the bidding and contra~t documents have been car~fully examined and that all things necessary for the completion of the work shall be provided. Receipt of the following addenda is hereby acknowledged: DATE March 22, 2010 - 6 - ADDENDUM NO.1 3/11/10 ADDENDUM NO.2 3/16/10 ADDENDUM NO.3 3/16/10 ADDENDUM NO.4 3/18/10 ADDENDUM NO.5 3/18/10 . In consideration of, and to induce the award of this contract to him/her, the bidder represents and warrants that: (e) (f) (g) (a) If this bid is accepted by the Town Board, Town of Wappinger, as evidenced by issuance of a Notice of Award by the Owner, and maih3d by registered mail with return receipt requested to the address of the bidder as indicated on his/her bid, t~e bidder will execute a contract on the form of agreement herein provided and will comply with all provisions of said Notice of Award. (b) This bid is made without any understanding, agreement or connection with any other person, firm or corporation making a bid for the same work, and that it is in all respect fair and without collusion or fraud. (c) He/She has carefully examined and fully understands all of the parts of the contract documents, and that he/she will execute the contract and will completely perform it in strict accordance with the prOVisions thereof for the sum set forth on the bid. (d) No officer or employee of the Town Board, Town of Wappinger, or any person whose salary is payable in whole or in part by the Town Board is, shall be, or shall become interested directly or indirectly as a contracting party, partner, stockholder, surety or otherwise in this bid or in the performance of the contract or in the Supplies, materials or equipment, or to work or labor to which it relates, or in any portion of the profits thereof.. He/She is not in arrears to the Town Board upon debt or contract and is not a defaulter as surety, contractor, or otherwise upon any obligation to the Town Board, Town of Wappinger. All work shall be completed within the time allotted, from the date specified in the Notice to Proceed or set by the contract documents, mailed to the undersigned by registered mail with return receipt requested to the legal address of the bidder as indicated on his/her bid. If the bid documents contain any unlawful provision not an essential part of the bid and which shall not appear to have been a controlling or - 7 - material inducement to the making thereof, the same shall be deemed of no effect and will upon notice by either the Owner or the bidder be deemed stricken from the bid documents without affecting the binding force of the remainder. (h) Each and every provision of any law and clause required by law to be inserted in the bid documents shall be deemed to be inserted herein and the bid documents shall be read and enforced as though it were included herein; and if through mistake or otherwise any such provision is not inserted or is not correctly inserted, then upon the application of either party, the bid documents shall forthwith be physically amended to make such insertion. (i) That he/she is financially solvent and sufficiently experienced and competent to perform the work. 0) The work can be performed as called for by the proposal and that the plans and specifications are in all respects suitable and adequate for the work. (k) That the facts stated in his/her bid and the information given by him/her are true and correct in all respects. (I) That he/she is fully informed regarding all the conditions affecting the work to be done and labor and materials to be furnished for the completion of this contract, and that his/her information was secured by personal investigation and research. (m) In the event of a lawsuit, the bidder agrees that said suit shall be filed in the same federal district or county as the location of the project. BID FOR CONTRACT WORK: Base Bid The Bidder proposes to perform the work required in accordance with the contract documents for the lump sum of: $ Twenty Three Thousand, Six Hundred Seventy Four Dollars (Words) $ 23,674.00 (Figures) - 8 - Also made a part of this bid is Article C.3. mentation per Division 100, John Scandurra Title President Official Company Name Conklin Services & Construction Inc. ~ (Individual, partnerShiP~n, LLC)* * Circle applicable word Company Mailing Address Newburgh CITY 94 Stewart Avenue NY STREET 12550 STATE ZIP CODE Federal Employer Identification No. 20-5544077 Telephone No. 845-561-1512 Fax No. 845-561-1204 9 (If bidder is a corporation, fill in the following blanks.) Organized under the laws of the State: New York . John Scandurra Name and address of President: 94 Stewart Avenue, Newburgh, NY 12550 Name and Address of Secretary: Shane McCarthy 356 Cantitoe Street, Bedford Hills, NY 10507 Name and Address of Treasurer: Shane McCarthy 356 Cantitoe Street, Bedford Hills, NY 10507 (If bidder is a Limited Liability Company, fill in the following blanks.) Organized under the laws of the State of: Name of Manager or Managing Member: Agent for Service of Process: Address for Service of Process: 10 STATE OF NEW YORK COUNTY OF CJllUtLCf- ) ) 55: On the ;ld kQ day of -11J G.ALY-- \O)O! U , before me, undersi ned, a Notary Public in and for said State, personally appeared ~nown to me or proved to me on the basis of sa i factory evidence to be the individual whose name is subscribed to the within instrument and acknowledged to me that he executed the same in his capacity, and that by his signature on the instrument, the individual, or the person upon behalf of which the individual acted, executed the instrument. ~?L;t~ NOTARY PUBLIC 11 CERTIFICATION OF NON-COLLUSION BY BIDDER No bid will be considered unless this Certification remains attached to and is submitted with the Bid Bv Sllhmi<--' . .1115 bid, each bidder and each person signing on behalf of any ~.",,",O:::l certifies, and in the case of a joint bid each party thereto certifies as to its own organization, under penalty of perjury, that to the best of his knowledge and belief: (1) The prices in this bid have been arrived at independently, without collusion, consultation, communication, or agreement for the. purpose of restricting competition as to any matter relating to such prices, with any other bidder or with any competitor. (2) Unless otherwise required by law, the prices which have been quoted in this bid have not knowingly been disclosed by the bidder and will not knowingly be disclosed by the bidder, directly or indirectly, to any other bidder or to any competitor, before the time of the bid opening. (3) No attempt has been made or will be made by the bidder to induce any other person, partnership or corporation to submit or not to submit a bid for the purpose of restricting competition. A bid shall not be considered for award nor shall any award be made where (1), (2), and (3) above have not been complied with; provided however, that if in any case the bidder cannot make the foregoing certification, the bidder shall so state and shall furnish with the bid a signed statement which sets forth in detail the reasons therefore. Where (1), (2), and (3) above have not been complied with, the bid shall not be considered for award nor shall any award be made unless the Town Clerk of the Municipality to which the bid is made, or his/her designee, determines that such disclosure was not made for the purpose of restricting competition. (4) The fact that a bidder (a) has published price lists, rates, or tariffs, covering items being procured, (b) has informed prospective customers of proposed or pending publication of new or revised price lists for such items, or (c) has sold the same items or other customers at the same prices being bid, does not constitute, without more, a disclosure within the meaning of subparagraph (1). (5) Any bid hereafter made to any public authority or to any official of any public authority created by the State or any political subdivision, by a corporate bidder for work of services performed or to be performed or 12 goods sold or to be sold where competitive bidding is required by statute, rule, regulation, or \ocallaw, and where such bid contains the certification referred to in the lead paragraph of this section, shall be deemed to have been authorized by the board of directors of the bidder and such authorization shall be deemed to include the signing and submission of the bid and the inclusion therein of the certificate as to non-collusion as the act and deed of the corporation. I affirm these statements u..nder~.. y ~~/ BIDDER'S SIGNATUR . /;:~ ~ DA~arCh 22, 2 10 13 ;/ . ' CONKLIN SERVICES & CONSTRUCTION INC 94 Stewart Avenue' PO Box 7418 . Newburgh. NY 12550 (845) 561.1512' Fax (845) 561-1204 www.pumpandtank.com References: 1. Carmel Central School 81 South Street Patterson, NY 12563 Contact: Mark Earle 845-878-2094 Contract Price: $27,119.00 2. Lincoln Hall 145 Route 202 Lincolndale, NY 10540 Contact: Walter Hutchinson 914-248-7474 Contract Price: $40,782.00 3. Clove Branch Service, Inc. 1120 Route 82 Hopewell Junction, NY 12533 Contact: Richard Caroll 845-242-5259 Contract Price: $200,273.84 .. . CONKLIN SERVICES & CONSTRUCTION INC csc Statement of Qualifications If' 94 Stewart Avenue, Newburgh, New York 12550 (845) 561-1512 Fax: (845)561-1204 www.conklinservices.com ., .. Table of Contents Section 1 Section 2 Section 3 Company Profile Key Personnel Biographies Project Descriptions .. " " . II' CONKLIN SERVICES & CONSTRUCTION INC csc Company Profile ., II' . Since our inception in 1939, the majority of Conklin Services & Construction Inc (CSC) formerly Ira D. Conklin & Sons, Inc., daily business has been associated with underground and above ground storage tank installation, removal, maintenance, service and corrective action for the petroleum and environmental industry. CSC is made up of over 100 employees with an average of 15 years experience in their particular discipline. This experience has been utilized to: . ...J Perform over 10,000 petroleum construction projects; ...J Conduct over 3,500 environmental site investigations and assessments; ...J Install, operate and maintain over 100 remediation systems; ...J Provide closure for 900/0 of remediation sites within one year; ...J Provide petroleum service to over 6,000 customers including major oils; ...J Maintain the premier retail outlet for petroleum and industrial product sales; ...J Perform site audits to determine site compliance; ...J Provide fIrst responder spill response for over 2,500 locations While CSC maintains our reputation for quality in the petroleum industry we have the versatility to meet the additional needs of the industry. The CSC company is made up of four related divisions, Pump and Tank Installation, Environmental Services, Fuel Dispensing Service, and Petroleum and Industrial Product Sales. . . .. Pump and Tank Installation Division ese has the ability to provide commercial and retail petroleum distribution companies with all phases of petroleum distribution including station rebuilds, upgrades, pump and tank installation, piping installation and repair, tank tightness testing, petroleum equipment service and maintenance, and site compliance with current state and federal regulations. ese has a minimum of ten installation department crews dispatched daily to projects throughout New York State. '.. ......'001" Sjrviees .. ese's sixty-five plus years of experience coupled with our efficiency on these projects has made ese the primary choice of many major oil companies, independent oil companies and industrial companies throughout our history. The large array of company owned equipment and inventory is very conducive to our customers needs. ese is able to supply all aspects of the projects from attaining the permits and erecting the signage to getting the [mal approvals for our customers, when required. ese utilizes a minimum number of sub-contractors on projects since we are experienced and equipped to handle almost all segments of any project with our company employees. o StatiOllrebuilds ',PUmp ',installation , O:S.tiooupgtades Tank tightness testing ,~/' Sjpinstallation "0' 'Tank installation "~ r...k removal ','0' 'Tdk, abandonment O. ~ew,station construction ese's staff can answer all of your questions pertaining to the petroleum storage tank rules and regulations. We have the experience to provide guidance on the design and implementations of new projects or upgrade existing systems while assuring all work performed is in compliance with Federal, State and local regulations. In addition we can provide site inspections of existing facilities to discern any deficiencies and supply an estimate for the labor and equipment to provide the required repairs. This, along with our extensive inventory of parts and experienced technicians and construction foreman allows ese to service all of our client's needs without the necessity of sub-contractors. .. .. ., Environmental Services The prevalence and public attention to environmental concerns in connection to the petroleum industry resulted in CSC expanding our service base to become efficient and experienced at managing, controlling and handling all environmental situations. In doing so, we have gained extensive experience and knowledge of all aspects of the environmental field and expanded our client base to include insurance claims, residential and commercial property transactions, financial institutions and local and municipal entities. Some of these include: .. ...J Phase I, II & III environmental site assessments ...J Site remediation ...J Geo-technical services ...J Site compliance audits ...J Emergency spill response ...J Waste disposal .. The environmental division staff is comprised of professionals able to meet all aspects of the environmental needs demanded by our very diverse customer base. The environmental division management team is staffed with personnel that range from environmental engineers, to geologists, environmental scientists and waste and disposal specialists and together have over 35 years of experience in the industry. CSC takes pride in being able to manage all types of projects in house, minimizing the use of sub-contractors. Our Environmental staff is well versed in meeting the criteria required to meet the needs of our clientele for property transactions, financial evaluations and risk assessments. Always knowing the regulatory requirements as defined by the American Society of Testing & Materials Standard (ASTM) and taking into consideration the needs of our client we are able to tailor our Environmental Site Assessments to the preferences of our clients while keeping them ethically on course or when appropriate simply perform a ASTM E-1527 -05 depending on our clients requirements and needs. . Spill Response CSC's spill response capabilities are available 24 hours a day, 7 days per week. The CSC response time to a spill or emergency situation IS accentuated by the ideally situated location of our facilities. The matn office IS located ill N ewburgh, NY less than a half-mile from exit 17 of the N ew York State Thruway and exit 7 of Interstate route 84. CSC's spill response vehicles are kept at our facility, loaded with an assortment of spill response equipment. These vehicles are designed to be able to handle any SIZe spill. A project ..." manager will arnve at each spill site to assess~v"Ja""l~Equipment the situation and coordinate the cleanup ill safe and efficient manner. CSC keeps a large inventory of spill abatement and remediation materials at our facility so that it IS readily ..~.'.'V_...tntcks available to be used ill cnSlS situations. This inventory has been submitted to and approvedO.ihsbtbelltmatedals as more than adequate by the New York State '. Department of Environmental ConservationO.~~~atio"ieq1liplDent (NYS D EC) for N ew York State Spill Contractor inventories. In addition to ill stock oileJ~iDOOitoril1ginstruments materials CSC's machinery inventory IS one of .. . .... the largest ill the Hudson V alley, including~'Q~water pumps excavators, backhoes, dump trucks, portable aIr strippers, sweepers, emergency response trucks and loaders. We also have an assortment of technical instruments used for the delineation of contamination such as; photoionization detectors, LEL meters, oxygen, and toxic gas meters, flash point testers, etc. The plethora of servtces housed ill our facility are enhancements to the responsIveness and competency we are able to deliver ill an emergency situation. We also have the resources to attain specialty equipment on very short notice, if required. .. .. ., ., . .~'.,/ roay stocked on-call spill I . ." :respjnse :vehicles .. '.>'0:.<:-;:';:".,; 'ODJnd'push drill rig .()'. ~eCOvery systems - air and .' ..o~water . Geo-technical Services CSC also employs a geo-technical staff that is experienced in all aspects of site remediation, from initial assessment and delineation to long-term remediation system design and installation. The diversified geo- technical background of this department include ....0 . '~pijshdtilltig all phases of site assessments, design and 0 ..S....cihorlngiequjpment implementation of remediation systems, groundwater studies, landfill closures, and site o Fieidmollitomg equipment compliance. ., CSC's very economical site investigation machinery such as direct push drill rigs combined with our field screening instruments are able to perform subsurface site investigations to defme the extent of soil and groundwater site contamination. , Waste Disposal In addition to our other departments CSC is also a N ew York State Department of Environmental Conservation (NYSDEC) 360 permitted treatment, storage and disposal facility. This allows CSC to dispose of most petroleum spill products and residuals right at our Newburgh, NY facility. The majority of wastes accepted by CSC are 1000/0 recycled thus allowing CSC to dispose of wastes in both an expedient and cost effective manner with little or no future liability to our clients. In addition, we are also a NYS DEC 364 Permitted Waste Transporter to aid in waste disposal. All of the various services we are able to offer our clients allows CSC to provide "in-house" professional services to meet all of their environmental needs. , ".i\vailable~quipment ..~i4wd and vaporadsorptiOll ........ti$. ,Groundwalet pumps Produ.ctrecoverysystems ......))isposalOptions .~I' ,0 .~i.Ufd.wastes ..~atermb'tures . -mllwatermixtures ". oil ....0 .' .$oUdwastes ,~i(fils~ed.debris ~~eumbnpactedsoil "'nR~D O,~kl!dtlw.tes '~..WaterntiXtures ",oiJIwaterDliXtutes w$ieoiI "0 ' .solid wastes -ollS(Nd(ecl debris ',~~Oleutn bnpaded soU . Fuel Dispensing Service Department ese has factory trained personnel for handling almost any type of fuel dispensing problem in the petroleum dispensing industry. Our service technicians have received and passed the factory training for Dresser Wayne, Gilbarco, Gasboy, Veeder Root, Veri-fone and many other manufacturers. Our service vehicles are fully equipped to handle many petroleum distribution station problems without having to order parts. Ill' ese's Service Department handles more than 30 service calls per day on a regular basis throughout the Mid-Hudson Valley. Our Service Manager is a former field service technician with more than 2S years experience and is extremely knowledgeable in trouble-shooting the needs of our customer base. .~ln~WeService Our service technicians average more than ten years of experience and are constantly trained and upgraded to meet the market needs. In the fast paced petroleum dispensing equipment industry ese prides ourselves as always being able to offer our customers service technicians who have the most current schooling and training for our serviced equipment. '~ ". ':..J .:..J '-V 4 . Omntee Veeder Root '. Dresser Wayne VeriFone Enron Many Others .. In addition ese also offers complete HV Ae system installation and maintenance. Our staff can repair or replace all major brands of heating and cooling systems, usually within 24 hours. , ., . KEY PERSONNEL ., ., ., JOHN C. SCANDURRA: PRESIDENT / COO John Scandurra together with his corporate functions, is responsible for developing and implementing strategies for the efficient and safe work flow and task management of Conklin Services & Construction Inc. (CSC). His emphasis on employee safety serves as a key ingredient to the high quality performance attained by Conklin Services & Construction Inc. While Mr. Scandurra is a key member of the corporate management team of CSC, his experience with petroleum and hazardous material spill response stems from .. the diversified management tasks he had performed for the five years prior to joining CSC in 1992. Mr. Scandurra has been a responder to more than 200 spills (more than 70 chemical) both in management and operational capacities throughout his career. In 1994, as a Vice President of Conklin, Mr. Scandurra, authored and permitted a mobile petroleum contaminated soil thermal treatment remediation unit that was permitted to treat petroleum contaminated soil throughout New York State at the site of generation. Although it was the second unit permitted by the New York State Department of Environmental Conservation, it was the first mobile unit to operate and complete a project in the state. In 1995, also as a Vice President of Conklin, Mr. Scandurra authored and permitted the first stationary petroleum contaminated soil thermal treatment remediation facility in New York State. Mr. Scandurra was not only instrumental in attaining the NYCRR Part 360 Solid Waste Permit but also was a significant source in the design and engineering of the facility. The facility in New Windsor, .. NY was sold and is still in operation today. Unique to the attainment of the above permit in the New Windsor, NY location is that it was built on a site that Mr. Scandurra had designed and implemented the remediation of a year before. The site was a fuel depot since the early 1950's and was abandoned by the owners until Mr. Scandurra approached them with an offer to relieve them of the liability they were essentially hiding from. The remediation was accomplished concurrendy with the building of the facility. Today, there remains a very slight groundwater remediation which is currendy under review for site spill closure. . . Mr. Scandurra has also been involved with, and completed, the organization and implementation of many environmental site assessments, sub-surface investigations, tank closures and remedial project design and implementation. He has served in all aspects from site evaluation, development of sampling programs, field studies, data research to report generation and conclusion determination. In addition to servicing the New York customer base for environmental services, he has also worked closely on assessment and closure projects with federal and state case managers of New York, New Jersey and Pennsylvania. In addition to Mr. Scandurra's extensive environmental background, he has over . 19 years experience in the pump and tank industry and is currendy a member of the Petroleum Equipment Institute (PEI) Recommended Practices Committee RP-900. Before joining CSC, Mr. Scandurra served, for five years, as regional manager for Environmental Products and Services, a spill response company in the northeast, and serviced NY, NJ, P A, and CT. Prior to that, Mr. Scandurra was the President of a large private trucking company based in New Jersey for 14 years. He holds many certificates of training in the hazardous materials response field. He has taught training courses on the transportation of hazardous materials and other transportation related issues. Mr. Scandurra has a Bachelor of Science degree in Business Administration from Almeda College and has attended Arizona State University, Tempe, AZ. He also holds New Jersey Department of Environmental Protection licenses in UST Closure, Subsurface Evaluation, Tank Testing, Cathodic Protection Specialist and Installation- Entire UST System, a Connecticut DCP Plumbing & Piping License .. (P-9) for underground storage tanks, in addition to current OSHA Certification for 40 Hour HAZWOPER, Confmed Space Entry and Competent Person Training. Mr. Scandurra is serving on the Board of Directors of the Petroleum Equipment Institute 2008-2009. . ., JOSEPH M. SAVINO: CEO .. Mr. Savino's career at Conklin started in 2003 with his purchase of the company. Prior to that, his experience in the environmental field goes back to 1977 when he was the Owner/CEO of The Allegro Group of companies. The Allegro Group was made up of four different divisions: municipal solid waste (MSW) disposal, infectious waste disposal, asbestos waste disposal and asbestos abatement. The MSW accounts included Newark International Airport, as well as, the Port of Authority of New York and New Jersey sub-offices located at the Airport. The asbestos removal projects included sites such as the World Trade Center, Rockefeller Center, 666 5th Avenue, and New York University Hospital. Mr. Savino was also instrumental in the recycling end of waste removal business. He assisted in setting up of a conveyor system at the Bloomingdale's flagship store at 3rd Avenue in New York City. The conveyor system operated throughout the store to capture 750/0 of their waste stream for recycling. In addition, Mr. Savino coordinated the design of two trans fer/ recycling stations, one in NY and one in NJ. The Brooklyn, NY facility had a 2,000 square foot containment room and recycled 30 percent of the material before land filling. The second transfer facility, located in Newark NJ, processed 1,000 tons a day while recycling more than 300 tons a day of corrugated cardboard, bottles, cans and white paper. This facility was also a medical waste transfer facility. The Allegro Group of Companies was sold to Waste Management, Inc. in 1998 at that time the company was generating over $28 million in sales per annum in New York and New Jersey. ., His varied experiences have made Mr. Savino an integral part of CSC, as well as, an important part of new customer development. Mr. Savino has an Associates degree in Business Administration from Paul Smith's College and has attended many courses relevant to the environmental industry. . . . E~RONMENTALDEPARTMENT ., ., .. STACEY SMIT: ENVIRONMENTAL DEPARTMENT MANAGER Ms. Smit's career with CSC commenced in May 1994 and since that time she has managed hundreds of projects for CSC in both the environmental and pump and tank industries. Her field experience has, been augmented by an extensive background in the physical and engineering sciences. In addition to practical knowledge, Ms. Smit has outstanding written and oral communication skills that promote a good relationship with customers, as well as, regulatory agencies. . From 1994 to May 2003 Ms. Smit was an Environmental Project Manager and utilized her skills to conduct Environmental Site Assessments (phase I, II & III), SPCC Plans, Subsurface Investigations, Underground Storage Tank Closures and Site Remediation. During this time she participated in the development and implementation of pump and tank projects from minor repairs to complete site upgrades and regulatory compliance. In May 2003, Ms. Smit earned the appointment to Environmental Department Manager for CSC. As Department Manager, Ms. Smit is responsible for all field operations of the environmental department and oversees the administrative review of all technical reports, audits and remedial designs for the department. Ms. Smit also has the responsibility of managing and supervising the operational, administrative and regulatory controls for the company's NYCRR Part 360 Solid Waste Facility. ., This has led to a wide range of experience in her 13 years with CSC, not only in the environmental field but the pump and tank industry as well. Ms. Smit is well versed in current regulations, both State and Federal, with regards to operational compliance of regulated sites. In addition to her other responsibilities, Ms. Smit also supervises and coordinates the CSC spill response team. During her time with CSC she has responded to over 100 spill incidents in both a supervisory and responder role. . .. Ms. Smit holds a Master of Science degree in Environmental Engineering from Manhattan College and a Bachelor of Science degree in Environmental Science with a concentration in chemistry from the State University of New York at Plattsburgh. She is member of the Environmental Business Association of New York (EBA-NY) and holds New Jersey Department of Environmental Protection licenses in UST Closure, Subsurface Evaluation and Tank Testing. Ms. Smit has completed health and safety training in the following categories: OSHA 40 Hour HAZWOPER, 8 Hour HAZWOPER refresher (yearly), DOT 704 Training, LPS .. Training, Confined Space Entry and Competent Person Training. .. .. . JACQUELINE TROSCLAIR. ENVIRONMENTAL PROJECT MANAGER Jackie joined CSC in June 1999 and was responsible for all phases of environmental projects including Environmental Site Assessments, Sub-Surface Investigations and UST Closures. These projects have given her experience in the development implementation and closure of work plans, while gaining "hands on" experience in the field. . In 2006 Jackie expanded her knowledge of the petroleum industry by taking a position that focused not only on environmental remediation but also bulk storage compliance. The majority of her compliance work was performed for major oil companies throughout New York State giving her exposure to a wide variety of work environments. She returned to CSC in 2008 and brought with her an expanded knowledge of the industry. She has taken that knowledge and passed it on to CSC personnel which, in turn, has only helped strengthen the company and give us an edge in the industry. Jackie is now responsible for the management of CSC's environmental remediation projects including design, implementation and oversight. In addition she is responsible for the oversight of CSC's environmental project managers, aids in the emergency spill response duties of the company and procures new projects for the environmental department. ., Her varied experience has given her the ability to comfortably work with a wide variety of clientele. Her outstanding communication skills are evident in her lasting relationships with not only clients, but regulatory agencies as well. It is these skills that make her an asset, not only to CSC, but to our clients as well. Jackie obtained a Bachelor of Science degree in Environmental Studies, with a concentration in policy and management, from the State University of New York - College of Environmental Science and Forestry. She also attended Bard College pursuing a Masters degree in Environmental Studies. ., . RICH FISCHER: SUPERVISOR Rich is a recent addition to CSC but he brings with him a large amount of experience and knowledge of the industry. Rich's previous experience includes 16 years as a health and safety supervisor for a manufacturing company and most recendy spent 2 years as an environmental and compliance manager for a petroleum distributor. As a health and safety supervisor he was responsible for training of all new employees, management of plant support equipment, compliance with all state and federal regulations as they .. pertained to the site. He then utilized his knowledge gained as an environmental compliance manager for a petroleum distributor in N ew York and Connecticut. During this time he conducted training of company personnel in federal and state regulations and ensured all sites were in compliance with periodic inspections. Rich holds current RCRA certification, DOT certification for waste transportation, Region II OSHA General Industry Outreach Trainer, First Aid, CPR and FEMA incident command and management training. MICHAEL STAITI, ENVIRONMENTAL PROJECT MANAGER .. Michael joined CSC in 2008 and brought with him 11 years of environmental project management and spill response experience. His initial experience came as a project manager for 4 years with an environmental construction and spill response company. In this position he was Responsible for estimation, planning and execution of environmental service projects, as well as, development and supervision of adherence to general and site specific H&S Plans. He took the knowledge gained in that position and was promoted to branch manager where he then became responsible for the daily operation of the company for 7 years. As branch manager he was responsible for hazardous material and waste handling, environmental construction and demolition, environmental remediation systems, hazardous materials emergency response. Since joining CSC he has used his knowledge and experience to ensure that environmental projects and spill response call outs are carried out to the satisfaction of all parties concerned. His duties at CSC include project coordination, on-site project direction, soil/ groundwater sampling, remediation system inspection and maintenance and preparation of site reports for submittal to state, federal and local regulatory agencies. .. .. Michael holds a Bachelor of Art in Economics from Rutgers University. In addition, he is also has current OSHA HAZWOPER training and fIrst aid and CPR training. .. II ., .. .. SALES DEPARTMENT , .. . KEN LENTZ: DIRECTOR OF SALES Mr. Lentz joined ese in 1985 and has since gained invaluable experience in every facet of the petroleum industry. Ken's career began as a member of the U.S. Air Force before beginning his career in the petroleum industry. His fIrst exposure to the industry came as a technician for a leading cash register service company. Ken parlayed that experience and joined ese in i 985 as a service technician for petroleum service stations. Ken gained additional knowledge and experience until 2001 K.en when he was ., promoted to Service Manager. As Service Manager he was responsible for the daily dispatching of over 30 service technicians from Massachusetts to Delaware. Ken currently overseas petroleum equipment sales and service calls throughout the Northeast for ese. Ken's extensive background in the petroleum industry has given him a vast amount of knowledge and experience that he passes along to our clients. Ken is trained and certifIed for Red J acket, Wayne, Wayne Plus, Gilbarco, Gasboy, Omntec, Micromax and has 40 hour OSHA HAZWOPER Training. , , . .. SERVICE DEPARTMENT , .. . JOHN PISANO: SERVICE TECHNICIAN John has been part of ese since 1983 and since that time has become the company's top service technician... He started with ese as a service technician and has remained an integral part of the service department for the last 24 years. His knowledge of the equipment and parts utilized in the industry has made him the person to go to when even the manufacturers can't answer the questions. Using his extensive knowledge he has become an important part of ese in house training program by passing along his . knowledge to ensure that all ese technicians are held to the high standards he holds himself to. John holds current training in Red Jacket, Wayne, Wayne Plus, Wayne Nucleus, Ruby, Gilbarco, Gasboy, Fuel Master, Encon, Omntec, Micromax and Veeder Root. TODD DANDO: SERVICE TECHNICIAN Todd has been part of ese since 1994 and since that time has become a vital part of the company's service department. Since joining ese Todd has become one of the leading service technicians for .. ese. His 13 years of experience make him one of the most requested technicians by ese clients due to his vast knowledge of a wide array of petroleum service station systems and his persistence to see a job to the end. Recently Todd has taken on more of sales role for the company while still remaining an integral part of the service department. His knowledge of the industry coupled with his outstanding communication skills make him a coveted member of ese and an important part of the future of the company. Todd holds OSHA HAZWOPER training and has been certified in Red Jacket, Wayne, Wayne Plus, Wayne Nucleus, Ruby, Gilbarco, Gasboy, Omntec, Fuel Master, Encon and Veeder Root . ., OFFICE SUPPORT . . ., . BRIAN PUCHALSKI: IT DIRECTOR Being part of CSC for 33 years has provided Brian with an extensive base of knowledge in all aspects of the petroleum industry and in particular the diagnosis and repair of service station operations. Brian started with CSC in 1973 as a retail store employee. After gaining a solid background in petroleum products and equipment he was promoted to the service department where he became a top technician. During his time as a service technician Brian gained the skills to diagnosis and repair service station . equipment from pumps and motors to electronic monitoring devices. Based on his extensive knowledge and outstanding performance in the field, Brian was named Service Manager in 1983. During his time as Service Manager Brian oversaw 20 service technicians performing work for companies such as Exxon, Mobil, Sunoco and Cumberland Farms. In 2002 Brian was named director of Information Technology for CSC. His responsibilities include the overall operation of the computer systems for the company. As IT director Brian has assisted in the acquisition and installation of GPS technology for CSC's fleet to increase efficiency and response times, creation of software and programs to allow CSC clients remote access to their account information and the introduction of innovative and time-saving procedures for the company. ., ., .. ., PETROLEUM AND INDUSTRIAL PRODUCT SALES ., .. .. RUSTY PERNAL: STORE MANAGER Rusty joined CSC in 1995 and since that time has become an integral part of the retail sales division. Rusty started with CSC working in our retail store as a store clerk. During his time as a sales clerk he acquired an extensive knowledge of the manufacturers and parts utilized in the petroleum industry. Based on his outstanding job performance and the knowledge gained during his time as a clerk he was promoted to Store Manager in 2004. As Store Manager he is solely responsible .. for the operation of the $1.2 million dollar retail business and inventory warehouse. Since 2006 Rusty has also been responsible for purchasing of all materials and equipment for the company. This in addition to his extensive knowledge of the industry along with his attention to detail and quality of work make him an integral part of CSC. .. .. .. FIELD PERSONNEL .. .. .. - DAN MCKNIGHT: PROJECT MANAGER/FOREMAN Dan has been part of CSC since 1987 and since that time has become one of the company's top pump and tank foreman. He started with CSC, as many of our employees have, working in our retail store. This experience provided a solid base in the petroleum industry allowing knowledge to be gained regarding the equipment utilized in the operation of service stations. Upon gaining his CDL-B he was promoted to boom truck operator and conducted canopy and signage erection and repair. From there he ., progressed into a Construction Foreman and performed all duties associated with the pump and tank industry. These include service station raze and re-build, storage tank installation and removal, and service station maintenance and repair. In addition to his foreman duties, Dan is also a vacuum truck operator, as well as, a member of the spill response team. The varied duties performed by Dan over the last 19 years have given him vast knowledge with regards to the petroleum industry. This knowledge allows him to not only assess a situation but have the experience and knowledge to remedy it. Dan holds current OSHA HAZWOPER training, Confined Space Entry training, DOT 704 Training, a CDL-B license with haz-mat endorsement. In addition he also has been certified in Blue Line Technologies sump penetration repair and Smith Fibercast Installation for primary and secondary containment products. ., ., - ED TROSCLAIR, JR.: CONSTRUCTION FOREMAN Ed has been part of CSC since 1994 and since that time has become one of the company's top pump and tank foreman. He started with CSC as a sales associate in our retail store. After gaining knowledge of the equipment and parts utilized in the industry he was promoted to Field Technician. Using the knowledge gained in the retail end of the business, Ed enhanced his knowledge with hands on experience and spent ten years learning the pump and tank industry. During his time as a field technician he .. worked side by side with experienced foremen on hundreds of service station upgrades for major oil companies. Based on his experience and knowledge of the field he was promoted to Construction Foreman in 2004. In the past two years he has become one of CSC's leading foremen, known not only for his extensive knowledge of the industry but his attention to detail and quality of work. Ed holds current OSHA HAZWOPER training, Confined Space Entry training, DOT 704 Training, a CDL-B license. In addition he also has been certified in Blue Line Technologies sump penetration repair and Smith Fibercast Installation for primary and secondary containment products. .. - ., .. CONKLIN SERVICES & CONSTRUCTION INC. csc Some past Project Descriptions .. .. ." Major Supplier of Construction and Retail Petroleum Services, and Environmental Service to All Major Oil Companies in the Northeastern United States .. SCOPE OF WORK: CSC has serviced all of the major oil companied in their region for over 70 years. From tank installations to fuel dispenser upgrades to complete raze and re-builds of retail fueling facilities. Also handling the environmental clean-up and remediation associated with fueling facilities over the years. Customers: Mobil Oil Exxon Sunoco Getty Texaco Shell Gulf Many More CSC ADVANTAGE: Our resources and experience allowed us to efficiendy work with the engineering staffs and upper management to consistendy complete the projects in productive and timely manner. TOTAL INVOICED THROUGHOUT THE YEARS: More than $100,000,000 .. .. ." Remediation of Former Oil & Gasoline Storage Facility Major Oil/ Gasoline Storage Facility, New Windsor, NY SCOPE OF WORK: Work closely with regulatory agencies to delineate areas of contamination and format a plan of remediation acceptable to the USEP A & NYSDEC in order to gain approval for the future siting of a waste treatment facility. Supply all manpower, equipment and oversight of the project. .. CSC RESPONSIBIUTY: Remediate the soil (>20,000 cu. yds.) at former Oil/Gas Facility to USEP A and NYSDEC Recommended Soil Clean-up Objectives to gain approval to construct a waste treatment facility on the property. CHALLENGES: Convincing the public that the project would be helpful to the public and the environment. After an initial outcry by some people who were not educated about the process we were employing, the public was convinced that the project was helpful to them. CSC ADVANTAGE: Our resources and experience allowed us to efficiendy work with regulatory, private and local agencies to accommodate their needs while accomplishing the remediation of the soil. .. APPOXIMATE PRICE: >$2,500,000.00 TIME TO COMPLETION: 12 Weeks ." ., Construction Management and Operations to Build & Permit a Stationary Thermal Treatment for Petroleum Contaminated Soil Processing Facility New Windsor, NY ., SCOPE OF WORK: Complete construction management, permit attainment and operations to complete a full scale stationary thermal treatment for petroleum contaminated soil processing facility within the approved guidelines of the USEP A and NYSDEC. CSC RESPONSIBIU1Y: Handle all phases for construction of a 60,000 sq ft soil storage building and attain permitting in order to meet the regulatory guidelines associated with the technical and public interested project. Cl-IAlLENGES: Public scrutiny, the project was located on the Hudson River and was high on the Environmental group(s) watchdog list. The project was embraced by the groups based on the cooperation we had with their reasonable requests .. CSCADVANTAGE: Our in house resources, ability to negotiate fairly with the public and experience allowed us to efficiently work with regulatory, private and local agencies to accommodate their needs while accomplishing the build and establishing the soil recycling facility. APPOXIMATE PRICE: >$4,000,000.00 TIME TO COMPLETION: 26 Weeks . . On-Site Petroleum Contaminated Soil Remediation 8,000 Tons NationalAirport, White Plains, NY SCOPE OF WORK: Excavate, stockpile and thermally treat approximately 8,000 cubic yards of soil contaminated with aviation fuel on-site and replace cleaned soil to excavated areas. .. CSC RESPONSIBIUTY: Remediate the soil to USEP A and NYSDEC Recommended Soil Clean-up Objectives at the airport without removing it from site of generation. CHAlLENGES: All project work was done during the normal operation of the airport without impeding airline schedules. CSC ADVANTAGE: Our resources and experience allowed us to efficiently work with regulatory, private and local agencies to accommodate their needs while accomplishing the remediation of the soil. APPOXIMATE PRICE: >$1,000,000.00 .. TIME TO COMPLETION: 5 Weeks . . On-Site Petroleum Contaminated Soil Remediation 2,600 Tons Hospita~ Syracuse) NY SCOPE OF WORK: Conduct excavation and on-site treatment of 2,600 tons of petroleum impacted soil. . CSC RESPONSIBIUTY: Excavation and treatment of petroleum impacted soil. REMEDIATION' During the removal of the former UST's, extensive soil impacts were encountered. Based on site assessments it was determined that on-site excavation and on-site thermal treatment would be the most cost effective means of remediation. CSC performed the excavation and treatment of impacted soil adjacent to the former UST. STATUS: CSC provided the labor and equipment to excavate and treat 2,600 tons of impacted soils on-site. Due to the treatment of the soil the site gained closure. , CSC ADVANTAGE: CSC was able to provide the removal, treatment and re-introduction of the formerly impacted soils to the excavation area. The cost of the overall project was greatly reduced as there was no necessity for off-site transportation, treatment or importation of backfill materials. CSC's experience and access to the proper equipment enabled the site remediation to be conducted at a great savings to our customer. News Article Attached: . Thermal Technology Remediates Former Burial Site by Steven M. vinci, C.P.G. - en Onondaga County, New York, initiated a routine nderground gasoline fuel storage tank removal at the former anDuyn Home and Hospital in the late Fall of 1991, no one expected to find anything unusual about the property a mid-1800s " oorhouse complex that eventually became a County hospital before ceasing operation in 1985. Upon removal, it was discovered that the tank had failed; the excavation was left open over the winter, during the spill assessment process, to expedite what was intended to be a normal spill remediation project. "Unusual," though, may not even begin to describe what County ersonnel uncovered in examining the tank excavation in the pring of 1995. There, protruding into the weather-eroded open xcavation, were what appeared to be two leg bones from human skeletal remains. The remains were confirmed as human by the medical examiner and removed. Another set of remains was encountered while removing the first. Subsequent historical research revealed that, indeed, a potter's field with an unknown number of unmarked graves had been located somewhere on the property. .. "We realized that we were involved in a more complex matter and immediately called in C&S, whom we had already retained to handle two other difficult spills," said John Elliott, Director of Real Property Management for the County's Facilities Management Department. Phase I and Phase II site assessments performed by C&S confirmed additional fragments of skeletal remains. The same investigations also indicated that an area of approximately 6,500 square feet had been contaminated by gasoline leakage. Potential remedial technologies needed to be evaluated with respect not only to the nature and extent of petroleum contamination, site geology, and project cost, but now to the specter of multiple burial sites as well. "To further complicate things," said Elliott, "the poorhouse was in the early stages of being deemed eligible for nomination to the State and Federal Historic Registers; our approach to spill remediation was understandably of great interest to local historians who had initiated the application process. " Onondaga County and C&S looked at a number of different alternatives, focusing first on in-situ methods primarily soil and two-phase vapor extraction which would most significantly minimize the amount of soil excavation necessary. The silty condition of the soils, however, demanded a more advanced, and hence more costly, installation... which the County budget could not easily accommodate. As a result, attentions turned to source removal by excavation, and disposal of nearly 2,000 cubic yards of petroleum-contaminated soil. With the County's stated aversion to traditionallandfilling, and the logistical and cost problems associated with other options ranging from landfarming ., . bioremediation to asphalt encapsulation, on-site thermal treatment was ultimately selected as the most technically sound and cost-effective technology to treat the excavated soils. Ira D. Conklin & Sons, Inc., of Newburgh, New York, brought its Mobile Soil Reclamation Unit (MSRU) to the former VanDuyn Home and Hospital site. "The MSRU is a rotary diesel-ftred, low- temperature thermal desorber which heats the soil and liberates the volatile organic compounds contained in petroleum," said John Scandurra of Conklin, "the organic vapors then enter an afterburner where they are destroyed." - The result is soil which meets NYSDEC criteria as being "non- contaminated," meaning it can be reused as backfill in the original excavation. "This is of significant beneftt... not only is the long-term environmental liability associated with off-site land disposal eliminated, but so is the cost associated with the purchase and transport of clean backfill," Elliott noted. Within the first few days of excavation, about 50 sets of human remains were unearthed; by the end of the project, that number had doubled. A local funeral director was on call throughout this period, removing the remains and arranging for reburial at a County-owned cemetery. Onondaga County took this project one step further, taking advantage of the thermal treatment unit while it was locally available. Under NYSDEC regulatory guidelines, 850 tons of petroleum- contaminated soil was transported from two County Department of Transportation facilities for treatment at VanDyun. "We were fortunate in having access to a consultant and contractor that could apply their experience to our unique circumstances," Elliott said, "both were essential in successfully employing on-site thermal treatment technology for the ftrst time in Onondaga County. " Remediation and backfilling was completed in January of this year. Steven Vinci is a senior geologist and environmental assessment specialist with C&S. .. . . Hospital Tank Removal & Soil & Ground Water Remediation Major Medical Hospita4 White Plains, NY SCOPE OF WORK: Conduct the removal of the existing dispensers and underground storage tanks. . CSC RESPONSIBIUTY: Excavation and removal of existing UST's and dispensers. Geo-technical oversight of soil removal and remediation including field screening, sampling and reporting. REMEDIATION: During the removal of the UST's, extensive soil contamination was encountered. CSC performed the excavation and disposal of 500+ tons of impacted soil. Due to presence of a high groundwater table, groundwater quality had been impacted and was required to be treated. CSC designed and installed an active groundwater treatment system to provide hydraulic control and treatment of the impacted groundwater. To enhance the remedial efforts, a subsurface oxygen slurry injection was also conducted. ,. STATUS: CSC continues quarterly monitoring of the site's remediation system and monitoring wells. Since the inception of the site remediation in 2001 we have procured the cessation of sampling of 6 of the twelve monitoring wells at the site and are currendy petitioning the closure of one of the groundwater recovery wells with the NYSDEC. CSCADVANTAGE: Our resources and experience allowed us to efficiendy switch gears as the scope of work changed. We were able to perform the required site remediation work without the necessity of sub-contractors. Our large inventory of machinery gave us the ability to meet each new challenge quickly and our experienced staff had the knowledge to allow us to meet the needs of our client each step of the way. . . Public School Tank Removal & Remediation Public Elementary S choo~ Carme~ NY SCOPE OF WORK: Conduct removal of UST's at two (2) adjacent school properties (elementary school & bus garage). . CSC RESPONSIBIUTY: Excavation and removal of existing UST's. Geo-technical oversight of UST removals including field screening, sampling and reporting. REMEDL4TION: During the removal of the UST's, extensive soil and groundwater contamination was encountered. CSC performed the excavation and disposal of impacted soil adjacent to the former UST's and provided vertical and horizontal delineation of groundwater impacts. CSC concluded that although adjacent to each other the two areas of impacts had not overlapped. CSC designed, installed and maintained two (2) separate active groundwater remediation systems to allow the collection and treatment of the impacted groundwater. CSC conducted the installation of groundwater monitoring wells to evaluate the progress of the site remediation. .. STATUS: CSC has recently requested that the elementary school system be removed due to one year of non-detect sampling. In addition, CSC has requested the reduction in sampling of the on-site groundwater monitoring wells from six (6) wells to three (3) wells on a quarterly basis. CSCADVANTAGE: Our experience allows us to effectively and efficiently change the direction of the project based on field observations and site conditions. We have the ability to shift from a routine tank pull to a full site remediation project with little or no downtime, thus allowing us to keep our clients best interest and cost expenditure at the forefront of the project. .. ., RETAIL SERVICE STATION UST REMOVAL & UPGRADE Retail Service Station, Poughkeepsie, NY SCOPE OF WORK: Conduct the removal of the existing dispensers and underground storage tanks and install new underground storage tanks and dispensers in compliance with current NYSDEC regulations. ., CSC RESPONSIBIUTY: Excavation and removal of existing UST's and dispensers. Geo-technical oversight of soil removal and remediation including field screening, sampling and reporting. Installation of new UST's and associated dispensers. Restoration of site to pre-work conditions per client's specifications. CHALLENGES: Removal and disposal of 200+ tons of impacted soil on <.25 acres site in highly commercialized area during new tank installation. High groundwater table required constant suppression and treatment on-site of groundwater table during installation. II' CSC ADVANTAGE: Our resources and experience allowed us to efficiently switch gears as the scope of work changed. Our large inventory of machinery gave us the ability to meet each new challenge quickly. Thus allowing us to better meet the needs of our client. APPOXIMATE PRICE: $204,000.00 TIME TO COMPLETION: 8 Weeks II ., COMPLIANCE PROGRAM Municipal Department of Public Works} Warwick} NY SCOPE OF WORK: Conduct investigation into site compliance with current NYSDEC Petroleum Bulk Storage regulations, perform any necessary upgrades/ repairs and conduct follow-up inspection of site. ., CSC RESPONSIBIliTY: Based on site inspection the following major deficiencies were observed: o Bay drains required cleaning; o On-site storage tanks required upgrades to current regulation standards; o Removal of existing underground piping; o Line and storage tank testing; o Repair and certification of tank monitoring equipment; o Installation of new aboveground piping. CHALLENGES: Large volume of work needed to be completed in a short period of time. Many different aspects of the petroleum industry needed to be addressed from basic industrial maintenance of bay drains to underground piping removal and installation of new aboveground piping. , CSC ADVANTAGE: Our resources and experience allowed us to efficiently handle the varied tasks required to complete the job without the necessity for sub- contractors. APPOXIMATE PRICE: $ 40,000.00 TIME TO COMPLETION: 2 Weeks ., UST REMOVAL & UPGRADE Ught Industrial Manufacturing Plant, Ardsley, NY SCOPE OF WORK: Conduct the installation of new AST and associated piping. Legally abandon in place the existing underground storage. ., CSC RESPONSIBIUTY: Installation of engineered concrete wall and pad for new aboveground storage tank. Installation of AST and associated piping. Legal abandonment of existing UST. Geo-technical oversight of tank abandonment including field screening, sampling and reporting. Restoration of site to pre-work conditions per client's specifications. CHALLENGES: Erection of concrete support pad and retaining wall in limited work area. Installation and routing of piping per changing specifications of owner and tenan t. CSCADVANTAGE: Our resources and experience allowed us to perform a wide variety of tasks on site from masonry and electrical work to pump and tank installation and abandonment without the necessity for sub-contractors. ., APPOXIMATE PRICE: $60,000.00 TIME TO COMPLETION: 6 weeks ., . COMMERCIAL PROPERTY UST REMOVAL & UPGRADE Various Locations, Hudson Valley, NY SCOPE OF WORK: Conduct the investigation, subsequent removal and closure of twenty-one (21) underground storage tanks at five (5) locations per NYSDEC consent order. .. CSC RESPONSIBIUTY: Excavation and removal of existing UST's. Geo-technical oversight of soil removal and remediation including field screening, sampling and reporting. Restoration of site to pre-work conditions per client's specifications. CHAlLENGES: Removal and disposal of a total of 2,500+ tons of impacted soil at two locations. Presence of several underground obstructions including unknown lines, previously abandoned tanks and extensive contaminations. CSC ADVANTAGE: Our resources and experience gave us the ability to address a large scale project efficiently. Our experienced staff and large machine inventory allowed immediate access to the required equipment, thus reducing down time and ensuring that the job was complete within the allowable time limit. ., APPOXIMATE PRICE: $350,000.00 TIME TO COMPLETION: 12 weeks ., ., PHASE I ENVIRONMENTAL SITE ASSESSMENTS Commercial Properties Various Locations in the Northeast US SCOPE OF WORK: Conduct Phase I Environmental Site Assessments on 3 Commercial Properties for a Financial Institution. ., CSC RESPONSIBIUTY: Gather, assemble, evaluate and decipher information in accordance with the American Society of Testing & Materials Standard (AST11) E-1527-05. CHALLENGES: Customer needed reports within 3 weeks in order to meet the needs of their clients. CSCADVANTAGE: Our resources and experience gave us the ability to address and perform the tasks expediendy and efficiendy. Our experienced staff was able to complete all of the Phase 1's within the allowable time limit. APPOXIMATE PRICE: $12,000.00 TIME TO COMPLETION: 3 weeks ., . I' I , , , , I , , , I I , , , I r I ~b\t:> Nor 41T~N1 fV\~ ~A(O 9-y' f~G: - ~Ij~ ~1ece'V~L NAR 2 2 2010 '''''~~'I\I ~t~. TOWN OF WAPPINGER FOR FUEL OIL TANK REMOVALS AT TOWN HALL AND HIGHWAY GARAGE COMPLEX BID FORM THE TOWN RESERVES THE RIGHT TO REJECT ANY OR ALL BIDS. EACH BID FORM SHALL BE ACCOMPANIED BY BID SECURITY (AS DESCRIBED IN THE INSTRUCTION TO BIDDERS). TO THE TOWN BOARD, TOWN OF WAPPINGER, NEW YORK Pursuant to and in compliance with your invitation to bid contained in the Notice to Contractors dated March 1, 2010, (month) (day) the undersigned hereby proposes to furnish all labor, machinery, equipment, facilities, tools, transportation, supplies, materials, insurances, permits, certificates, tests, guarantees, protection of equipment and property and life during construction; as well as competent and qualified supervision for all phases of the work, and other facilities and things necessary or proper for or incidental to, the Fuel Oil Tank Removals at the Town Hall and Highway Garage Complex Proposal, Town of Wappinger, as required by and in strict accordance with the plans, specifications and all other documents, for the prices stipulated and as shown on this bid form. Name of Arold Construction Co., Inc. Bidder: The undersigned declares that the bidding and contract documents have been carefully examined and that all things necessary for the completion of the work shall be provided. Receipt of the following addenda is hereby acknowledged: DATE SIGNATURE - 6 - Ii' Ii I Ii III II I Ii I I[ I I I Ii I.; ....11 Ii...," ! ., jI,.,,-! II, }, ~ ! I 11 If ADDENDUM NO.1 ADDENDUM NO.2 ADDENDUM NO.3 ADDENDUM NO.4 Addendum No. 5 3/11/10 3/15/10 3/16/10 3/18/illO 3/18/10 In consideration of, and to induce the award of this contract to him/her, the bidder represents and warrants that: (a) If this bid is accepted by the Town Board, Town of Wappinger, as evidenced by issuance of a Notice of Award by the Owner, and mailed by registered mail with return receipt requested to the address of the bidder as indicated on his/her bid, the bidder will execute a contract on the form of agreement herein provided and will comply with all provisions of said Notice of Award. (b) This bid is made without any understanding, agreement or connection with any other person, firm or corporation making a bid for the same work, and that it is in all respect fair and without collusion or fraud. (c) He/She has carefully examined and fully understands all of the parts of the contract documents, and that he/she will execute the contract and will completely perform it in strict accordance with the provisions thereof for the sum set forth on the bid. (d) No officer or employee of the Town Board, Town of Wappinger, or any person whose salary is payable in whole or in part by the Town Board is, shall be, or shall become interested directly or indirectly as a contracting party, partner, stockholder, surety or otherwise in this bid or in the performance of the contract or in the supplies, materials or equipment, or to work or labor to which it relates, or in any portion of the profits thereof. (e) He/She is not in arrears to the Town Board upon debt or contract and is not a defaulter as surety, contractor, or otherwise upon any obligation to the Town Board, Town of Wappinger. (f) All work shall be completed within the time allotted, from the date specified in the Notice to Proceed or set by the contract documents, mailed to the undersigned by registered mail with return receipt requested to the legal address of the bidder as indicated on his/her bid. (g) If the bid documents contain any unlawful provision not an essential part of the bid and which shall not appear to have been a controlling or - 7 - ,. I , , I I I I I I I I I I I I I Ii If material inducement to the making thereof, the same shall be deemed of no effect and will upon notice by either the Owner or the bidder be deemed stricken from the bid documents without affecting the binding force of the remainder. (h) Each and every provision of any law and clause required by law to be inserted in the bid documents shall be deemed to be inserted herein and the bid documents shall be read and enforced as though it were included herein; and if through mistake or otherwise any such provision is not inserted or is not correctly inserted, then upon the application of either party, the bid documents shall forthwith be physically amended to make such insertion. (i) That he/she is financially solvent and sufficiently experienced and competent to perform the work. (j) The work can be performed as called for by the proposal and that the plans and specifications are in all respects suitable and adequate for the work. (k) That the facts stated in his/her bid and the information given by him/her are true and correct in all respects. (I) That he/she is fully informed regarding all the conditions affecting the work to be done and labor and materials to be furnished for the completion of this contract, and that his/her information was secured by personal investigation and research. (m) In the event of a lawsuit, the bidder agrees that said suit shall be filed in the same federal district or county as the location of the project. BID FOR CONTRACT WORK: Base Bid The Bidder proposes to perform the work required in accordance with the contract documents for the lump sum of: $ Fourteen Thousand Seven Hundred D5llars and no cents (Words) $14,700.00 (Figures) Unit Price for additional Item #4: $22.00jTon - 8 - Ii II I I I I I I I I I I I I I , , I I Also made a part of this bid is the attached documentation per Division 100, Article C.3. . Sign Bid Here v~ h1.~ AUTHORIZED SIGN URE Print Name Valerie M. Dwyer Title President Official Company Name Arold Construction Co., Inc. ~ (Individual, partner~rporat9 * Circle applicable word LLC)* Company Mailing Address 51 Powder Mill Bridge Rd. Kingston CITY NY STATE STREET 12401 ZIP CODE Federal Employer Identification No. 14--1643021 Telephone No. 845--116-8751 Fax No. 845-336-8245 9 II I I I I I I I I I I I I I I I I I I (If bidder is a corporation, fill in the following blanks.) Organized under the laws of the State: of New York Name and address of President: Valerie M. Dwyer 326 Loughran Ct., Kingston, NY 12401 Name and Address of Secretary: Ryan M. Arold Ulster Landing Rd., $auger~i~s, NY Name and Address of Treasurer: Valerie M. Dwyer 326 Loughran Ct., Kingston, NY 12401 (If bidder is a Limited Liability Company, fill in the following blanks.) N/A Organized under the laws of the State of: _ Name of Manager or Managing Member: Agent for SeNice of Process: Address for SeNice of Process: 10 I I I I I I I I' Ii Ii Ii II II Ii I I I I I STATE OF NEW YORK ) ) ss: COUNTY OF Ulster 19th March On the day of , before me, the undersigned, a Notary Public in and for said State, personally appeared Valerie M. Dwyer personally known to me or proved to me on the basis of satisfactory evidence to be the individual whose name is subscribed to the within instrument and acknowledged to me that he executed the same in his capacity, and that by his signature on the instrument, the individual, or the person upon behalf of which the individual acted, executed the instrument. NOTARY PUBLIC /f~_4~ Karen A. Tobias Notary public, state of New York No. 01T06157148 Qualified in Dutchess county ~() Commission Expires Dec. 4, 20~_ 11 I' I I I I I I I I I I I I I I I I - I CERTIFICATION OF NON-COLLUSION BY BIDDER No bid will be considered unless this Certification remains attached to and is submitted with the Bid By submission of this bid, each bidder and each person signing on behalf of any bidder certifies, and in the case of a joint bid each party thereto certifies as to its own organization, under penalty of perjury, that to the best of his knowledge and belief: (1) The prices in this bid have been arrived at independently, without collusion, consultation, communication, or agreement for the purpose of restricting competition as to any matter relating to such prices, with any other bidder or with any competitor. (2) Unless otherwise required by law, the prices which have been quoted in this bid have not knowingly been disclosed by the bidder and will not knowingly be disclosed by the bidder, directly or indirectly, to any other bidder or to any competitor, before the time of the bid opening. (3) No attempt has been made or will be made by the bidder to induce any other person, partnership or corporation to submit or not to submit a bid for the purpose of restricting competition. A bid shall not be considered for award nor shall any award be made where (1), (2), and (3) above have not been complied with; provided however, that if in any case the bidder cannot make the foregoing certification, the bidder shall so state and shall furnish with the bid a signed statement which sets forth in detail the reasons therefore. Where (1), (2), and (3) above have not been complied with, the bid shall not be considered for award nor shall any award be made unless the Town Clerk of the Municipality to which the bid is made, or his/her designee, determines that such disclosure was not made for the purpose of restricting competition. (4) The fact that a bidder (a) has published price lists, rates, or tariffs, covering items being procured, (b) has informed prospective customers of proposed or pending publication of new or revised price lists for such items, or (c) has sold the same items or other customers at the same prices being bid, does not constitute, without more, a disclosure within the meaning of subparagraph (1). (5) Any bid hereafter made to any public authority or to any official of any public authority created by the State or any political subdivision, by a corporate bidder for work of services performed or to be performed or 12 I I I I I I I I I I I I I I I I I I I goods sold or to be sold where competitive bidding is required by statute, rule, regulation, or loca/law, and where such bid contains the certification referred to in the lead paragraph of this section, shall be deemed to have been authorized by the board of directors of the bidder and such authorization shall be deemed to include the signing and submission of the bid and the inclusion therein of the certificate as to non-collusion as the act and deed of the corporation. I affirm these statements under penalty of perjury. BIDDER'S SIGNATURE: V~DWY~. ~ DATE: 3/19/10 13 Arold Construction Company, Inc. 51 POWDER MILL BRIDGE ROAD KINGSTON, NEW YORK 12401 (845) 336-8753 FAX (845) 336-8245 Company Information Arold Paving Company Inc. has been in business since 1973 and was incorporated under the laws of New York State in 1983. In October 2007, we amended our certificate with the state to change our name to Arold Construction Company, Inc. We are still operating under the same federal identification number; this was only a name change to better represent the wide range of services we have been performing for the last several years. Our key personnel qualifications and experience is as follows: Gary Arold, Vice President. 37 years of experience as PresidentlVice President of Arold Construction, which specializes in site work including commercial paving and road repair, sewer and water lines, sidewalks and curbing, demolitions, drainage improvements, grading, tennis courts. Ryan Arold. Corporate Secretary. Associates Degree in Civil Engineering and 10 years of experience at various levels for AroId Construction. Areas of expertise include estimating and project management of commercial paving and road repair, sewer and water lines, sidewalks and curbing, demolitions, drainage improvements, grading, athletic playing fields including artificial turf, pump stations, water and sewer treatment. Valerie Arold Dwyer, President. Certified Public Accountant and Business Manager. Has worked for Arold for 5 years. Thomas Petersen, Superintendent for Arold for 20+ years. Specializes in site work, drainage improvements, grading, sidewalks and curbing. Mark Heinitz, Superintendent fo,r Arold for 15+ years. Specializes in site work, sewer and water lines, road repair, sidewalks and curbing, drainage improvements and grading. Barry Kaiser, Superintendent for Arold for 15+ years. Specializes in road paving/commercial paving, road repair, site work, drainage, tennis courts and grading. Arold Construction Company, Inc. 51 POWDER MILL BRIDGE ROAD KINGSTON, NEW YORK 12401 (845) 336-8753 FAX (845) 336-8245 2010 References Brinnier & Larios P.C. 67 Maiden Lane Kingston, NY 12401 845338-7622 Dennis Larios, Richard Ruth, Paul Vanwagenen Keystone Construction Managers 67 Weyants Lane Newburgh, NY 12550 845 234-7258 Suzette Lawler Morris Associates 9 Elks Lane Poughkeepsie, NY 12601 (845) 454-3411 Mr. Ron Evangelista Mr. Pete Setaro City of Kingston Engineering Dept. 420 Broadway Kingston, NY 12401 845 334-3967 Mr. Alan Aidan Dodge Chamberlin Luzine Weber Associates 73 Troy Road East Greenbush, NY 12061 518 479-4000 Mr. Nick Waer D.F. Wheeler 37 W. Market St. Red Hook, NY 845 758-3926 Mr. Dan Wheeler Armlin Damon & Associates 2301 Damon Rd. New Woodstock, NY 13122 315-374-9980 Mr. Terry Damon Arold Construction Company, Inc. Work in Progress Current Jobs in Progress/Awarded Job Contract Amount % Comolete Owner/Customer Contact Phone Number NYS OGS Woodboume Correctional-Upgrade Electrical Syst. $396,396.00 0% NYS OGS Mike Urban- NYS OGS 845-434-0214 Town of Rhinebeck- Vanderburgh Cove Sewer Treatment Plant $811.450.00 0% Town of Rhinebeck Ron Evangelista- Morris Associates 845-471-7900 Hyde Park Greenfields Sewer Treatment Plant $229,915.00 99% Town of Hyde Park Peter Setaro - Morris Associates 845-454-3411 Onteora Wastewater Treatment Plant $145,000.00 90% Onteora CSD Tim Moot- Clark Patterson Lee 845-567-2011 x 2116 Greene County Courthouse Alterations $981,356 80% County of Greene Palombo Group - Jake Blosser 845 551-3464 Arlington CSD Phase 2 Site Work $2,699,000 90% Arlington CSD Suzette Lawlor - Keystone Construction 845 566-9408 Thomas Cole Historic Site Improvements $354,950 25% Greene County Highway Dept. Ted Kolankowskl- Barton & Loguidice 518218-1801 Ulster Greene ARC Sewer Treatment Plant $509,900 95% Ulster Greene ARC Brinnier & Larios - Allan Dumas 845 338 7622 NYS OGS Greene CF Walkway and Lighting Project $190,755 95% NYS OGS EIC - Rick Christensen 518731-8290 Citv of Kinaston SanitarY Sewer Proiect - Abeel & Montreoose $583,000 95% City of Kingston Brlnnler & Larios - Allan Dumas 845 338 7622 Arold Construction Company, Inc. Recent Completed Projects Date Job Contract Amount Complete Owner Contact Phone Number Ulster Greene ARC Sewer Treatment Plant $509,900 2010 Ulster Greene ARC Brinnler & Larios - Allan Dumas 845 338 7622 Village of Woodridge Sewer Treatment Plant $270,066.00 2010 Village of Woodridge Angelo Gaudio- Clough Harbor Assoc. 518-453-3965 NYS OGS Kingston Armory Paving $276,229 2009 NYS OGS EIC - Bill Clark 845-895-3170 Arlington CSD- Subcontract w/ Ferrari & Sons $315,000 2009 Arlington CSD Tony Ferrari- Ferrari & Sons 845-452-0387 Village of Ellenville - Wintish Rd. Restoration $197.475 2009 Village of Ellenville Barton & Loguidice - Brad Grant 518218-1801 Kingston CSD Underground Tank Project $454,982 2009 Kingston CSD BBL Construction - Robin Scrodanus (518) 452-8200 NYS Thruway Authority - Park Lane Berkshire Salt Shed $238,960 2009 NYS Thruway Authority Park Lane Construction - Mike Derenzo 315 923-9222 Roosevelt Firehouse Parking Lot Improvements $49,655 2009 Rondout Firehouse Richard DuPilka P.E. 845451-4074 Rondout Valley School Paving $100,964 2009 Rondout Valley CSD Rondout Valley School - Mike Shore 845 687-2400 Town of Hurley Tennis Court Project $124,000 2009 Town of Hurtey Brinnier & Larios - Rich Ruth 845 338 7622 Marlboro Old Post Road Culvert Replacement $393,050 2009 Town of Marlboro Patrick Hines (M,H & E Consulting) 845567 3100 Town of Hurley Birch St. Drainage Project $204,775 2009 Town of Hurley Brinnier & Larios - Rich Ruth 845 338 7622 Town of Ulster Richmond Parkway Drainage Project $73,730 2009 Town of Ulster Donald Brott (Brinnier & Larios) 845338-7622 Walgreens Drug Store - Catskill, NY $581,500 2009 Walgreens Sean McKenna - Parsons McKenna 315451 7330 Town of Hillsdale Wastewater Treatment Plant $599,370 2008 Town of Hillsdale Erin Moore - Clark Engineering (518) 794-8613 Ulster County Road Paving $93,533 2008 Ulster County Highway David Sheeley - UC Highway 845340-3100 NYS OGS: Brookwood Fire Access Rd. & Gates $97,470 2008 NYS OGS James M Davies City of Kingston Uptown Parking Garage Demolition $589,000 2008 City of Kingston John Stinemire, PE, CE 845-331-8106 Ulster County Federal Credit Union $93,210 2008 Ulster County Federal C.U. John Munizza, PW. Campbell 412-963-0100 New York State OGS: Woodboume Prison Steam Line $375,900 2008 NYS OGS Doug Rettig - NYS OGS 8454340214 Central Hudson Curbing & Paving, Rt. 9w Lake katrine $23,670 2008 Central Hudson Jon Antonnucci 845-486-5517 Arlington CSD Turf Fields $1,882,280 2008 Arlington CSD Suzette Lawlor - Keystone Construction (845) 566-9408 Catskill Central School District - Phase 3 $890,000 2007 Catskill CSD Terry Damon - Armlin, Damon Assoc 315-374-9980 SUNY New Paltz Turf $572,000 2007 SUNY New Paltz Yolanda Howell - SUNY New Paltz (845) 257-3190 Dutchess County: Barrytown Road Drainage Project $98,980 2007 Dutchess County DPW Jeff Akins - Dutchess County, NY 845-486-2930 SUNY New Paltz Roller Hockey Rink $58,000 2007 SUNY New Paltz Yolanda Howell - SUNY New Paltz (845) 257 -3190 Esopus Library $425,840 2007 Town of Esopus Art Cross - Town of Esopus 845 338-9341 Ulsler County Rip Rap $361.424 2007 Ulster County Dave Sheeley - Ulster County Hwy 8453403108 Prestige Oil Water Separator $44,000 2007 Prestige Auto Ray Darling - Tectonic 518783-1544 Town of Ulster Clarifier $135,800 2006 Town of Ulster Paul VanWagnen - Brinnier & Larios (845) 338-7622 Ellenville CSD Water Line $62,050 2006 Village of Ellenville Elliott Auerbach - Village of Ellenville (845) 647-7080 NYS OGS: Napanoch Sewer $106,500 2006 NYS OGS Jim SqUillace - NYS OGS 845 986-0458 I I I I I I I I I I I I I I I I I I I ~..Ece'V~L MAR 2 2 2010 -""'1\"" C'-~" TOWN OF WAPPINGER FOR FUEL OIL TANK REMOVALS AT TOWN HALL AND HIGHWAY GARAGE COMPLEX BID FORM THE TOWN RESERVES THE RIGHT TO REJECT ANY OR ALL BIDS. EACH BID FORM SHALL BE ACCOMPANIED BY BID SECURITY (AS DESCRIBED IN THE INSTRUCTION TO BIDDERS). TO THE TOWN BOARD, TOWN OF WAPPINGER, NEW YORK Pursuant to and in compliance with your invitation to bid contained in the Notice to Contractors dated ffi AAc,h ,LO , 2010, (month) (day) the undersigned hereby proposes to furnish all labor, machinery, equipment, facilities, tools, transportation, supplies, materials, insurances, permits, certificates, tests, guarantees, protection of equipment and property and life during construction; as well as competent and qualified supervision for all phases of the work, and other facilities and things necessary or proper for or incidental to, the Fuel Oil Tank Removals at the Town Hall and Highway Garage Complex Proposal, Town of Wappinger, as required by and in strict accordance with the plans, specifications and all other documents, for the prices stipulated and as shown on this bid form. Bidder: r LLC)* The undersigned declares that the bidding and contract documents have been carefully examined and that all things necessary for the completion of the work shall be provided. Receipt of the following addenda is hereby acknowledged: DATE SIGNATURE - 6 - - I I I I I I I II I I I I I I . . . . ADDENDUM NO.1 ADDENDUM NO.2 ADDENDUM NO.3 ADDENDUM NO.4 A- DO itlJ(JUM N0. 5' ~ ~ 211<9110 3 I~ to 3!IS 10 In consideration of, and to induce the award of this contract to him/her, the bidder represents and warrants that: (a) If this bid is accepted by the Town Board, Town of Wappinger, as evidenced by issuance of a Notice of Award by the Owner, and mailed by registered mail with return receipt requested to the address of the bidder as indicated on his/her bid, the bidder will execute a contract on the form of agreement herein provided and will comply with all provisions of said Notice of Award. (b) This bid is made without any understanding, agreement or connection with any other person, firm or corporation making a bid for the same work, and that it is in all respect fair and without collusion or fraud. (c) He/She has carefully examined and fully understands all of the parts of the contract documents, and that he/she will execute the contract and will completely perform it in strict accordance with the provisions thereof for the sum set forth on the bid. (d) No officer or employee of the Town Board, Town of Wappinger, or any person whose salary is payable in whole or in part by the Town Board is, shall be, or shall become interested directly or indirectly as a contracting party, partner, stockholder, surety or otherwise in this bid or in the performance of the contract or in the supplies, materials or equipment, or to work or labor to which it relates, or in any portion of the profits thereof. (e) He/She is not in arrears to the Town Board upon debt or contract and is not a defaulter as surety, contractor, or otherwise upon any obligation to the Town Board, Town of Wappinger. (f) All work shall be completed within the time allotted, from the date specified in the Notice to Proceed or set by the contract documents, mailed to the undersigned by registered mail with return receipt requested to the legal address of the bidder as indicated on his/her bid. (g) If the bid documents contain any unlawful provision not an essential part of the bid and which shall not appear to have been a controlling or - 7 - I I I I I I I I I I I I I I I I I I I material inducement to the making thereof, the same shall be deemed of no effect and will upon notice by either the Owner or the bidder be deemed stricken from the bid documents without affecting the binding force of the remainder. (h) Each and every provision of any law and clause required by law to be inserted in the bid documents shall be deemed to be inserted herein and the bid documents shall be read and enforced as though it were included herein; and if through mistake or otherwise any such provision is not inserted or is not correctly inserted, then upon the application of either party, the bid documents shall forthwith be physically amended to make such insertion. (i) That he/she is financially solvent and sufficiently experienced and competent to perform the work. 0) The work can be performed as called for by the proposal and that the plans and specifications are in all respects suitable and adequate for the work. (k) That the facts stated in his/her bid and the information given by him/her are true and correct in all respects. (I) That he/she is fully informed regarding all the conditions affecting the work to be done and labor and materials to be furnished for the completion of this contract, and that his/her information was secured by personal investigation and research. (m) In the event of a lawsuit, the bidder agrees that said suit shall be filed in the same federal district or county as the location of the project. BID FOR CONTRACT WORK: Base Bid The Bidder proposes to perform the work required in accordance with the contract documents for the lump sum of: $ -=rff\ I f~-hu 0 -tffj ()( ,lS A-N \) -\w D V\ \JV\ cl (--e d. ~ ~+y dol \ JOdL S (Words) $ 3~ aSD.oo I (Figures) - 8 - . . . . . . . . . I . . . . . . . . . Also made a part of this bid ;s the attached documentation Article C.3. I Sign Bid Here Print Name . ision 100, V('e5\O~(v\ Title Official Company Name * Circle applicable word LLC)* Company Mailing Address 9 3 Q~kM .=rslh\J~ CITY 3eV0€ /--\-t ~XI u.JV N STREET t\ ~ ( C52:D d- STATE ZIP CODE Federal Employer Identification No. I 2>. 3(ct)lf9 0 l Telephone No. ll<6" li'-lJ '~DCJ Fax No. ills' - Ll~ d.. . ISO 9 9 I . . . . . . . . . . . . . . . . . . (If bidder is a corporation, fill in the following blanks.) Organized under the laws of the State: j\..)-f>W YO{ \C Name and address of President: -.:J 0'" (\ S~to..- LID Ot D ffnuvtD{ ~ lc\v'\JL S'T ~" \ ~O d-- Name and Address of Secretary: ~ Name and 7Treasurer: (If bidder is a Limited Liability Company, fill in the following blanks.) Organized under the laws of the State of: Name of Manag or Managing Member: Addr s for Service of Process: 10 I I I I I I I I I I I I I I I I I I I STATE OF NEW YORK COUNTY OF R IC"vvV\oV\D ) ) ss: On the -M ~ /9' day of ~ , before me, the undersigned, a Notary Public in and for said State, personally appeared ~() So..\G.... personally known to me or proved to me on the basis of satisfactory evidence to be the individual whose name is subscribed to the within instrument and acknowledged to me that he executed the same in his capacity, and that by his signature on the instrument, the individual, or the person upon' behalf of which the individual acted, executed the instrument. ~u~ TINA DECAt:ltO NOTARY PUBLIC, STATE OF NEW YORK NO.OIDE6019435 QUALIFIED IN RICHJviOf\lD COUNTY COMMISSION BXPn~fiS 02/08/2011 11 I I I I I I I I I I I I I I I I I . I CERTIFICATION OF NON-COLLUSION BY BIDDER No bid will be considered unless this Certification remains attached to and is submitted with the Bid By submission of this bid, each bidder and each person signing on behalf of any bidder certifies, and in the case of a joint bid each party thereto certifies as to its own organization, under penalty of perjury, that to the best of his knowledge and belief: (1) The prices in this bid have been arrived at independently, without collusion, consultation, communication, or agreement for the purpose of restricting competition as to any matter relating to such prices, with any other bidder or with any competitor. (2) Unless otherwise required by law, the prices which have been quoted in this bid have not knowingly been disclosed by the bidder and will not knowingly be disclosed by the bidder, directly or indirectly, to any other bidder or to any competitor, before the time of the bid opening. (3) No attempt has been made or will be made by the bidder to induce any other person, partnership or corporation to submit or not to submit a bid for the purpose of restricting competition. A bid shall not be considered for award nor shall any award be made where (1), (2),' and (3) above have not been complied with; provided however, that if in any case the bidder cannot make the foregoing certification, the bidder shall so state and shall furnish with the bid a signed statement which sets forth in detail the reasons therefore. Where (1), (2), and (3) above have not been complied with, the bid shall not be considered for award nor shall any award be made unless the Town Clerk of the Municipality to which the bid is made, or his/her designee, determines that such disclosure was not made for the purpose of restricting competition. (4) The fact that a bidder (a) has published price lists, rates, or tariffs, covering items being procured, (b) has informed prospective customers of proposed or pending publication of new or revised price lists for such items, or (c) has sold the same items or other customers at the same prices being bid, does not constitute, without more, a disclosure within the meaning of subparagraph (1). (5) Any bid hereafter made to any public authority or to any official of any public authority created by the State or any political subdivision, by a corporate bidder for work of services performed or to be performed or 12 - I I II - - I I I I I I I I I I I . . goods sold or to be sold where competitive bidding is required by statute, rule, regulation, or local law, and where such bid contains the certification referred to in the lead paragraph of this section, shall be deemed to have been authorized by the board of directors of the bidder and such authorization shall be deemed to include the signing and submission of the bid and the inclusion therein of the certificate as to non-collusion as the act and deed of the corporation. I affirm these statements under penally of per ry. ,~ BIDDER'S SIGNATURE: ~- DATE: 13 .r4ece'\Jc\... ~ 1. 1. 20\0 '''''l\l ~I w:-' TOWN OF WAPPINGER FOR FUEL OIL TANK REMOVALS AT TOWN HALL AND HIGHWAY GARAGE COMPLEX BID FORM THE TOWN RESERVES THE RIGHT TO REJECT ANY OR ALL BIDS. EACH BID FORM SHALL BE ACCOMPANIED BY BID SECURITY (AS DESCRIBED IN THE INSTRUCTION TO BIDDERS). TO THE TOWN BOARD, TOWN OF WAPPINGER, NEW YORK Pursuant to and in compliance with your invitation to bid contained in the Notice to Contractors dated March 1 , 2010, (month) (day) the undersigned hereby proposes to furnish all labor, machinery, equipment, facilities, tools, transportation, supplies, materials, insurances, permits, certificates, tests, guarantees, protection of equipment and property and life during construction; as well as competent and qualified supervision for all phases of the work, and other facilities and things necessary or proper for or incidental to, the Fuel Oil Tank Removals at the Town Hall and Highway Garage Complex Proposal, Town of Wappinger, as required by and in strict accordance with the plans, specifications and all other documents, for the prices stipulated and as shown on this bid form. Name Enviro Clean of Services LLC (Individual, Partnership, Corporation oe- * Circle applicable word Bidder: The undersigned declares that the bidding and contract documents have been carefully examined and that all things necessary for the completion of the work shall be provided. Receipt of the following addenda is hereby acknowledged: DATE SIGNATURE 069b 3 - '21- dO /0 - 6 - ADDENDUM NO.1 ADDENDUM NO.2 ADDENDUM NO.3 ADDENDUM NO.4 / / /' // / In consideration of, and to induce the award of this contract to him/her, the bidder represents and warrants that: (a) If this bid is accepted by the Town Board, Town of Wappinger, as evidenced by issuance of a Notice of Award by the Owner, and mailed by registered mail with return receipt requested to the address of the bidder as indicated on his/her bid, the bidder will execute a contract on the form of agreement herein provided and will comply with all provisions of said Notice of Award. (b) This bid is made without any understanding, agreement or connection with any other person, firm or corporation making a bid for the same work, and that it is in all respect fair and without collusion or fraud. (c) He/She has carefully examined and fully understands all of the parts of the contract documents, and that he/she will execute the contract and will completely perform it in strict accordance with the provisions thereof for the sum set forth on the bid. (d) No officer or employee of the Town Board, Town of Wappinger, or any person whose salary is payable in whole or in part by the Town Board is, shall be, or shall become interested directly or indirectly as a contracting party, partner, stockholder, surety or otherwise in this bid or in the performance of the contract or in the supplies, materials or equipment, or to work or labor to which it relates, or in any portion of the profits thereof. (e) He/She is not in arrears to the Town Board upon debt or contract and is not a defaulter as surety, contractor, or otherwise upon any obligation to the Town Board, Town of Wappinger. (f) All work shall be completed within the time allotted, from the date specified in the Notice to Proceed or set by the contract documents, mailed to the undersigned by registered mail with return receipt requested to the legal address of the bidder as indicated on his/her bid. (g) If the bid documents contain any unlawful provision not an essential part of the bid and which shall not appear to have been a controlling or - 7 - material inducement to the making thereof, the same shall be deemed of no effect and will upon notice by either the Owner or the bidder be deemed stricken from the bid documents without affecting the binding force of the remainder. (h) Each and every provision of any law and clause required by law to be inserted in the bid documents shall be deemed to be inserted herein and the bid documents shall be read and enforced as though it were included herein; and if through mistake or otherwise any such provision is not inserted or is not correctly inserted, then upon the application of either party, the bid documents shall forthwith be physically amended to make such insertion. (i) That he/she is financially solvent and sufficiently experienced and competent to perform the work. U) The work can be performed as called for by the proposal and that the plans and specifications are in all respects suitable and adequate for the work. (k) That the facts stated in his/her bid and the information given by him/her are true and correct in all respects. (I) That he/she is fully informed regarding all the conditions affecting the work to be done and labor and materials to be furnished for the completion of this contract, and that his/her information was secured by personal investigation and research. (m) In the event of a lawsuit, the bidder agrees that said suit shall be filed in the same federal district or county as the location of the project. BID FOR CONTRACT WORK: Base Bid The Bidder proposes to perform the work required in accordance with the contract documents for the lump sum of: $ Eiqht ~hQ~$~n~ Two Hundred Dollars and NO/tents (Words) $ $8200.00 ..... ,_ - - oJ . ..., ..., (Figures) - 8 - Also made a part of this bid is Article C.3. Sign Bid Here Print Name Frank M Banks Title Proiect/ Operatios Manager Official Company Name e Enviro Clean Services (Individual, Partnership, Corporation, * Circle applicable word Company Mailing Address 110 Airport Drive Suite A STREET New York Wappinqers Falls CITY STATE 12590 ZIP CODE Federal Employer Identification No. 73-1459087 Telephone No. 845-463-4571 Fax No. 845-473-4573 9 (If bidder is a corporation, fill in the following blanks.) Organized under the laws of the State: Name and address of President: Name and Address of Secretary: Name and Address of Treasurer: (If bidder is a Limited Liability Company, fill in the following blanks.) Organized under the laws of the State of: 0 k I Q h () /VI a Name of Manager or Managing Member: --=rD S ('" iJ h -:JQr-cJa r/ f Agent for Service of Process: :rOse pI, :ror-c1QV1~ Address for Service of Process: //0 !lu'-lJ()t"r7)'ilje~ Suite A- I ) LJa.ytJy; IYl ;el's /.:a l/sl N Y /;2..5-90 10 STATE OF NEW YORK ) COUNTY OF -:D( Jf-C'.h ~ ss ) ss: On the ~/ sr day of IYl (J It} h. I 2.. () 10 ' before me, the undersigned, a Notary Public in and for said State, personally appeared /" rran ~ &ul.k 5 personally known to me or proved to me on the basis of satisfactory evidence to be the individual whose name is subscribed to the within instrument and acknowledged to me that he executed the same in his capacity, and that by his signature on the instrument, the individual, or the person upon behalf of which the individual acted, executed the instrument. ~ (5)0' ' ~~BLlC ~ MARILYN O'BRIEN NOTARY PUBLlC.STATE OF NEW YOk No. 0104923171 Qualified In Dutchess County My CommIssion Expires May 02, 2010 11 CERTIFICATION OF NON-COLLUSION BY BIDDER No bid will be considered unless this Certification remains attached to and is submitted with the Bid By submission of this bid, each bidder and each person signing on behalf of any bidder certifies, and in the case of a joint bid each party thereto certifies as to its own organization, under penalty of perjury, that to the best of his knowledge and belief: (1) The prices in this bid have been arrived at independently, without collusion, consultation, communication, or agreement for the purpose of restricting competition as to any matter relating to such prices, with any other bidder or with any competitor. (2) Unless otherwise required by law, the prices which have been quoted in this bid have not knowingly been disclosed by the bidder and will not knowingly be disclosed by the bidder, directly or indirectly, to any other bidder or to any competitor, before the time of the bid opening. (3) No attempt has been made or will be made by the bidder to induce any other person, partnership or corporation to submit or not to submit a bid for the purpose of restricting competition. A bid shall not be considered for award nor shall any award be made where (1), (2), and (3) above have not been complied with; provided however, that if in any case the bidder cannot make the foregoing certification, the bidder shall so state and shall furnish with the bid a signed statement which sets forth in detail the reasons therefore. Where (1), (2), and (3) above have not been complied with, the bid shall not be considered for award nor shall any award be made unless the Town Clerk of the Municipality to which the bid is made, or his/her designee, determines that such disclosure was not made for the purpose of restricting competition. (4) The fact that a bidder (a) has published price lists, rates, or tariffs, covering items being procured, (b) has informed prospective customers of proposed or pending publication of new or revised price lists for such items, or (c) has sold the same items or other customers at the same prices being bid, does not constitute, without more, a disclosure within the meaning of subparagraph (1). (5) Any bid hereafter made to any public authority or to any official of any public authority created by the State or any political subdivision, by a corporate bidder for work of services performed or to be performed or 12 goods sold or to be sold where competitive bidding is required by statute, rule, regulation, or local law, and where such bid contains the certification referred to in the lead paragraph of this section, shall be deemed to have been authorized by the board of directors of the bidder and such authorization shall be deemed to include the signing and submission of the bid and the inclusion therein of the certificate as to non-collusion as the act and deed of the corporation. DATE: 0-0 10 I affirm these statements under p BIDDER'S SIGNATURE: 13 . . LEAN PRODUCTS & SERVICES . . . . . . . . . . . . . 110 Airport Drive, Suite A, Wappingers Falls, New York 12590 Phone: (800) 477-2461 Fax: (845) 463-4573 www.EnviroCleanPS.com Statement of Qualifications Enviro Clean Services LLC has been in business in the local area since 2003. We have been a strong supporter of local activities from chamber of commerce, Hudson valley oil heat council and many other community activities. We are a 24/7 environmental spill cleanup and remediation company. The services we offer are tank removals, tank installations, petroleum spill cleanups, environmental over site, Phase 1 and 2 investigations, disposal services and product manufacturing and sales. Our Kev Staff Joe Jordan: As a principal owner of the company Joe has been involved since opening Enviro Clean in 2003 with many tank removal and installation projects as well as remediation of sites. He has developed products that we offer to clients that are state of the art for remediation when excavating is not possible. Evan Stankunas: Evan is in charge of our engineering and environmental department. Evan has worked for several tank and environmental companies overseeing many cleanup projects and deals with the New York State DEC on a daily basis closing out spill numbers and negotiating fines for clients. Frank Banks: Is responsible for the day to day operations of Enviro Clean. He comes with over 10 years of experience in pump, tank and remediation. He has worked with many local engineers and municipalities on complex projects. Tom Dutcher: Tom is our site supervisor. He runs our jobs and interacts with clients as well as makes sure that our jobs get completed on time and as per specification. He has about 10 years experience between environmental remediation and being a former service manager for an area oil company. Proiect References Town of Wappingers Falls- Upgrade work on storage tanks Village of Wappingers - Tank removal at police Park Condominiums - Tank removals and remediation Thank You fovthe portunity to "/11t you on this project. Sincerely, . ;1/l Il~ Frank Banks Project! Operations Manager !1 f] I] !] 11 11 ~ ~ [J I] 11 I f] ~ f] IJ J J 1 J TOWN OF WAPPINGER FOR FUEL OIL TANK REMOVALS AT TOWN HALL AND HIGHWAY GARAGE COMPLEX BID FORM THE TOWN RESERVES THE RIGHT TO REJECT ANY OR ALL BIDS. EACH BID FORM SHALL BE ACCOMPANIED BY BID SECURITY (AS DESCRIBED IN THE INSTRUCTION TO BIDDERS). TO THE TOWN BOARD, TOWN OF WAPPINGER, NEW YORK Pursuant to and in compliance with your invitation to bid contained in the Notice to Contractors dated 3 ~.~, 2010, (month) (day) the undersigned hereby proposes to furnish all labor, machinery, equipment, facilities, tools, transportation, supplies, materials, insurances, permits, certificates, tests, guarantees, protection of equipment and property and life during construction; as well as competent and qualified supervision for all phases of the work, and other facilities and things necessary or proper for or incidental to, the Fuel Oil Tank Removals at the Town Hall and Highway Garage Complex Proposal, Town of Wappinger, as required by and in strict accordance with the plans, specifications and all other documents, for the prices stipulated and as shown on this bid form. Name n ~ S\ 1: ~ ~~ ~ \ C1~ Bidder: 'V 0. ~ ~ \).(l C" XI C~(\\:. Y "" ~ (Individual, Partnership, Corporation 0 LLC) * Circle applicable word The undersigned declares that the bidding and contract documents have been carefully examined and that all things necessary for the completion of the work shall be provided. Receipt of the following addenda is hereby acknowledged: DATE SIGNATURE - 6 - iJ rJ fJ {] [J IJ g fl fJ fJ !"J I /1.., lJ fl [] I] [J ;] J J ADDENDUM NO.1 ADDENDUM NO.2 ADDENDUM NO.3 ADDENDUM NO.4 ~C).~ 3;\ \/ tD , .3/ \ s I \ D , , 3/ \<0/ \0 , , ?Y'~/\() / 3( \ cg/ \0 In consideration of, and to induce the award of this contract to him/her, the bidder represents and warrants that: (a) If this bid is accepted by the Town Board, Town of Wappinger, as evidenced by issuance of a Notice of Award by the Owner, and mailed by registered mail with return receipt requested to the address of the bidder as indicated on his/her bid, the bidder will execute a contract on the form of agreement herein provided and will comply with all provisions of said Notice of Award. (b) This bid is made without any understanding, agreement or connection with any other person, firm or corporation making a bid for the same work, and that it is in all respect fair and without collusion or fraud. (c) He/She has carefully examined and fully understands all of the parts of the contract documents, and that he/she will execute the contract and will completely perform it in strict accordance with the provisions thereof for the sum set forth on the bid. (d) No officer or employee of the Town Board, Town of Wappinger, or any person whose salary is payable in whole or in part by the Town Board is, shall be, or shall become interested directly or indirectly as a contracting party, partner, stockholder, surety or otherwise in this bid or in the performance of the contract or in the supplies, materials or equipment, or to work or labor to which it relates, or in any portion of the profits thereof. (e) He/She is not in arrears to the Town Board upon debt or contract and is not a defaulter as surety, contractor, or otherwise upon any obligation to the Town Board, Town of Wappinger. (f) All work shall be completed within the time allotted, from the date specified in the Notice to Proceed or set by the contract documents, mailed to the undersigned by registered mail with return receipt requested to the legal address of the bidder as indicated on his/her bid. (g) If the bid documents contain any unlawful provision not an essential part of the bid and which shall not appear to have been a controlling or - 7 - 11 'J IJ iJ (J ij ~ I] (] r] r1 . !] ~ lJ 'I' I.. i.J' (' 1.1 j I ~ .J material inducement to the making thereof, the same shall be deemed of no effect and will upon notice by either the Owner or the bidder be deemed stricken from the bid documents without affecting the binding force of the remainder. (h) Each and every provision of any law and clause required by law to be inserted in the bid documents shall be deemed to be inserted herein and the bid documents shall be read and enforced as though it were included herein; and if through mistake or otherwise any such provision is not inserted or is not correctly inserted, then upon the application of either party, the bid documents shall forthwith be physically amended to make such insertion. (i) That he/she is financially solvent and sufficiently experienced and competent to perform the work. (j) The work can be performed as called for by the proposal and that the plans and specifications are in all respects suitable and adequate for the work. (k) That the facts stated in his/her bid and the information given by him/her are true and correct in all respects. (I) That he/she is fully informed regarding all the conditions affecting the work to be done and labor and materials to be furnished for the completion of this contract, and that his/her information was secured by personal investigation and research. (m) In the event of a lawsuit, the bidder agrees that said suit shall be filed in the same federal district or county as the location of the project. BID FOR CONTRACT WORK: Base Bid The Bidder proposes to perform the work required in accordance with the contract documents for the lump sum of: ---- '- , -- \ ~ $ . \ Vx.:\')e~ '\ \r\o~~\,}v,J...- ~O~ '1-1' \\\).r's'.I.~ ( ords) $ \ci l L\ 00 Cf:> l (Figures) - 8 - fl !l !] il i] ~ ~ lJ [] Sign Bid Here iJ Also made a part of this bid i the ttached documentation per Division 100, Article C.3. Print Name V AUTHORIZED SIGNATURE 0. \ ^,\. S~ \ xC) ~-\- Title \Ae~~Q \' . Official Company Nam:To.~ ~ S~C~Q.\\ \\>: \=>\\>$ ~ (/ndivi ual, Partnership, Corporation, ~ * Circle applicable word [I II com~any Mailing Address S~ e~--"'f"K~~T ~IJ~ ~, ~~\~\O~\\I' ~_ _ ---0 CITY STATE ZIP CODE Federal Employer Identification No. ~ (j - \ C\ d () (Q \ \Q Telephone No. ?) '\\ ") - 34 ~ -. err) N ) Fax No. ~l\S- - ,3~~- cm~:) 1] ~ [J [] ~ IJ ] ] 9 1 !] (If bidder is a corporation, fill in the following blanks.) 11 I] !J /1 g 1] [J [] ~ ~ ~ [] U ~ U ] J Organized under the laws of the State: Name and address of President: Name and Address of Secretary: Name and Address of Treasurer: (If bidder is a Limited Liability Company, fill in the following blanks.) Organized under the laws of the State of: ~e~, ~t{'K ~~::~ ~ ~~~~ \ Name of Manager or Managinvmber: Agent for Service of Process: O\.A- \ Address for Service of Process: S~ ~E>"'~-" rl(~"" \):Jo.....t 0. ",. \ OC\~D \A: ~ \ Q.. --\0 WV\ 10 STATE OF NEW YORK COUNTY OF C.<J12Fl ~Cr~' ) ) ss: On the ,{ CL day of rf)A-o[ h ' , before me, the undersigned, a Notary Public in and for said State, personally appeared ---.~\e~\ 12 ~~u<tQ't- personally known to me or proved to me on the basis of satisfactory evidence to be the individual whose name is subscribed to the within instrument and acknowledged to me that he executed the same in his capacity, and that by his signature on the. instrument, the individual, or the person upon behalf of which the individual acted, executed the instrument NOTA~Y PUBLIC ( J, (f' ,/\ I . '. - hp ir I) \.(rv'r() jet ')W' (i2 /\ 1 ' ., ~ I.:';-'Cr' ~~ ,J 1 ; ()ui ,:1-. j i , Comn:.. :" .:.'.; ,),C It 11 iJ [] n [J [] [] ~ ~ g a ~ ~ ~ ~ ~ a u lJ ~J CERTIFICATION OF NON-COLLUSION BY BIDDER No bid will be considered unless this Certification remains attached to and is submitted with the Bid By submission of this bid, each bidder and each person signing on behalf of any bidder certifies, and in the case of a joint bid each party thereto certifies as to its own organization, under penalty of perjury, that to the best of his knowledge and belief: (1) The prices in this bid have been arrived at independently, without collusion, consultation, communication, or agreement for the purpose of restricting competition as to any matter relating to such prices, with any other bidder or with any competitor. (2) Unless otherwise required by law, the prices which have been quoted in this bid have not knowingly been disclosed by the bidder and will not knowingly be disclosed by the bidder, directly or indirectly, to any other bidder or to any competitor, before the time of the bid opening. (3) No attempt has been made or will be made by the bidder to induce any other person, partnership or corporation to submit or not to submit a bid for the purpose of restricting competition. A bid shall not be considered for award nor shall any award be made where (1), (2), and (3) above have not been complied with; provided however, that if in any case the bidder cannot make the foregoing certification, the bidder shall so state and shall furnish with the bid a signed statement which sets forth in detail the reasons therefore. Where (1), (2), and (3) above have not been complied with, the bid shall not be considered for award nor shall any award be made unless the Town Clerk of the Municipality to which the bid is made, or his/her designee, determines that such disclosure was not made for the purpose of restricting competition. (4) The fact that a bidder (a) has published price lists, rates, or tariffs, covering items being procured, (b) has informed prospective customers of proposed or pending publication of new or revised price lists for such items, or (c) has sold the same items or other customers at the same prices being bid, does not constitute, without more, a disclosure within the meaning of subparagraph (1). (5) Any bid hereafter made to any public authority or to any official of any public authority created by the State or any political subdivision, by a corporate bidder for work of services performed or to be performed or 12 n a g [1.: tJ ~ ~ I I [) ~ ~ ~ ".' 11 ~ [] [] [] J 1 goods sold or to be sold where competitive bidding is required by statute, rule, regulation, or local law, and where such bid contains the certification referred to in the lead paragraph of this section, shall be deemed to have been authorized by the board of directors of the bidder and such authorization shall be deemed to include the signing and submission of the bid and the inclus.o herein of the certificate as to non-collusion as the act and deed of the cor ration. . en I~e~~ry. _ ~" /"?, / \ CA. I \ 0 , I I affirm these statements und BIDDER'S SIGNATURE: DATE: 13 TANK SPECiAliSTS PLUS "0/ 0111' lle/iling lOll cUlltrih/llC !II ( o/lr ell \ "/I', March 19th, 2010 As per addendum #1 question #8 TSP will supply the necessary amount of item #4 backfill over the estimated bid amount of 15 tons at a cost of $70.00 per ton. (delivered to site and installed as per specs) like to acknowledge our bid amount reflects petitioning the DEe to close out tank hall. Any work required above petitioning correspondence will be an additional cost. \ \ \ \ \ L Owner \\ ~~:' \liddlt'IO\\IL \,Y 1 (/tLfOPhnlh:", !"(j\ X,~-5- ~-!.Hj'\< Tank Specialists Plus References . Hawthorne Elementary School 225 Memorial Drive Hawthorne, NY Engineer was - Warren and Panzer 228 E. 45th Street New York, NY 10017 Contacts: Chet Bijoor - 212-922-0077 Bryan Shaw - 212-922-0077 5,000 gallon tank removal and installation, completed 9/2009 . Michael Messenger Old Key Bank 146 North Church Street Goshen,NY 10924 Contact number - 845-986-8558 Two 8,000 gallon, one 6,000 gallon and one 4,000 gallon oil tank removed and 1500 tons of clean up completed 3/2009 . Palisades Fuel Russ Rodriguez 68 S Highland Ave Ossining, NY 10562 Contact number - Office - 914-945-0646 Cell- 914-557-1396 Gas station upgrades on a continuous bases Paul Stuart Tank Specialists Plus 55 Kensington Way Middletown, NY 10940 Home: (845) 343-0025 Cell: (845) 742-4196 ps~tanksDecialistsDlus.com Owner, with 16 plus years of experience in the environmental field including working as a master plumber, equipment operator and field crew supervisor for 10 years working under the guidelines of the NYC department of General Services, overseen by NYC Fire Department inspectors Skills Summary: · Owner of TSP · Master Plumber · Equipment Operator · Field Crew Supervisor · 10 years working under the guidelines of the NYC department of General Services, overseen by NYC Fire Department inspectors Professional EXDerience: Tank Specialists Plus (Middletown, NY) Owner · Large Tank removals and installations . Tank top upgrades · Geological Services · Sub-Surface Investigations · Phase I Environmental Site Assessments · Soil and water samples · Remediation systems · Closure reports · OSHA HAZWOPER Trained · Confined space entry training Ira D. Conklin and Sons, (Newburgh, NY) Foreman · Master Plumber · Equipment Operator · Field Crew Supervisor Former Companies Castleton Environmental Environmental Products and Services ERD Waste ENSA Tank Tech (Year started 1991) James Sgandurra 34 Hampton Court New Windsor, NY 845-707-1935 Laborer/technician with 16 plus years of experience in the environmental field including working as a master plumber, equipment operator and field crew supervisor Skills Summary: . Master Plumber . Equipment Operator . Field Crew Supervisor Professional Experience: Tank Specialists Plus (Middletown, NY) Laborerltechnician . large Tank removals and installations . Tank top upgrades . Geological Services . Sub-Surface Investigations . Phase I Environmental Site Assessments . Soil and water samples . Remediation systems . Closure reports . OSHA HAZWOPER Trained . Confined space entry training Ira D. Conklin and Sons, (Newburgh, NY) Laborerltechnician . Master Plumber . Equipment Operator . Field Crew Supervisor Coupart Construction (Chester, NY) Truck Driver . Truck Driver . Technician . laborer I: C ifL Qefln_ Venture Inc. ___~~~p'~~~~_En~ron~ent~1 Management Services - ~----~~-,----~----~- A.r Town of Wappinger Town Hall 20 Middlebush Road Wappingers Falls, NY 12590 Attn: John C. Masterson, Town Clerk SEALED BID FOR: FUEL OIL TANK REMOVALS A T TOWN HALL AND HIGHWAY GARAGE COMPLEX BID DUE: MARCH 22, 2010 @ 12:00 PM Submitted By: David Quinones 908-354-0210 Corporate Office: 201 South First Street. Elizabeth, NJ 07206.908-355-5800. FAX: 908-355-3495 . www.c1eanventure.com New Jersey TSDF: South Jersey Office: Maryland Office: Maryland Office: Massachusetts TSDF: Massachusetts Office: Connecticut Office: Pennsylvania TSDF: let 217 South First Street 600 Cenco Boulevard 2931 Whittington Avenue 236SS Royal Oak Rd General Chemical 13B Leland Street One Dock Street 5S0 tndustrial Drive 17206 Elizabeth, NJ 07206 Clayton. NJ OB312 Baltimore, MD 21230 Quantico, MD 21B56 13B Leland Street Framingham, MA 01702 Stamford a 06902 Lewlsberry, PA 17339 908-355-5800 856-863-8778 410-368-9170 410-677-6720 Framlngham, MA 01702 508-872-5000 203-969-2800 717-938-4700 731 FAX: 908-355-0562 FAX: 8S6-863-3725 Fax: 410-368-9171 Fax: 410-677-6723 508-872-5000 FAX: 508-875-5271 FAX: 203-969-2264 FAX: 717-938-3301 FAX: 508-875-5271 c c ifL Clean Venture Inc. A\: __R.~~-,,-onsiv~_ Environmental Management Services .w.__...____~,__~_,~ March 17,2010 Town of Wappinger Town Hall 20 Middlebush Road Wappingers Falls, NY 12590 Attn: John C. Masterson, Town Clerk RE: Request for Proposal - Fuel Oil Tank Removals at Town Hall and Highway Garage Complex Dear Mr. Masterson: Clcan Venturc, Inc. is pleased to submit their proposal for Fuel Oil Tank Removals at Town Hall And Highway Garage Complex. Clean Venture, Inc. will provide all labor and equipment necessary to remove one (I) 2,000 gallon fuel oil double wall fiberglass underground storage tank at Town Hall PBS Tank #200. The tank shall be properly cut and cleaned (up to 2-55 gallon drum of tank bottoms, included in bid) and properly disposed of at an appropriate facility. Clean Venture, Inc. will providc up to tcn (10) tons of backfill to rough grade. Perform site assessment and collect five (5) confirmatory soil samples for Tank Closure Report as required by the New York State Department of Environmental Conversation. Prepare and submit to NYSDEC all reports and forms nccessary to remove tank from data base. Clean Venture, Inc. shall petition the New York State Department of environmental Conservation for closure of former Tank #100 at the Town Hall that was removed by others; however, was never removcd from the NYSDEC Petroleum Bulk Storage database. Clcan Venture, Inc. will provide labor and equipment to remove one (I) 1,000 gallon fuel oil double wall steel underground storage tank. The tank shall be properly cut and c1eancd (up to I-55 gallon drum of tank bottoms included in bid) and properly disposed of at an appropriate facility. Clean Venture, Inc. will provide up to five (5) tons of backfill material to bring to rough grade. Pcrform site assessment and collect two (2) confirmatory soil samples for Tank Closure Report as rcquired by the New York State Department of Environmental Conservation. Prepare and submit to NYSDEC all reports and forms necessary to remove tank from data base. ---'--~._---~_._~--_._._--"---^----~_..--..,..~~..._~,,-'-_U_-'~_~'_">__'_"._..__..._____._.__o__,. North Jersey: New Jersey TSDF: South Jersey Office: Maryland Office: Maryland Office: Massachusetts TSDF: Massachusetts Office: Connecticut Office: Pennsylvania TSDF: 36 8utler Street 217 South First Street 600 Cenco 80ulevard 2931 Whitlington Avenue 23655 Royal Oak Rd General Chemical 138 Leland Street One Dock Street 550 Industrial Drive Elizabeth, NJ 07206 Elizabeth, NJ 07206 Clayton, NJ 08312 8altimore, MD 21230 Quantico, MD 21856 138 Leland Street Framingham, MA 01702 Stamford a 06902 Lewisberry, PA 17339 908-354-0210 908-355-5800 856-863-8778 410-368-9170 410-677-6720 Framingham, MA 01702 508-872-5000 203-969-2800 717-938-4700 FAX: 908-354-9731 FAX: 908-355-0562 FAX: 856-863-3725 Fax: 410-368-9171 Fax: 410-677-6723 508-872-5000 FAX: 508-875-5271 FAX: 203-969-2264 FAX: 717-938-3301 FAX: 508-875-5271 Corporate Office: 201 South First Street. Elizabeth, NJ 07206 . 908-355-5800. FAX: 908-355-3495 . www.cleanventure.com t,lE IrL Clean Venture Inc. ~ R~~~~~~~~Envir~!Iment~~_i!.~~!~~.~~t..~e.~\fi~es Clean Venture, Inc. (CVI) is a chemical, oil and industrial waste management firm with over 27 years experience in all aspects of environmental contracting, including emergency response, site investigations, sampling, analysis, site remediation, transportation and disposal. CVI has the technical expertise, equipment, manpower and facilities required to successfully meet your project needs. Clean Venture, Inc. appreciates the opportunity to present this proposal. We sincerely look forward to performing this project. Sincerely, ~W Michael Persico President Clean Venture, Inc. NOTARY Sworn to an Before me This /7Yv day o~L ,20/'p A YMEE IANNACCONE 10 # 2242522 NOTARY PUBUC OF NEW JERSEY My Commission ExpIres 511712010 Corporate Office: 201 South First Street. Elizabeth, NJ 07206 . 908-355-5800. FAX: 908-355-3495 . www.c1eanventure.com North Jersey: New Jersey TSOF: South Jersey Office: Maryland Office: Maryland Office: Massachusetts TSOF: Massachusetts Office: Connecticut Office: Pennsylvania TSOF: 36 Buller Street 217 South First Street 600 Cenco Boulevard 2931 Whittington Avenue 23655 Royal Oak Rd General Chemical 138 leland Street One Oock Street 550 Industrial Orive Elizabeth, NJ 07206 Elizabeth, NJ 07206 Clayton, NJ 08312 Baltimore, MO 21230 Quantico, MO 21856 138 leland Street Framingham, MA 01702 Stamford a 06902 lewisberry, PA 17339 908-354-0210 908-355-5800 856-863-8778 410-368-9170 410-677-6720 Framingham, MA 01702 508-872-5000 203-969-2800 717-938-4700 FAX: 908-354-9731 FAX: 908-355-0562 FAX: 856-863-3725 Fax: 410-368-9171 Fax: 410-677-6723 508-872-5000 FAX: 508-875-5271 FAX: 203-969-2264 FAX: 717-938-3301 FAX: 508-875-5271 I II. , i. .. lilt L. .. .. j<' .. II. .. k, .. f; .. .. i L .. ; .. [- g: .. ... .. lilt rlECEIVl:L MAR 2 2 2010 . "'~I\'l\' ~, r::D" TOWN OF WAPPINGER FOR FUEL OIL TANK REMOVALS AT TOWN HALL AND HIGHWAY GARAGE COMPLEX BID FORM THE TOWN RESERVES THE RIGHT TO REJECT ANY OR ALL BIDS. EACH BID FORM SHALL BE ACCOMPANIED BY BID SECURITY (AS DESCRIBED IN THE INSTRUCTION TO BIDDERS). TO THE TOWN BOARD, TOWN OF WAPPINGER, NEW YORK Pursuant to and in corr.pliance with your invitation to bid contained in the Notice to Contractors dated c;j ~ ,2010, (month) (day) the undersigned hereby proposes to furnish all labor, machinery, equipment, facilities, tools, transportation, supplies, materials, insurances, permits, certificates, tests, guarantees, protection of equipment and property and life during construction; as well as competent and qualified supervision for all phases of the work, and other facilities and things necessary or proper for or incidental to, the Fuel Oil Tank Removals at the Town Hall and Highway Garage Complex Proposal, Town of Wappinger, as required by and in strict accordance with the plans, specifications and all other documents, for the prices stipulated and as shown on this bid form. Name ~ A..64N V~7Zlt!.C; ~,of Bidder: The undersigned declares that the bidding and contract documents have been carefully examined and that all things necessary for the completion of the work shall be provided. Receipt of the following addenda is hereby acknowledged: DATE SIGNATURE - 6 - i i. .. ADDENDUM NO.1 ADDENDUM NO.2 ADDENDUM NO.3 ADDENDUM NO.4 ,4f:,Ae?J be..{ 4 ,00. ~ JfUM I~ J.o/O U JII.,t tII ~tJlJIo &ffierYI-l '/ 9.1)/0 H~tW I~ 070,/0 J-C11Jte c. ~ If, tfl O/lJ .. .. k .. ~: ill represents and warrants that: In consideration of, and to induce the award of this contract to him/her, the bidder (a) If this bid is accepted by the Town Board, Town of Wappinger, as evidenced by issuance of a Notice of Award by the Owner, and mailed by registered mail with return receipt requested to the address of the bidder as indicated on his/her bid, the bidder will execute a contract on the form of agreement herein provided and will comply with all provisions of said Notice of Award. t I ill , .. t .. ! i. (b) This bid is made without any understanding, agreement or connection with any other person, firm or corporation making a bid for the same work, and that it is in all respect fair and without collusion or fraud. (c) He/She has carefully examined and fully understands all of the parts of the contract documents, and that he/she will execute the contract and will completely perform it in strict accordance with the provisions thereof for the sum set forth on the bid. (d) No officer or employee of the Town Board, Town of Wappinger, or any person whose salary is payable in whole or in part by the Town Board is, shall be, or shall become interested directly or indirectly as a contracting party, partner, stockholder, surety or otherwise in this bid or in the performance of the contract or in the supplies, materials or equipment, or to work or labor to which it relates, or in any portion of the profits thereof. ~ It .. III i!; h II. ~ La (e) He/She is not in arrears to the Town Board upon debt or contract and is not a defaulter as surety, contractor, or otherwise upon any obligation to the Town Board, Town of Wappinger. Ii II. (f) All work shall be completed within the time allotted, from the date specified in the Notice to Proceed or set by the contract documents, mailed to the undersigned by registered mail with return receipt requested to the legal address of the bidder as indicated on his/her bid. .. .. (g) If the bid documents contain any unlawful provision not an essential part of the bid and which shall not appear to have been a controlling or - 7 - ... ! Ii. L ~; lit .. L ~ L ! L ~ .. L ~. i. ~ I ;~ .. L L ~ I. .. t l.. ~} .. material inducement to the making thereof, the same shall be deemed of no effect and will upon notice by either the Owner or the bidder be deemed stricken from the bid documents without affecting the binding force of the remainder. (h) Each and every provision of any law and clause required by law to be inserted in the bid documents shall be deemed to be inserted herein and the bid documents shall be read and enforced as though it were included herein; and if through mistake or otherwise any such provision is not inserted or is not correctly inserted, then upon the application of either party, the bid documents shall forthwith be physically amended to make such insertion. (i) That he/she is financially solvent and sufficiently experienced and competent to perform the work. (j) The work can be performed as called for by the proposal and that the plans and specifications are in all respects suitable and adequate for the work. (k) That the facts stated in his/her bid and the information given by him/her are true and correct in all respects. (I) That he/she is fully informed regarding all the conditions affecting the work to be done and labor and materials to be furnished for the completion of this contract, and that his/her information was secured by personal investigation and research. (m) In the event of a lawsuit, the bidder agrees that said suit shall be filed in the same federal district or county as the location of the project. BID FOR CONTRACT WORK: Base Bid The Bidder proposes to perform the work required in accordance with the contract documents for the lump sum of: $ 'lk>6mj E/~-r 7H-n/-/cS'A-z.JA;E7~ ~AJA.4t:7J /7.hyC7~;r Lj~t.~ (Words) ~L) r=b;e~ 'S/y ~..s, $&)7 ,<?S". '!(p (Figures) -;:;::>trle~/~ /' b~ 06e.~) Q c::T ~S-. 00 ~ 7?:),U t: r:iJ.e?y Flt/C: ~ (':/ ~s)~ 7CJ"u @~4V tJ~~,,~~) - 8 - Also made a part of this bid is the attached documentation per Division 100, Article C. 3. Sign Bid Here ~' JYU J) A HORIZED SIGNATURE Print Name , J....l ( ef/4 R P61e..,sreD Title Pf<:t:::sf bffi.)/ Official Company Name ~ cJ e>.J7"UIe.-C I ~e... (Individual, Paftnership, Corporation, LLC)* * Circle applicable word Company Mailing Address ~ CITY o?OI c6t:>u17T- rr~sr ~r. STREET 076loh ZIP CODE /IJ. -r: STATE Federal Employer Identification No. c51c2 -.;2..1 V 9 & :3 '3 Fax No. C;o f - 3S-~-~1lt!:JQ ((0 f - ;3SS-- 3YC; S- Telephone No. 9 (If bidder is a corporation, fill in the following blanks.) Organized under the laws of the State: A)e /:() ~o/ , . Name and address of President: Mlf!.~ ~s/ea ~/n ~/~}..s~ ~-/Le~ ht-r.u.s~A'~UG-~ A..J~ t)~/Yp / Name and Address of Secretary: ~ ~c;r ~~c.v~ S7 6 t.-I~4- ~u.,eg; N~/.5[)JLJ J AJc/ ;:J?f1J/O - Name and Address of Treasurer: .::rc~ ~~ [;>6 H~~t!!J~4- /'?~~~~ A../~/&t!J~ *"CJ.r- t?7~YO (If bidder is a Limited Liability Company, fill in the following blanks.) Organized under the laws of the State of: Name of Manager or Managing Member: Agent for Service of Process: Address for Service of Process: 10 i.. Ii'" .. /..Jew ::n!ie.s64,/ STATE OF NE'N YORK / ) ) ss: ~. :t~ .. COUNTY OF tI~J:L .. On the I~ day of Ya"A.J -< , before me, the undersigned, a Notary Public in and for said State, personally appeared I!lt'JII.Ht... i1se-A!O personally known to me or proved to me on the basis of satisfactory evidence to be the individual whose name is subscribed to the within instrument and acknowledged to me that he executed the same in his capacity, and that by his signature on the instrument, the individual, or the person upon behalf of which the individual acted, executed the instrument. ~. i. II. .. ~ i. ~ A YMEe IANNACCONE 10 , 2242622 NOTARY PU8UC OF HEW JERsey My~ Ilrpnsfl17Q010 iI. .. II. ~.' .. ~ ... L ... ). ... 11 .. t ~ L. CERTIFICATION OF NON-COLLUSION BY BIDDER Ii. No bid will be considered unless this Certification remains attached to and is submitted with the Bid U -,E~.'1tJ lJevru,eL ~e.... f , L. By submission of this bid, each bidder and each person signing on behalf of any bidder certifies, and in the case of a joint bid each party thereto certifies as to its own organization, under penalty of perjury, that to the best of his knowledge and belief: IIiIII L. (1 ) The prices in this bid have been arrived at independently, without collusion, consultation, communication, or agreement for the purpose of restricting competition as to any matter relating to such prices, with any other bidder or with any competitor. it i.. (2) Unless otherwise required by law, the prices which have been quoted in this bid have not knowingly been disclosed by the bidder and will not knowingly be disclosed by the bidder, directly or indirectly, to any other bidder or to any competitor, before the time of the bid opening. ... ti ill (3) No attempt has been made or will be made by the bidder to induce any other person, partnership or corporation to submit or not to submit a bid for the purpose of restricting competition. ill I. A bid shall not be considered for award nor shall any award be made where (1), (2), and (3) above have not been complied with; provided however, that if in any case the bidder cannot make the foregoing certification, the bidder shall so state and shall furnish with the bid a signed statement which sets forth in detail the reasons therefore. Where (1), (2), and (3) above have not been complied with, the bid shall not be considered for award nor shall any award be made unless the Town Clerk of the Municipality to which the bid is made, or his/her designee, determines that such disclosure was not made for the purpose of restricting competition. .. ~ .. L. (4) The fact that a bidder (a) has published price lists, rates, or tariffs, covering items being procured, (b) has informed prospective customers of proposed or pending publication of new or revised price lists for such items, or (c) has sold the same items or other customers at the same prices being bid, does not constitute, without more, a disclosure within the meaning of subparagraph (1). '- ~. L. ~:' L. (5) Any bid hereafter made to any public authority or to any official of any public authority created by the State or any political subdivision, by a corporate bidder for work of services performed or to be performed or t .. 12 . 1 i.. I .. goods sold or to be sold where competitive bidding is required by statute, rule, regulation, or local law, and where such bid contains the certification referred to in the lead paragraph of this section, shall be deemed to have been authorized by the board of directors of the bidder and such authorization shall be deemed to include the signing and submission of the bid and the inclusion therein of the certificate as to non-collusion as the act and deed of the corporation. II. L. L I affirm these statements under ~ BIDDER'S SIGNATURE: W I If lit DATE: (3// 7/ ~J{) , I L ... ~ ,: .. ~' .. L i.. L. L: L. ~.~ .. i La ... i l.. 13 .. L \ L ~ L t ... \ .. L ~,.. I .. ~ L. L L l \ I. l .. a m .. - \- .. '- \ " ... I L. L ttEce'VtL MAR 2 2 2010 , """I\#M ~I F=P' TOWN OF WAPPINGER FOR FUEL OIL TANK REMOVALS AT TOWN HALL AND HIGHWAY GARAGE COMPLEX BID FORM THE TOWN RESERVES THE RIGHT TO REJECT ANY OR ALL BIDS. EACH BID FORM SHALL BE ACCOMPANIED BY BID SECURITY (AS DESCRIBED IN THE INSTRUCTION TO BIDDERS). TO THE TOWN BOARD, TOWN OF WAPPINGER, NEW YORK Pursuant to and in compliance with your invitation to bid contained in the Notice to Contractors dated \(\6.~Ch 3 ,2010, (month) (day) the undersigned hereby proposes to furnish all labor, machinery, equipment, facilities, tools, transportation, supplies, materials, insurances, permits, certificates, tests, guarantees, protection of equipment and property and life during construction; as well as competent and qualified supervision for all phases of the work, and other facilities and things necessary or proper for or incidental to, the Fuel Oil Tank Removals at the Town Hall and Highway Garage Complex Proposal, Town of Wappinger, as required by and in strict accordance with the plans, specifications and all other documents, for the prices stipulated and as shown on this bid form. Name fi\ ~ \\(.~ of Bidder: ~~\f; '( Q,^-i'f\~f'\\-"'\ GR<<;:) Up (Individual, Partnership, Corporation or LLC)* * Circle applicable word The undersigned declares that the bidding and contract documents have been carefully examined and that all things necessary for the completion of the work shall be provided. Receipt of the following addenda is hereby acknowledged: DATE SIGNATURE - 6 - ! a. :+ ~ .. ADDENDUM NO.1 ADDENDUM NO.2 ADDENDUM NO.3 ADDENDUM NO.4 l}s ('fh.Rch. \ \ ,2.ob ~c\.. (t; '2..010 . ~O t"ro..Rc k Ie{ 2.0\ 0 . ('y\,.t2- Ch I q, 2.0 I 0 ~~ ~~'L4- %_ D~lPv- ~ \k'1k- JJ\. ~'-t1- t\J\.. p~ 'l.4. Ii. \ .. ~ i ... In consideration of, and to induce the award of this contract to him/her, the bidder La represents and warrants that: # t:-1 .. (a) If this bid is accepted by the Town Board, Town of Wappinger, as evidenced by issuance of a Notice of Award by the Owner, and mailed by registered mail with return receipt requested to the address of the bidder as indicated on his/her bid, the bidder will execute a contract on the form of agreement herein provided and will comply with all provisions of said Notice of Award. , t i.. L L (b) This bid is made without any understanding, agreement or connection with any other person, firm or corporation making a bid for the same work, and that it is in all respect fair and without collusion or fraud. ~. r. (c) He/She has carefully examined and fully understands all of the parts of the contract documents, and that he/she will execute the contract and will completely perform it in strict accordance with the provisions thereof for the sum set forth on the bid. l it' ... j ! .. (d) No officer or employee of the Town Board, Town of Wappinger, or any person whose salary is payable in whole or in part by the Town Board is, shall be, or shall become interested directly or indirectly as a contracting party, partner, stockholder, surety or otherwise in this bid or in the performance of the contract or in the supplies, materials or equipment, or to work or labor to which it relates, or in any portion of the profits thereof. t .. ~ .. (e) He/She is not in arrears to the Town Board upon debt or contract and is not a defaulter as surety, contractor, or otherwise upon any obligation to the Town Board , Town of Wappinger. f i. (f) All work shall be completed within the time allotted, from the date specified in the Notice to Proceed or set by the contract documents, mailed to the undersigned by registered mail with return receipt requested to the legal address of the bidder as indicated on his/her bid. ~. '- .. (g) If the bid documents contain any unlawful provision not an essential part of the bid and which shall not appear to have been a controlling or - 7 - !' l.. - l II. , .. ~ ~ La ~ ~. ~ .. L .. .. L L l t .. 1 .. I I.. material inducement to the making thereof, the same shall be deemed of no effect and will upon notice by either the Owner or the bidder be deemed stricken from the bid documents without affecting the binding force of the remainder. (h) Each and every provision of any law and clause required by law to be inserted in the bid documents shall be deemed to be inserted herein and the bid documents shall be read and enforced as though it were included herein; and if through mistake or otherwise any such provision is not inserted or is not correctly inserted, then upon the application of either party, the bid documents shall forthwith be physically amended to make such insertion. (i) That he/she is financially solvent and sufficiently experienced and competent to perform the work. U) The work can be performed as called for by the proposal and that the plans and specifications are in all respects suitable and adequate for the work. (k) That the facts stated in his/her bid and the information given by him/her are true and correct in all respects. (I) That he/she is fully informed regarding all the conditions affecting the work to be done and labor and materials to be furnished for the completion of this contract, and that his/her information was secured by personal investigation and research. (m) In the event of a lawsuit, the bidder agrees that said suit shall be filed in the same federal district or county as the location of the project. BID FOR CONTRACT WORK: Base Bid The Bidder proposes to perform the work required in accordance with the contract documents for the lump sum of: $ twelve.. '17, O~5> c......~ f~~ /-Iu..on iJ r-o(!~ c....,;) S \)<"~ -oCa{(CL~ ~ G..VI ~ 'U'" C~lf\b . (Words) L $ 1;(, ~ro O. /0 ~. ... i.. I L. (Figures) - 8 - , f .. 1 L. Also made a part of this bid is the attached documentation per Division 100, Article C.3. , .. Sign Bid Here ... Print Name AUTHORIZED SIGNATURE --::r ~ ~ ~ U ~ '< "''''€.... ~~\( ~ ~'--"'~ \-\"''l'\~'' \) .' l)..C I CCf3o,. lit Title i. Official Company Name ffi,"l\eR. Ef\.\t,I(C"\""N'f'''~\ bR';;)",-P (Individual, Partnership, Corporation, Ii .. LLC)* * Circle applicable word .. Company Mailing Address C Q. \'-l Q.. -<" ~"" CITY 53l> C~~a..'-C'~~ STREET ~y STATE o..~ . /1 ?~3 ZIP CODE f II. ~ Federal Employer Identification No. /1- ddS b 'is y...3 Telephone No. 8'-t S 5<0 ~ \ ::t~~ L Fax No. 8iS S~'\ \~8g ... .. ~': .. '- i l.. l , L. L 9 .. ~ .. (If bidder is a corporation, fill in the following blanks.) , II. Organized under the laws of the State: ~e "" ,/.::=a '<'~ I.. Name and address of President: tv\. a..-i'V- ~ ,\ \Co <" .. 5J~ ~~...........~ s ~~) c.Q..\~C-~ ~'f J J 75.$ I L. Name and Address of Secretary: rJJR . .. Name and Address of Treasurer: ~J~ . ... Ii. (If bidder is a Limited Liability Company, fill in the following blanks.) .. Organized under the laws of the State of: $ I.. Name of Manager or Managing Member: Agent for Service of Process: L. Address for Service of Process: .. ~ ... II. l .. 1.. 10 ~ ... , L. i.. .. L. .. ~ ~: L. .. ~ L L ~ L L I .. L .. \' ... k ; I .. STATE OF NEW YORK COUNTY OF YuiaitJ).-J ) ) ss: On the 'J..2--~ day of J1tu at.- ~ {J) D , before me, the undersigned, a Notary Public in and for said State, personally appeared Hll11J. PaCICt.tl~, personally known to me or proved to me on the basis of sa'ttsfactory evidence to be the individual whose name is subscribed to the within instrument and acknowledged to me that he executed the same in his capacity, and that by his signature on the instrument, the individual, or the person upon behalf of which the individual acted, executed the instrument. ~-X a~vd-t- NOTARY PUBLIC BARBARA L ROBERTI Notary Public, State of New Yerk Reg. No. OIR06130344 Dutclless COlIDty My C._iIIiou Elpirel July 18, 2013 11 ... .. .. .. .. (1 ) .. " l' .. (2) .. II. CERTIFICATION OF NON-COLLUSION BY BIDDER No bid will be considered unless this Certification remains attached to and is submitted with the Bid By submission of this bid, each bidder and each person signing on behalf of any bidder certifies, and in the case of a joint bid each party thereto certifies as to its own organization, under penalty of perjury, that to the best of his knowledge and belief: The prices in this bid have been arrived at independently, without collusion, consultation, communication, or agreement for the purpose of restricting competition as to any matter relating to such prices, with any other bidder or with any competitor. Unless otherwise required by law, the prices which have been quoted in this bid have not knowingly been disclosed by the bidder and will not knowingly be disclosed by the bidder, directly or indirectly, to any other bidder or to any competitor, before the time of the bid opening. (3) No attempt has been made or will be made by the bidder to induce any other person, partnership or corporation to submit or not to submit a bid for the purpose of restricting competition. (4) The fact that a bidder (a) has published price lists, rates, or tariffs, covering items being procured, (b) has informed prospective customers of proposed or pending publication of new or revised price lists for such items, or (c) has sold the same items or other customers at the same prices being bid, does not constitute, without more, a disclosure within the meaning of subparagraph (1). L. 1; ~ ,i .. ... .. II. ~ A bid shall not be considered for award nor shall any award be made where (1), (2), and (3) above have not been complied with; provided however, that if in any case the bidder cannot make the foregoing certification, the bidder shall so state and shall furnish with the bid a signed statement which sets forth in detail the reasons therefore. Where (1), (2), and (3) above have not been complied with, the bid shall not be considered for award nor shall any award be made unless the Town Clerk of the Municipality to which the bid is made, or his/her designee, determines that such disclosure was not made for the purpose of restricting competition. iI. (5) Any bid hereafter made to any public authority or to any official of any public authority created by the State or any political subdivision, by a corporate bidder for work of services performed or to be performed or " .. ... 12 1 r.. t L. goods sold or to be sold where competitive bidding is required by statute, rule, regulation, or local law, and where such bid contains the certification referred to in the lead paragraph of this section, shall be deemed to have been authorized by the board of directors of the bidder and such authorization shall be deemed to include the signing and submission of the bid and the inclusion therein of the certificate as to non-collusion as the act and deed of the corporation. l.. ~ ... I affirm these statements u~nder pe Ity, f perjury. r' BIDDER'S SIGNATURE: _ ~ DATE: :7/~~/~t:::::3 Ie , .. ... .. ~ ... ~ ~ c Ii. II. ~. ... . .. .. '- .. .. 13 ... ... .. .. 1 ~ --. MILLER ENVIRONMENTAL GROUPlNc. ... ... ... ill Ii. .. .. .. QUALIFICATION & EXPERIENCE INFORMATION .. .. .. III ... iii. .. .. II. '- TABLE OF CONTENTS .. Section 1.0.............................................................................. ..General Information .. Section 2.0............................................................................. ...Office Locations ~ Section 3.0............................................................................... Environmental Services Section 4.0............................................................................... .Equipment and Materials II. Section 5.0............................................................................... Permits and Licenses Section 6.0............................................................................... .Safety and Health Program .. Section 7.0............................................................................. ...Professional Profiles .. Section 8.0............................................................................. ...Insurance Information Section 9.0............................................................................. ...Client References ... .. I.. h ... ... .. .. ... .. MILLER ENVIRONMENTAL GROUP (800) 394-8606 (631) 369-4900 www.millerenv.com .. .. .. Section 1.0 General Information ... Miller Environmental Group Inc. (MEG), was incorporated in 1971 to service the utility, transportation, and petrochemical industries. Today MEG has office locations throughout the Northeastern US with fully trained and competent personnel with a full complement of Environmental Equipment. As an example of MEG's progressive focus, Enviro Jet Technologies, an operating division of MEG has Patents Pending on a pipeline cleaning technology that holds an US EPA Permit for decontamination of pipeline systems. Through growth and diversification over the past thirty years, MEG has remained at the forefront of the environmental industry. MEG's current client base includes petroleum companies, chemical manufacturers and processors, utilities, aviation-related companies, rail industry, regulatory agencies, and various Fortune 500 companies. Our Offices are the following: ir. ... .. REGIONAL OFFICES .. New York Metro Operations Long Island Operations Hudson Valley Operations Philadelphia Metro Operations Albany Operations DELMARV A Operations Baltimore/Washington DC Metro Operations ji .. ... MEG's workforce consisting of environmental managers, remediation specialists, compliance experts and emergency responders is complimented by its technical division consisting of environmental engineers, geologists, hydro-geologists, and environmental scientists. We at MEG feel that our personnel coupled with our long-term company vision will continue to support our goal of being the premier Environmental Services provider in each of our operating areas. MEG has the knowledge, experience, personnel and equipment to get the job done. We are proud to say we live up to our commitment of exceptional service to our clients. .. .. ... There are a number of questions that we ask our clients to ask our competition when evaluating a prospective company to provide an Environmental Service and these are just a few that tend to set MEG apart from our competition. .. · What is their track record for providing Emergency Response within a time frame? · Do they provide a Medical Surveillance Program to their employees? · What are their limits of liability and who is their insurance carrier? · Do they have a Company Health and Safety program? · Site Specific Health and Safety Plan? · What level of HAZWOPER and HAZMAT training do their employees receive? · What is their creditworthiness and history of paying vendors? · What are a few examples of their ability to solve challenging problems? · What projects have gone well and not so well? ,'j; .. ~ n-. .. .. ... MILLER ENVIRONMENTAL GROUP (800) 394-8606 (631) 369-4900 www.millerenv.com . .. IIIIlt General Company Information .. Corporate Office: 538 Edwards Ave. Calverton, NY 11933 (631) 369-4900 (631) 369-4909 .. Telephone: Facsimile: Federal Tax ID #: 11- 2256843 ~ .. Incorporation: State of New York 1971 NAICS #: 562910 Remediation Service .. ... BASIC ORDERING AGREEMENT #: HSCG8407 A 100001 Federal Business Classification: Small - Under 500 Employees ... Dunn & Brad Street #: 07-578-8851 ... PERMIT IDENTIFICATION NUMBERS: ... U.S. Department of Transportation: U.S. DOT HIM #: EPA ID #: New York State Waste Transport #: New Jersey State Waste Transport #: Connecticut State Waste Transport #: Delaware State Waste Transport #: Maryland State Waste Transport #: Pennsylvania State Waste Transport #: New Hampshire Waste Transport #: Massachusetts State Waste Transport #: Vermont State Waste Transport #: USCG Facility Response #: USCG OSRO Classification #: 239798 051596-007-018E NYD 986 908085 NY 1 A-041 NJ DEP - 07691 CT-HW-75 DE-HW-460 - DE-SW-460 HWH638 P A-AH-050 1 TNH - 0303 441 N/A NY-169 0020 ... i.. ... .. .. .. .. ilIlI MILLER ENVIRONMENTAL GROUP (800) 394-8606 (631) 369-4900 www.millerenv.com IIlIl "" f COY f""""" (""". r==- f:---- f---::-- (' ( f '--' f"'" r f I f' I I r r ,-,,". Section 2.0 Office Locations MILLER ENVIRONMENTAL GROUP Operation Centers ALBANY OPERATIONS>~- 'e HUDSON VALLEY OPERATIONS 'e ~-._-~- e" - LONG ISLAND OPERATIONS (CORPORATE OFFICE) e - -. "NEW YORK METRO OPERATIONS BALTIMORE/WASH DC METRO OPERATIONS, , //"'1. /. " e ) ~ PHILADELPHIA METRO OPERATIONS DELAWARE BAY/RIVER MARINE OPERATIONS e- DELMARVA OPERATIONS [~ l l l 1 CORPORATE OFFICE: 1 Mark Miller President 538 Edwards Ave. Calverton, NY 11933 631-369-4900 ext. 211 James H. Davey Vice President 538 Edwards Ave. Calverton, NY 11933 631-369-4900 ext. 210 George Wallace VP, Business Development 538 Edwards Ave. Calverton, NY 11933 631-369-4900 ext. 241 Tammy Luby Director Human Resources 538 Edwards Ave. Calverton, NY 11933 631-369-4900 ext. 252 1 ~ OPERATIONAL OFFICES: 1 Long Island Operations 538 Edwards Ave. Calverton, NY 11933 POC: Jerry Coogan 631-369-4900 631-369-4909 Fax jcoogan@millerenv.com III II. Albany Operations 105 South Albany Road Selkirk, NY 12158 POC: John Doerre 518-767-0285 518-767-0289 Fax jdoerre@millerenv.com .. .. ... III ~: ... II. .. .. .. MEG CONTACTS New York Metro Operations 1300 Shames Drive Westbury, NY 11590 POC: Adam Libuser 516-876-7940 516-876-7946 Fax alibuser@millerenv.com Philadelphia Metro Operations 105 Riverview Drive - PO Box 365 Paulsboro, NJ 08066 POC: Gary Humphreys 856-224-1100 856-224-1113 Fax ghumphreys@millerenv.com DELMARVA Operations 40 Artisan Drive Smyrna, DE 19977 POC: Gary Humphreys 302-653-0333 302-653-0334 Fax ghumphreys@millerenv.com MILLER ENVIRONMENTAL GROUP (800) 394-8606 (631) 369-4900 www.millerenv.com Hudson Valley Operations 169 Stone Castle Road Rock Tavern, NY 12575 POC: John Doerre 845-569-1200 845-569-1288 Fax jdoerre@millerenv.com BaltimorelWash DC Metro Operations 4616 Newgate Ave. Baltimore, MD 21224 POC: Gary Humphreys 410-631-9193 410-631-9197 Fax ghumphreys@millerenv.com .. 3.0 Environmental Services .. EMERGENCY RESPONSE SERVICES . Miller Environmental Group's (MEG's) Emergency Response Service offers a rapid and effective response to spills of Oil and Hazardous Materials. For over 35 years, MEG has assured its clients receive a comprehensive response to each emergency situation. Our clients include petroleum companies, chemical manufacturers and processors, utilities, aviation-related companies, rail industry, regulatory agencies, and various Fortune 500 companies. x .. .. Our land based and marine based Emergency Response equipment and trained personnel are available twenty-four hours a day, seven days a week. MEG has the necessary HAlMA T /HAZWOPER trained employees and specialized cleaning and transportation equipment to efficiently get the job done. MEG's workforce consists of environmental managers, compliance experts, and emergency responders and is complimented by our Remediation Division consisting of environmental engineers, geologists, hydro geologists, equipment operators, and environmental scientists. Our complete line of Emergency Response service includes: .. lilt EMERGENCY RESPONSE SERVICES .. ill. . Marine Oil Spill Response . High-Rail Guzzler Service . Land Based Oil Spill Response . Railcar Product Transfers . Tanker Truck Rollover Response & Transfer . Bulk Transport (Liquid & Solid) . PCB Spill Response . A viation Emergency Response . Hazardous Waste Spill Response . Medical Facility Emergency Response .. .. .. .. .. ... ... .. ... MILLER ENVIRONMENTAL GROUP (800) 394-8606 (631) 369-4900 www.millerenv.com .. III .. ... .. .. .. .. ... .. .. iIIII lit .. tit .. .. .. .. .. HAZARDOUS MATERIAL EMERGENCY RESPONSE SERVICES HAMER TEAM - (pronounced "Hammer") Miller Environmental Group's (MEG's) Hazardous Materials Emergency Response Team personnel are experts in assisting our customers in Identifying, Evaluating, and Controlling HAlMA T Situations. MEG has the ability to decontaminate personnel, equipment and facilities where Hazardous Materials have been released. Our mobile HAMER Equipment and Trained Responders can handle a wide spectrum of jobs, ranging from a Level A Response for an Unknown Substance to a known Hazardous Materials release requiring Level C Personal Protective Equipment. This HAMER Equipment is state of the art and dedicated for Emergency Response. MEG also maintains a modern fleet of Vacuum, Guzzler, and Tanker Trucks, high capacity centrifugal and diaphragm pumps, hydraulic submersible pumps, hoses, and a variety of ancillary equipment to move virtually any pumpable material from one point to another. Specialized pumps for transferring chemicals and high viscosity fluids are also available. Our Emergency Response equipment and trained personnel are available twenty-four hours a day, seven days a week. MEG has over 100 HAlMAT/HAlWOPER trained employees and over 150 pieces of specialized cleaning, decontamination, and transportation equipment between 5 Operation Centers. MEG's workforce consists of environmental managers, compliance experts, and emergency responders with the HAMER Experience to meet the challenges of the 21st Century. Our complete line of Emergency Response service includes: HAZARDOUS MATERIAL EMERGENCY RESPONSE SERVICES . Hazard Evaluation and Characterization · Remediation/Decontamination of Affected Areas · Decontamination of Contaminated Materials, Surfaces and Personnel · Disposal of Contaminated Waste · Sampling for Final Laboratory Analysis MILLER ENVIRONMENTAL GROUP (800) 394-8606 (631) 369-4900 www.mil/erenv.com .. .. lit .. .. .. .. .. .. .. ... .. ~ .. .. iii .. .. .. .. DECONTAMINATION SERVICES Miller Environmental Group's (MEG's) Hazardous Materials Emergency Response (HAMER) Team personnel are proficient in assessing the needs of an incident through Identifying, Evaluating, and Controlling the situation. MEG has the ability to decontaminate personnel, equipment and facilities where Hazardous Materials have been released. Our mobile HAMER Equipment and Trained Responders can handle a wide spectrum of projects, ranging from a Level A Response for an Unknown Substance to a known Hazardous Materials release requiring Level C Personal Protective Equipment. This HAMER Equipment is state of the art and dedicated for Emergency Response. MEG maintains a specific HAlMA T Response & Decontamination capability in each of our areas of operation. MEG has project experience responding to threats of Anthrax, Botulism, Bloodborne Pathogens, and Pesticides. Our Emergency Response equipment and trained personnel are available twenty-four hours a day, seven days a week. MEG has HAlMAT/HAZWOPER trained employees that operate the specialized cleaning, decontamination, and transportation equipment distributed between our Northeastern US Operation Centers. MEG's workforce consists of environmental managers, compliance experts, and emergency responders with the HAMER Experience to meet the challenges of the 21 st Century. Miller Environmental Group offers the following Decontamination Services: DECONTAMINATION SERVICES · Personnel Decontamination . HAlMA T Decontamination . Facility Decontamination . Military Equipment Decontamination . Sampling and Laboratory Analysis · Disposal of Regulated and Non Regulated Waste MILLER ENVIRONMENTAL GROUP (800) 394-8606 (631) 369-4900 www.millerenv.com .. .. SITE INVESTIGATION AND REMEDIATION .. . Miller Environmental Group's Remediation Division is experienced in assisting our clients in complying with a wide range of federal. state and local regulations including RCRA, CERCLA, ECRA, SARA, and OP A 90. This includes the handling, storage, and disposal of hazardous and other waste materials as well as the protection of groundwater quality. Many of these projects require the assessment of groundwater contamination and development of methodologies for containment and cleanup of contaminated soil and groundwater. MEG continues to pursue innovative technologies such as Advanced Oxidation Processes (AOP), Butane/Propane Injection, Hollow Fiber Membranes, Liquid Phase Biological Treatment Systems, etc. till .. Our innovative techniques and expanding expertise has enabled MEG to serve the diverse needs of our clients as well as to implement the newest technologies in all areas of environmental response and remediation. This Division prides itself on designing the most cost effective recovery systems available. Our Remediation Division is currently engaged in various stages of the remediation process at approximately 100 private sector and 135 public sector sites throughout the Miller Environmental Group area of operations. Our Remediation Services include the following: .. .. SITE INVESTIGATION AND REMEDIATION . Site Investigation and Characterization . Geoprobe Investigations . Containment Recovery . Air Stripping Towers . Treatment Systems for Aquifers and Soils . Soil Venting Systems . Environmental Restoration . Field Sampling . Observation & Recovery Well Installations . Soil Excavation . Dewatering Pump Installations and Repairs . MGP Site Remediation . Monitoring of Wells and Recovery Systems . Tank Water Treatment .. ... .. .. w .. .. ilia ilia .. lit MILLER ENVIRONMENTAL GROUP (800) 394-8606 (631) 369-4900 www.millerenv.com lilt .. .. .. .. .. ... .. .. III .. .. III .. AIR QUALITY MANAGEMENT & REMEDIATION SERVICES Miller Environmental Group's Remediation Division is experienced in assisting our clients with a wide range of Air Quality Issues. Molds and Fungi, in particular, pose a significant threat if not remediated appropriately. Water infiltration and the presence of moisture is directly linked to the development of Molds and Fungi. An immediate response to water infiltration - within 24 to 48 hours - and a thorough clean up, drying, and/or removal of water-damaged materials is essential to prevent or limit mold and fungi growth. If the source of water is due to elevated humidity, relative humidity should be maintained at levels below 60% to inhibit mold and fungi growth. Emphasis should be placed on ensuring the proper repairs to the building infrastructure, so that water damage and moisture buildup do not recur. Moisture problems in buildings can be caused by a variety of conditions, including condensation, excess humidity, roof, foundation, and plumbing leaks. Some moisture problems have been linked to changes in building construction practices during the past twenty to thirty years. These current practices have resulted in more tightly sealed buildings that may not allow moisture to escape easily. Miller Environmental Group has the trained personnel and resources to mitigate damage caused by Molds and Fungi in Indoor Environments. A thorough Site Specific Mold Remedial Action Plan is followed to ensure a proper cleanup in accordance with accepted Department of Health requirements for Indoor Air Quality. Our Remediation Services include the following: AIR QUALITY MANAGEMENT & REMEDIATION SERVICES · Site Inspection, Sampling, and Laboratory Analysis · Identification and Mitigation of Water Source · Remediation of Contaminated Materials and Surfaces · Disposal of Contaminated Debris · Confirmatory Sampling and Final Laboratory Analysis 'it III .. ~ lit ... ... .. MILLER ENVIRONMENTAL GROUP (800) 394-8606 (631) 369-4900 www.mil/erenv.com .. .. lit ... .. lit ... .. .. .. ... .. .. .. .. .. .. .. .. INDUSTRIAL SERVICES Miller Environmental Group's (MEG's) Industrial Services personnel are experts in assisting our customers in decontaminating equipment and facilities of regulated and non-regulated materials on a quick turnaround. Our mobile equipment and trained personnel can handle any job, ranging from a Boiler Cleaning to a Corrosive Tank and Sump Cleaning to a Pipeline Cleaning, Decontamination, and Video Inspection. Water Blasting 1 OK to 40K MEG offers expertise in both conventional and technologically advanced hydro blasting (high pressure washing) applications. Our systems use various pressures and flow rates to cost-effectively clean surfaces, process equipment, heat exchangers and other industrial vessels. MEG utilizes high pressure water blasters lOk P.S.I to 40K P.S.1. and up to 500hp. We have the capability of performing offline and online hydro-blasting. Using the most advanced equipment, technologies and best trained work force in the industry we will finish the toughest job, safely and productively. We can apply hydro blasting to virtually every process configuration to efficiently remove built-up materials. In fact, hydro blasting is the most common industrial cleaning application. MEG's experienced team matches the right equipment for the right applications, specialty systems, and personnel. We can even develop specialty tooling for applications where access is difficult minimizing operator exposure. Ask about our automated nozzle systems for boilers, tanks and pipelines. These systems virtually remove the need to place workers in challenging safety environments. Please contact us to discuss your upcoming projects or to get more information. Tank Cleaning MEG provides both the equipment and the technical and supervisory personnel needed for a variety of tank cleaning operations. MEG has experience with both marine and land-based tanks containing petroleum and other regulated materials. MEG has cleaned tank barges, highway tankers, rail tank cars, above ground and underground storage tanks, separator tanks, waste oil tanks, and process tanks. We are especially skilled at identifying the cleaning method best suited for the job. Cleaning options include hydro blasting, chipping, solids and sludge removal, chemical extraction, heating and re- circulation. INDUSTRIAL SERVICES . Tank Cleaning and Transfer Pumping . PCB Decontamination and Disposal . Oil/Water Separator Cleaning . Tank Removal and Abandonment . Industrial Vacuum Service . Water Blasting lOK to 40K psi . Fly Ash Removal . Pipeline Cleaning and Video Inspection MILLER ENVIRONMENTAL GROUP (800) 394-8606 (631) 369-4900 www.millerenv.com .. ifi .. TANK & PIPELINE CLOSURE AND ABANDONMENT SERVICES .. ... Miller Environmental Group, Inc. (MEG) has developed an environmentally friendly, legally compliant and passive alternative to traditional means of tank removal and closure. MEG is working with commercial and residential clients, local fuel oil companies, Natural Gas Companies, and Insurance companies to reduce the risk of underground fuel oil storage tank leakage and in the case of Natural Gas Pipelines meeting the EPA MEGARULE standard for abandonment of Natural Gas Pipelines. MEG is effectively closing underground fuel oil storage tanks and Natural Gas Pipelines via our Foam Abandonment SeNice Team (FAST) program. ... Our procedure for tank abandonment is as follows: Removal of any remaining fuel in the buried tank, high pressure wash the tank interior with a spinning nozzle, evacuate the oil water mixture and then utilizing the latest technology, pump a two-part urethane expansion foam into the tank. After a few moments, the foam will completely fill the tank and harden in place. The foam filled tank is left in place, and a Certificate of Abandonment will be issued to you. The procedure for Natural Gas Pipeline abandonment is slightly different and will be presented when a proposal is requested. This foaming in place (FIP) procedure causes the least disruption to the landscape and surrounding property while ensuring full compliance with environmental regulations. .. ... TANK & PIPELINE CLOSURE AND ABANDONMENT SERVICES .. . Tank Closure via Foaming . Pipeline Abandonment via Foaming .. . Tank Removal and Abandonment .. · Remediation of Contaminated Soils . Liquids Removal via Vacuum Truck .. . .I .I.: ./ ,. ~i~' 1IIIil\ J'tlff_,.., "~~~~=:7_ . - - -. @ G-= .. III 1i1 .. .. .. .. .. MILLER ENVIRONMENTAL GROUP (800) 394-8606 (631) 369-4900 www.millerenv.com .. III .. ... ... .. ... .. MARINE SERVICES Miller Environmental Group's Marine capability includes the provIsion of services for national and international shipping lines, tug and barge operators, and various geophysical and hydrographic survey companies. They also include locally based businesses both large and small, inclusive of underwater diving contractors and construction companies. Our marine equipment and trained personnel are available twenty-four hours a day, seven days a week. Our captains are all USCG licensed masters and/or mates. Our vessels are USCG inspected and certified. All deckhands are trained and versed in the different types of operation we perform throughout the year. Personnel are 40 hour HAZWOPER trained and certified in oil spill response operations, including boom deployment and skimming operations. At Miller Environmental Group, we provide a versatile, quality service with experienced, trained personnel. We have a well-maintained workboat fleet with resources ranging from a 21 ' center console outboard up to a 220' anchor-handling vessel. MARINE SERVICES II. AMPD Standby Booming Services Linehandling . . . Research and Survey Support Vessels . Dredge Tenders .. . Underwater Cable and Pipe Support Vessels . Salvage and Towing Services ... . Construction Support Vessels . Launch Services . Dive Support Vessels . Ships Spares and Stores Delivery .. Potable Water Transport and Discharge Capabilities Certified NAUI Divers . . .. ... III III III .. .. ... MILLER ENVIRONMENTAL GROUP (800) 394-8606 (631) 369-4900 www.mi/lerenv.com .. .. .. .. .. .. .. .. lit .. .. .. .. .. .. III .. .. .. ENVIRONMENTAL TRAINING AND COMPLIANCE SERVICES The Miller Environmental Group Training Institute combines certified training professionals, with years of teaching experience and seasoned "hands-on" instructors bringing practical, real world approaches to training. A balance of classroom work and field exercises provides a full learning experience for the student. The MEG Training Institute utilizes performance based training methods, whereby the skills taught are derived from expected job (task) performance. The MEG Training Institute operates in accordance with OSHA's non-mandatory guidelines for training. Regulations, procedures, standards, accepted practices and basic fundamentals are presented clearly and accurately. Our syllabus is reviewed and updated regularly, to comply with Federal, State and Local regulations. The MEG Training Institute is a 27,000 square foot educational facility fully equipped with state-of-the-art training equipment including; SVGA projectors & laptop computers for clear and concise presentation of training material, 27" Television and VCR combination. The training facility is also equipped with an SCBA Maze and a Real Life Confined Space for a truly hands on training experience. The MEG Training Institute Staff looks forward to meeting your training needs. The following are some of the programs offered: TRAINING & COMPLIANCE SERVICES . OSHA HAZWOPER Training . RCRA Hazardous Waste Training . HAZCOM Training . Incident Command System Training . Confined Space Entry and Rescue Training . Boat Handling and Boom Deployment Training . DOT Hazardous Materials Employee Training . Qualified Individual Training . OSHA General Safety Courses . Contingency Plan Development and Revision MILLER ENVIRONMENTAL GROUP (800) 394-8606 (631) 369-4900 www.millerenv.com III .. ENVIRO JET TECHNOLOGIES .. Enviro Jet Technologies (Enviro Jet) provides pipeline decontamination services to the natural gas, electric, and petrochemical industries. Enviro Jet has developed new and innovative technologies that effectively decontaminates and cleans pipelines, storm sewers, water mains and related equipment. Our proprietary cleaning methods incorporate over two years of research and development to provide our client's with a cost-effective solution to pipeline contamination problems. III - The primary driver behind Enviro Jet's inception was to provide a pipeline decontamination program providing full compliance with 40 CFR Part 761, commonly referred to as the MEGA RULE. Enviro Jet's Mega Rule cleaning methods will decontaminate polychlorinated biphenyls (PCBs) in natural gas pipelines to a level that is considered PCB FREE under the law. The advantage of our program is that it eliminates long-term environmental liability as well as the requirement to register the abandoned pipe with the EPA in their One Call Program. III ... In addition to our Mega Rule PCB decontamination methods, our technology is also very effective on a wide variety of pipeline and cable cleaning projects. From hazardous material decontamination to straight jet-cleaning, Enviro Jet will work with you to determine the most environmentally safe and cost- effective solution to your problem. ... ENVIRO JET TECHNOLOGIES SERVICES ... . Jet Cleaning .. . Hydro - Blasting . Tank and Bath Soaking . TV Pipeline Inspections .. . Analytical Services . PCB Decontamination Methods .. . MEGA RULE Compliance .. ill .. .. .. .. MILLER ENVIRONMENTAL GROUP (800) 394-8606 (631) 369-4900 www.millerenv.com .. .. III .. .. .. .. .. .. III .. .. .. .. III III lit .. III lit Section 4.0 Equipment and Materials LONG ISLAND OPERATIONS CENTER --COMPANY HEADQUARTERS (3) Project Managers (3) Supervisors (15) Hazmat Technicians (50) Temp Labor Workers (6) 5,460- Gallon Vacuum Trucks (2) 2,000- Gallon Vacuum Trucks (2) Vacuum Units (3) Skimming Systems (7) Pumping Systems & Hose (1) Storage Bladder (3) Guzzler Air Vacuum Trucks (2) Roll-Off Trucks (20) Roll-Off Containers 20-yard (2) Sets of Confined Space Entry Equipment (6) Response Trucks - Fully Loaded (12) High-Pressure, Hot-Water Washing Units (3) 24' Workboats (14) 12' -18' Aluminum Outboard Workboats (2) LCM 34' & 74' 20,000 feet Containment Boom (6) Sets of Level A & B PPE (2) Mobile Decontamination Trailers (1) Complete Set of Air Monitoring Equipment (1) Magnetic Patch Kit (8) All Terrain Vehicles (1) Boom Truck (2) Frac Tanks -20,000 gal/each (8) Oil Skimmers (4) Light towers with generators (2) 20-yard Vacuum Boxes (20) 3,500 psi Pressure Washers (15) HEPA Vacs - portable (6) Portable Generators 5Kv-20Kv (1) D/D Chemical diaphragm pump - 2" (2) Backhoes (1) 50 ton Lowboy (3) Mercury Spill Kits (1) Mercury Vacuum NEW YORK METRO OPERATIONS CENTER (2) Project Managers (10) Hazmat Technicians (2) 5,460- Gallon Vacuum Trucks (2) Guzzler Air Vacuum Trucks (4) 20-yard Roll-Off Containers (1) Set of Confined Space Entry Equipment (6) Sets of Level A & B PPE (1) Complete Set of Air Monitoring Equipment (2) High-Pressure, Hot-Water Washing Units (2) Frac Tanks -20,000 gal/each (2) Mercury Spill Kits PORT JEFFERSON OPERATIONS CENTER (2) Project Managers (20) Marine Personnel (2) Skimming Systems (17) Pumping Systems & Hose (3) High-Pressure, Hot-Water Washing Units (2) All Terrain Vehicles (2) Supervisors (20) Temp Labor Workers (1) 2,000- Gallon Vacuum Trucks (1) Roll-Off Truck (1) 20,000-Gallon Frac Tanks (2) Response Trucks - Fully Loaded (2) Mobile Decontamination Trailers (1) Magnetic Patch Kit 5,000 feet Containment Boom (1) Oil Skimmer (1) Mercury Vacuum (2) Supervisors (50) Temp Labor Workers (8) Utility Work Boats-(14 ft - 96 ft) (1) Storage Bladder 3,000 feet Containment Boom (2) Light towers with Generator MILLER ENVIRONMENTAL GROUP (800) 394-8606 (631) 369-4900 www.millerenv.com .. .. HUDSON V ALLEY OPERATIONS CENTER (2) Project Managers (2) Supervisors (15) Hazmat Technicians (20) Temp Labor Workers .. (1) 5,460- Gallon Vacuum Trucks (2) 2,000- Gallon Vacuum Trucks (1) Vacuum Units (1) Skimming Systems (5) Pumping Systems & Hose ( 1) Storage Bladder .. (1) Guzzler Air Vacuum Trucks (1) Roll-Off Truck (6) 20-yard Roll-Off Containers (1) 20,000-Gallon Frac Tanks (2) Sets of Confined Space Entry Equipment (2) Response Trucks - Fully Loaded .. (3) High-Pressure, Hot-Water Washing Units (2) 24' Workboats (2) 12' - 18' Aluminum Outboard Workboats 10,000 feet Containment Boom (6) Sets of Level A & B PPE (1) Mobile Decontamination Trailer iIIIII (2) All Terrain Vehicles (1) Frac Tank -20,000 gal/each (1) 20 yard Vacuum Box (2) Light towers with Generator (1) Complete Set of Air Monitoring Equipment (1) Magnetic Patch Kit iIIIII (2) Backhoes (5) HEPA Vacs - portable (2) Mercury Spill Kits (1) Mercury Vacuum NEW HAVEN OPERATIONS CENTER .. (1) Project Manager (1) Supervisor (5) Marine Personnel (20) Temp Labor Workers (2) Utility Work Boats-(30 ft & 65 ft) 2,000 feet Containment Boom .. (2) Pumping Systems & Hose ( 1) Storage Bladder PHilADELPHIA METRO OPERATIONS CENTER .. (2) Project Managers (3) Supervisors (8) Hazmat Technicians (20) Temp Labor Workers (1) 5,460- Gallon Vacuum Trucks (2) 2,000- Gallon Vacuum Trucks ... (1) HAZMAT Response Unit (1) Spill Response Trailer (1) Guzzler Air Vacuum Trucks (1) Roll-Off Truck (6) 20-yard Roll-Off Containers (1) 20,000-Gallon Frac Tanks .. (2) Sets of Confined Space Entry Equipment (2) Response Trucks - Fully Loaded (2) High-Pressure, Hot-Water Washing Units (4) 24' - 34' Workboats (5) 12' - 18' Aluminum Outboard Workboats 10,000 feet Containment Boom .. (1) Complete Set of Air Monitoring Equipment (1) Magnetic Patch Kit (6) Sets of Level A & B PPE (1) Boom Truck (2) Oil Skimming Systems (2) All Terrain Vehicles .. DElMARV A OPERATIONS CENTER (1) Supervisor (5) Hazmat Technicians iIIIII (20) Temp Labor Workers (1) 2200 Gallon Vacuum Truck (1) HAZMAT Response Unit (1) Spill Response Trailer (2) 20-yard Roll-Off Containers (1) 20,000-Gallon Frac Tank .. (1) Set of Confined Space Entry Equipment (2) Response Trucks - Fully Loaded (2) High-Pressure, Hot-Water Washing Units (1) 24' - 34' Workboats (2) 12' -18' Outboard Workboats 1,500 feet Containment Boom .. (1) Complete Set of Air Monitoring Equipment (6) Sets of Level A & B PPE MILLER ENVIRONMENTAL GROUP .. (800) 394-8606 (631) 369-4900 www.millerenv.com .. III .. BALTIMORE/WASH DC METRO OPERATIONS CENTER (1) Project Manager (2) Supervisors (8) Hazmat Technicians (20) Temp Labor Workers i. (1) 5,460- Gallon Vacuum Trucks (2) 3,000- Gallon Vacuum Trucks (1) HAZMA T Response Unit (1) Spill Response Trailer (1) Guzzler Air Vacuum Trucks (1) Roll-Off Truck III (2) 20-yard Roll-Off Containers (2) 20,000-Gallon Frac Tanks (1) Set of Confined Space Entry Equipment (2) Response Trucks - Fully Loaded (3) High-Pressure, Hot-Water Washing Units (2) 24' - 34' Workboats .. (2) 12' - 18' Outboard Workboats 3,000 feet Containment Boom (1) Complete Set of Air Monitoring Equipment (6) Sets of Level A & B PPE (2) Oil Skimming Systems (2) All Terrain Vehicles k III III ALBANY OPERATIONS CENTER (3) Project Managers (6) Hazmat Technicians (2) Vacuum Trucks (2) Guzzler Air Vacuum Trucks (5) 20-yard Roll-Off Containers (2) Response Trucks - Fully Loaded (2) High-Pressure, Hot-Water Washing Units (6) Sets of Level A & B PPE (2) All Terrain Vehicles (1) 5 ton Grove Crane 4WD (1) Light tower with Generator (1) 150 feet of SIS Chemical Hose (2) DID Chemical diaphragm pump - 2" (4) DID Air Transfer Pumps - 3" (1) Complete Set of Air Monitoring Equipment (1) 50 ton Lowboy III III .. III ill STATEN ISLAND OPERATIONS CENTER (2) Project Managers (33) Marine Personnel (2) Vacuum Units (17) Pumping Systems & Hose (2) Response Trucks - Fully Loaded (3) High-Pressure, Hot-Water Washing Units (2) All Terrain Vehicles (2) Light towers with Generator III III III .. III (3) Supervisors (20) Temp Labor Workers (1) Roll-Off Trailer (2) 20,000-Gallon Frac Tanks (2) Sets of Confined Space Entry Equipment (2) Utility Work Boats-- Boston Whaler 2,000 feet Containment Boom (2) Mobile Decontamination Trailers (1) Pump Trailer wi Hose (1) 200 gpm Transfer Pump-Food Grade (3) Portable 2000kw Generators (2) HEPA Vacs - portable (1) Backhoe (1) HAZMA T Hammock (1) Magnetic Patch Kit (1) 20 yard Vacuum Box (3) Supervisors (50) Temp Labor Workers (3) Skimming Systems (1 ) Storage Bladder (25) Utility Work Boats-( 14 ft - 100 ft) 12,000 feet Containment Boom (1) Boom Truck (2) Portable 5000kw Generators .. MILLER ENVIRONMENTAL GROUP (800) 394-8606 (631) 369-4900 www.millerenv.com ... .. ... Section 5.0 Permits and Licenses .. . United states Environmental Protection Agency Acknowledgment of Notification of Hazardous Waste Activity . United States Environmental Protection Agency Lead Based Paint Activities Certification . U.s. Department of Transportation Hazardous Materials Certificate of Registration . New York State Waste Transporter Permit . State of Connecticut Waste Transporter Permit . State of Massachusetts Waste Transporter Permit . State of Delaware Waste Transporter Permit . State of Maryland Waste Transporter Permit . State of Pennsylvania Waste Transport Permit . State of New Jersey Waste Transporter Permit . State of Vermont Waste Transporter Permit . State of New Hampshire Waste Transporter Permit . New York City Fire Department Permit . United States Coast Guard . Oil Spill Removal Organization Classification . Mobil Oil Reception Facility Permit . Marine Transportation Facility Response Plan Approval . APHIS Reception (Regulated Garbage) . MARPOL Transfers II. .. .. .. .. .. .. III .. ... ill ... .. ... .. MILLER ENVIRONMENTAL GROUP (800) 394-8606 (631) 369-4900 www.millerenv.com III ill ... Alphabetical OSRO Classifications by Company F tu:ilitUI Vau18 ... H2O MUllr Elfwl'tJlilMlltlll Gl'tJllp Ct1T1': 8AL TIMORE MIl WI wz WJ MIl WI wz WJ l o HW ,,__Pwt 1=- ~ ~ ~ ~ ~ ~ ~ ~ .. ..u...- CIty: ~- ...... - -,,-. .. corP: BOSTON MIl WI wz WJ MIl WI wz WJ ~ /&II ,,__ Pwt 1=- ~ ~ ~ ~ ~ ~ ~ ~ ~C",: ~- .. ...... - -,,-. C07P: BUFFALO MIl WI WZ WJ ItIJI WI WZ WJ .. o IlW "'__Pwt 1=- ~ ~ ~ ~ ~ ~ ~ ~ ........... CIty: ~- ...... - lilt -,,-. CO'TI': BUFFAlO(OSWEGO, NY) ItIJI ", WZ WJ IIIJI WI WZ WJ o Rift v__ Pwt 1=- ~ ~ ~ ~ ~ ~ ~ ~ i. ....." CIty: ~- ...... - - ,,-. II. C07P: LONG ISlAND SOUND MIl WI WZ WJ MIl WI WZ w.J o Rift v__,."" I=- ~ ~ ~ ~ ~ ~ ~ ~ ..u...- CIty: ~- ...... - - -,,-. C07P: NEW YORK MIl WI WZ WJ IIIJI WI WZ w.J !tI RW "'__ Pwt I=- ~ ~ ~ ~ .~ ~ ~ ~ .. ....." 011: ~- ...... - -,,-. - corP: PHILADELPHIA MIl ", WZ w.J IIIJI WI WZ w.J it! /&II V__ PM IE ~ ~ ~ ~ ~; ~ ~ ~CiIy: III -,,-. corP: PROVIDENCE 11M ", wz w.J MIl "1 WZ WJ ... o ",.. V__ Pwt I=- ~ ~ ~ ~ ~ ~.~ ~ ~CIt1: ~- ..... - lit -..- .. /It. MILLER ENVIRONMENTAL GROUP (800) 394-8606 (631) 369-4900 www.millerenv.com III III ... .. .. .. .. .. III .. lilt .. .. III .. .. .. .. ill ill Section 6.0 Safety and Health Program Safe Working Conditions Safe working conditions are a primary concern at Miller Environmental Group Inc. The Company will not engage in any activity that would pose an unnecessary risk to our personnel, equipment, or the public. Safe operating and working conditions are the responsibility of every MEG employee. Employees who witness an unsafe act or condition have the responsibility to report this to the Health & Safety Coordinator and, if able, correct the act or condition. The Coordinator will review the situation to determine what further action or assistance is required. Your branch's Safety Committee can review the entire safety program with you. In addition to details concerning Company safety policies, the committee can provide information about the Company's Health & Safety Program. All employees involved in safety-sensitive work must attend all safety meetings. If corrective action is not made in an appropriate time frame, if a health and safety violation frequently reoccurs, or if an employee thinks a health & safety issue is not being appropriately addressed, employees have a duty and a responsibility to their co- workers to bring this to the attention of the Branch Manager. Hazard Communication Program All employees will receive, and are expected to complete, the Company's Hazard Communication Program. Such information and training is provided at the time of the Employee's initial assignment and whenever a new hazard is introduced into the employee's workplace. Therefore, all Health & Safety Personnel, Operations Personnel and Project Coordinators will receive this training within the first week of employment and before they are permitted on a job site. Environmental Coordinators, Administrative Personnel, and Field Managers will receive the training before they are permitted on a job site. The purpose of this training course is to ensure that all personnel are trained in compliance with OSHA Regulations regarding the presence of hazardous chemicals in the workplace. Health & Safety Training All employees working in safety-sensitive areas must have adequate training prior to any work at such locations. Employees involved with hazardous waste operations and emergency response must complete the Company's 40-hour HAZWOPER training course in Hazardous Waste Operations and Emergency Response or have comparable training that meets the requirements of OSHA 29 CFR 1910.120 and is acceptable to MEG. Thereafter, an annual HAZWOPER refresher course is required. Those supervising employees in hazardous waste operations and emergency response will undergo additional specific training. All safety training needs are evaluated prior to the commencement of site activities. MEG's internal training department provides the necessary training each employee. Employees Driving Company Vehicles All employees driving company vehicles regulated by the Department of Transportation (DOT) must complete DOT driver qualification requirements. These employees must comply with all DOT. state and Company regulations and policies including, but not limited to, driving records, insurance requirements, driver's daily logs. MILLER ENVIRONMENTAL GROUP (800) 394-8606 (631) 369-4900 www.millerenv.com .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. III .. Safety and Health Program Personal Protective Equipment (PPE) All employees working in safety-sensitive areas or involved in emergency spill response must have and use Company-issued safety equipment available at all job sites. The Health & Safety Coordinator is responsible for ensuring that all personnel have the proper PPE. To ensure this compliance, the Health & Safety Coordinator will conduct "spill bag" inspections. Employees responsible for their assigned spill bag are required to be present during the inspection. Inspections will be random and will not always be preannounce. Employees who are required to wear a negative pressure respirator must be clean-shaven to ensure a proper face to face- piece seal. Employees working in safety-sensitive areas are required to wear steel-toed safety shoes with steel shanks at all times on the job. When eye protection is required, employees working in safety-sensitive areas must wear approved safety glasses, prescription safety glasses with side shields, or safety goggles. All employees in the Hearing Conservation Program must use Company-provided hearing protection when exposed to noise levels above 90 dB (85 dB if the employee is so notified). All personal protective equipment needs are evaluated during the hazard assessment of any particular type of work to be performed. Accidents and Injuries All accidents and injuries must be reported immediately to the supervisor. Vehicle accidents must be reported on the Driver's Accident Report (MV-104) and personal injuries must be reported on the Employee Personal Injury Report (# 1000). Both forms must be promptly submitted to the Human Resources Department. Supervisors must complete a Safety Compliance Counseling Form with the employee involved in the accident or injury and submit the form to the Human Resources Department. The Company maintains employee-driving records to comply with DOT regulations. An employee driving record determined to be poor or unacceptable may result in suspension or discharge. Physical Examination MEG is concerned about the physical well being of our employees, the Company arranges for an annual physical examination for all employees working in safety-sensitive areas. This physical examination is completely paid for by the Company and will be conducted at highly regarded health care facilities. All employees working in safety-sensitive areas are also included in the Medical Surveillance Program. Drug and Alcohol Compliance Program In accordance with 49 CFR Parts 199 and 40 Miller Environmental Group maintains a Drug and Alcohol Program. As a component of this program MEG has implemented a random Drug and Alcohol Testing program that complies with DOT Regulations. Employee training is also a critical component of this program that informs each employee of their responsibilities as well as the employer's responsibilities. MILLER ENVIRONMENTAL GROUP (800) 394-8606 (631) 369-4900 www.millerenv.com .. .. III .. till .. ... ... ... .. - ... - ... .. .. .. .. ... Section 7.0 Professional Profiles MARK E. MILLER Owner/President /CEO . BA, International Business and Economics, University of Charleston, West Virginia . Attended affiliated educational programs at the American College of Rome, Italy and Sophia University in Tokyo, Japan . Co-founder and former president of National Response Corporation (NRC), the largest commercial oil spill response organization in the United States, established in 1992. Vice President and member of the Board of Directors of the Spill Control Association of America. . Experience with all aspects of spill prevention, response and remediation since Miller Environmental Group's inception in 1971. . Experience in the London marine insurance market, specializing in the shipping industry focusing on pollution and war risks coverages. . 40 hour HAZWOPER certified (29 CFR 1910.120) . Wildlife Rehabilitator . Received a four-year federal appointment to sit in the US Department of Commerce, District Export Council, as well as, the US Coast Guard's public service commendation award for participation on the USCG's Oil Pollution Act Oil Spill Response Plan Negotiated Rulemaking Committee. JAMES H. DAVEY, CEl Vice President . B.A. Conservation, Long Island University, C.W. Post, NY . Certified Environmental Trainer, National Environmental Trainer's Association (NETA) . 24 years experience in project management, hazardous waste management, emergency response planning and regulatory compliance. . Mr. Davey formerly worked as an environmental scientist for a major utility company. His duties included developing corporate procedures, performing audits, supervision of spill clean-ups, and regulatory compliance in all areas of environmental management. GEORGE WALLACE III, CEl, CHMM Vice President, Business Development · BS, Environmental Health and Safety, SaliSbury University, Salisbury, MD · Certified Environmental Trainer, National Environmental Trainer's Association (NETA) · Certified Hazardous Materials Manager, Institute of Hazardous Materials Management · Fully trained in DOT, HAZWOPER, OSHA Confined Space Entry & Rescue, etc. · 10 years experience in Emergency Response Management, Health and Safety Oversight. · 8 years experience in contracting and procurement · Experienced in OSHA, EPA, DOT & USCG regulatory compliance needs analysis and assessment. lAMMY D. LUBY Director of Human Resources . Ms. Luby has over ten years Human Resource experience and has excelled in areas, such as Training and Development, Employee relations, Recruiting, Benefits, and Compensation. . Ms Luby is a Senior Human Resource Professional, attended Nassau Community College and Dowling College. In addition, she has completed numerous training and compliance courses in the areas of Human Resources. MILLER ENVIRONMENTAL GROUP (800) 394-8606 (631) 369-4900 www.millerenv.com .. .. Professional Profiles .. ;< .. .. .. - III III .. lilt .. .. .. III III III lit .. JOHN DOERRE Regional Manager, Hudson Valley Operations . 25 years experience managing offices and facilities for environmental service companies . 25 years experience EPA, DOT, DEC, Compliance, Manifesting and Permitting. . Manager of a fully permitted TSD Facility. . Over 15 years experience in the environmental remediation of utility Power Plant site contamination. . Diversified experience managing and supervising major petroleum and hazardous material spills from a variety of sources including highway, rail, air and marine JERRY COOGAN Regional Manager, Long Island Operations . 9 years experience in program administration, project management, regulatory compliance and emergency response operations. . Project Manager of Enviro Jet Technologies, a wholly owned subsidiary of Miller Environmental Group, Inc. . Extensive knowledge of environmental legislation including CERCLA, RCRA, Toxic Substances Control Act (TSCA), PCB Mega Rule (40 CFR Parts 761) and the Oil Pollution Act of 1990. . Fully trained and certified in HAZWOPER, DOT, CPR, and First Aid. . Experienced in hazardous waste management, underground storage tank removal and emergency spill response. GARY HUMPHREYS Regional Manager, Philadelphia Metro & Baltimore Wash. DC Metro Operations · u.S. Navy Chief (ret.) · 8 years experience in oil terminaling business, six as project manager of field services. · Fully trained and certified in HAZWOPER, DOT, CPR, and First Aid. . Experienced in Tank Farm maintenance, pipeline operations, power plant operations and maintenance, underground storage tank removal and emergency spill response. ADAM L1BUSER Manager, New York Metro Operations · B.A. Multi Disciplinary Studies SUNY Stony Brook · Areas of study: Criminal Justice, Psychology, Business Management, & Waste Management Issues. · Fully trained and certified in DOT, HAZWOPER, OSHA Confined Space Entry, etc. · Managed all phases of the branch operation. Including regulatory compliance, emergency response, customer service, accounting, marketing, and personnel management. · Supervisor of environmental operations at the World Trade Center site. MILLER ENVIRONMENTAL GROUP (800) 394-8606 (631) 369-4900 www.millerenv.com .. lilt lilt tit ... .. .. .. .. lilt lilt .. .. tit .. lilt .. III .. Professional Profiles DAVID E. REARDON Manager of Groundwater and Remediation . B.S. in Civil & Environmental Engineering, Clarkson University Potsdam, NY, 1994 . 13 years of experience in expedited site assessments (ESA) which involves conducting real-time subsurface investigations in conjunction with direct push technology and mobile laboratories. . Extensive knowledge of tracking and the vertical delineation of large scale dissolved phase contaminants in aquifers. . Extensive knowledge of 3-D confirmation studies for assessing applicability for air sparging, soil vapor extraction, multi-phase extraction, and pump and treat remedial systems. . Extensive experience in the design and application of remediation treatment systems for impacted groundwater and soil. . Experienced in alternative energy applications and conceptual design for geothermal heating and cooling systems. SHAWN GILSON Manager. Training & Compliance Department . M.S. Safety Management, West Virginia University, Morgantown, WV . B.A. Psychology, West Virginia University, Morgantown, WV . Supervises training and compliance department for MEG offices. . Manage training and compliance services for clients. . Develop, update, and revise training modules in accordance with regulatory requirements. . Experienced in all facets of compliance plan preparation, and revision for MEG and clients. . Fully trained and certified in all aspects of HAZWOPER, First Aid, CPR and AED, Facility Security and PREP guidelines. . OSHA 30 Hour Construction Safety NOEL P. RUSS, CHMM, AEP Assistant Manager, Hudson Valley Operations . B.S. Environmental Chemistry, SUNY College of Environmental Science & Forestry. . Certified Hazardous Materials Manager, Institute of Hazardous Materials Management . Associate Environmental Professional, National Registry of Environmental Professionals . Experienced in hazardous waste management, underground storage tank removal and emergency spill response. KENNETH WALSH Assistant Manager, N.Y. Metro-Long Island Operations . B.S. Business Management, New York Institute of Technology . Fully trained in HAZWOPER, DOT, Comprehensive Health and Safety, CPR, and First Aid. . Experienced in hazardous waste management, underground storage tank removal, emergency response planning, field technician supervision, and reporting and maintenance. . Knowledge of regulatory compliance and environmental legislation including Toxic Substance and Control Act (TSCA), NYSDEC Spill Technology and Remediation Series (STARS), CERCLA, and RCRA. MILLER ENVIRONMENTAL GROUP (800) 394-8606 (631) 369-4900 www.millerenv.com .. .. ... ill ... .. .. .. .. .. .. .. .. .. .. .. .. .. .. Professional Profiles GARY GIOSCIA Fleet Administrator . 10 years experience Highway Use, Fuel, and Heavy Vehicle taxes for a commercial motor carrier. . 2 years experience maintaining hazardous waste transporter permits. . 10 years experience maintaining Driver Qualification Files for a commercial motor carrier. BIRICIM MILLER Environmental Engineer . M.S. in Environmental Engineering, University of Pittsburgh, PA. . B.S. in Environmental Engineering, Yildiz Technical University, Istanbul, Turkey. . Graduate research assistant at the Civil & Environmental Engineering Department of the University of Pittsburgh for two years working on leachate recirculation and fate of hazardous materials in landfills. . Three years experience in groundwater and soil remediation systems. RAYMOND MCKELVEY Project Manager. Philadelphia Metro Operations . 15 Years experience in Environmental industry emergency response, spill prevention and remediation. . Experience managing and supervising major petroleum and Hazardous material spill response from a variety of sources including Highway, Rail and Marine spill response. . Fully trained and certified in all aspects of DOT, HAlWOPER, CONFINED SPACE ENTRY & RESCUE, FIRST AID, CPR & AED, and ICS/IMS Levell. . Active Firefighter in the State of New Jersey since 1987. Presently Assistant Chief with the Woodbury Heights Fire Dept. DAN LEON E Field Supervisor, N.Y. Metro-Long Island Operations . 23 years experience in the management of regulated and non-regulated waste including Director of Operations for fluorescent lamp, light ballasts, and battery recycling. . Experience in marketing and cost estimating for various environmental services. . Supervised and performed multiple projects involving conditionally exempt Small Quantity Generators. . Fully trained and certified in HAlWOPER, Confined Space Entry and Confined Space Rescue, New York State Department of Labor Asbestos Supervisor, Railroad Safety. . FDNY Certificate of Fitness for Welding and Cutting. . Experienced in hazardous waste management, and emergency spill response. RODNEY TANZYMORE Supervisor, Baltimore/Wash DC Metro Operations . Marpol Operations Person In Charge (PIC) . 4 Years Experience HAlMA T Chemical Operations & Neutralization . DOT, HAlWOPER, OSHA Confined Space Entry & Rescue, CPR and First Aid Certified . Experienced In Tank Farm Maintenance, Pipeline Operations . CSX Tank Car Specialist MILLER ENVIRONMENTAL GROUP (800) 394-8606 (631) 369-4900 www.millerenv.com III III .. .. .. - - III III III .. III III - III .. .. .. .. Professional Profiles ED CASSESE Field Supervisor, Hudson Valley Operations . Employed with Miller Environmental Group, Inc. since 1995. . American Petroleum Institute Certified Tank Entry Supervisor, Confined Space rescue (trainer) Confined Space entry, First Aid, CPR, & AED, Supervisor & Project Management Training, 40-Hour HAZWOPER Trained, HM- 181, Dot Haz Mat Transportation, CSX Transportation Rail Car Training, CTEH Test Net first responder. . Provided Confined Space Rescue Training, emergency response and general service for major utility companies. . Presented WCD refresher training, and participated in spill team management tabletop exercises. JEFFREY R. TOY, CHMM Operations Coordinator, Philadelphia Metro Operations . Bachelor of Science in Environmental Studies, Richard Stockton College . Certified Hazardous Materials Manager, Institute of Hazardous Materials Management . New Jersey Department of Environmental Protection Licensed UST Subsurface Evaluator and Closure . Over 13 years experience in Hazardous and Non-hazardous Waste Management, UST Removal, Emergency Spill Response, Marine Spill Response, Industrial Cleaning and Site Remediation ROBERT A. HULlHAN Hydrogeologist, Hudson Valley Operations . B.S. in Geology, SUNY New Paltz, NY . Possess license to perform Subsurface Investigations for the State of New Jersey Department of Protection. . 14 years experience providing consulting and management services for various remediation system installations, reporting and maintenance, supervision of field technicians, bid preparation and onsite activities at hazardous waste sites. . Projects include construction of monitoring wells in excess of 200 feet deep, offshore drilling, and investigation of leakage from septic systems that received multiple commercial waste streams. RANDY MACLEAN Field Supervisor, Hudson Valley Operations . 6 years experience in the emergency response/hazardous & non-hazardous field. . 13 years experience as a Fire Fighter. . Over 20 year's heavy equipment operation. . Fully trained and certified in 40 hour HAZWOPER, Test Net, 40 hour Tanker Truck Roll Over training by New Jersey State Police, Confined Space Entry & Rescue, Mask Confidence trained and trainer, First Aid & CPR. MARK J. PACICCA Project Manager, Hudson Valley Operations · Masters Degree in Education, Lehman College, Bronx, NY. . 15 years experience in field supervision, project management of underground storage tank removal environmental maintenance for government agencies and private companies, remediation projects, and emergency spill response. · Fully trained in HAZWOPER, CPR, First Aid, and Confined Space Entry. · Over 20 years of Class A driver experience and heavy equipment operation. · 20 years experience in Emergency Response as a Firefighter, Captain, and Safety Officer. MILLER ENVIRONMENTAL GROUP (800) 394-8606 (631) 369-4900 www.millerenv.com .. II. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. Professional Profiles MARK A. LUCY Field Supervisor, DELMARVA Operations . Over ten years of experience in Hazardous Waste Management and Emergency Spill Response. . National Firefighter 2, a NREMT-B and Class A CDL. . First Aid, CPR and AED Instructor. . Certified Commercial Diver, Experienced in underwater inspections and Operations. . Experienced in all types of demolition, various types of equipment operations, DOT, 40 hour HAZWOPER, Marine Operations and Confined Space Entry and Rescue. NICHOLAS M. MARRONE Project Manager/Geologist, N.Y. Metro-Long Island Operations . B.S in Environmental Science, SUNY Oneonta, NY . Management of projects throughout New York State, which include subsurface investigations, impacted soil excavations, UST removals, remedial strategy development, air monitoring programs. . Working knowledge of environmental regulatory policy, environmental construction, and the operation of remediation technologies. . Field experience in drilling/direct push supervision, geologic soil profiling, and environmental sampling/testing. . Monitoring, subsurface, tank closure and pilot test reports generated for clients and regulatory agencies. DEBORA ENGELHARDT Geologist, N.Y. Metro-Long Island Remediation . B.A in Geology, Alfred University, May 1993 . Coordination of Phase I and Phase II Site assessments throughout the tri state area. . Performs the oversight of direct push sampling, geologic soil profiling, and environmental sampling/testing. . Performs monitoring, subsurface, tank closure, and pilot test reports generated for clients and regulatory agencies. TONY PEPITONE Transportation Specialist, Trainer / Instructor . Over 38 years of Class A Driver Experience, with thorough knowledge of DOT Regulations. . Over 18 years of Instructing Experience in Commercial Driver Training. . Over 14 years of Managerial Experience in Commercial Driver Field. . National Safety Council Defensive Driving Instructor / Trainer. . New York State Heavy Duty Break Inspector Course Instructor . Professional Truck Driver Institute of America Certification of Commercial Driver Training. . New York State Department of Motor Vehicles Heavy Truck Inspector. . Managing Motor Fleet Safety Programs, Certified Safety Supervisor & Certified Safety Director. . Fully experienced and trained in DOT HAlMA T Transportation, HAZWOPER, Confined Space Entry Training, Confined Space Rescue Training, First Aid, CPR and AED. MILLER ENVIRONMENTAL GROUP (800) 394-8606 (631) 369-4900 www.millerenv.com ... .. Section 8.0 .. .. .. ... .. .. .. ... .. .. .. .. .. .. lilt .. ... Insurance Information (Samples provided) MILLER ENVIRONMENTAL GROUP (800) 394-8606 (631) 369-4900 www.millerenv.com MILLENV-01 REED .. .. PRODUCER The Graham Company The Graham Building 1 Penn Square West Philadelphia, PA 19102 (215) 567-6300 DATE (MM/DDIYYYV) 10J23/2009 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. I ACORDrM CERTIFICATE OF LIABILITY INSURANCE .. INSURED Miller Environmental Group Inc. 538 Edwards Ave. Calverton, NY 11933- INSURERS AFFORDING COVERAGE NAIC # INSURER A American Intemational Specialty Lines Insl26883 --'-'-'=- INSURER 8 Commerce & Industry Insurance Compan~!19410 INSURER C New Hampshire Insurance Company 123841 --e.:=.c INSURER D: .. INSURER E: COVERAGES .. THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERT AlN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. It\lSR~15'~ ----..- _.---_..-- -..-..-...-..-....-....-- .. .-...-....-- -p~I~~'.i~gg,w\E POLICY EXPIRA nON LTR "'R POLICY NUMBER DA LIMITS GENERAL LIABIUTY _~ACH OCCURRENCE $ 1,000,000 f-- 1530908 10/31/2009 10/31J2010 ~=ID2~~ncel 100,000 A X nMERCIAL GENERAL LIABILITY $ f-- CLAIMS MADE [!] OCCUR MED EXP (Anyone person) $ 10,000 X Pollution Per Dce I PERSONAL & ADV INJURY $ 1,000,000 "X Prof Claims Made I GENERAL AGGREGATE $ 2,000,000 f-- 2,000,000 I GEN'L AGGREGATE LIMIT APPLIES PER: PRODUCTS - COMP/OP AGG $ n POLICY [Xl ~~PT n LOC AUTOMOBILE LIABILITY I COMBINED SINGLE LIMIT 1,000,000 '--- $ B X CA7578847 10/31/2009 I 10/31J2010 (Ea accident) - ANY AUTO i - ALL OWNED AUTOS BODILY INJURY $ SCHEDULED AUTOS (Per person) - - HIRED AUTOS BODILY INJURY $ NON-OWNED AUTOS (Per accident) - X MCS-90 PROPERTY DAMAGE 1$ -- {per accident) I GARAGE LIABILITY AUTO ONLY - EA ACCIDENT 1$ rl~ ANY AUTO OTHER THAN EA ACC $ -- AUTO ONLY: AGG $ iJESSlUMBRELLA LIABILITY EACH OCCURRENCE $ 9,000,000 A X OCCUR 0 CLAIMS MADE 1530946 1 0/31/2009 10J31/2010 AGGREGATE $ 9,000,000 I $ - =l DEDUCTIBLE I $ I -- RETENTION S I I $ , rC6517543 xl wc STATU-I IOl~- I WORKERS COMPENSATION AND iAky LIMIT" C I EMPLOYERS' LIABILITY 10J31f2009 10/31/2010 E.L EACH ACCIDENT $ 1,OOO,00C ANY PROPRIETOR/PARTNERlEXECUTIVE OFFICERlMEMBER EXCLUDED? EL DISEASE - EA EMPLOYEE $ 1,000,OOC ~~~MiS~R~v~slO~s below i EL DISEASE - POLICY LlMIT $ 1,000,OOC OTHER I I , DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES I EXCLUSIONS ADDEO BY ENDORSEMENT I SPECIAL PROVISIONS .. .. .. .. .. .. III .. III .. .. CERTIFICATE HOLDER CAN CELLA TlON .. SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION SAMPLE DATE THEREOF, THE ISSUING INSURER WILL ENDEAVOR TO MAIL 3~ DA Y$ WRITTEN - NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT. BUT FAILURE TO DO SO SHALL IMPOSE NO OBLIGATION OR L1ABIUTY OF ANY KIND UPON THE INSURER, ITS AGENTS OR REPRESENTATIVES. AUTHORIZED REPRESENTATIVE ~-:~,~~ III ACORD 25 (2001/08) @ACORD CORPORATION 1988 III .. THE GRAHAM COMPANY INSURANCE BROKERS AND CONSULTANTS .. III III G III .. .. III .. III .. !III .. THE GRAHAM BUilDING III ONE PENN SQUARE WEST PHilADELPHIA III PA 19102 TELEPHONE .. 215.567.6300 1.888.472.4262 !III FACSIMilE 2155670517 www.grahamco.com III IiII August 6, 2009 SENT VIA EMAIL -lpepe@millerenv.com Ms. Lori Pepe Miller Environmental Group, Ine. 538 Edwards Avenue Calverton, NY 11933 RE: NCCI Experience Modification Factor Summary Dear Lori: As requested, outlined below is a summary of the NeCI Experience Modification Factors for Miller Environmental Group, Inc.: Effective Date NCCI Experience Mod 10/31/09 0.85 10/31/08 0.91 10/31/07 0.81 3/13/07 0.78 3/13/06 0.82 3/13/05 0.81 3/13/04 0.89 If you have any questions, feel free to give me a call. Best regards. Sincerely, q~ JAMES H. BONNER Vice President JHB / er .. .. ~ ~ .R ENVI ENTAL UPtc. - .. COMPLETE OSHA INFORMATION III - 2007 Man hours worked 705,420 Avg. Employees 155 Reportable Injuries 9 Injury/lllness Rate 2.55 .. LWDIR 1.41 #Lost Work Day Cases 5 EMR .78 .. 2008 .. Man hours worked 397,840 Avg. Employees 185 Reportable Injuries 17 Injury/Illness Rate (TRIR) 8.55 .. LWDIR 5.52 #Lost Work Day Cases 7 EMR .91 - 2009 Man hours worked 370,374 Avg. Employees 175 Reportable Injuries 6 .. TRIR 3.20 DART (old LWDIR) 1.60 #Lost Work Day Cases 2 - EMR .85 .. lit lit 538 Edwards Avenue. Calverton, New York 11933 Phone: 631-369-4900' Fax: 631-369-4909 www.millerenv.com lit .. .. .. .. lit .. .. .. .. .. .. .. .. .. II1II .. .. .. .. II1II .. 9.0 Client Reference Listing Allstate Insurance Metro North Railroad (MT A) Amerada Hess Moran Towing and Transportation BPAmoco NRG Energy Buckeye Pipeline New York Power Authority (NYPA) Brookhaven, Town of NYS Dept. of Env. Conservation (NYSDEC) Brookhaven National Labs National Fuels Chartis Insurance North Hempstead, Town of Colonial Pipeline National Grid ConocoPhillips NYC Dept. Design & Construction Central Hudson Gas & Electric NYC Dept. Env. Protection Consolidated Edison Co. of NY Orange & Rockland Utilities CSX Corporation Plains All American Pipeline ExxonMobil Reinauer Transportation DE Dept. of Natural Resources and Env. Control Rockville Centre, Village of Dynegy NE Generation Sprague Energy Federal Express Corporation Suffolk County Water Authority Florida Power & Light Energy Sunoco Logistics Grumman Corporation TransMontaigne Inc. Huntington, Town of United Parcel Service HOP Energy U.S. Coast Guard/ US EPA Ironshore insurance Valero Logistics Long Island Railroad (MT A) Vane Brothers Long Island Power Authority (L1PA) Warex Terminals Corp. Magellan Terminals & Pipelines WAWA Inc. MILLER ENVIRONMENTAL GROUP (800) 394-8606 (631) 369-4900 www.millerenv.com - ~ MILLER ENVIRONMENTAL GROUP INC. References for Project: . National Freight Inc I Vineland Construction William Fisher 8567944711 Project Budget: $500,000.00 2009 . 145 North Church Street Association Mary Saint Onge 9148501837 Project Budget: $50,000.00 2009 . HDR I Harris Communications Stuart Bassell 845 735 8300 Ext 258 Project Budget: $150,000.00 2009 . Silverman Gidney Brenda Uhl 8455670618 Project Budget: $20,000 2009 . Altman Stage Lighting Mark Savini 9144767987 Ext 118 Project Budget: $65,000.00 2008 MORRIS ASSOCIATES ENGINEERING CONSULTANTS, PLLC '" 9 Elks Lane, Poughkeepsie, New York 12601 Tel: (845) 454-3411 Fax: (845) 473-1962 o 64 Green Street, Suite 1, Hudson, New York 12534 Tel: (518) 828-2300 Fax: (518) 828-3963 j~ May 11,2010 Town of Wappinger 20 Middlebush Road Wappingers Falls, NY 12590 [R1~~~~~J7~[) Attn: Christopher Colsey Town of Wappinger Supervisor MAY 11 ZGJ TOWN OF WAPPINGER TOWN CLERK RE: Town Hall and Highway Garage Complex Fuel Oil Tank Removals RFP Results and Recommendation MA# W21 006.0 Dear Supervisor Colsey and Town Board: On May 7,2010, the Town of Wappinger received four (4) proposal responses to the Request for Proposal (RFP) for the Town Hall and Highway Garage Complex Fuel Oil Tank Removals project; the breakdown of these responses are as follows: Contractor: Bid Price: Unit Price - Item 4 EnviroClean Products & Services Tank Specialists Plus Conklin Services & Construction, Inc. Gemstar Construction Corp. $10,200.00 $16,850.00 $23,014.00 $29,600.00 $30.00Iton DNP* DNP* DNP* *Note: DNP - did not provide unit price for Item 4 as required in the RFP. This office has completed our review of the proposals for the above referenced project. The apparent low bidder is EnviroClean Products & Services of Wappingers Falls, New York with a base price of $10,200.00. Morris Associates, as well as the Town of Wappinger, has had experience dealing with EnviroClean Products & Services and have found them to be very professional. Therefore, EnviroClean Products & Services is qualified to perform the proposed work required for this project. Based on the above, thisofficerecommends-m award of the contract to EnviroClean Products & Services. !. Supervisor Colsey and Town Board Town of Wappinger May 12, 2010 Page 2 If you should have any questions regarding the above, please contact me at 454- 3411 ext. 30 (office) or (14) 475-5749 (cell) Very truly yours, ~;VF RObeFtJ.~~~ Engineer to the Town Cc: Albert P. Roberts, Esq, (via email) Joseph Jordan, EnviroClean Products & Services (via e-mail) John Masterson, Town Clerk, (via em ail) Graham Foster, Highway Superintendent (via e-mail) E:\documents\T Wappinger\a W201 0\W21 006.0 Fuel tank removals\ltr of award recomendation 5-10-1 O.doc