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