Loading...
HomeMy WebLinkAboutJ - 06 Complete Construction Concepts BidTown of Cortlandville Cortland County, New York Gutchess Lumber Park Development Phase 2 Construction of Concession Building BID FORM PROJECT IDENTIFICATION: Town of Cortlandville Gutchess Lumber Sports Complex Phase 2 Construction of Concession Building THIS BID IS SUBMITTED TO: Town of Cortlandville (Name and Address of Owner) 3577 Terrace Road Cortland, NY 13045 The undersigned BIDDER proposes and agrees, if this Bid is accepted, to enter into an agreement with the OWNER in the form included in the Contract Documents to perform and furnish all Work as specified or indicated in the Contract Documents for the Bid Price and within the Bid Times indicated in this Bid and in accordance with the other terms and conditions of the Contract Documents, for the construction of a 3,200 sq ft. pre-engineered concessions building located at Gutchess Lumber Sports Complex at 3111 Byrne Hollow Crossing in Cortlandville, New York. BIDDER accepts all the terms and conditions of the Advertisement or Notice to Bidders and Instructions to Bidders, including without limitation those dealing with the disposition of Bid security. This Bid will remain subject to acceptance for forty-five (45) days after the day of Bid opening. BIDDER will sign and deliver the required number of counterparts of the Agreement with the Bonds and other documents required by the Bidding Requirements within fifteen (15) days after the date of the OWNER'S Notice of Award. 3. In submitting this Bid, BIDDER represents as more fully set forth in the Agreement, that: a. BIDDER has examined and carefully studied the Bidding Documents and the following Addenda receipt of all which is hereby acknowledged: (List Addenda by Addendum Number and Date) Addendum 1, December 6, 2023 Addemdum 2, December 13, 2023 b. BIDDER is familiar with the location of the site and is familiar with and is satisfied as to the general, local and site conditions that may affect cost, progress, performance, and furnishing the Work. c. BIDDER is familiar with and is satisfied as to all federal, state, and local Laws and Regulations that may affect cost, progress, performance, and furnishing of the Work. d. BIDDER is aware of the general nature of Work to be performed by OWNER and others at the site that relates to Work for which this Bid is submitted as indicated in the Contract Documents. e. BIDDER has correlated the information known to BIDDER, information and observation obtained from visits to the site and drawings identified in the Contract Documents and all additional examinations, investigations and data with the Contract Documents. f. BIDDER has given OWNER written notice of all conflicts, en -ors, ambiguities or discrepancies that BIDDER has discovered in the Contract Documents and the written resolution thereof by OWNER is acceptable to BIDDER, and the Contract Documents are generally sufficient to indicate and convey understanding of all terms and conditions for performing and furnishing the Work for which this Bid is submitted. g. This Bid is genuine and not made in the interest of or on behalf of any undisclosed person, firm, or corporation and is not submitted in conformity with any agreement or rules of any group, association, organization, or corporation; BIDDER has not directly or indirectly induced or solicited any other BIDDER to submit a false or sham Bid; BIDDER has not solicited or induced any person, firm, or corporation to refrain from bidding; and BIDDER has not sought by collusion to obtain for itself any advantage over any other BIDDER or over OWNER. 4. BIDDER will complete the Work in accordance with the Contract Documents for the following LUMP SUM price(s): BASE BID PRICE: One Hundred Ninety Thousand Dollars (use words) ADD OPTION 1: CONCRETE FLOOR Thirty Thousand Seven Hundred Fifty Dollars (use words) ADD OPTION 2: R-25 FIBERGLASS WALL INSULATION Eight Thousand Two Hundred Seventy Five Dollars (use words) ADD OPTION 3: CEILING Twenty Three Thousand One Hundred Fifty Dollars (use words) 190,000.00 (use figures) $ 30,750.00 (use figures) $ 8,275.00 (use figures) 23,150.00 (use figures) 5. BIDDER agrees that the Work will be completed and ready for final payment on or before JUNE 1, 2024. BIDDER accepts the provisions of the Agreement as to liquidated damages in the event of failure to complete the Work within the times specified in the Agreement. 6. The following documents are attached to and made a condition of this Bid: a. Resolution of Board of Directors b, Non -Collusion Form c. Required Bid Security in the form of a certified or bank check or bid bond issued by a surety. d. Required BIDDER'S Qualification Statement with supporting data e, Affidavit — Worker's Compensation 7. BIDDER shall submit a list of SUBCONTRACTORS for the OWNER'S approval with their Bid. Name and Address DG Masonry (Option contractor) Genson Overhead Door Company The Insulation Man (Option contractor) 8. Communications concerning this Bid shall be addressed to: Complete Construction Concepts, LLC (Name of BIDDER) The address of BIDDER indicated below. The following address: 137 S Main Street Homer, NY 13077 BIDDER's Email: talger@completeconstructionconcepts.com BIDDER's Phone: 607-749-7770 SUBMITTED on: December 18, 2023. State Contractor License No.: 3 If BIDDER is: An Individual By: Donald Richards (Individnal's Name) Doing business as: Complete Construction Concepts Business address: 137 S. Main Street, Homer NY 13077 Phone No.: 607-749-7770 A Partnership By: Business address: Phone No.: A Corporation By: (Finn Name) (General Partner) (Corporation Name) (State of Incorporation) (Name of person authorized to sign) (Title) Attest: (Secretary) Business address: Phone No.: A Joint Venture By: Name Address: (Individual's Name) Address: Phone No.: Address for receipt of official communications: (Each joint venturer must sign. The manner of signing for each individual, partnership and corporation that is a party to the joint venture should be in the manner indicated above.) 4 Complete Construction Concepts 137 South Main Street Office: (607) 749-7770 Homer, NY 13077 Fax: (607) 749-7239 December 15, 2023 Town of Cortlandville (Gutchess Park Concessions Building) 3577 Terrace Road Cortland, NY 13045 Attn: Kristin Rocco Petrella, Town Clerk (607) 756-5725 Complete Construction Concepts, LLC has been serving the post frame building industry for over 40 years. Your building project comes with a set of drawings, stamped by a NYS licensed architect / engineer to ensure the integrity of your building. All of our buildings are designed to meet the wind and snow loads for your building location. Complete Construction Concepts, LLC, crews are properly insured and have spent many hours of training to ensure the quality of workmanship that you and your building deserves and to meet the high standards of quality set by Complete Construction Concepts, LLC. Complete Construction Concepts, LLC.proposes to supply all necessary labor, material, and equipment to complete the following: Proposed Pre-engineered 40'W x 80" x 10'H Post Frame Building per Bid Specs Base Building Price ... $190,000.00 Town will be responsible for all site work, sub -slab work, heating, electrical, plumbing, interior walls and doors, final grading, seed and straw, sidewalks, removal of generated debris Base Building Price Includes: • Footers will be poured concrete (per engineered plans) placed at a minimum 48" below grade • Includes 3 or 4-Ply factory built and planed laminated columns using .60 PT # 1 southern yellow pine set a minimum 4' below grade designed for subterranean application. e Roofing-5/8" Zip Board will be installed as the decking materials, drip edge, CertainTeed Landmark Lifetime architectural shingles and a continuous vented ridge cap. (Color to be chosen by Town of Cortlandville) • Vinyl Siding-5/8" Zip Board to installed on the exterior wall and Everlast rigid siding system. Includes Board and Batten siding on all 4 walls, "freeze board" transition using Azek type material and then D4 lap siding on both gable ends to the peak, white corner trims, 3 1/2" trim around all door and windows, J channel where siding meets soffit and drip edge on the roof. (Color to be chosen by Town of Cortlandville) • Roof Pitch is 4.5/12 per drawings and we will custom manufacturer trusses, along with engineered headers and other components. Every truss is custom engineered to meet the snow load designs for your area. • Footers will be poured concrete (per engineered plans) placed at a minimum 48" below grade • Includes 3 or 4-Ply factory built and planed laminated columns using .60 PT #1 southern yellow pine set a minimum 4' below grade designed for subterranean application. • Entrance Doors -We will install (8) 3'0" x 6'8" steel insulated primed PLYCO 92 series doors with complete with handle levers, stainless hinges, weather stripping, thresholds and keyed similar locksets. • (3) 36" x 48" Anderson 200 Series white vinyl double hung windows with LowE and screens will be installed and exterior trimmed. • Garage Doors- (1) 15'W x 8'H CHI model 3285 white, raised panel steel insulated garage doors, solid (no glass), standard radius track, torsion springs, inside lock and vinyl perimeter weather seal, installed (2) 6'W x 8'H CHI model 3285 white, raised panel steel insulated garage door, solid ( no glass), standard radius track, torsion springs, inside lock and vinyl perimeter weather seal, installed • Footers will be poured concrete (per engineered plans) placed at a minimum 48" below grade • Overhangs on all sides will have metal painted white fascia installed. The 5' overhangs on both sides will have white vinyl vented soffit installed, and gable ends with have 12" overhangs installed using white vinyl solid end wall soffit. • (1) 30" x 30" Attic Hatch to be framed, any trim included in ceiling finish option • Building Plans -We will work with Town Engineer and supply stamped building and truss plans to assist you in the building permit application process. • We supply the following warranties: For lyr, CCC will repair or replace any building components that prove to be defective through workmanship, and for 5 yes, CCC will repair free of charge any roof leaks due to workmanship. Manufacturers' warranties apply where applicable. • Insurance Complete Construction Concepts, LLC is properly insured for construction operations. Town of Cortlandville Proposed Pre-engineered 40'W x 80'L x 10'" Post Frame Building OPTIONS A: Concrete Floor 4000 lb. psi fibermesh reinforced concrete 4" thick floor, 6 mil poly vapor barrier, power troweled, saw cut and sealed. Includes under slab perimeter insulation using 2" rigid foam installed 2' under slab around perimeter, and 6" up the backsplash. Price for Option A, Concrete Floor is ... $30,750.00 B: Ceiling This includes installing 2"x 4" lumber installed every 2'oc, 6mil poly vapor barrier, and 29ga interior white liner panel. Includes all trims and color matching screws. The attic area will have an R49 cellulose insulation blown in, baffles are installed at the building eaves to allow minimum ventilation. Includes material, equipment, and labor. Price for Option B, Ceiling is ... $23,150.00 C: Wall Insulation Fill wall cavities with dense, non -chopped R25 fiberglass insulation (resists settling and fits tightly between the framing members with 8' widths designed especially for Post Frame industry). A 6-mil vapor barrier is installed facing the heated side of the wall to help control moisture and is installed with fasteners along with 2"x 4" lumber installed every 2'oc horizontally making wall ready for installation of any finished interior. Includes material, equipment, and labor. Price for Option C, Wall Insulation is ... $8,275.00 D: Steel Roofing 26ga standing seam roof including all trims and ridge vent to be installed over the existing Zip Board roof decking. (Color to be chosen by Town of Cortlandville) Price for Option D, Steel Roof is ... $3,500 deduct from base price ADDENDUM NO. 1 December 6, 2023 TO REQUEST FOR PROPOSAL GUTCHESS LUMBER PARK DEVELOPMENT - PHASE 2 Construction of Concessions Building TOWN OF CORTLANDVILLE APPLICATION: The original Request for Proposals prepared by the Town of Cortlandville, remains in full force and effect, except and only as changed by this Addendum No. 1 which hereby becomes a part of the original specification. Reference: Work Specifications, 4. Building Package, a) Trusses - Clarification a. Trusses may be at a 4:12 pitch. b. Center walkway may have a height clearance of 6'8' to accommodate a 4:12 pitch. 2. Reference: Work Specifications, 4. Building Package, c) Roof a. Optional Roofing: change 24g to 26 g ADDENDUM NO.2 December 13, 2023 TO REQUEST FOR PROPOSAL GUTCHESS LUMBER PARK DEVELOPMENT - PHASE 2 Construction of Concessions Building TOWN OF CORTLANDVILLE APPLICATION: The original Request for Proposals prepared by the Town of Cortlandville, remains in full force and effect, except and only as changed by this Addendum No. 2 and previous Addendun No.l which hereby becomes a part of the original specification. Reference : Work Specifications, 4. Building Package, m) Garage Doors AND Sheet A- 2. a. CHANGE "Two (2) 6'w x 8' H Commercial 3285 CHI or equal," to "Two (2) 8'w x 8' H Commercial 3285 CHI or equal," b. The two (2) overhead doors on the side of the building to be 8'x 8'OHD's. RLIP.O. BOX 3967 PEORIA, IL 61612-3967 P: (800)645-2402 E: contrnct.surety@rlicoip.com SURETY RLISURETY.COM KNOW ALL MEN BY THESE PRESENTS, BID BOND That We, Cnmrlete. Cnnstnirtinn Cnnrertc T.I.0 Of 137 Snnth Mnin StreP.t I-Inmer NY 1 ln77 as Principal, and RLI Insurance Comnanv of Peoria Illinois , as Surety, an Illinois corporation duly licensed to do business in the State of New York are held and firmly bound unto Town of Cortlandville 3577 Terrace Road Cortland NY 13045 as Obligee, in the penal sum of Five Percent of Bid_Lnount ( 5% Amt of Bid ), for the payment of which the Principal and the Surety bind themselves, their heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH, That whereas the Principal has submitted, or is about to submit, a proposal or a bid to the Obligee on a contract for Gutr.hess Lumber Park Develo ip nent _ Phn.cP 91 (,nncession Stand Construction NOW, THEREFORE, if the aforesaid principal shall be awarded the contract, the said principal will within the period specified therefore, or if no period be specified, within ten (10) days after the notice of such award enter into a contract and give bond for the faithful performance of the contract, then this obligation shall be null and void, otherwise the principal and the surety will pay unto the obligee the difference in money between the amount of the bid of said principal and the amount for which the obligee may legally contract with another party to perform the work if the latter amount be in excess of the former, in no event shall the liability hereunder exceed the penal sum hereof. PROVIDED AND SUBJECT TO THE CONDITION PRECEDENT, that any suits at law or proceedings in equity brought or to be brought against the Surety to recover any claim hereunder must be instituted and service had upon the Surety within ninety (90) days after the acceptance of said bid of the Principal by the Obligee. SIGNED, SEALED AND DATED this 14th day of December , 2023 ADDRESS ALL CORRESPONDENCE TO: RLI Insurance Company P.O. Box 3967 Peoria, IL 61612-3967 800-645-2402 Ccnnpitte Cnnstrnrtinn Concepta I,T,C Principal By: Donald Richards President RLI Insurance Company By: l / MW Wendi Lynch-GagAno Attorney in Fact C0006304-10,0 POWER OF AT"'FORNEY RLI Insurance Company Conti -actors Bonding and insm-ance Company 9025 N. Lindbergh Dr. Peoria, fL 61615 Phone: 800-645-2•102 KnowAll Alen Lv These Preseitts: That this Power of Attorney is not valid or in effect unless attached to the bond which it authorizes executed, but may be detached by the approving officer if desired. That RLI Insurance Company an(Vor Contractors Bonding acid Insurance Company, each an Illinois corporation. (Separately and together, the "Company") do hereby make, constitute and appoint: Wendi Lvnch-C'raeliano. Lisa Sereeant. Laura l lickev. Lindsav Richards, iointiv or severally in the City of Palmvra , State of Nov York its true and Iawfili Agcni(s) and Attorney(s) in Fact, with full power and authority hereby conferred, to sign, execute, acknowledge and deliver for and on its behalf as Surcty, ill general, ainy and all bonds and undertakings in an amount not to exceed Twenty hive Million Dollars ( S25,i)il0,000.00 ) for all), single obligation. The acknowledgment and execution ofsuch bond by the said Attorney in Fact shall be as binding upon the Company as if such bond hall been executed and acknowledged by the regularly elected officers of the Company. RLI Insurance Company and/or Contractors Bonding and Insurance Company, as applicable, have each further certified that tine lollowing is a into and exact copy of Resolution adopted by the Board of Directors of each such corporation, and is now in force, to -wit: "All bonds, policies, undertakings, Powers of Attorney or other obligations of the corporation shall be executed in the corporate name of the Company by the President. Secretary, any Assistant Secretary, Treasurer, or any Vice President, or by such other officers as the Board of Directors may' authorize. 'fhc President, any Vice President, Secretary, any Assistant Secretary, or the Treasurer may' appoint Attorneys in Fact or Agents who shall have authority to issue honds, policies or undertakings in the name of the Company. 'fhe corporate seal is not necessary for the validity of any bonds, policies, undertakings, Powers of Attorney or other obligations of the corporation, The sipnature of any such officer and tic corporate seal may be printed by facsimile." iN WITNESS W11FREOF, the RLI Insurance Company and/or Contractors Bondhig! and Insurance Company, as applicable, havc caused these presents to be executed by its respective Vice President with its corporate seal affixed this 24th day of Seotcnnber 2022 . RIA Insurance Company' ,,�4�t:;a .:a '.', WICC 'I, Cootructut;a Bonding send Insurance Coollmny :` „o o+s. ', r �� •' day - C, r<• '. M _yam GCPAOta;Y<.''. ,. ' L SEAL., Barton W. Davis Tice President uvo' 14 a t10��,S, Stale of Illinois SS Comity nl'Peoria CERTIFICATE, On this 281h day of Scomober 2022 befosc tire, a Notary` i. the undersigned officer ui RLI intiuronce Comp-m anchor Public, personally appealed Barton W. Davis who hcinv by tile duly Contrae(ors Bonding; and Insurance Company, do hciehv certifv „aom, acknowledged that he signed the above Power of Allorney as the that (he atiatched Power of Allonicv is in fill) force and elle¢t and is atfliresaid officer of lire RLi Insurance Company and'os Coniraclors irrevocrable; and furtircrinorc, that the Resolution of the Company as flooding :and insurance Company and acknowledged said instniment to l,c set forth in the Power of Ationicy, is nor;• in lurcc. In tcsiusrone the valnn(an act and deed of said corporation. whereof. i have hereunto set oly hand and the seal of lfrc RIa Insurance Compall and/or C'ortinictor+ flooding •sod Imurance Ltxl, C"onrpasny this l_4th clay of D mbe %n23 Hf,,�.\ It IA Insurance Company Cathcsinc U. Glaser i`otan Public Conu•actors Bondinf; and Insurance Comiumy ~CATHERINE D. GLOVER OFFICIAL $EAL trzr,'ix Nottw Ps is • Stato of Itrrtoa By: cc, My Commuion Eufalrca .genie}' Jelp -� Corp,xalc Seca,i;rry ttlamh 24, :W A005SD P) RLIP.O. BOX 3967 PEORIA, IL 61612-3967 P: (800)645-2402 E: asksurety@rlicorp.com SURETY RLISURETY.COM Admitted Assets Investments: Fixed maturities, .............................. Equity securities .............................. Short-term investments .. . ....... . .. . ... . . . . ... . Real estate ..................................... Properties held to produce income ................... Cash and cash equivalents ....................... Other invested assets ............................. Receivables for securities .......................... Agents'balances................................. Investment income due and accrued ................. Funds held ..................................... Reinsurance recoverable on paid losses .............. Federal income taxes receivable . . . .. . .............. . Net deferred tax asset ............................. Guarantee funds receivable or on deposit . . . . ........ . Electronic data processing equipment, net of depreciation ............................ Receivable from affiliates ................ ......... Other admitted assets ..................... . . . . . .. . Total Admitted Assets State of Illinois County of Peoria 1,343,631,923 1,268,806,758 3,054,500 27,014,108 0 57,699,481 53,001,785 203,933 88,924,498 10,365,084 0 10,825,931 1,430,379 11,010,858 0 755,308 0 39,343,761 $ 2,916,068,307 RLI Insurance Company December 31, 2022 Liabilities and Surplus Liabilities: Reserve for unpaid losses and loss adjustment expenses ........................ $ 830,658,551 Unearned premiums . ... . . ..................... 354,155,024 Accrued expenses ............................ 97,292,026 Funds held .................................. 422,374 Advance premiums ........ . .. . . . .............. 19,971,481 Amounts withheld ................ . ............ 84,822,062 Remittances and items not allocated . . .. . .. . ...... 1,448,394 Dividends declared and unpaid ... . .............. 44,327 Ceded reinsurance premium payable .............. 28,148,458 Payable for securities .......................... 2,248,339 Statutory penalties . . ................... . . . . . . . 785,200 Current federal & foreign income taxes .......... . .. 0 Net deferred tax liability . . . . ..................... 0 Borrowed money and accrued interest . ..... . . . .... 50,036,167 Drafts outstanding ............................... 0 Payable to affiliate ............ . . . . . ............... 33,879,630 Other liabilities 4,231,114 Total Liabilities ........ . . ........................ $ 1,508,143,147 Surplus: Common stock ............................... $ 10,000,375 Additional paid -in capital .......... . .. . . . ....... 242,451,084 Unassigned surplus ... . . ...................... 1,155,473,701 Total Surplus Total Liabilities and Surplus $ 1,407,925,160 $ 2.916,068,307 The undersigned, being duly sworn, says: That he is the President of RLI Insurance Company; that said Company is a corporation duly organized, in the State of Illinois, and licensed and engaged in business in the State of and has duly complied with all the requirements of the laws of said State applicable of said Company and is duly qualified to act as Surety under such laws; that said Company has also complied with and is duly qualified to act as Surety under the Act of Congress approved July 1947, 6U.S.0 sec. 6-13; and that to the best of his knowledge and belief the above statement is a full, true, and correct statement of the financial condition of the said Company on the 31st day of December 2022. Attest: `���.���PANCE CQ •°oaPORAr4S..'9�c' Corporate Craig Klietherrness President Seal Affixed .. Olga S. Happelsistant Secretary L ��„min 0 �5```� Sworn to before me this 10th day of March, 2023. CATHERINE D. GEIGER NOTPAY OFFICIALSEAL r�euc Notary Public • State of Illinois ' STATEOF aur+ois My Commission Expires Notarial December 05, 2026 Seal Affixed Catherine D. Geiger No ry Public, State of Illinois M0058323_Portal (INDIVIDUAL ACKNOWLEDGMENT) STATE OF New York ss.: County of On this day of 2023 before me personally came to me known and known to me to be the person mentioned and described in and who executed the foregoing instrument and he duly acknowledged to me that he executed the same, STATE OF New York County of Wayne (CORPORATE ACKNOWLEDGMENT) 4Sv Notary Public On this 14th day of December 2023, before me personally came Donald Richards to me known, who being by me duly sworn, did depose and say: that he resides in Cortland, New York, that he is the President of the Complete Construction Concepts LLC the corporation described in and which executed the above instruments: that he knows the seal of said corporation, that the seal affixed to said instrument is such corporate seal: that it was so affixed by order of Board of Directors of said corporation, and the he signed his name thereto by like order. DEBORAH W. NAGLE NOTARY PUBLIC -STATE OF NEW YORK� No. 0 i NA6325414 / y/ Qualified in Wayne County Notary Public My Commission Expires May 26, 2oY 1 7 FOR SURETY'S USE ONLY (SURETY ACKNOWLEDGMENT) STATE OF New York County of Wayne ss.. On this 14th day of December 2023, before me personally came Wendi K Lynch-Gagliano to me known, who being by me duly sworn, did depose and say: that he resides in Palmyra, New York, that he is the attorney -in -fact of the RLI Insurance Company the corporation described in and which executed the above instruments: that he knows the seal of said corporation, that the seal affixed to said instrument is such corporate seal: that it was so affixed by order of Board of Directors of said corporation, and the he signed his name thereto by like order. DEBORAH W. NAGLE NOTARY PUBLIC -STATE OF NEW VORK No.OINA6325414 Qualified In Wayne County My Commission Expires May 26, 20d 2 I Notary Public TOWN OF CORTLANDVILLE RAYMOND G. THORPE MUNICIPAL BUILDING 3577 TERRACE ROAD CORILA ND, NEW YORK 13045 ph: (607) 756-6091 fax: (607) 758-7922 CONTRACT AGREEMENT BETWEEN OWNER AND CONTRACTOR This agreement is between Complete Construction Concepts , ("Contractor") and "Owner" (including all property Owners listed below) OWNER: Town of Cortlandville Job Number: BILLING ADDRESS: 3577 Terrace Road Contract Date: Cortland, NY, 13045 COUNTY: Cortland TELEPHONE: 607-756-6091 E-MAIL: arainbow6Pcortlandville.orv,_ TAX JURISDICTION Cortland Countv Owner and Contractor agree as set forth below: 1. The Project: The Project consists of the following: 80x40, 3,200 sq ft. pre-engineered concessions building as per Town of Cortlandville Request for Bids, attached. 2. Contract Price: All work shall be completed in a professional manner for the total of: 3. Payment: Payments of the contract price shall be made as follows: DEPOSIT: (due at contract signing) $ _ MATERIALS: (due at delivery of materials to site) $ _ FRAMING: (due upon completion of rough shell) $ FINAL PAYMENT: (due upon substantial completion) $ — TOTAL: $ Contractor shall submit invoices for payment at each stage of construction. Payments shall be due upon demand. Interest on all overdue payments shall accrue at the rate of 1 '/2% per month. If payment is not made on demand, contractor may cease work. Owner(s) shall be responsible for any delays caused y non-payment. 4. Time of Completion: The times for site preparation and completion are approximate only and are subject to weather, supply, change orders and scheduling problems. These dates are for a reference and are NOT of the essence of this Agreement. SITE PREPERATION DATE: APPROXIMATE START DATE: Job Site Location: 3111 Bvme Hollow Crossina, Cortland 13045 Street Town/Village Zip Code Contract Documents: The contract documents consist of this Agreement, the plans and specifications for this project, the Terms and Conditions and the following: 7. Change in the scope of work: This Agreement shall be changed only by written Change Order(s) signed by both parties which may affect the Contract Price. Governing Law/Jurisdiction: This Agreement and performance hereunder shall be governed by the laws of the State of New York. Any controversy or claim arising out of or relating to this Agreement, or the breach thereof shall be settled exclusively in Cortland County, in the Courts of the State of New York. Insurance: The Owner shall be responsible for purchasing and maintaining Owner's usual liability, fire and risk policies, Contractor will supply their Liability and Workers Compensation Insurance Certificates upon request. 10. Warranties and Disclaimer: a. Contractor warrants each item manufactured or purchased to be free from defect in material for a period of one year from the date of delivery. Contractor further warrants all work performed by it for a period of five years from the date of completion. The foregoing is expressly in lieu of any, and all, other warrants, express, implied, or statutory, including without limitation the implied warranties of merchantability and fitness of purpose. b. The liability of the Contractor arising under this Agreement shall not exceed the cost of correcting defects as set forth in Article 10(a), above, and shall not extend beyond one year from the date of completion. c. Owner(s) warrants that Owner(s) is/are the legal Owner(s) of the site, that all titled owners have signed this Agreement, and that there are no deed restrictions, easements or other documents which prohibit, restrict or impair the work to be performed under this Agreement. If a dispute over ownership arises, Owner(s) shall indemnify and hold Contractor harmless for and against all liability incurred, including expenses from attorney's fees. d. Contractor shall not be held responsible for any cost incurred due to unforeseen or unknown site conditions including rock, underground obstruction, mud, sand or other unstable soil condition. Any additional costs incurred by Contractor shall be approved by Owner(s) in a written Change Order. 11. Default: In the event of any Default under this Agreement including breach or non- performance of any provision of this Agreement by Owner(s), Contractor shall be entitled to all remedies available under law and Owner(s) shall be responsible for Contractors expenses, including costs, disbursements, interest and reasonable attorney's fees. 12. Owner Responsibilities: (unless specifically included in contract scope of work): a. Owner will be responsible for any Permits and Variances required. These will be required before and materials can be ordered. Owner shall be responsible for any delays caused by pennitting. b. Owner shall prepare the site and shall grade the same prior o delivery. The Owner shall provide roadways suitable for trucks and all seivice equipment unless otherwise agreed to in the specifications. c. Owner shall furnish all water, heat, power, and/or utilities. d. Owner shall determine the location of all underground structures, improvements, easements, pipes, lines (telephone, gas, electric, cable, etc.) that are not marked by a satisfactory UFPO, Owner will mark and identify the same prior to delivery of any materials. In the event Owner does not discover such improvements and/or any such improvement is damaged during construction Owner shall indemnify and hold Contractor harmless for and against all liability incurred, including expenses from attorney's fees. 13. Claims: Any claim must be made in writing immediately upon discovery. In the event of damage to or failure of a roof installed by the Contractor, Owner must notify Contractor within 24 hours of discovery. In no event shall Contractor be liable for any workmanship claims submitted more than five years after completion. 14. Right to Cancel: This Agreement shall not be binding on the contractor until acceptance by an officer of the Contractor, after review of the Agreement and Owner(s) financial ability. The deposit shall be returned in a timely fashion if the Agreement is not accepted. 15. Miscellaneous: a. This Agreement, and the attachments listed in Article 6, is the complete Agreement between the parties. All prior communications are superseded by this Agreement unless specifically set forth herein. b. The Contract Price does NOT include performance bonds, permit fees or surveys. These costs shall be the Owner's exclusive responsibility. This Agreement is binding on the Owner(s), their successors, assigns, heirs, executors, administrators and personal representatives. d. If any provision of this Agreement is unforeseeable, the rest of this Agreement will be unaffected. The signer "Owner" as used herein refers to all deeded Owners who are signatories to this Agreement. f. Contractor shall retain title to any and all excess material remaining after completion of the project. Signatures: By signing this contract, the Owner and Contractor acknowledge and agree to the Contact in its entirety as outlined in Article 15(a) of Agreement. Complete Construction Concepts, Donald Richards (Contractor) DL (Authorized Signature / Title) ( ate) Town of Cortlandville (Owner) (Authorized Signature / Title) (Date) �NEWYORK Parks, Recreation New York State Office of Parks, Recreation and Historic Preservation sTATEOF Bureau of Affirmative Action & Equal Opportunity OPPORTUNITY and Historlc Preservation Albany, New York 12238 Revised2015 GRANTS MWBE UTILIZATION PLAN (518)486.2636 Section 1: Grant Project Information a I Grant Contract Number: Grant Program: (Please check all that apply) I 210954 MWBE Goals Assigned: MBE 13% WBE 1 ❑ CFA ©EPF ❑ RTP ❑OTHER I I Description of Project: Total Dollar Value of Grant Award: $ 500,000 Is this project part of a multi -phase Contract? Construction of Concessions El Yes ® No Total Cost/Value of Grant Project: $ 190,000.00 Select if this is the final phase of the project. Amount of non -discretionary purchases associated with this grant project: $ If federal funds are being used for a portion of this (e.g. purchases made under NYS Contract, a city/county/municipal/village contract, operating expenses such as salary, forced account grant project please indicate the amount: labor, rent, and acquisitions of land). $ 0.00 Name of the Grant Recipient: s Town of Cortlandville Street Address: !3577 Terrace Rd i Name and Address of Prime Contractor: Complete Construction Concepts, LLC 1 137 South Main Street Homer, NY 13077 FEIN: 16-1479937 Total Cost/Value of this Contract: $ Notes: Section 2: Grant Recipient Information Contact Person: ;Thomas Williams, Town Supervisor City, State, Zip Code: Cortlandville, NY 13045 Section 3: Prime Contractor (IF APPLICABLE) Contact Person: Tim Alger Telephone Number: 607-745-8740 cell i 607-749-7770 office Telephone Number: 607-756-6091 y E-Mail Address: tawilliams@cortlandville.org E-Mail Address: talge r@completeconstructionconcepts.com Certified NYS MWBE? Yes © No If yes: ❑ MBE ❑ WBE Authorized Signature: I Date Page 2 _�-- se act of /. d5 t� US Iota, �ontrar 'Supplies 5 nt ante" a ontra�' beY=2�p9 t the Grante�tpie n of s b� tYaJ ' Nutn dons trna Qescr . F. I Supplies s suppt�ers�ven ber Subcontra wgE sub CantraGt°r 1 FedeYa E m ar t p fled M W aE `' J,4 Sec*nn 4' Cefi MgE � wgE �t,\\za`Ort p\a tier �t , (� Grants M �� a bd � mSOP ail Pddress � n MW $ ubcanNtrer an ", i Gemmed leie. one Address, 0 =�" tatlans or 1ncination of e represen d to, term i that making fa se but not limited utilizatF°n d S`gnatute i understanenalties Including, toward M ult in �gnt's p�,tma WB goals bh'law and ct u, functres ion pmay not be co on m jon 5t Grant Reefforts�to achieno� plan is Pr°°hibited rrncomet rciolly u5ef Se d aith0. �nliza do not perf r�UPevv\SoT n n d -i: it\e: a°0 ac age in 4pObmissiontsf Frms that PC\nt Nan'e an '� QWn or including info ap o contra d t t i wili engage the s amen OS, tions ina tan t reupjen ' unct10n iding °f p y licitotion Nj�j\1C\a re5ent° d to term i u ers ran con) ho sa ,etas V t%A rep of ite , , Lion- 15 A a5 the g art of,or in and�or withveri cation of Date: '(Y\� ppP�� along false but n 1im WgE liza cle as A ids, or to that m ludin9, and M t to Execut've boo lack of goo tolSubmit future uwip be contacted f d Sigt►atu understand enait1es,ne counted to {htKt�alan athis contract (may result in pmay no be pursuan on evidencing a eligibiiitY rs/suppliers tta °�s A BF gaols on d by j0w and useful fun infarmab or co ill 10550 Subcant rt e��P\ent' lion e mw rohibite rciaily usef er a contract f of ai(liste j GYa SeCdQn 6: ,,!Merts to ac t�ve the tizotion Plan is � farm c0mrr,e th andt\t\e� � �M understa fixed 5,$natuYe o e in good f°ith eff s that dO n°t P me S mission of °Firm pCint Na R\ChaC p that will enga9 the sub ments• DD aid G' my firm unctf0n thholding of pf solicitation' te: i\ Article 15^A of or �n conJ or withh cation of s Da / ecutive Law as Parture bids, °n d or verifi Pursuant toa lack °f gp0d fait to sub°'lier ill be contacte f evidencing ofepgibilict suppliers Of'. for cause, 1055 subcontractors) e Gont tuYe of pCim all r- that �oYi2ed5,��,$n�� New York State Office of Parks, Recreation and Historic Preservation Contractor's Solicitation Log Project No: 210954 Region: Central Date Submitted:12/18/2023 Page of Contractor/Firm Name & Address: County: Cortland Complete Construction Concepts, LLC Contact Person: Tim Alger 137 S. Main Street E-Mail: talaerecomDleteconstructionconcepts.com Homer, NY 13077 Telephone No: 607-745-8740 cell Firm Name Telephone No Date of Contact Deadline Method(s) M / WBE Bidder Address, City, State, Zip Program Fax No Follow-up Date Response of Response Action Contact Person E-Mail Address Date Contact Code Code Ferrara Buildinq Supplies matt@ferraralumber.com 12/04/2023 12/13/2023 call/email 11 31 1 9 Rumsev St. MWB� 315-568-9431 Seneca Falls NY 13148 2 3 4 5 6 7 8 9 10 M/WBE Response Codes: 21 - Not Certified for Item(s) Bidder Act on Codes: 35 - Unreachable Method of Contact: Program: 11 - Submitted Written Quote 22 - Location Unacceptable 31 - Selected 36 - Unresponsive 41 - Mail 45 - Face to Face MBE 12 - Submitted Verbal Quote 23 - No Price Agreement 32 - Unavailable 37 - Not Selected 42 - E-Mail WBE 13 - Negotiating With Prime 24 - No Time For Bid 33 - No Longer in Business 43 - Phone DBE 14 - Developing Quote 25 - Schedule Unacceptable 34 - Undeliverable 44 - FAX Other New York State Office of Parks, Recreation and Historic Preservation f 14EWYORK Parks, Recreation wco and Historic Preservation Bureau of Affirmative Action & Equal Opportunity Albany, New York 12238 Revised 2015 MWBE PAYMENT STATEMENT - GRANTS (518) 486-2636 INSTRUCTIONS: As a condition of the contract awarded, this form is to be properly completed by the primary contractor and submitted with each payment application indicating ALL subcontractors and suppliers utilized on the project. Grant Contract Number:210954 Name of the Grant Recipient: Town of Cortlandville Name of Prime Contractor: Sub Contractors/ Suppliers Name & Address Ferrara Building Supplies Genson Overhead Doors, Inc. DG Masonry, Inc. The Insulation Man Section 1: Grant Project Information MWBE Goals Assigned: 13 � Description of Project: `Construction of Concession Building Section 2: Prime Contractor Contact Person: Thomas Williams, Town Supervisor Section 3: Payment Report II Total Dollar Value of Grant Award: $ 500000 I Total Cost/Value of this Contract: $ $ 190,000.00 Certified NYS MWBE? ❑Yes F,/]No Designation FEIN Total Dollar Value Payments This Total Payments made to MWBE (Please check all that apply) of Contract Reporting Period Only to Date 0 MBL ® WBE FEIN: ® supplier ❑ Sub 26-0005917 $ 76,378.00 MBE WBE FEIN: [:]Supplier®Sub $ 8,225.00 MBE ❑WBE FEIN: ❑Supplier ®Sub $ 27,060.00 MBE F]WBE FEIN: ❑ Supplier ® Sub $ 10,340.00 DECLARATION: Under penalty of perjury, I attest as follows: I certify that I am a representative of the above -stated Contractor and that I am authorized to make this DECLARATION on behalf of the Contractor. All information stated on this Payment Statement is true and correct. Payments stated on this form were made by the Contractor for work actually performed by the subcontractor(s) and/or supplier(s) listed, including MWBE. The Contractor has complied with all contract provisions and laws, including those related to use of MWBEs, equal opportunity and affirmative action. .S+saa re of Contractor: Date: Print Name and Title Thomas Williams, Town Supervisor FOR NYS OPRHP USE ONLY: Total value of contract for services and/or supplies assigned to MBE: Total value of contract for services and/or supplies assigned to WBE: Total overall dollar value and percent- age of contract assigned to MWBE DOLLAR % of VALUE TOTAL AWARD I , Empire State Development's Division of Minority and Women's Business Development grants a Women Business Enterprise (WBE) pursuant to New York State Executive 'Law, Article 15-A to: Certification Awarded on: March 10, 2023 Expiration Date: March 10. 2028 File ID#: 60604 R K DAsiondvit &:S�r�ess -n- I iv,sic�n of Em.pl-s. Hu\y Yvll: Ciaio Colliptiollt l 1 1 i V Date Printed: Dec 8, 2023 New York State VendRep System Vendor Responsibility For -Profit Construction (CCA-2) Form CERTIFICATION: The undersigned: recognizes that this questionnaire is submitted for the express purpose of assisting the State of New York's contracting entities in nuking a responsibility determination regarding an award of a contract or approval of a subcontract; acknowledges that the State, or its contracting entities, may in its discretion, by means which it may choose, verify the truth and accuracy of all statements made herein; and acknowledges that intentional submission of false or misleading information may constitute a felony under Penal Law Section 175.35 or a misdemeanor under Penal Law Section 175.30 or Section 210.45, and may also be punishable by a fine and/or imprisonment of up to five years under 18 USC Section 1001 and may result in contract tennination. The undersigned certifies that he/site: • is knowledgeable about the submitting Business Entity's business and operations; • has read and understands all of the questions contained in the questionnaire; • has reviewed and/or supplied full and complete responses to each question; • to the best of their knowledge, information and belief, confines that the Business Entity's responses are true, accurate and complete, including all attachments, if applicable; • understands that New York State will rely on the information disclosed in the questionnaire when entering into a contract with the Business Enlily; and • is under obligation to update the information provided herein to include any material changes to the Business Entity's responses at the time ofbid/proposal submission through the contract award notification, and may be required to update the inf lmnation at the request of the slate's contracting entities or the Office of the State Comptroller prior to the award and/or approval of a contract, or during the tenn of the contract. Reminder: When filing the vendor responsibility questionnaire online via this System, the Business Entity must indicate in each bid/proposal submitted to a contracting entity that the required questionnaire has been electronically filed. Also note that the VendRep System Timeliness Standard requires a Business Entity filing a questionnaire via the VendRep System to update and certify their questionnaire within six months prior to the bid/proposal due date or other contracting entity defined due date. Legal Business Name: COMPLETE CONSTRUCTION CONCEPTS LLC Certifter's Name: Donald Richards Certifier's Title: President Certification Date: Dec 8, 2023 About OSC I Employment I Contact Us I Privacy and Links Policies I Regulations I Accessibility I FOIL I Webcasts C?, Office of the New York State COrmptroller COMPCON-01 WENDI A`CO�R� CERTIFICATE OF LIABILITY INSURANCE I DATE(MMIDDIYYYY) 12/15/2023 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). CONTACT PRODUCER NAME: Van Parys Associates of Palmyra Inc I PHONE 315 597-4843 FAX, No>:(315) 597-4093 229 E. Main St. (A/c, IL Ext): ( ) PO Box 8 ADDRESS: wendi@vanparysinsurance.com Palmyra, NY 14522 I INSURER(S) AFFORDING COVERAGE NAIC # INSURER A: Selective Ins Co of Southeast 39926 INSURED INSURER B : AmTrust Insurance Company of Kansas Inc. 15954 Complete Construction Concepts LLC INSURER C:ShelterPoint Life Insurance Compariv 81434 137 South Main Street I INSURERD: Homer, NY 13077 INSURER E INSURER F : COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: THIS IS TO CERTIFY THAT 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 POLIC ES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH 'OLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY 'AID CLAIMS. INSR TYPE OF INSURANCE ADDL SUER POLICY NUMBER POLICY EFF POLICY EXP LIMITS LTR INSO WVD 'MMIDD/YYYYI fMMIDDlYYYYI 1,000,000� A X COMMERCIAL GENERAL LIABILITY EACH OCCURRENCE $ CLAIMS-MADE1XI OCCUR S 2139686 1/1/2023 1/1/2024 I DAMAGE PREMISES occur RENTED $ 500,000 15 000 MED EXP (Anv one person) $ ' I 1,000,0001 PERSONAL $ ADV INJURY I $ $ 2,000,0001 GEN'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE AGG $ 2,000,0001 POLICY JECOT-1-1 LOC PRODUCTS - COMP/OP OTHER: A COMBINED SINGLE LIMIT $ $ 1,000,000j AUTOMOBILE LIABILITY (Ea accident) X ANY AUTO S 2139686 1/1/2023 1l1/2024 I BODILY INJURY (Per personl $ OWNED SCHEDULED I BODILY INJURY (Per accident) $ AUTOS ONLY AUTOS HIRED NON -OWNED PROPERTY DAMAGE (Per accidentl $ AUTOS ONLY AUTOS ONLY A UMBRELLA LIAB X OCCUR H EACH OCCURRENCE $ S,000,OOO 5,000,0001 X EXCESS LIAB CLAIMS -MADE S 2139686 1/1/2023 1/1/2024 I AGGREGATE $ DED I X I RETENTION $ 10,000 $ B WORKERS COMPENSATION X PERH I ER AND EMPLOYERS' LIABILITY Y / N KWC1312214 2/23/2023 2/23/2024 E.L. EACH ACCIDENT $ 100,0001 ANY PROPRIETOR/PARTNER/EXECUTIVE OFFICER/MEMBER EXCLUDED? FN N / A NH) I E.L. DISEASE EA EMPLOYEE $ 100,0001 (Mandatory in - If yes, describe under DESCRIPTION OF OPERATIONS below E.L. DISEASE -POLICY LIMIT $ 500,0001 C NYS Disability D458368 1/1/2023 1/1/2024 Statutory A Leased/Rented Equip S 2139686 1/1/2023 1/1/2024 100,000 DESCRIPTION OF OPERATIONS I LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, maybe attached if more space is required) CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN Town of Cortlandville ACCORDANCE WITH THE POLICY PROVISIONS. 3577 Terrace Rd. Cortland, NY 13045 AUTHORIZED REPRESENTATIVE ., , p ACORD 25 (2016/03) © 1988-2015 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD Exhibit 1 Non -Collusive Bidding Certification-1 NON -COLLUSIVE BIDDING CERTIFICATION REOUIRED BY SECTION 139-D OF THE STATE FINANCE LAW SECTION 139-D. Statement of Non -Collusion in bids to the State: BY SUBMISSION OF THIS BID, BIDDER AND EACH PERSON SIGNING ON BEHALF OF BIDDER CERTIFIES, AND IN THE CASE OF JOINT BID, EACH PARTY THERETO CERTIFIES AS TO ITS OWN ORGANIZATION, UNDER PENALTY OF PERJURY, THAT TO THE BEST OF HIS/HER KNOWLEDGE AND BELIEF: [ 1 ] The prices of this bid have been arrived at independently, without collusion, consultation, communication, or agreement, for the purposes 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 been knowingly disclosed by the Bidder and will not knowingly be disclosed by the Bidder prior to opening, directly or indirectly, to any other Bidder or to any competitor; and [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 1I1, 121, 131 ABOVE HAVE NOT BEEN COMPLIED WITH; PROVIDED HOWEVER, THAT IF IN ANY CASE THE BIDDER(S) CANNOT MAKE THE FOREGOING CERTIFICATION, THE BIDDER SHALL SO STATE AND SHALL FURNISH BELOW A SIGNED STATEMENT WHICH SETS FORTH IN DETAIL THE REASONS THEREFORE: [AFFIX ADDENDUM TO THIS PAGE IF SPACE IS REQUIRED FOR STATEMENT.] Subscribed to under penalty of perjury under the laws of the State of New York, this 2S` day of Iy 20 a3 as the act and deed of said corporation of partnership. Appendix A.doc Exhibit 1 Non -Collusive Bidding Certification 2 IF BIDDER(S) (ARE) A PARTNERSHIP, COMPLETE THE FOLLOWING: NAMES OF PARTNERS OR PRINCIPALS LEGAL RESIDENCE Donald Richards Cortland, NY IF BIDDER(S) (ARE) A CORPORATION. COMPLETE THE FOLLOWING: NAME President: Secretary: Treasurer: President: Secretary: Treasurer: Appendix A.doc LEGAL RESIDENCE Exhibit 1 Non -Collusive Bidding Certification-3 Identifying Data Potential Contractor Complete Construction Concepts Address 137 S Main Street Street Homer, NY 13077 City, Town, etc. Telephone 607-749-7770 Title Owner If applicable, Responsible Corporate Officer Name Donald Richards Title Owner Signature��,�,, Joint or combined bids by companies or firms must be certified on behalf of each participant. Complete Construction Concepts Legal name of person, firm or corporation Legal name of person, firm or corporation By Donald Richards Name Name Owner Title Title Address 137 S Main Street Street Address Cortland NY City State City Appendix A.doc Street State Complete Construction Concepts, LLC Kev Personnel: * Ted Renninger: 32+ years experience in the Post -Frame Industry: worked on a construction crew, worked as crew foreman & for 30+ years as construction Manager with Finger Lakes Construction and Complete Construction Concepts. OSHA certified * Steve Stafford: 30+ years experience in the Post -Frame Industry: works on a construction crew & has been a crew foreman for 25+ years with Finger Lakes Construction and Complete Construction Concepts. OSHA certified * Scott Alexander: 25+ years experience in the Post Frame Industry: works on a construction crew and has been a crew foreman for 15+years. OSHA certified References: Town of Cortlandville — Town Highway Barn/Garage (Dick Tupper, was sitting Supervisor) 4765 State Route 41 Cortland, NY 13045 607-756-6091 Town of Cortlandville — Gutchess Park Bathroom & Pavilion (Dick Tupper) 3111 Byrne Hollow Road Cortland, NY 13045 607-756-6091 Four Town First Aid Squad — Ambulance Addition (Tammy Perry) 109 Main Street Moravia, NY 13118 315-497-3215 Town of Owego — Utilities Department new building (Tyson Stiles) 2354 State Route 434 Appalachin, NY 13732 (607) 687-0123 Locke Fire Department (Ray Dyer) 1050-1060 NY Rte. 38 Locke, NY 13092 315-497-0595 NOTICE TO BIDDERS Town of Cortlandville Cortland County, New York Gutchess Lumber Park Development Phase 2 Construction of Concession Building The Town of Cortlandville is seeking bids from qualified firms to construct a 3,200 sq ft. pre-engineered concessions building located at Gutchess Lumber Sports Complex at 3111 Byrne Hollow Crossing in Cortlandville, New York. The structure will house restroom facilities, a concession stand, office space and storage. The project includes construction of a 40V x 801 x 10'H Post -Frame building. The scope of the work shall consist of furnishing all labor, materials and equipment and the work required by the contract documents. Items not specifically mentioned in the specifications or shown on the drawings, but which are inherently necessary to make a complete working installation, shall be included. Funding for this project comes in part through an Environmental Protection Fund grant administered by the New York State Office of Parks, Recreation and Historic Preservation (OPRHP). Under Article 15A, Executive Law, the State of New York is committed to providing Minority and Women Owned Business (MWBE) equal opportunity to participate in government contracts. The following goals have been set for this project: thirteen percent (13%) Minority Business Enterprise (MBE) and seventeen percent (17%) Women -owned Business Enterprise (WBE). The successful bidder may be required to furnish reports showing the participation of various business enterprises of subcontractors and suppliers on the contract. Effective November 22, 2023, the complete "Request for Bids" packet may be obtained from the Town of Cortlandville Town Clerk at the Raymond G. Thorpe Municipal Building, 3577 Terrace Road, Cortland, New York 13045 (Issuing Office). The complete "Request for Bids" packet will be provided electronically in PDF format and may be obtained at no cost. Contractors that obtain the "Request for Bids" packet from a source other than the Issuing Office must notify the Issuing Office in order to be placed on the official. Plan Holders List, receive Addenda, and other Bid correspondence. Bids received from Contractors other than those on the official Plan Holders List will not be accepted. Sealed bids for the "Gutchess Lumber Park Development Phase 2" will be received by the Town Clerk of the Town of Cortlandville at Raymond G. Thorpe Municipal Building, 3577 Terrace Road, Cortland, NY 13045 until 12:00 p.m. on Monday, December 18, 2023, at which time they will be publicly opened and read. All bids must be made on the official Bid Form or an exact copy by reproduction thereof and enclosed in a sealed envelope. No Bidder may withdraw his bid within forty-five calendar days after the actual date of the opening thereof. Each bid must be prepared and submitted in accordance with the Bidding and Contract Documents and must be accompanied by references of similar projects. Each bid must be accompanied by a bid security in the amount of five percent of the base bid. Bidders must have a minimum of 5-years successful experience in completion of similar projects. All bidders are subject to the terms of the NYS Master Contract — Standard Terms and Conditions, which can be found online at The successful Bidder will be required to furnish a Performance Bond and Labor and Material Bond each in the full amount of the contract price. The completion date for this project is June 1, 2024. The bidding documents may also be examined at the following location: Syracuse Builders Exchange 6563 Ridings Road Syracuse, New York 13206 (315) 437-9936 www.svrabex.com Owner reserves the right to reject any and all Bids, to waive any and all informalities and the right to disregard all nonconforming, non -responsive or Conditional Bids. OWNER (IssuinE Office): Town of Cortlandville The Raymond G. Thorpe Municipal Building 3577 Terrace Road Cortland, NY 13045 Contact: Kristin Rocco-Petrella, Town Clerk Phone: (607) 756-5725 townclerk@coi•tlandville.org Site visits are available upon request. Contact Parks & Recreation Director to schedule an appointment. PARKS & RECREATION DIRECTOR: John McNerney Phone: (607) 423-2252 Email: jmcnerney@cortlandville.org For questions pertaining to the project, please contact the Clerk of the Works. CLERK OF THE WORKS: Philip Morse Phone: 607-244-9571 Email: cmorse82@frontier.com C O 1 a 1/A5 m 5' ROOF OVERHANG cn z — — — — — — — — — — — — — — — — — — — — —I-� 02 -------------------- [ s EO' c/1 0 in 2T-9Z' /' 12 13'-5"�,' 17' —� W z6 N 7 n m MEN OFFICE OFFICE oFD z � � C N CTI N CONCESSION o & o iT x 8' O W of oFD D JI ®` 1- SIN IKLE F 13'-11 MECHANICAL OFFICE ~� CONFERENCE — n- o I — MOP STORAGE SERVICE WAIT N SINK ti HAND N O SINK CD LL- (505 (51 1/171 G1 �4 I 1(ji OPERATION CONCESSION o oFD STORAGE STORAGE QI WOMEN \y� yonas"�` x33yi�, 3 33'-6 22' 6" \ 21 7" I a�b6yJ Qeo. rs �c — — — — — — — — — — — — — — — T — — — — — 5' ROOF OVERHANG `6' x 8' OHD `6' x 8' OHD RESOURCE IV -sr -or -/A GENERAL FLOOR PLAN LAYOUT ASSOCIATES Scale: 1/8"=1'-0" DATE: 11/3/23 SCALE: 1/8"=7' These drawings are to be used for planning and preparation of bids only. They are not for permitting and construction. Selected bidder is responsible for DRAWN: CAD. providing stamped drawings for shell construction and permitting. Interior JOB: 2323 walls, materials, finishes, and mechanical systems are subject to change. SHEET: A-2 c 0 _.a CO' o ` N 6J Q 11 PI1 �: III), lI�II , „y 1 p 1 I JIII!:III!I'l�!�I.1)�II,I II It I(11 J�11i1J Jtl(II IIJ. II!J II J'i ill i1111 i111f i11III; IJI1'11111111i II a II IJI l If III ��II I I II I! id if']111II Z------ IJ:1;i!111''111Jill ItIIIII11IIti,11IlllliIli+l;J!(!i!1111!!11!P�JlljfJI,U)1111t)I7J11++l11)IJJ'II(J)I,I)1!!I!JIJl1Af IIII!(1)�IJ:tIljillIJI O 111 ) 11,i l'II J11;I I 1I1Il J I11 It III j111 11 111 tIIli IIIII 1111J 1111 [III it it If11 II IIJI I1 III U!11' IJ1t''J'J1IJJ IIIJII IIIJI1 ;1111) II11 I 1 II(JJlllj IIII IIIJJJ'.I I (n 0 IlIl1 1 1 J i ll' IIr'11 III,l1iJI1''1llii!I II I �- Il 11!: If 111!i(I IIIi1l'11JA II; ! I'I Ill IJI IILJJI. IIII I1;111111Jl1111111,lli IIJJII III(I1It'JIi iJIII III II II IJI (JJJJItIII 'I b!J III II I'I IIIII II .1"�l JI':J :II 11 '!LI 1 I I II IJd II I, JI U I' JIIIJI JI II)IIII, JJ11I ' I I J 11 ' IIII 1111 J1 'i I I I J J I J J III1 II IIJ IIII li 111)'I 111: 11 11 11 III I. II 1111 Wp a,,o �-,no L';III,!,1'Illll lull:jIIII1 II..(11111!'.I�.11111,1111:,!!IIIJi lII1IJ11i Ill 111�Ijit if11 11 '(1111)i1111I1 III �z I II r J ;j)II I,II J Jlill, IJIIIIJ.JII' J'(I It It I7 II .l! I)IIJI l'lllllli .l Ull(' 1J7 ' If IJIII) !J'I!! II!JJI JJI�IIJ!)JJI111 Ill - q__ II = !I LI I' L J1.N 1L Ulll It L I llLJ _ll II 1 L 111-11ILL 1_II_4lLILUJ II U Il-li ll 11111E ',i I!1 JI IJ LI II II II J II U' 11 tJ WI 11I, J L -------�-il -I; lilill;III�IIIIi T'�!-'7' �I I'iI iitit 11 1 III 1� � fl ]J1 I I o I 11 ; III 1 I' _ i_' �_ _ i_I _L._. W Z 0 _ __ _ O U II I I II � `8'X8'OHD �8'x8'OHD 0 c F--- a �A NORTH ELEVATION Q o LiJ m = z z w w U V r ti L'0c o U i11, III I,J 1I'i;l'I''�i�ilIli' J�lJJIJ�'II'J,IjiJJfjJ L' Jjil�J).JIYlei,1,�1'I'l;J,J`lJ'l1i'JJJ1J)I;�I�� , .I,11:1,r?I,ll,llll,la„ll� .1�� �� ') 1!i -JIl1 f11ii1�1`1I11�11,1111.ICI �III11.11ti I;.IIll�l!Illlili,I,Ills'.IiIDl11,,IlIJ!IIIjIf1iII11itglillinJJlllfifIIJ11,1'IJ IIII II IJlllliilJI[ill llJllIll] Jlli,Jl III11IfIII1I,IlII \`v it I iI.' J J,I III II Ji III III J11111111111 P1 iJ II,I IJ II;'�J7111111 L'1J II U11� J 111 If JJ I'1 II : 1 I1� Ill 1C1111111111!IJ I I II II if If i1 J J Ij U I) I II1 !!II Id I11I 11.J�1 IIJ hII JC!Il I'il Jill f�'�(J'�1 If IIII If li Ili Lljb 11 )1 �f li IJ l!I1111 If if If I;lI il7�I it II; U J I t1111I7i Il Ili i'I;p)1il)I j11u I1J111 U•11)I11JI IIII lI II I, iJ ✓.I)11111)li'JJlfj IfI1lJ it ry 1n1I1'111I,IIIII•r1r11111;1in11161JIJ711!IJ)1,11J11 JI11! 111pljj1i i)11.IIJIIJIIIIJJUI11).!I1i!JiI11itIfrit:11 U1f11 ('111i[1I111.!1(1 ;1; I,111lI : I. JJ l) 11111 JI ll if ;IJ 11111111111t1 �fLl ll )I IJ II II: IL IIII II Jul l �a o J'J!Il 11 III III L'1J Jill IIIII J111U1JiU 11u1 lilt IlJll 1 r .II I'�I!11111 'I �I :'I II II II Il iI.I IIII II III 1111111�1i11 'I'III IIL II IIIII ;I II Il II iI•II11 II �111 II I I I I II II IIII IIIII: IIII IIIIIlll IIII it IIIII IIII II III I II II I II I III I I I fT Ica 7- 7 LICE II RESOURCE I. lworw- L=J p I A S S O C I A T E S 1 _ _ �_ J ._ I— _ DATE: 71/3/23 II SCALE: 1/811=11 _ L DRAWN: CAD. SOUTH ELEVATION These drawings are to be used for planning and preparation of bids only. They are not for /A permitting and construction. Selected bidder is responsible for providing stamped JOB: 2323 Scale: 1/8"=V-0" drawings for shell construction and permitting. Interior walls, materials, finishes, and SHEET: mechanical systems are subject to change. A- 3 0 z 0 2 5' ROOF OVERHANGS 6 Z -T-T 7-- 5' ROOF OVERHANG WEST ELEVATION L-Li Scale: 1/8"=1'-0" 50, Ni - -7111111 1'', 711 '11111;111111111 ill Iii 11 ill 111 TPOOF OVERHANGJ i �5' ROOF OVERHANG RESOURCE 1wor M- A S S 0 C I A T E S 1 L15'x 8'OHD DATE: 11/3/23 SCALE: 10, DRAWN: CAD. These drawings are to be used for planning and preparation of bids only. They are not for permitting and construction. Selected bidder is responsible for providing stamped JOB: 2323 EAST ELEVATION drawings for shell construction and permitting. Interior walls, materials, finishes, and SHEET: Scale: 1/8"=1'-0" mechanical systems are subject to change. A-4 5' ROOF 01. 1C' TRUSS ATTIC TYPE W/ 4' W X o —TH CENTER WALKWAY, 5' ROOF OVERHANG O BUILDING SECTION Scale: I �5'ROOF OVERHANG V- These drawings are to be used for planning and preparation of bids only. They are not for permitting and construction. Selected bidder is responsible for providing stamped drawings for shell construction and permitting. Interior walls, materials, finishes, and mechanical systems are subject to change. W S � � o Q � o � o z � U Q Q � o: o � � z C I— a U 0 o w o m m � z z -� - � N o N (n Z Vl W Q ,2 ,o���t" 833�j��P✓� s "o ` LICENS RESOURCE lw�� A S S O C I A T E S DATE: 10/31/23 SCALE: 1/8"=1' DRAWN: CAD. JOB: 2323 SHEET: A-5 Prevailing Wage Rates for 07/01/2023 - 06/30/2024 Last Published on Nov 01 2023 Cortland County General Construction Boilermaker JOB DESCRIPTION Boilermaker Published by the New York State Department of Labor Cortland County DISTRICT 6 ENTIRE COUNTIES Cayuga, Clinton, Cortland, Franklin, Jefferson, Lewis, Madison, Oneida, Onondaga, Oswego, Seneca, St. Lawrence, Tompkins WAGES Per hour: 07/01/2023 01/01/2024 Boilermaker $ 36.98 $ 37.98 SUPPLEMENTAL BENEFITS Per hour: Journeyman $ 26.31* $ 26.62* +1.48 +1.48 *This portion of the benefits subject to the same premium rate as shown for overtime wages. 11 /01 /2023 OVERTIME PAY See (B, E, Q) on OVERTIME PAGE HOLIDAY Paid: See (1) on HOLIDAY PAGE Overtime: See (5, 6, 15, 25) on HOLIDAY PAGE NOTE: When a holiday falls on Sunday, the day observed by the State or Nation shall be observed. When Christmas Day and New Year's fall on Saturday, Friday will be observed as the holiday. REGISTERED APPRENTICES WAGES per hour: Six month terms at the following percentage of Journeyman's wage. 1 st 2nd 3rd 4th 65% 65% 70% 75% SUPPLEMENTAL BENEFITS per hour: $ 19.58* $ 19.58* $ 20.54* $ 21.49* + 1.48 +1.48 +1.48 + 1.48 5th 6th 7th 8th 80% 85% 90% 95% $ 22.44* $ 23.42* $24.40* $ 25.35* +1.48 +1.48 +1.48 +1.48 *This portion of the benefits subject to the same premium rate as shown for overtime wages. Carpenter - Building JOB DESCRIPTION Carpenter -Building ENTIRE COUNTIES Chemung, Cortland, Schuyler, Steuben, Tompkins PARTIAL COUNTIES Allegany: Only the Township of Alfred. WAGES Per hour: 07/01/2023 07/01/2024 07/01/2025 Additional Additional Carpenter $ 30.50 $ 1.00* $ 1.00* Floor Coverer 30.50 1.00* 1.00* Carpet Layer 30.50 1.00* 1.00* Dry -Wall 30.50 1.00* 1.00* Diver -Wet Day 61.25 0.00 0.00 Diver -Dry Day 31.50 1.00* 1.00* Diver Tender 31.50 1.00* 1.00* *To be allocated at a later date DISTRICT 2 6-175 11 /01/2023 NOTE ADDITIONAL AMOUNTS PAID FOR THE FOLLOWING WORK LISTED BELOW (per hour worked): - Pile Drivers/Dock Builders shall receive $0.25 per hour over the journeyman's rate of pay when performing piledriving/dock building work. - Certified welders shall receive $1.00 per hour over the journeyman's rate of pay when the employee is required to be certified and performs DOT or ABS specified welding work - When an employee performs work within a contaminated area on a State and/or Federally designated hazardous waste site, and where relevant State and/or Federal regulations require employees to be furnished and use or wear required forms of personal protection, then the employee shall receive his regular hourly rate plus $1.50 per hour. Page 3 Prevailing Wage Rates for 07/01/2023 - 06/30/2024 Last Published on Nov 01 2023 Published by the New York State Department of Labor Cortland County - Depth pay for Divers based upon deepest depth on the day of the dive (per diem payment): 0' to 80' no additional fee 81'to 100' additional $.50 per foot 101'to 150' additional $0.75 per foot 151'and deeper additional $1.25 per foot - Penetration pay for Divers based upon deepest penetration on the day of the dive (per diem payment): 0' to 50' no additional fee 51' to 100' additional $.75 per foot 101' and deeper additional $1.00 per foot - Diver rates applies to all hours worked on dive day. SHIFT WORK On Agency/Owner mandated shift work, the following rates will be applicable: 1 st Shift - Regular Rate 2nd Shift - Premium of 7% of base wage per hour 3rd Shift - Premium of 14% of base wage per hour Shift work shall be defined as implementing at least two (2) shifts in a twenty-four (24) consecutive hour period. Shift work must be for a minimum of three (3) consecutive days. NOTE - The 'Employer Registration' (30.1) use of a '4 Day/10 Hour Work schedules' will no longer be accepted or processed. All registered projects prior to June 30,2023 will expire within the granted time frame. For Pre -Registered Projects 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. Tuesday thru Friday may be worked with no make-up day. For further clarification contact your local Bureau Office. SUPPLEMENTAL BENEFITS Per hour: Journeyman $ 22.48 OVERTIME PAY See (B, E, E2, Q) on OVERTIME PAGE HOLIDAY Paid: See (1) on HOLIDAY PAGE Overtime: See (5,6) on HOLIDAY PAGE Note: Any holiday which occurs on Sunday shall be observed the following Monday. If Christmas falls on a Saturday, it shall be observed on the prior Friday. REGISTERED APPRENTICES CARPENTER APPRENTICES Wages per hour (1300 hour terms at the following percentage of journeyman's base wage): 1st 2nd 3rd 4th 65% 70% 75% 80% Supplemental Benefits per hour: $12.50 $12.50 $15.10 $15,10 PILEDRIVER/DOCK BUILDER APPRENTICES Wages per hour (1300 hour terms at the following percentage of journeyman's base wage): 1 st 2nd 3rd 4th 65%* 70%* 75%* 80%* *Pile Driver/Dock Builder apprentices shall receive an additional $0.25 per hour worked when performing piledriving/dock building work. Supplemental Benefits per hour: $12.50 $12.50 $15.10 $15.10 LINOLEUM, RESILIENT TILE, AND CARPET LAYER APPRENTICES Wages per hour (1300 hour terms at the following percentage of journeyman's base wage): 1st 2nd 3rd 4th 65% 70% 75% 80% Supplemental Benefits per hour: $12.50 $12.50 $15.10 $15.10 ADDITIONAL AMOUNTS PAID PER HOUR WORKED TO APPRENTICES FOR SPECIFIC TYPES OF WORK PERFORMED: - Certified welders shall receive $1.00 per hour over the apprentices rate of pay when the apprentice is required to be certified and performs DOT or ABS specified welding work - When an apprentice performs work within a contaminated area on a State and/or Federally designated hazardous waste site, and where relevant State and/or Federal regulations require the apprentice to be furnished and use or wear required forms of personal protection, then the apprentice shall receive his regular hourly rate plus $1.50 per hour. 2-277B-CS Page 4 Prevailing Wage Rates for 07/01/2023 - 06/30/2024 Published by the New York State Department of Labor Last Published on Nov 01 2023 Cortland County Carpenter - Building / Heavv&Highwav 11/01/2023 JOB DESCRIPTION Carpenter - Building / Heavy&Highway DISTRICT 2 ENTIRE COUNTIES Albany, Allegany, Broome, Cattaraugus, Cayuga, Chautauqua, Chemung, Chenango, Clinton, Columbia, Cortland, Delaware, 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, Sullivan, Tioga, Tompkins, Ulster, Warren, Washington, Wayne, Wyoming, Yates PARTIAL COUNTIES Orange: The area lying on Northern side of Orange County demarcated by a line drawn from the Bear Mountain Bridge continuing west to the Bear Mountain Circle, continue North on 9W to the town of Cornwall where County Road 107 (also known as Quaker Rd) crosses under 9W, then east on County Road 107 to Route 32, then north on Route 32 to Orrs Mills Rd, then west on Orrs Mills Rd to Route 94, continue west and south on Route 94 to the Town of Chester, to the intersection of Kings Highway, continue south on Kings Highway to Bellvale Rd, west on Bellvale Rd to Bellvale Lakes Rd, then south on Bellvale Lakes Rd to Kain Rd, southeast on Kain Rd to Route 17A, then north and southeast along Route 17A to Route 210, then follow Route 210 to NJ Border. WAGES Wages per hour: 07/01/2023 07/01/2024 Additional Carpenter - ONLY for Artificial Turf/Synthetic Sport Surface $ 34.48 $ 2.25* *To be allocated at a later date Note - Does not include the operation of equipment. Please see Operating Engineers rates. SUPPLEMENTAL BENEFITS Per hour: Journeyman $ 26.30 OVERTIME PAY See (B, E, Q, X) on OVERTIME PAGE .• •_ 1 Paid: See (5) on HOLIDAY PAGE Overtime: See (5, 6, 16) on HOLIDAY PAGE Notes: When a holiday falls upon a Saturday, it shall be observed on the preceding Friday. Whan a holiday falls upon a Sunday, it shall be observed on the following Monday. An employee taking an unexcused day off the regularly scheduled day before or after a paid Holiday shall not receive Holiday pay. REGISTERED APPRENTICES Wages per hour (1300 hour terms at the following percentage of Journeyman's wage): 1st 2nd 3rd 4th 65% 70% 75% 80% Supplemental Benefits per hour 1st term $ 17.56 2nd term 18.04 3rd term 20.06 4th term 20.54 2-42AtSS Carpenter - Heavv&Highway 11/01/2023 JOB DESCRIPTION Carpenter - Heavy&Highway DISTRICT 2 ENTIRE COUNTIES Broome, Cayuga, Chemung, Cortland, Delaware, Jefferson, Lewis, Onondaga, Oswego, Schuyler, Seneca, St. Lawrence, Steuben, Tioga, Tompkins, Yates WAGES Per hour 07/01/2023 05/01/2024 Additional Carpenter $ 35.78 $ 2.75* Piledriver 35.78 2.75* Diver -Wet Day 60.78 2.75* Diver -Dry Day 36.78 2.75* Diver -Tender 36.78 2.75* *To be allocated at a later date. Page 5 Prevailing Wage Rates for 07/01/2023 - 06/30/2024 Last Published on Nov 01 2023 Per hour: 07/01/2023 Ironworker $ 33.00 NOTE: Shift work mandated by the project owner. All shifts will be (8) hours. 1 st Shift $ 33.00 2nd Shift 36.30 3rd Shift 37.95 Published by the New York State Department of Labor Cortland County WHEN A SINGLE IRREGULAR SHIFT IS WORKED, WITH START TIMES BASED ON SECOND AND THIRD SHIFTS, ADD 10 % TO THE WAGE RATE POSTED ABOVE. SUPPLEMENTAL BENEFITS Per hour: Journeyman $ 30.83 OVERTIME PAY See (B, E, Q) on OVERTIME PAGE HOLIDAY Paid: See (1) on HOLIDAY PAGE Overtime: See (5,6) on HOLIDAY PAGE NOTE: Any holiday which occurs on Sunday shall be observed the following Monday. REGISTERED APPRENTICES WAGES per hour: One year terms at the following rates. 1st 2nd 3rd 4th $ 19.50 $ 21.50 $ 23.50 $ 25.50 SUPPLEMENTAL BENEFITS per hour: 1styear $ 12.03 2nd year 20.26 3rd year 21.43 4th year 22.61 6-60 Laborer - Building 11/01/2023 JOB DESCRIPTION Laborer -Building DISTRICT 2 ENTIRE COUNTIES Cortland, Tompkins PARTIAL COUNTIES Schuyler: Only the Township of Catherine including the Village of Odessa. Tioga: Townships of Candor & Spencer WAGES Per hour: GROUP #1: Basic Laborer - excavation, concrete vibrator, power -driven buggie, demolition (including acetylene torch work) that is customarily done by a laborer GROUP #2: Air Tool Operators, Mason Tenders GROUP #3: Blaster, Rock Drill (compressor driven) GROUP #4: Asbestos, Hazardous, Toxic Waste, Lead and Mold Remediation 07/01/2023 07/01 /2024 07/01 /2025 07/01 /2026 Additional GROUP #1 $ 26.25 $ 1.00* GROUP #2 27.25 1.00* GROUP #3 28.25 1.00* GROUP #4 28.25 1.00* *To be allocated at a later date. Additional Additional $ 1.00* $ 1.25* 1.00* 1.25* 1.00* 1.25* 1.00* 1.25* IMPORTANT NOTES: Page 11 Prevailing Wage Rates for 07/01/2023 - 06/30/2024 Last Published on Nov 01 2023 Published by the New York State Department of Labor Cortland County - Laborer tasks on Renewable Energy and Green Energy construction work shall be paid at the appropriate Heavy & Highway rates. - Wage and supplement rates for the operation of forklift and skid steer may be found under the classification "Operating Engineer". NOTE - The 'Employer Registration' (30.1) use of a '4 Day/10 Hour Work schedules' will no longer be accepted or processed. All registered projects prior to June 30,2023 will expire within the granted time frame. For Pre -Registered Projects 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. Tuesday thru Friday may be worked with no make-up day. For further clarification contact your local Bureau Office. SUPPLEMENTAL BENEFITS Per hour: Journeyman $ 21.95 OVERTIME PAY See (B, E, E2, Q) on OVERTIME PAGE HOLIDAY Paid: See (1) on HOLIDAY PAGE Overtime: See (5,6) on HOLIDAY PAGE When a holiday falls on Sunday, it shall be observed on the following Monday. REGISTERED APPRENTICES WAGES: 1000 hour terms at the following percentage of Journeyman's wage. 1st 2nd 3rd 4th 70% 80% 85% 90% SUPPLEMENTAL BENEFITS per hour: 1 st term $ 14.60 2nd term 15.85 3rd term 16.73 4th term 17.60 Laborer - Heavv&Hicthwav JOB DESCRIPTION Laborer - Heavy&Highway DISTRICT 2 ENTIRE COUNTIES Broome, Chemung, Cortland, Schuyler, Steuben, Tioga, Tompkins PARTIAL COUNTIES Chenango: Entire County except the Townships of Sherburne, Columbus and New Berlin. Delaware: Only the Townships of Sidney, Masonville, Walton, Tompkins, Deposit, Hancock and Colchester. WAGES Per hour: GROUP A: Drill Helper, Flagman, Outboard and Hand Boats. 2-785b 11 /01 /2023 GROUP B: Basic Rate, Bull Float (where used for strike off only), Chain Saw, Concrete Aggregate Bin, Concrete Bootmen, Gin Buggy, Hand or Machine Vibrator, Jack Hammer, Mason Tender, Mortar Mixer, Pavement Breaker, Handlers of Steel Mesh, Small Generators for Laborers Tools, Installation of Bridge Drainage Pipe, Pipe Layers, Vibrator Type Rollers, Tamper, Drill Doctor, Water Pump Operators (1-1/2" & Single Diaphragm), Nozzle (Asphalt, Gunite, Seeding, and Sand Blasting), Laborers on Chain Link Fence Erection, Rock Splitter and Power Unit, Pusher Type Concrete Saw and all other Gas, Electric, and Air Tool Operators, Wrecking Laborer. GROUP C: Drilling equipment - only where a separate air compressor unit supplies power, Acetylene Torch Operators, Asphalt Raker, Powder Man, Tail or Screw Operator on Asphalt Paver. GROUP D: Blasters, Form Setters (slab steel forms on highways, roads, streets & airport runways), Stone or Granite Curb Setters. GROUP E: Hazardous Waste defined as when an employee performs hazardous waste removal, lead abatement and removal, asbestos abatement and removal work on State and/or Federally designated waste site and were relevant State and/or Federal regulations require employees to use or wear required forms of personal protection. 07/01 /2023 07/01 /2024 Additional GROUP A $ 35.06 $ 2.50* GROUP B 35.26 2.50* Page 12 Prevailing Wage Rates for 07/01/2023 - 06/30/2024 Last Published on Nov 01 2023 GROUP C GROUP D GROUP E *To be allocated at a later date. 35.46 2.50* 35.66 2.50* 38.26 2.50* Published by the New York State Department of Labor Cortland County NOTE ADDITIONAL AMOUNTS FOR THE FOLLOWING CONDITIONS: - A single irregular work shift starting any time between 5:00 PM and 1:00 AM on governmental mandated night work shall be paid an additional $3.00 per hour. - When an employee is required by the employer and/or by the material data safety sheets of a product, during its application, to wear a half or full -face replaceable cartridge respirator for more than (2) hours, then in such case said employee(s) will be paid the Group E rate for the shift. IMPORTANT NOTES: - Laborer tasks on Renewable Energy and Green Energy construction work shall be paid at the appropriate Heavy & Highway rates. - Wage and supplement rates for the operation of forklift and skid steer may be found under the classification "Operating Engineer". SUPPLEMENTAL BENEFITS Per hour: Journeyman $ 23.85 OVERTIME PAY See (B, E, Q) on OVERTIME PAGE HOLIDAY Paid: See (5,6) on HOLIDAY PAGE Overtime: See (5, 6) on HOLIDAY PAGE - If Holiday falls on Sunday, it will be celebrated on Monday. If the Holiday falls on Saturday, it will be celebrated on Saturday. - An Employee must work the scheduled working day before and the scheduled working day after a holiday to receive holiday pay. However, an employee not able to report because of proven sickness, death in immediate family, or accident shall be entitled to holiday pay. REGISTERED APPRENTICES WAGES: 1000 hour terms at the following percentage of Journeyman's GROUP B wage: 1 st 2nd 3rd 4th 70% 80% 85% 90% SUPPLEMENTAL BENEFITS per hour: 1 st term $ 21.60 2nd term 22.35 3rd term 22.73 4th term 23.10 2-785h Laborer - Tunnel 11/01/2023 JOB DESCRIPTION Laborer -Tunnel DISTRICT 2 ENTIRE COUNTIES Broome, Chemung, Cortland, Schuyler, Steuben, Tioga, Tompkins PARTIAL COUNTIES Chenango: Entire County except the Townships of Sherburne, Columbus, and New Berlin. Delaware: Only the Townships of Sidney, Masonville, Walton, Tompkins, Deposit, Hancock and Colchester. WAGES Per hour: GROUP A: Change House Man GROUP B: Miners and all Machine Men, Safety Miner, All Shaft work, Caisson work, Drilling, Blow Pipe, all Air Tools, Tugger, Scaling, Nipper, Guniting pot to nozzle, Bit Grinder, Signal Man (top and bottom), Concrete Man, Shield Driven Tunnels, mixed face and soft ground, liner plate tunnels in free air. GROUP C: Blaster GROUP D: Hazardous waste removal work on a State and/or Federally designated waste site where relevant State and/or Federal regulations require employees to use or wear required forms of personal protection. 07/01 /2023 07/01 /2024 Additional Group A $ 38.24 $ 2.50* Page 13 CCC Safety and Health 137 South Main Street Horner, NY 13077 (607) 749-7770 1.0 Revised 4/2017 SAFETY & HEALTH ACCIDENT PREVENTION PROGRAM I. POLICY STATEMENT It is the policy of Complete Construction Concepts LLC to ensure a safe and profitable workplace for all our personnel. To accomplish this policy, we will have an active, progressive, and effective safety and health accident prevention program designed to protect all personnel fi•om occupational injury and illness, and equipment from loss or damage. We realize that our most valued asset is our employees, and that their safety is of utmost importance to our business. In pursuit of this policy, both management and staff will be guided by the following Safety and Health Accident Prevention Program. II. GOALS The overall goal of our safety and health program is to prevent accidents. Therefore, safety and health will be an integral part of our business philosophy and your daily work performance. To accomplish this, the following goals have been established: To have both management and staff involved in the development, implementation, and maintenance of our Safety and Health Accident Prevention Program • To develop systems and programs that are specifically designed to meet our safety and health needs • To implement an ongoing safety and health training program for management and staff personnel • To communicate to management and staff their safety and health responsibilities • To conduct a comprehensive baseline safety and health audit of our facility III. REVISIONS All revisions to the Safety and Health- Accident Prevention Program must be documented below. Revision # Revision Made Approved By Date 1.0 Original Edition 1.0 Revised 4/2017 • Serves as an advisor to management on safety and health concerns. • Keeps current on safety and health regulations and practices • Conducts safety and health training • Investigates accidents and near -miss incidents • Conducts in-house inspections • Informs personnel of potential safety and health problems • Provide continuing -the -job training in safe work procedures and enforce personal protective equipment use • Be involved in the preliminary hazard analysis for new equipment, processes, and design changes • Conduct a Job Hazard Analysis • Investigate accidents and near -miss incidents to determine their root cause • Supervise and evaluate employees' safety and health performances Employees involved in the purchasing of equipment will receive safety and health awareness level training. This training will assist them in an initial effort to identify potential hazards in the design phase. Ensures that all chemicals purchased are accompanied by a Material Safety Data Sheet. V. SAFETY AND HEALTH PERFORMANCE ACCOUNTABILITY As stated in our company policy, safety and health has been given top priority because it is good for business and for the well-being of our employees. We expect all employees to take their health and safety seriously. Management and employees who disregard their safety and health responsibilities will be held accountable as stated below. SAFETY PROGRAM: ALL SAFETY REQUIREMENTS MUST BE FOLLOWED AT ALL TIMES! THIS INCLUDES SAFETY EQUIPMENT AND PPE! • $50.00 fine per violation will be deducted from personal bonus for each occurrence. • $25.00 fine per violation will be deducted from the project foreman's bonus for each occurrence. • If an employee receives 3 violations within a 12-month period they will be given 2 days off, charged to their PTO. • If an employee receives 4 violations within a 12-month period they will be given 5 days off, charged to their PTO, and or termination of employment. • Days off will be determined by employer. NOTE: A malicious or extreme safety infi•action can result in more severe corrective action including immediate termination with no verbal or written warnings. Any written warning will remain in an individual's personnel file for two years from the date of occurrence. General Safety Rules: Use good judgment in doing your work. Do not take unnecessary chances. 1.0 Revised 4/2017 8. ATTIRE should be free from vulgar pictures and/or statements. Shorts, tank tops, loose fitting or ragged cloths will not be permitted. Employees are required to wear sleeved shirts and long pants at all times. Any exceptions must be approved by the job supervisor. Footwear must consist of work boots or approved work shoes; sneakers ae not permitted. Steel toes are not required. 9. FINGER RINGS AND WRISTWATCHES are a constant hazard and all employees are encouraged to remove them while working. 10. GLOVES are to be worn when handling material with sharp or rough edges or as directed by your supervisor. 11. THE SOURCE OF POWER MAST BE DISCONNECTED whenever it is necessary to repair a piece of power -driven equipment. In the case of electrical equipment, the cord must be disconnected or the switch pulled and locked out, if possible. It is not sufficient to merely turn off the operating button of the equipment. NOTE: Only authorized persons are to repair electrical equipment. Refer to Lock Out Tag Out Section number 33 below. 12. KEEP YOUR WORKPLACE CLEAN; Good housekeeping promotes safe and efficient work. Do not allow trash, scrap or boards with nails to accumulate in your work area. 13. ALL LADDERS MUST BE INSPECTED prior to the start of each job and this practice is to be repeated frequently throughout the term of the job. Extreme care should be exercised in placing the ladder on a firm and level foundation. In all cases, the ladder must either have ladder feet or spikes and be lashed (tied off) or hooked to the structure. 14. GUARDS, GUARDRAILS, and BARRICADES. Guards and safety devices shall be used on mechanical equipment such as power saws, grinders, etc. Guards for belts or chain drives, drive shafts, etc. shall be kept in place while equipment is operating. Guardrails, barricades or ropes should be used at all times around excavations, floor openings, stairways and any other places where personnel may be exposed to falls. 15. NEVER CLIMB or descend a ladder with anything in your hands or sticking out of your pockets. Use a hand line for tools and equipment. Ladders used to reach higher or lower elevations must extend (3) three feet above landing. 16. ELECTRIC WIRES. When there is the possibility of performing work within 10 feet of live power lines, physically or with equipment, it will be required that the lines be covered. This will be the owners' responsibility and they will need to coordinate with their utility company to complete this safety measure before work begins.it will be the salesmen's task to inform customers of such circumstances. 17. ALL ELECTRICAL EQUIPMENT must be grounded. Three -pronged plugs and receptacles are required. Electrical power from public supply or generators must pass through Ground Fault Interrupter (G.F.I.)Refer to OSHA 1926.404. 18. HAND TOOLS such as hammers, punches, picks, chisels, etc. should be inspected for faulty handles, mushroomed heads, etc. prior to the start of each job, and will be re -inspected at weekly intervals throughout the term of the job. Do not use unsafe or defective tools. 1.0 Revised 4/2017 in accordance with OSHA standards. 32. NO EMPLOYEE shall operate specialized equipment unless he/she has received OSHA required training. 33. LOCK OUT/TAG OUT procedures must be followed to assure the safety of everyone. Tags are supplied in each crew truck. They must be attached to any malfunctioning or broken tool, equipment or machine. When a tag is placed on an item the jobsite foreman must be notified. DO NOT remove lock out/tag out tags! DO NOT USE items that are unsafe! Foreman then must follow the following procedure: a. Identify the problem -If it cannot be immediately fixed the item must be tagged and removed from service b. If the item is removed from service it MUST be removed from the jobsite and brought back to the office, if able. If it cannot be removed from the jobsite then the Construction Manager/GM must be immediately notified and a course of action agreed upon. 34. FLAGGING of traffic may be required in extenuating circumstances. Use cones and barricades to ensure the safety of the workers and equipment in harm's way. Have enough room to safely navigate the obstacle. Any worker directing traffic should wear safety colors as to be visible to traffic and others. Disrupting traffic should be used only in needed circumstances when no other option is available. 35. AUTOMATIC SUSPENSION: the committing of any of the following items will subject you to a suspension and / or discharge: a. Disobeying a supervisor's request to utilize personal protective equipment, or instructions on safe performance of a specific job or task. b. Removing a barricade, guard or other safety device designed to prevent injury. c. Unfit for duty — coming to the job or presenting oneself in a condition non-conductive for safe work; working while under the influence, or in possession of narcotics or intoxicating liquors; or consumption of any illegal substances or intoxicating liquors during working hours. d. Sleeping during work hours. e. Fighting or provoking a fight. f. Stealing — unauthorized removal attempted removal or possession of property belonging to someone else or to the company. g. Any fraudulent activity. h. Horseplay in any form — scuffling, pranks, wrestling, throwing material at others, etc. 36. VIOLATIONS of Complete Construction Concepts, LLC company rules will result in the following; a. First offence — Verbal and /or written warning b. Second offence — Written warning -may include suspension. c. Third offence — Written warning -may include suspension. d. Fourth offence- unpaid suspension with note in file. The forth offence could result in termination of employment. NOTE: PTO will be used for suspension days. Days off will be determined by employer. **********All written warnings will be placed in the employee's personnel file. ********** 1.0 Revised 4/2017 IX. JOBSITE INSPECTION PROGRAM Safety inspections are an integral part of our accident prevention program. Inspections will be conducted for the following reasons: To maintain a safe and healthful work place To recognize unsafe work practices To identify unsafe working conditions • To increase safety awareness • To prevent injuries and illnesses Every individual has some responsibility for conducting safety and health inspections. Supervisors and employees will routinely conduct daily inspections of their immediate work area. Whenever possible, employees will promptly institute appropriate corrective measures. If the condition cannot be immediately corrected, the employee must notify their supervisor. The employee can either orally inform the supervisor or complete a Hazard Report Form. If the employee does not complete the form, then it is the responsibility of the supervisor to complete the form. A Hazard Report Form must be completed for all hazards that cannot be immediately corrected by the employee. If the supervisor cannot immediately correct the hazard, the supervisor will develop an appropriate action plan for the correction of the hazard. Appropriate interim protection measures must be instituted if the hazard cannot be corrected immediately. The Construction Manager and the General Manager will be contacted if assistance is needed to determine the appropriate corrective measure and/or interim protection measures. The General Manager will conduct safety and health inspections as needed. When necessary, job site personnel who have special knowledge of the construction process, maintenance operations, electrical equipment, etc. will be asked to identify any hazards. The inspection checklist will be utilized for the inspection. A copy of all completed checklists and the corrective actions implemented will be forwarded to Donald G Richards G/M for review. X. ACCIDENT INVESTIGATION PROGRAM The vast majority of accidents that occur in the workplace are preventable. Unfortunately, even with the best program accidents may still occur. The steps outlined here are means to ensure that the same type of accident does not recur. Accident investigations are to determine the facts and not to place blame on an individual. All accidents must be reported to your supervisor promptly. All accidents are to be investigated. Even non -injury accidents are to be investigated by the supervisor of the e►nployee involved in the incident. An accident investigation team has been organized and will be activated in any of the following situations: If the outcome of the accident resulted in a serious injury or the outcome could have resulted in a serious injury If the accident has occurred previously If numerous personnel perform the task involved in the accident Our Accident Investigation Team will consist of the following Individuals: Immediate supervisor of the injured or nearly injured employee; and, General Manager / Donald Richards I Construction Manager / Ted Renninger It is the responsibility of each foreman/supervisor to ensure that each employee under their control is trained and understands the correct procedures to follow in the event of an emergency. 1.0 Revised 4/2017 XIII. PREVENTIVE MAINTENANCE PROGRAM The Construction Manager and the Forman are responsible for the implementation of the preventive maintenance program. Those employees involved in the maintenance program will be given training to allow them to effectively perform their assigned duties. The maintenance program will involve the following subjects: Equipment and machinery • Portable power tools • Housekeeping XIV. SUB -CONTRACTOR SAFETY AND HEALTH PROGRAM The General Manager is responsible for the implementation of the Sub -Contractor Safety Program and will serve as a liaison person with all sub -contractors. All contracts will include a provision stipulating the sub -contractors' safety and health responsibilities as outlined in section 7 of the Sub -Contractors' Blanket Hold Harmless Agreement. The Project Manager (Salesperson) will provide information to the sub -contractor on the hazards and safe working procedures in place for the area(s) they will have access to. Each sub -contractor will be responsible for training their employees on the applicable safety and health requirements. The Project Manager (Salesperson) will verify that the sub -contractor has provided training to their employees. Each sub -contractor must ensure that The Project Manager (Salesperson) has been informed of the hazards associated with the contract employer's work and what the contract employer is doing to address them (e.g., the contract employer's emergency procedures). Additionally, the contract employer will inform The Project Manager (Salesperson) of any previously unidentified hazards that the contract employer identifies. Additionally, each sub -contractor will be responsible for reporting all injuries, illnesses, and accidents that occur on our property to the Project Manager (Salesperson). The Project Manager (Salesperson) will conduct periodic safety and health inspections of each sub -contractor's work activities. The sub -contractor safety requirements in section 7 of Complete Construction Concepts' Sub -Contractors Hold Harmless Agreement. If a sub -contractor's operation is outside the scope of this checklist, The Sub -contractor will be notified and will provide the necessary resources. The Project Manager (Salesperson) will inform the sub- contractor or his/her designee of deficiencies noted and request prompt correction of the condition(s). XV. PERSONNEL PROTECTIVE EQUIPMENT (PPE) PROGRAM The Construction Manager and Foreman, together, are responsible for the overall implementation of the PPE Program. The Construction Manager will perform a hazard assessment for PPE needs for each job. Employees must wear appropriate PPE for the job task they perform. The Forman on the job is responsible for ensuring that the PPE is properly used. Enforcement of these requirements will be consistent with established disciplinary policies. Replacement PPE can be obtained by contacting your supervisor. 1.0 Revised 4/2017 NOTICE: Contractors, subcontractors, suppliers and vendors This project is funded in part by a grant from the NYS Office of Parks, Recreation and Historic Preservation through Title 9 of the Environmental Protection Act of 1993. All contracts and subcontracts for the project are subject to the terms of the NYS Master Contract for Grants -- Standard Terms and Conditions (MCG), which can be found online at http://farantsreform.nv.aov\, and Attachment A-1 (A-1) or Attachment A-2 (A-2), attached hereto. Note particularly the following requirements: • The State's right to review and approve every subcontract in excess of $100,000. MCG IV(B)(2) • The requirement that subcontracts contain provisions specifying (1) that work accord with the terms of the Master Contract, (2) that nothing can impair the rights of the State under the Master Contract, and (3) that nothing in the subcontract creates a contractual relationship between the subcontractor and the State. MCG IV(B)(2) • Contractor's responsibility to submit vendor responsibility information to the State, including a Vendor Responsibility Questionnaire for subcontracts that equal or exceed $100,000. MCG IV(B)(4) • Non-discrimination requirements MCG IV(I) and A-1 I(I) • Equal Opportunity provisions, including a requirement that the following provisions be included in construction subcontracts in excess of $25,000: o The Contractor shall not discriminate against employees or applicants for employment because of race, creed, color, national origin, sex, age, disability or marital status; o The Contractor shall make and document its conscientious and active efforts to employ and utilize minority group members and women in its work force on State contracts; o The Contractor shall undertake or continue existing programs of affirmative action to ensure that minority group members and women are afforded equal employment opportunities without discrimination. Affirmative action shall mean recruitment, employment, job assignment, promotion, upgrading, demotion, transfer, layoff, or termination and rates of pay or other forms of compensation; o At the request of the State, the Contractor shall request each employment agency, labor union, or authorized representative of workers with which it has a collective bargaining or other agreement or understanding, to furnish a written statement that such employment agency, labor union or representative shall not discriminate on the basis of race, creed, color, national origin, sex, age, disability or marital status and that such union or representative shall affirmatively cooperate in the implementation of the Contractor's obligations herein; and o The Contractor shall state, in all solicitations or advertisements for employees, that, in the performance of the State contract, all qualified applicants shall be afforded equal employment opportunities without discrimination because of race, creed, color, national origin, sex, age, disability or marital status. MCG IV(J) • MWBE requirements MCG IV(J) and A-1 I(H) or, if the project uses federal funds, DBE requirements MC 1(V) and A-2 H(E)(1) [or other guidance provided by the federal agency providing funding] • Wages and Hours Provisions MCG IV(Q) • New York State business requirement A-1 1(G) • Worker's Compensation and Disability Benefits Insurance coverage A-1 II(E) ATTACHMENT A-1 PROGRAM SPECIFIC TERMS AND CONDITIONS ENVIRONMENTAL PROTECTION FUND I. Agency Specific Terms and Conditions A. The Program Office, Designated Payment Office and Designated Refund Office shall be the STATE AGENCY identified on the face page. Document submission and inquiries should be directed to the Regional Grant Administrator for the Contractor's county of operations. B. For purposes of notice, the Contractor's designee shall be the CONTRACTOR DOS INCORPORATED NAME at the CONTRACTOR PRIMARY MAILING ADDRESS, as identified on the face page. C. Payment shall be made to CONTRACTOR SFS PAYEE NAME at the CONTRACTOR PAYMENT ADDRESS identified on the Face Page. D. Special Conditions and Requirements specific to the project, including the timeline for submission of required documents and reports, are contained in Attachment C (Work Plan Summary). E. Changes to Budget and Program Work Plan. Changes shall not be made in the work described in Attachment C (Work Plan) or the proposed expenditure of funds as shown in Attachment B (Budget), without the prior written approval of the State. Such approval will be granted if the changes are not substantive and do not alter the scope, intent or basic elements of the contract. Changes in the Work Plan or Budget that are substantive or alter the scope, intent or basic elements of the contract, if agreed to by the State, will be implemented by an amendment that may require approval and filing with the New York Attorney General Contract Approval Unit (AG) and the Office of the State Comptroller (OSC or State Comptroller), per Section I(B) of this Master Contract. F. Procurement. All goods and services required for this project must be procured in a manner so as to assure the prudent and economical use of grant moneys, to facilitate the acquisition of goods and services of maximum quality at the lowest possible cost under the circumstances, and to guard against nepotism, favoritism, improvidence, extravagance, fraud and corruption. 1. If the Contractor is subject to General Municipal Law, documentation of the Contractor's compliance with the procurement and bidding requirements of General Municipal Law shall be included with the applicable request for reimbursement. 2. If the total amount of the goods or services is less than the dollar threshold for competitive bidding, or if the Contractor is not subject to General Municipal Law, the Contractor must follow procurement procedures designed to achieve the purpose of this clause. Such procedures may include, but are not limited to, competitive bidding, the solicitation of three price quotes, written requests for proposals, etc. When submitting a request for reimbursement, the Contractor must include a copy of the organizational Page 1 of 7, Attachment A-1 — Program Specific Terms and Conditions procurement policy applicable to the relevant expenditures and/or documentation of the specific procurement process used for those expenditures. G. The Contractor and all users of this contract are strongly encouraged, to the maximum extent practicable and consistent witli legal requirements, to use responsible and responsive New York State businesses as subcontractors, suppliers, and in other supporting roles. The Contractor will be required to identify and describe New York State businesses used and the value of subcontracts and supply contracts. H. New York State Executive Law Article 15-A and 5 NYCRR Parts 142-144 ("MWBE Regulations") Participation. Providing equal employment opportunities for minority group members and women (EEO) and contracting opportunities for certified minority and women - owned business enterprises (MWBEs) are a priority of the State of New York. In addition to the requirements set forth in Section IV(J) of this Master Contract, outreach to New York State certified MWBE firms and demonstration of "good faith efforts" shall be required under this Master Contract. 1. For purposes of this Master Contract, MWBE shall mean any business certified as a minority- or women -owned business enterprise pursuant to section 314 of the Executive Law. Information about the certification program and a directory of MWBEs are available at ESD Division of MWBD Albany, NY 12245 (518) 292-5250 httos://nv.newnvcontracts.com/ 2. The Contractor shall submit, and shall require subcontractors to submit, reports showing the participation of all business enterprises on this contract, including minority and women - owned business enterprises, on forms and at intervals to be established by the State. Reports not submitted at such times as shall be required by the State shall be cause for the State to delay implementing scheduled payments to the Contractor. 3. The State has established a goal for MWBE participation of MBE 13% and WBE 17% 4. The MWBE Participation goal assignment applies to projects with NYS Grant Awards (State Funds) in excess of $100,000. Grant awards of $100,000 or less are subject to good faith efforts for all discretionary purchases. 5. The Contractor is expected to make good faith efforts to achieve MWBE participation. Failure to achieve MWBE participation goals and/or to demonstrate sufficient effort to achieve MWBE participation goals may be grounds for termination of this Master Contract. 6. If any federal funds are involved in the project, the applicable federal program for contracting with small and minority firms, women's business enterprise and labor surplus area firms and/or federal Disadvantaged Business Enterprises (DBEs) will supersede the state MWBE program outlined above. I. Non -Discrimination: Page 2 of 7, Attachment A -I — Program Specific Terms and Conditions 1. If the project involves development or acquisition of public facilities, the Contractor shall not limit access or discriminate in the operation of the facilities on the basis of place of residence, race, creed, color, national origin, sex, age, disability or marital status. 2. The Contractor agrees to comply with all applicable Federal, State, and local Civil Rights and Human Rights laws with reference to equal employment opportunities and the provisions of service. J. Termination. hr addition to the options available to the State in the Master Contract, in the event the Contractor fails to comply with its terms and conditions regarding completion of the project, the State at its option may require the Contractor to bring the project to a point of educationallinterpretive, historical, recreational or conservation usefulness as determined by the State. K. Documents submitted to the State may be subject to disclosure under the Freedom of Information Law. L. Non -Sectarian Purposes. The Contractor agrees that funds made available as shown in Attachment B will only be used to achieve the intended public benefit and will not be used for any sectarian purposes. M. International Boycott Prohibition. hi accordance with Section 220-f of the Labor Law and Section 139-h of the State Finance Law, if this contract exceeds $5,000, the Contractor agrees, as a material condition of the contract, that neither the Contractor nor any substantially owned or affiliated person, firm, partnership or corporation has participated, is participating, or shall participate in an international boycott in violation of the federal Export Administration Act of 1979 (50 USC App. Sections 2401 et seq.) or regulations thereunder. If such Contractor, or any of the aforesaid affiliates of Contractor, is convicted or is otherwise found to have violated said laws or regulations upon the final determination of the United States Commerce Department or any other appropriate agency of the United States subsequent to the contract's execution, such contract, amendment or modification thereto shall be rendered forfeit and void. The Contractor shall so notify the State Comptroller within five (5) business days of such conviction, determination or disposition of appeal (2NYCRR 105.4). N. Prohibition on Purchase of Tropical Hardwoods. The Contractor certifies and warrants that all wood products to be used under this contract award will be in accordance with, but not limited to, the specifications and provisions of State Finance Law § 165. (Use of Tropical Hardwoods) which prohibits purchase and use of tropical hardwoods, unless specifically exempted, by the State or any govermnental agency or political subdivision or public benefit corporation. Qualification for an exemption under this law will be the responsibility of the contractor to establish to meet with the approval of the State. hr addition, when any portion of this contract involving the use of woods, whether supply or installation, is to be performed by any subcontractor, the prime Contractor will indicate and certify in the submitted bid proposal that the subcontractor has been informed and is in compliance with specifications and provisions regarding use of tropical hardwoods as detailed in § 165 State Finance Law. Any such use must meet with the approval of the State; otherwise, the bid may not be considered responsive. Under bidder certifications, proof of qualification for exemption will be the responsibility of the Contractor to meet with the approval of the State. Page 3 of 7, Attachment A -I — Program Specific Terms and Conditions O. MacBride Fair Employment Principles. In accordance with the MacBride Fair Employment Principles (Chapter 807 of the Laws of 1992), the Contractor hereby stipulates that the Contractor either (a) has no business operations in Northern Ireland, or (b) shall take lawful steps in good faith to conduct any business operations in Northern Ireland in accordance with the MacBride Fair Employment Principles (as described in Section 165 of the New York State Finance Law), and shall permit independent monitoring of compliance with such principles. P. Procurement Lobbying. To the extent this agreement is a "procurement contract" as defined by State Finance Law Sections 139 j and 139-k, by signing this agreement the contractor certifies and affirms that all disclosures made in accordance with State Finance Law Sections 139 j and 139-k are complete, true and accurate. In the event such certification is found to be intentionally false or intentionally incomplete, the State may terminate the agreement by providing written notification to the Contractor in accordance with the terms of the agreement. Q. Certification of Registration to Collect Sales and Compensating Use Tax by Certain State Contractors, Affiliates and Subcontractors. To the extent this agreement is a contract as defined by Tax Law Section 5-a, if the contractor fails to make the certification required by Tax Law Section 5-a or if during the term of the contract, the Department of Taxation and Finance or the covered agency, as defined by Tax Law 5-a, discovers that the certification, made under penalty of perjury, is false, then such failure to file or false certification shall be a material breach of this contract and this contract may be terminated, by providing written notification to the Contractor in accordance with the terms of the agreement, if the covered agency determines that such action is in the best interest of the State. R. Iran Divestment Act. By entering into this Agreement, Contractor certifies in accordance with State Finance Law § 165-a that it is not on the "Entities Determined to be Non -Responsive Bidders/Offerers pursuant to the New York State Iran Divestment Act of 2012" ("Prohibited Entities List") posted at: http://www.ogs.ny.gov/about/regs/docs/ListofEntities.pdf Contractor further certifies that it will not utilize on this Contract any subcontractor that is identified on the Prohibited Entities List. Contractor agrees that should it seek to renew or extend this Contract, it must provide the same certification at the time the Contract is renewed or extended. Contractor also agrees that any proposed Assignee of this Contract will be required to certify that it is not on the Prohibited Entities List before the contract assignment will be approved by the State. During the term of the Contract, should the state agency receive information that a person (as defined in State Finance Law § 165-a) is in violation of the above -referenced certifications, the state agency will review such information and offer the person an opportunity to respond. If the person fails to demonstrate that it has ceased its engagement in the investment activity which is in violation of the Act within 90 days after the determination of such violation, then the state agency shall take such action as may be appropriate and provided for by law, rule, or contract, including, but not limited to, imposing sanctions, seeking compliance, recovering damages, or declaring the Contractor in default. The state agency reserves the right to reject any bid, request for assignment, renewal or extension for an entity that appears on the Prohibited Entities List prior to the award, assignment, renewal or extension of a contract, and to pursue a responsibility review with respect to any entity that is awarded a contract and appears on the Prohibited Entities list after contract award. Page 4 of 7, Attachment A-1 — Program Specific Terms and Conditions II. Program Specific Terms and Conditions A. Funding for this project is provided pursuant to the terms of the Environmental Protection Act, Title 9 of Article 54 of the Environmental Conservation Law, and governed by the Rules and Regulations set forth in 9 NYCRR Sections 439-443. B. Retroactive funding. Notwithstanding the provisions of Section III(A)(2) of this Master Contract, program regulations set forth in 9 NYCRR 440.5 (Project sponsor's match) permit retroactive reimbursement of certain expenses, when those expenses are included in the project Budget. C. Notwithstanding the provisions of Section III(C)(4) of this Master Contract, the State will withhold ten percent (10%) of the Contract Funding Amount identified on the face page of this Master Contract as security until all terms and conditions of this Master Contract have been satisfied by the Contractor to the satisfaction of the State. D. Project Sign. At the commencement of the work described in the Work Plan, the Contractor shall erect a sign at the project site noting the State's assistance to the project. The project sign specifications and term length for this requirement are set forth in Attachment C (Work Plan Summary). E. Public Benefit Requirements. 1. In order to ensure a public benefit accrues from a capital project that is being funded the Contractor shall: a) Afford the public reasonable access to or use of the project as specified by the State; b) Not impose a fee for use of or access to the project without the prior written approval of the State; c) Own or hold by lease or maintain and operate the project as specified by the State; d) Not allow operation of the project, or any portion thereof, by any other person, entity, or organization pursuant to any management agreement, license or other arrangement without first obtaining the written approval of the State; e) Not alter, demolish, sell, lease or otherwise convey the project, in whole or in part, or permit a change in use of the project, without the prior written approval of the State; and f) Submit all plans in writing for restoration, rehabilitation, improvement, demolition or other physical change to the completed project for State approval before work commences. 2. Additional public benefit requirements specific to this project, including the term length and legal mechanism for enforcing any restriction, are set forth in Attachment C. Page 5 of 7, Attachment A-1 — Program Specific Terns and Conditions 3. Parkland acquired or improved by a municipality shall not be sold, leased, exchanged or otherwise disposed of (collectively, "disposed of') or converted to other than public park purposes without the express authority of an act of the Legislature, which shall provide for the substitution of other land of equal fair market value and reasonably equivalent usefulness and location to that being disposed of or converted, and such other requirements as shall be approved by the State. 4. Land acquired for recreation or conservation purposes by a not -for -profit organization shall be subject to a conservation easement to be held by the State and shall not be disposed of except to the State, a local government unit or another qualifying tax exempt not -for -profit organization that shall be required to use it for recreation or conservation purposes. Disposal to any other entity of land acquired for recreation or conservation purposes by a not -for -profit corporation shall require the express authority of an act of the Legislature. F. It is the Contractor's responsibility, pursuant to Sections 57 and 220(8) of the Workers' Compensation Law, to maintain for State audit and review either proof that they have Workers' Compensation and Disability Benefits Insurance coverage for any employees, or proof of exemption from the New York State Workers' Compensation Board. The Contractor must also obtain from any contractor or subcontractor hired to provide a service pursuant to this Master Contract, similar proof or waivers from the contractor or subcontractor, and must maintain such documentation on file for audit. G. Archeology. In the event of any unanticipated archeological discoveries, the Contractor shall stop all work and notify the State immediately. Work shall not resume until the State determines how any previously undiscovered archeological remains will be treated. Special attention shall be given to any discovery of burials, graves, or human remains. H. Preservation of Historic Properties. It is the public policy and in the public interest of the State to preserve New York's historical, archeological, architectural and cultural heritage. All activities under this Master Contract shall be reviewed under either Section 106 of the National Historic Preservation Act or Section 14.09 of the New York State Parks, Recreation and Historic Preservation Law to ensure that adverse effects or impacts on significant properties are avoided or mitigated. Any work that affects historic properties shall conform to The Secretary of the Interior's Standards for the Treatment of Historic Properties 1995, The Secretary of the Interior's Standards and Guidelines for Archeological Documentation or any other applicable Seerelmy of the Interior's Standards (collectively referenced as STANDARDS), which are available from the State. I. Planning Requirements. 1. All planning documents, plans and specifications must be accepted by the State before the Contractor awards contracts for the project or the subject property. These must be prepared by a qualified professional accepted by the State. 2. Any documents developed under this Master Contract shall include recognition of funding through the Environmental Protection Fund from the Office of Parks, Recreation and Historic Preservation. J. Construction Requirements. If the Project described in this Master Contract includes construction, the following shall apply: Page 6 of 7, Attachment A -I — Program Specific Terms and Conditions 1. Contract plans, specifications, and cost estimates shall be submitted to the State for review prior to the letting of any construction contract by the Contractor. The State shall verify that the plans, specifications and cost estimates are in conformance with the work described in Attachment B and shall so notify the Contractor in writing; the State shall further verify that appropriate documents have been prepared by a professional licensed to practice in the State of New York. All plans and specifications as reviewed shall become part of this Master Contract, and no change or revision may be made to such plans and specifications without the express written consent of the State. 2. The Contractor shall be responsible for assuring that the project is designed and constructed in conformance with the Uniform Federal Accessibility Standards (UFAS -- Appendix A to 41 CFR part 101- 19.6), the Americans with Disabilities Act Accessibility Guidelines (ADAAG -- Appendix A to 28 CFR part 36) and the New York State Uniform Fire Prevention and Building (I)(Code (parts 1219-1228 of Title 19 NYCRR). Where there are discrepancies among the sets of standards with regard to a particular design/construction requirement, the one providing for the greatest degree of accommodation for the disabled shall apply. 3. It is the Contractor's responsibility to assure that all work on the project complies with the State Environmental Quality Review Act, receives all required permits in advance, and complies with all applicable Federal, State and/or local laws including, but not limited to, zoning ordinances and building codes. Post -Completion Requirements. Following completion of the project, the Contractor shall be responsible for maintaining project records. Where the project involves acquisition of equipment or acquisition of or improvement of real property, the Contractor shall be responsible for maintaining and operating the equipment, property, and/or improvements; providing public access; maintaining public signage related to the project; and seeking any required State approvals. The State shall have the right and responsibility to audit records and inspect the project and property for compliance. Page 7 of 7, Attachment A-1 — Program Specific Terms and Conditions