HomeMy WebLinkAboutNYS DOT/Scenic Byways ELIZABETH A. NEVIIJ,E
TOWN CLEHK
REGISTHAH OF VITAL STATISTICS
MARRIAGE OFFICER
RECORDS MANAGEMENT OFFICER
FREEDOM OF INFOHMATION OFFICER
Town Hail, 53095 Main Road
P.O. Box 1179
Southold, New York 11971
Fax (631) 765-6145
Telephone (631) 765-1800
southoldtown.northfork.net
OFFICE OF THE TOWN CLERK
TOWN OF $OUTHOLD
THIS IS TO CERTIFY THAT THE FOLLOWING RESOLUTION NO. 843 OF 2004
WAS ADOPTED AT THE REGULAR MEETING OF THE SOUTHOLD TOWN BOARD
ON NOVEMBER 30, 2004:
WHEREAS, a Project entitled Resource Protection: North Fork Trail Scenic Byway, P.I.N.
SB09.03.321 (the "Project") is eligible for funding pursuant to section 1219 of TEA-21, that
provides for federal funding of eligible activities under a National Scenic Byways Program; and
WHEREAS, New York State Highway Law Article XII-C authorizes the New York State
Department of Transportation to plan, design and develop the New York State Scenic Byways
Program inclusive, under Highway La~v §349-bb, of applying for scenic byways funding and
contracting xvith qualified responsible not-for-profit organizations involved in scenic byways
activities for services relating to the development of the New York State Scenic Byways
Program, or services relating to the operation, development or promotion ora specific scenic
byway; and
WHEREAS, the scenic byway project or activity that constitutes the Project hereunder results
from FHWA approval of New York State's grant application, prepared by the New York State
Scenic Byways Advisory Board, for National Scenic By~vays Program funds, and the parties
wish to progress such project or activity and provide for the funding thereof,
WHEREAS, the Town Board of the Town of Southold desires to advance the above project by
making a commitment of 100% of the federal and non-federal share of the costs of $150,000.00;
and
WHEREAS, $120,000.00 of that $150,000.00 would be reimbursable to the Town of Southold
as the federal share of the costs; and
WHEREAS, the Town Board has previously resolved to appropriate its $30,000.00 share of the
Project costs as follows: $15,500.00 in Town salaries, $4,500.00 in in-kind volunteer services,
and $10,000.00 in cash.
NOW, THEREFORE, the Toxvn Board of the Town of Southold, duly convened does hereby
RESOLVE, that the Toxvn Board of the Toxvn of Southold hereby approves the above-subiect
proiect; and it is hereby further
RESOLVED, that the Town Board of the Town of Southold hereby authorizes to pay in the first
instance 100% of the federal and non-federal share of the cost of 5; 150,000.00 for the Project or
portions thereof; and it is further
RESOLVED, that the sum of $150,000.00 is hereby appropriated and made available to cover
the cost of participation in the above Project; and it is further
RESOLVED, that in the event the full federal and non-federal share costs of the project exceeds
the an~ount appropriated above, the Town Board of the Town of Southold shall convene as soon
as possible to appropriate said excess amount immediately, and it is further
RESOLVED, that the Supervisor of the Town of Southold is hereby authorized to execute all
necessary Agreements, certifications or reimbursement requests for Federal Aid on behalf of the
Town of Southold with the Nexv York State Department of Transportation in connection with the
advancement or approval of the Project and providing for the administration of the Project and
the municipality's first instance funding of Project costs and permanent funding of the local share
of federal-aid-eligible Project costs and all Project costs within appropriations therefore that are
not so eligible, and it is further
RESOLVED, that a certified copy of this resolution be filed with the Nexv York State
Commissioner of Transportation by attaching it to any necessary Agreement in connection with
the Project, and it is further
RESOLVED, this Resolution shall take effect immediately.
Elizabeth A. Neville
Southold Town Clerk
PATRICIA A. FINNEGAN
TOWN ATTORNEY
patricia.flnnegan~,town.southold.ny.us
KIERAN M. CORCORAN
ASSISTANT TOWN ATTORNEY
kieran.corcoran@town.southold.ny.us
LORI HULSE MONTEFUSCO
ASSISTANT TOWN ATTORNEY
lori.montefusco@town.southold.ny.us
JOSHUA Y. HORTON
Supervisor
Town Hall Annex, 54375 Route 25
P.O. Box 1179
Southold, New York 11971-0959
Telephone (631) 765-1939
Facsimile (631) 765-6639
OFFICE OF THE TOWN ATTORNEY
TOWN OF SOUTHOLD
March 8, 2005
Mr. Mark Woods
NYS Scenic Byways Program
New York State Department of Transportation
Landscape Architecture Bureau
1220 Washington Avenue
Albany, NY 12232-0412
RE: The North Fork Trail, Scenic Byway: Resource Protection Project
Causeway Between East Marion and Orient
Dear Mr. Woods:
I am enclosing the Agreement between the Town of Southold and the New York
State Department of Transpodation in connection with the referenced matter. This
Agreement has been executed by Supervisor Horton as well as the Town Attorney.
Kindly send us a fully executed Agreement as soon as it is available.
In addition, I am enclosing a copy of the Resolution, No. 843 of 2004, with regard
to this Agreement.
If you have any questions, please do not hesitate to call me. Thank you for your
attention.
KMC/Ik
Enclosure
cc: Members of the Town Board (w/o encl.) ~
Ms. Elizabeth Neville, Town Clerk (w/encl.) ~
Federal Aid Municipal Service Contract (S VCKByWy. gg)
MUNICIPALITY: Town of Southold, New ¥'ork
PROIECT ID NUMB£R: 5B09.03.32 ! BIN:
FEDERAL AID MUNICIPAL SERVICE CONTRACT
NEW YORK STATE SCENIC BYWAYS PROGRAM
COMPTROLtER'$ CONTRACT NO. C022405
This Agreement, effective this Twenty-First day of January, 2005, is by and between
the New York State Department of Transportation ("NYSDOT"), having its principal office in the
Administration and Engineering Building, 1220 Washington Avenue,
State Office Campus, Albany, NY 12232, on behalf of New York State ("State"),
and
The Town of Southold, hereinafter referred to as "the Contractor",
with principal offices at 53095 Main Road, Post Office Box 1179,
Southold, New York, 11971-0959, acting by and through Joshua Y. Horton,
Supervisor of the Town of Southold, its duly authorized.
This Agreement provides for the implementation of applicable phases of this federal-aid National Scenic
Byways project, as said project is more fully described by Schedules A and B, annexed to this Agreement,
or one or more duly executed and approved Supplemental Schedules to this Agreement. The federal-aid
project shall be identified for the purposes of this Agreement as:
THE NORTH FORK TRAIL, SCENIC BYWAY:
RESOURCE PROTECTION PROIECT.
CA USEWA Y BETWEEN EAST MARION AND ORIENT
PIN: SB09.03.321
(as more specifically described in such Schedules A and B or supplemental Schedules A and B, the
"Project").
WlTNESSETH:
WHEREAS, the United States has provided Federal funds to the State for the purpose of carrying
out Federal Aid Highway projects pursuant to the Transpodation Equity Act for the 21st. Century ("TEA-
21") as administered by the Federal Highway Administration ("FHWA"); and
WHEREAS, the New York State Highway Law authorizes the Commissioner to use federal aid
available under the federal-aid highway acts; and
WHEREAS, section 1219 of TEA-21 provides for a National Scenic Byways Program that
provides federal funding of eligible activities under such program; and
WHEREAS, Highway Law Article XII-C authorizes the Commissioner to plan, design and develop
the New York State Scenic Byways Program inclusive, under Highway Law §349-bb, of applying for
scenic byways funding and contracting with qualified responsible not-for-profit organizations involved in
scenic byways activities for services relating to the development of the New York State Scenic Byways
Program, or services relating to the operation, development or promotion of a specific scenic byway; and
WHEREAS, the scenic byway project or activity that constitutes the Project hereunder results from
FHWA approval of New York State's grant application, prepared by the New York State Scenic Byways
Advisory Board, for National Scenic Byways Program funds, and the parties wish to progress such project
or activity and provide for the funding thereof,
Federal Aid Municipal Service Contract (SVCKByW¥.99)
NOW, THEREFORE, the parties agree as
follows:
1. Documents Forming this Agreement. The agreement
consists of the following:
IAgreement Form -this document titled 'FEDERAL AID
MUNICIPAL SERVICE CONTRACT";
lSchedule 'A' - Project/Funding Description;
~Schedule 'B~ - Scope of Services (& Budget for Non-
Construction);
~EXHIBIT A - Contractor Record Keeping Guidelines;
~EXHIBIT B - AlE Selection Process (for construction
consultant selection).
~Appendix 'A" - New York State Required Contract
Provisions; and
lAppendix "B~ - U.S. Government Required Clauses.
~Resolution(s) duly adopted municipal or, as
applicable, corporate resolution(s) authorizing the
appropriate official of the Contractor to execute this
Agreement on behalf of the Contractor, and
appropriating or otherwise providing the Project funding
required therefor.
2. Responsibilities of Contractor. Contractor shall
perform the Project as further described in the Scope of
Services & Budget (Schedule B), subject to the funding
limitations and match funding set forth in Schedule A,
and otherwise faithfully, efficiently, expeditiously and
fully in accordance with this Agreement. The work of
the Project may be performed by Contractor or by its
subcontractors. Contractor agrees that all procurement
practices shall comply with 49 C.F.R. Part 18.
2.1 Selection of Subcontractors - Contractor's
selection of subcontractors not specifically
identified in Schedule B [Scope of Services &
Budget] shall be by competitive procedures
followed or approved by NYSDOT for
procurement of services based on qualifications
and fair and reasonable costs including, where
justified, sole source procurement.
2.2 Compliance with Applicable Laws, Rules
and Regulations. The Contractor will comply
with all Federal, State and local laws,
ordinances, rules regulations and procedures,
including obtaining and maintaining in good
standing any required license, permit, operating
authority or other regulatory authorization
applicable to entering this agreement or performing
its work, activities and requirements relating to this
Agreement.
3. Funding,. For Project work performed by or through
Contractor in accordance with this Agreement, NYSDOT
will reimburse eligible Project costs in accordance with
NYSDOT policy and procedures and this section.
3.1 Federal Aid. NYSDOT will administer federal-
aid funds and will fund federal participating costs
incurred in connection with the work covered by
this Agreement, subject to the limitations set forth
on Schedule A:
3.2 State-Aid. As applicable, NYSDOT will fund the
State-Aid match described in Schedule A.
3.3 In no event shall this Agreement create any
obligation to Contractor for funding or
reimbursement of any amount in excess of the lesser
of the amount stated in Schedule A or actual eligible
Project costs.
3.4 All items included by Contractor in the record
ot costs shall be in conformity with accounting
procedures acceptable to NYSDOT and the FHWA.
4. Payment. Compensation under this Agreement shall be
paid by one or more of the following methods as indicated
in Schedule g, in all events subject to the maximum amount
payable set forth in Schedule A:
4.1 Cost Reimbursement method - where
applicable as the compensation method according
to Schedule B, means compensation for actual,
allowable, allocable and auditable direct salary
charges, non-salary costs (including equipment,
travel, subconsultants and other direct non-salary
costs) and overhead costs incurred by Contractor
for the work of the Project, as follows:
(i) Direct Salary Charges: Consist of the
actual direct salaries, regular time plus
straight time portion of overtime
compensation paid to or incurred for all
employees assigned to this Project on a
full-time basis for all or part of the Project,
plus properly allocable partial salaries of all
persons working part time on the Project,
2
Federal Aid Municipal Service Contract (SVCKByWy. 99)
not to exceed the maximum allowable
hourly rates of pay hereunder,
(ii) Direct Non-Salary Costs: Consist
of actual direct non-salary costs
incurred in performing the Project; all
subject to audit. Such costs may
include, but are not necessarily limited
to, those shown in the Project Budget.
All reimbursement for travel, meals
and lodging shall be made for actual
costs paid or incurred, but
reimbursement of such costs shall not
exceed rates approved by the State
Comptroller.
(iii) Overhead: Means an allowance
consistent with Federal and State
regulations, policy and guidelines
governing allowable overhead
expenses incurred during the term of
this Agreement, all subject to audit.
The overhead allowance shall be
established as a percentage of Direct
Salary Charges only. Overhead
includes leave and fringe benefit costs
for employees and shall not include
any factor or element for the cost of
money advanced by Contractor under
this Agreement. The provisional rate
used for billing will be determined by
the most recently audited rate for the
Contractor. The provisional billings
will be reconciled following the
completion of the final audit.
4.2 Fixed Price Method - A total fixed price,
payable for work and/or deliverables as set forth
in and in accordance with Schedule B (Scope
of Work and Budget)
4.3. Periodic Reimbursement. If the Contractor
finds it desirable to have reimbursement made
periodically, upon the request and ce,Cification
therefor by the Contractor NYSDOT may make
payments based on billings prepared by the
Contractor in accordance with NYSDOT
requirements, based on costs incurred as
disclosed by the records thereof, as required by
the Proiect, with applicable adjustments to be
made after audit by NYSDOT or FHWA. These
payments shall be made as moneys become
available therefor.
4.4 In no event shall this Agreement create any
obligation to the Contractor for funding or
reimbursement of any amount in excess of the
lesser of the amount stated in Schedule A for duly
executed Supplemental Schedules A) for the Federal
aid and/or State aid share, or actual eligible Project
costs in accordance with Schedule B.
4.5 All items included by the Contractor in the
record of costs shall be in conformity with
accounting procedures acceptable to NYSDO T and
the FHWA. Such items shall be subject to audit by
the State and the FHWA.
5. Supplemental Agreement or Supplemental Schedules.
Supplemental Ag~ements or supplemental Schedules may
be entered by the parties, and must be approved in the
manner required for a State contract.
6. State Recovery of lnefigible Reimbursements. NYSDOT
shall be entitled to recover from the Contractor any moneys
paid to the Contractor pursuant to this Agreement which are
subsequently determined to be ineligible hereunder.
7. Rights in Data; Intellectual Property; Licensing. To the
extent this Agreement involves the provision or
development of intellectual property as defined in §7. 1.4
below, the relevant provisions of this section apply.
7. I. Definitions. For the purposes of this Agreement, the
following definitions pertaining to software, its provision or
development, and rights thereto shall apply:
7. 1. I 'Commercial-Off-The-Shelf Software'
or 'COTS' means Software which is not developed
by the Contractor or its subcontractors for the
Project, but which is acquired commercially.
7.1.2 'Contractor-Owned Software ' means
Software developed and owned by the Contractor
or its subcontractors which either pre-exists, or
whose development is not funded by, this
Agreement.
7.1.3 'Developed Software" means
Software developed for the Project with funding
under this Agreement
7. 1.4 'Intellectual Property' means
copyrights, patents, trademarks and any other form
of intellectual property rights covering any data
bases, software, inventions, training manuals,
systems design or other proprietary information in
any form or medium.
7. 1.5 'Software' means the computer
3
Federal Aid Municipal Ser~.ice Contract (SVCKByWy. 99)
programs (including an},' security
devices) in object (and, in the case of
Developed Soft ware, also source code)
form, in whole or part, provided by
Contractor and whether provided on
magnetic or optical disk, tape,
firmware or otherwise, including all or
any portions of the Software
incorporated in another program. The
Software shall, as appropriate, include
Documentation and Maintenance
Releases.
7.2 NYSDO T Rights to Developed Software. All
tangible and intangible property rights,
including the source codes, all patent rights and
copyrights arising out of the design and
creation of any Developed Software shall be
the exclusive property of NYSDOT, who shall
have the sole rights to seek patent, copyright,
registered design or other protection in
connection therewith.
7.3 Intellectual Property Rights to
Other Software. Intellectual property
rights to Software other than that
governed by section 7.2 hereof, is as
follows:
7.3.1 Commercial-Off-The-
Shelf (COTS) Software. COTS
Software utilized under this project
will be provided to NYSDOT with, as
applicable, the relevant shrink wrap
license or license as negotiated.
7.3.2 Contractor-Owned
Software. This Software otherwise
owned by the Contractor is provided
to the Proiect with restricted rights.
Contractor grants NYSDOT a
perpetual royalty-free, paid up,
irrevocable, non-transferrable
perpetual nonexclusive restricted
license to use and to modify the
Contractor-Owned Software if required
in connection with the Project funded
hereunder or, if the purpose of the
Project is the development ora system
or operation for continued use after
the conclusion or termination of this
4
Agreement and such Software is required
for or integral with the functionality or
operation of such system or operation, for
the continued operation of such system or
operation thereafter.
7.4 Other Intellectual Property Developed
Under This Agreement. Rights to
intellectual property developed under this
Agreement that are not covered by the
above sections 7.2 and 7.3 shall be
allocated and owned in accordance with
the following:
7.4. I Identification of Intellectual
Property . Contractor is responsible for
identifying and segregating in advance
intellectual property which was or will be
developed by Contractor or its
subcontractors solely with non-federal
funding.
7.4.2 Copyright. In accordance
with Federal Government policy, the
copyright of work produced under this
Agreement, the copyrights to which are
not otherwise acknowledged or provided
for in this Agreement, shall remain with
the authors. NYSDOT reserves a royalty-
free, perpetual, transferrable, nonexclusive
and irrevocable license to reproduce,
publish, modify or otherwise use for
government purposes, in any media which
exists currently or in the future, and to
authorize others to use for government
purposes any such copyrightable work
produced under this Agreement with
government funds.
7.5 Patents. If this is a contract for the performance
of experimental, developmental or research work
funded in whole or part by Federal funds , and
Contractor is a small business firm or nonprofit
organization, rights to inventions made under this
Agreement shall be determined in accordance with
37 C.F.R. Part 401. The standard patent rights
clause at 37 C.F.R. §401.14, as modified below, is
hereby incorporated by reference.
(i) The terms "to be performed by a
small business firm or domestic nonprofit
Federal Aid Municipal Service Contract (5VCKBvWy. 99)
organization" shall be deleted
from paragraph (g)(1) of the
clause;
(ii) paragraphs (g)(2) and (g)(3) of
the clause shall be deleted; and
(iii) paragraph (I) of the clause,
entitled "Communications" shall read
as follows: "(I) Communications. All
notifications required by this clause
shall be submitted to the FHWA
Division Office."
7.6 Trade Secrets. The parties shall
not publicly disclose information they
obtain as a result of this Agreement
which is marked and identified as
proprietary or confidential, and which
consists of information such as trade
secrets or commercial or financial
information that is privileged or
confidential within the meaning of
§552(b)(4) of Title 5, U.S.C.
8. Ownership of Capital Equipment. Except as otherwise
provided in Schedule B hereof, or unless such
equipment is owned by the State and only made
available to Contractor for use under this Agreement,
title to or other right to the use of capital equipment that
Contractor is required to acquire in the performance of,
and is funded by, this agreement shall remain with the
Contractor unless this Agreement concludes its term or
is terminated prior to the end of the useful life of such
equipment or the term of the right or interest of the
Contractor therein, whereupon NYSDOT may in writing
direct the transfer of such title or other right to the use
and possession of such capital equipment and the
delivery by the Contractor of such equipment in good
working order and operating condition, together with
any access or controlling keys, codes, instruments,
hardware, documentation or apparatus necessary to its
proper functionality, to NYSDOT or NYSDOT' s
designee. NYSDOT' s right hereunder to such transfer
and delivery of equipment shall survive the term,
conclusion or termination of this Agreement.
9. Insurance. Contractor agrees to procure and
maintain without direct cost to the State except as noted
during the pendency of this Agreement, insurance of the
kinds and in amounts hereinafter provided by insurance
companies authorized to do business in the State of New
York or, if Contractor is a municipality that self-insures, an
endorsement for such self insurance covenng all operations
under this Agreement whether performed by it or sub-
contractors. Beforecommencingthework, Contractorshall
furnish to NYSDOT a certificate or certificates, in a form
satisfactory to NYSDOT, showing compliance with this
section, which certificate or certificates, shall provide that
such insurance shall not be changed or canceled until thirty
(30) days written notice has been given to NYSDOT. The
kinds and amounts of insurance required are as follows:
9. I Policy covering the obligations of Contractor in
accordance with the provisions o£ Chapter 41, Laws
of 1914, as amended, known as the Worker's
Compensation Law, and also by the provisions of
Article 9 of the Worker's Compensation Law known
as the Disability Benefits Law, and this Agreement
shall be void and of no effect unless Contractor
procures such policy and maintains it until final
acceptance of all work described herein;
9.2 Comprehensive General Liability Insurance
insuring Contractor and, as additional insureds,
NYSDOT and its employees with respect to all
operations under this Agreement by Contractor,
including in such coverage any omissions and
supervisory acts of the State and its employees.
Policies of personal injury liability insurance of the
types hereinafter specified, each with a combined
single limit of $ ! million per occurrence~S2 million
aggregate for all damages arising out of personal
injury, including death at any time resulting
therefrom, sustained by one person in any one
accident and, subject to that limit for each person,
all damage arising out of bodily injury, including
death at any time resulting therefrom, sustained by
two or more persons in any one accident, damages
arising out of injury to or destruction of property in
any one accident and, subject to that limit per
accident, for all damages arising out of injury to or
destruction of property during the policy period.
9.3 Automobile Liability and Property Damage
Insurance. Subject to the same required level of
coverage set forth in §9.2 above, a policy covering
the use in connection with the work covered by this
Agreement of all owned, not owned and hired
vehicles bearing or, under the circumstances under
which they are being used required by New York
State law to bear, license plates.
9.4 Limits for Transportation Services. If the
services under this A§reement include public
transportation or common carrier services, the
minimum insurance levels otherwise required
by subsections 9.2 and 9.3 are hereby increased
to $5 million per occurrence/ $10 million
a§§re§ate.
10. Contractor Liability.
lO. 1 IftheContractorperformsworkunderthis
agreement with its own forces, it shall be
responsible for all damage to person or
property arising from any act or negligence
performed by or on behalf of the Contractor, its
officers, agents, servants or employees,
contractors, subcontractors or others in
connection therewith. The Contractor
specifically agrees that its agents or employees
shall possess the experience, knowledge and
character necessary to qualify them
individually for the particular duties they
perform.
10.2 The Contractor itself shall, and shall
require its vendors or subcontractors who
perform work contemplated by this agreement
to, protect, indemnify and save harmless the
Contractor and the State of New York from and
against all liabilities, losses, claims, damages,
judgments, penalties, causes of action, costs
and expenses (including, without limitation,
attorney's fees and expenses) imposed upon or
incurred by or asserted against the Contractor
or the State of New York resulting from, arising
out of or relating to such vendor's or
subcontractor's performance of the work
required by this Agreement.
11. Independent Contractor. For the purposes of
this Agreement, the officers and employees of the
Contractor, in accordance with the status of the
Contractor as an independent contractor, covenant and
agree that they will conduct themselves consistent with
such status, that they will neither hold themselves out as
nor claim to be an officer or employee of the State by
reason hereof, and that they will not by reason hereof,
make any claim, demand or application to or for any
right or privilege applicable to an officer or employee of
the State, including, but not limited to, Workers
Compensation coverage, Unemployment Insurance
benefits, Social Security or Retirement membership or
credit.
12. Contract Executory. It is understood by and between
the parties hereto that this Agreement shall be deemed
executory only to the extent of the moneys available to the
State and no liability on account thereof shall be incurred by
the State beyond moneys available for the purposes hereof.
13. Assignment or Other Disposition of Agreement. The
Contractor agrees not to assign, transfer, convey, sublet or
otherwise dispose of this Agreement or any part thereof, or
of its right, title or interest therein, or its power to execute
such Agreement to any person, company or corporation
without previous consent in writing of the Commissioner.
14. Term of Agreement. As to the Project and phase(s)
described in Schedule(s) A executed herewith, this
agreement takes effect as of the date of this Master
Agreement as first above written. This agreement takes
effect as to the Project and phase(s) established in any duly
executed and approved supplemental Schedule(s) A as of the
date of such supplemental Schedule(s) A. This agreement
shall remain in effect so long as federal aid funding
authorizations are in effect and funds are made available
pursuant to the laws controlling such authorizations and
availabilities. However, if such authorizations or
availabilities lapse and are not renewed, continued or
reenacted, as to funds encumbered or available and to the
extent of such encumbrances or availabilities, this
agreement shall remain in effect for the duration of such
encumbrances or availabilities. Although the liquidity of
encumbrances or the availability of funds may be affected
by budgetary hiatuses, a federal or State budgetary hiatus
will not by itself be construed to lapse this agreement,
provided any necessary federal or State appropriations or
other funding authorizations therefor are eventually
enacted.
15. NYSDOT Ob#gations. NYSDOT's responsibilities and
obligations are as specifically set forth in this contract, and
neither NYSDOT nor any of its officers or employees shall
be responsible or liable, nor shall the Contractor assert,
make, or join in any claim or demand against NYSDOT, its
officers or employees, for any damages or other relief based
on any alleged failure of NYSDOT, its officers or employees,
to undertake or perform any act, or for undertaking or
performing any act, which is not specifically required or
prohibited by this agreement.
6
Federal ,Aid Municipal Service Contract (SVCKB¥~/)'.99)
16. Suspension or Termination.
16. I For Convenience of NYSDO T. NYSDO T
may without cause and for its convenience
upon not less than seven (7) days written notice
to Contractor suspend Contractor's
performance under this Agreement or terminate
this Agreement.
16.2 For Cause. NYSDO T may terminate this Agreement
by written notice to the Contractor if the Contractor,
before completion, discontinues the services required
hereunder or if, for any reason, the commencement,
prosecution or timely provision of services by the
Contractor is rendered improbable, impossible, illegal,
or NYSDO T deems the performance to be
unsatisfactory.
17. Notices. Any notice, request, instruction or other
document deemed by either part), to be necessary or
desirable to be given to the other party shall be in
writing, and may be given by personal delivery to a
representative of the parties at the address below, or by
mailing the same by registered or certified mail, postage
prepaid, or by prepaid express courier, addressed as
follows:
If to Contractor:
Title of Officer:
(at Contractor's
stated)
address first above
If to NYSDOT:
Title of Officer:
New York State Department of
Transportation
(at NYSDOT's address unless another
address is set forth here)
20. Required Clauses. Attached hereto and made a part of
this agreement as if set forth fully herein is Appendix A,
standard clauses for all New York State contracts.
18. Force Majeure. The obligations of the parties
hereunder shall be subject to force maleure (which shall
include riots, floods, accidents, acts of God and other
causes or circumstances beyond the control of the party
claiming such force majeure as an excuse for non-
performance) but only so long as, and to the extent that,
such force majeure shall prevent the performance of the
obligation or portion thereof so affected.
19. £ntireAgreement. ThisAgreementconstitutesthe
entire agreement of the parties and shall not be
amended, altered or changed except in a writing, duly
executed and approved.
7
Federal Aid Municipal Service Contract ISVCKByWy. 99)
IN WITNESS WHEREOF, the parties have caused this agreement £o be executed by their duly authorized officials as of
NYSDOT
also cer[i~ the orisinal copies of this signature pa~e will be at[ached
to all other exact copies of this contract.
MAR g 1
APPROVED AS TO FORM:
A TT~. R. ~~NEY R ~ CT~OR~
T6wn Attorney' f~4~the
APPROVED AS TO FORM:
STATE OF NEW YORK A TTORNEY GENERAL
Esq.
Town of Southold
Ass~sta.~, tt,l~R i~R~D ¥ E O
I~'PT. OF AUDIT & CONSOL.
MPTROLLER'S ~: 0 6 2005
~t~ t~ ~
r the New York 5[a/e Compt~lle~ Pu~uant ~o State Finance Law
12.
STATE OF NEW YORK
COUNTYOF SUFFOLK
2005
On this ~! day of January ; ~19~,, before me personally came
Joshua ~. Horton tomeknown, who, beingbymedulyswomdiddeposeandsay
that he/~e resides at G'reenport, New York ; that he/~ is the supervisor
ofthe Town of Southold described in and which executed the above
instrument; and that he/s~ executed the above instrument pursuant to authority vested in him/~!e.
- -- ' Nota~ Public
UNDA J. COOPER
Notsw Public, State of New YoI~
No. 4E22563, Suffolk County _
T~rrn F~"~i:~s Dec:emi,ur ,~ I, ~...~:~
Z
EXHIBIT A
PROCUREMENT~ RECORD KEEPING AND ACCOUNTING REQUIREMENTS
1. Subcontractors
The work of the project shall be performed in accordance
with the following Subcontract Procedures:
1.1 Without relieving it of, or in any way limiting its
obligations under the Agreement, the Contractor m ay enter
into subcontracts for the performance of the Project or for
the purchase of materials and equipment. The Contractor
shall select all subcontractors or suppliers through a
process of competitive bidding or multi-source price
review. In the event that competitive bidding or multi-
source price review is not feasible, the Contractor shall
document an explanation for, and justification of, a sole
source selection.
1.2 The Contractor shall document the process by which
a subcontractor or supplier is selected by making a record
summarizing the nature and scope of work, equipment,
supplies or materials sought, basis for establishing the
source list, the name of each person or organization
submitting or requested to submit, a bid or proposal, the
price or fee bid, and the basis for selection of the
subcontractor or supplier. An explanation for, and
justification of, a sole source selection must identig, why
the work, equipment, supplies or materials involved are
obtainable from or require a subcontractor with unique or
exceptionally scarce qualifications or experience,
specialized equipment, or facilities not readily available
from other sources, or patents, copyrights or proprietary
data.
1.3 All subcontracts for the performance of work of the
Project shall be in writing and subject to the prior
approval of NYSDOT and shall contain provisions required
by this Agreement for such subcontract, those provisions
required byAppendix A, and all other provisions now or
hereafter required by law to be contained therein.
2. Accounting and Record Keeping
For the Cost Reimbursement Compensable Components
The following are the record keeping requirements for
State reimbursement payable under the Cost
Reimbursement compensation method:
2.1 Progress Billings. After approval of the Agreement,
the Contractor may submit progress billings to NYSDOT
for the Federal share, to be supported as follows:
(a) Contracts/Consultant Agreements -Separate invoices
or billings are required for each subcontract, each
subconsultant agreement, and for work performed by
employees. Billings for payments made on contracts or
consultant agreements will be made on NYSDOT's Form FIN
421, as it may be amended, and supported by a copy of the
applicable payment estimate(s) for contracts or consultant
agreements.
(b)
Work by Employees - Billings for employees will be on
NYSDOT's Form FIN 421, supported by an Engineer's Payroll
Abstract for the period(s) covered by the billings, copies of
payroll time sheets for the applicable billing period and copies
of paid invoices or supporting documents for all non-personal
service cost items in excess of $250. Only those direct Project
costs as defined in applicable Federal regulations and incurred
subsequent to the date of Federal Highway Administration
authorization can be included in billings. The supporting
documents for personal service and non-personal service costs
are to include the following:
(1) Payroll Time Sheets - The signature of the employee and
approval of the employee's supervisor, or other verification
acceptable to NYSDOT, is required on each time sheet.
These signatures attest to the employee's assignment and
hours worked on the Projects indicated, and demonstrate
that periods of paid leave are charged to appropriate leave
categories or accounts. Employee time for such leave,
holidays, vacation or other paid leave cannot be charged
directly to Projects on time sheets since such costs must be
allocated to Projects by using an approved percentage
additive rate applied to direct payroll costs. Time sheets
must correspond with applicable payroll records and
amount paid for each employee based on a comprehensive
payroll/labor cost distribution system.
(2) Engineer's Payroll Abstract - Leave and fringe benefit
additives are to be calculated and charged to Projects at
percentage rates previously approved by NYSDOT for
provisional billing purposes, subject to final audit.
(3)
Non-Personal Service Costs - Copies of invoices or
documentation showing amounts and notations as may be
required to clearly identiff/ the purpose of each item.
Copies of employee reimbursement vouchers for travel or
similar costs are not required with progress billings but must
be retained by the Contractor for subsequent audit.
(c)
Applicable to the Cost Reimbursement compensation method
NYSDOT will reimburse personal service, fringe benefits, non-
personal service and related costs which are clearly identifiable
to a specific project. Local claims for reimbursement of such
expenditures utilizes the same Form "FIN 421"
processing procedure as is routinely used for
reporting Consultant Payment Requests. Municipal
claims for reimbursing preliminary engineering,
construction engineering or other approved work -
whether performed by Municipal employees or by a
Consultant - requires only the completion of a single
column of Total Costs which pertain solely to
eligibility for the Federal Aid component.
Completing FIN 421: The amount listed on lines
1-3 of the Work Performed Section of the FIN
421, and the supporting documentation, should
be for 100% of the share of participating costs
eligible for federal aid. However, since the
amount shown on line 3 of the FIN 421 is
applicable to calculating the Federal share only,
a notation affer that amount is required to indicate
the Total Costs reported times a "Federal Aid
Percentage" (e.g.,"$__X %"). Forexample,
"$100,000 X 800/0.. (with "80°/." being the federal
aid percent). On the other hand, lines 7 and 8 for
such billings should reflect only the amount of
computed Federal Share payments, with Line 8
containing only the amount currently being
claimed for reimbursement of the federal share.
2.2 Project Detail Ledgers. For audit purposes, a Project
Detail Ledger is required as the official accounting record
of the Contractor to record and accumulate all cost
transactions applicable to the Project. All costs recorded
on the Project Detail Ledger should be for 100% of such
costs with reduction for the non-Federal share, and for any
applicable State share.
Every transaction listed on the Project Detail Ledger
will be recorded in the same level of detail as the total
from each supporting source document (no summarization
of source documents amounts). All transactions listed on
the detail ledger will identify the source document for the
transaction by referencing contract/estimate numbers,
social security numbers (for time sheets and employee
reimbursements), vendor or payee numbers for vouchers,
etc. The applicable accounting system record date will
also be included for each transactions, i.e. - pay period
dates for time sheets, or voucher approval or date paid for
payments to the consultant, employee reimbursements,
otc.
The ledgers for the Project will include totals for all
transactions recorded during: 1) each accounting month,
(2) the fiscal year of the Sponsor, and (3) for the Project life
to date.
2.3 Source Documents. The Contractor will retain an
official copy of consultant estimates, payroll time sheets,
employee travel claims and all other original source documents for
transactions listed on the Project Detail Ledger. These will be
systematically filed in an order that will facilitate retrieval. All
expenditure vouchers or other cost documents must also be
traceable through tile Contractor's disbursement process to copies
of warrants or checks issued and to corresponding documentation
maintained in the official accounting records of the Contractor's
central finance office.
2.4 Audit/Disallowances. The Contractor shall cause a Certified
Public Accountant to audit the performance of any consultant
contract entered for the Project and retain the results thereof for State
or federal audit of this agreement. Costs claimed or previously
reimbursed that cannot be supported as outlined herein, are subject
to audit disallowance by NYSDOT, the State Comptroller, Federal
Highway Administration, and/or the U.S. Department of
Transportati on, Officer of the Inspector General. Amounts paid to
the Contractor by NYSDOT that are subsequently disallowed by the
Federal Government are subject to recovery by NYSDOT from the
Contractor, or at the option of the State, will be offset or reduced
against current or future reimbursement claims on the same or other
Projects.
For Fixed Price Compensation
2.5. Fixed Price (Lump Sum) Milestone Payments. Contractor may
request payment for fixed price work in accordance with approved
milestone payment schedules. Milestone payments shall be subject
to NYSDOT receipt and acceptance of identified deliverables. U pon
the submission of invoices, NYSDOT will make payments to the
Contractor in accordance with the terms of the Agreement.
Contractor will submit requests for milestone payments using the
form FIN 110 (NYSDOT standard state voucher or current
procedure). The Contractor shall complete the FIN 110 in
accordance with the form instructions and shall specify the
milestone and accompanying milestone amount for which payment
is being requested.
E
E -- E ~ '~
~ o
O--Oo
i5 8 .m'~
LU
0
LU
Z
0
Z
n-
O
LU
0
n,'
n-
O
0
n
>~
o ~
AppBFed. 98
APPENDIX B
U.S. GOVERNMENT REQUIRED CLAUSES
Non Discrimination/EEO/DBE/MBE
Requirements
The Contractor and its subcontractors agree to comply
with Executive Order 11246, entitled "Equal
Employment Opportunity" and Department of
Transportation regulations (49CFR Parts 21, 23, 25, and
27) and the following:
1. Non Discrimination. No person shall, on the
ground of race, color, creed, national origin, sex,
age or handicap, be excluded from participation in,
or denied the benefits of or be subject to
discrimination under this Proiect.
2. Equal Employment Opportunity. In connection
with the execution of this Agreement, the
Contractor shall not discriminate against any
employee or applicant for employment because of
race, religion, age, color, sex or national origin.
The Contractor shall take affirmative actions to
ensure that applicants are employed, and that
employees are treated during their employment,
without regard to their race, religion, color, sex,
national origin orage. Such actions shall include,
but not be limited to, the following: employment,
upgrading, demotion or transfer; recruitment or
recruitment advertising; layoff or termination; rates
of pay or other forms of compensation; and
selection for training, including apprenticeship.
3. Disadvantaged Business Enterprises. In connection
with the performance of this Agreement, the
Contractor will cooperate with the State in meeting
its commitments and goals with regard to the
maximum utilization of disadvantaged business
enterprises and will use its best efforts to ensure
that disadvantaged business enterprises will have
the maximum practicable opportunity to compete
for subcontract work under this Agreement. Also,
in this connection the Contractor shall undertake
such actions as may be necessary to comply with
Section tos(f) of the Surface Transportation
Assistance Act of 1982, as implemented in 49CFR
Part 23.
In addition, the Contractor and its subcontractors agree
to abide by the statements in paragraphs (1) and (2)
below. These statements are, by reference, made part of
this Agreement and must be included in all subsequent
agreements between the Contractor and any
subcontractor and in all UMTA-assisted contracts
between recipients or subrecipients and any contractor.
(1)
"Policy. It is the policy of the Department of
Transportation that minority business enterprises as
defined in 49CDF Part 23 shall have the maximum
opportunity to participate in the performance of
(2)
contracts financed in whole or in part with Federal
funds under this agreement. Consequently, the
MBE requirements of 49CFR Part 23 apply to this
Agreement."
"MBE Obligation. The recipient or its contractor
agrees to ensure that minority business enterprises
as defined in 49CFR Part 23 have the maximum
opportunity to participate in the performance of
contracts and subcontracts financed in whole or in
part with Federal funds provided under this
agreement. In this regard, all recipients or
contractors shall take all necessary and reasonable
steps in accordance with 49CFR Part 23 to ensure
that minority business enterprises have the
maximum opportunity to compete for and perform
contracts. Recipientsandtheircontractorsshall not
discriminate on the basis of race, color, national
origin or sex in the award and performance of
DOT-assisted contracts."
Federal Single Audit Requirements
Non-Federal entities that expend $300,000 or more in a
year in Federal awards from all sources are required to
comply with the Federal Single Audit Act provisions
contained in U.S. Office of Management and Budget
(OMB) Circular No. A-133, ' Audits of States, Local
Governments, and Non-Profit Organizations~.
Non-Federal entities that expend Federal awards from a
single source may provide a program specific audit, as
defined in the Circular. Non-Federal entities that expend
less than $300,000 in a year in Federal awards from all
sources are exempt from Federal audit requirements for
that year, except as noted in §3052.215(a), but records
must be available for review or audit by appropriate
officials of the Federal agency, the New York State
Department of Transportation, the New York State
Comptroller's Office and the U.S. General Accounting
Office (GAO).
Non-Federal entities are required to submit a copy of all
audits, as described above, within 30 days of issuance,
to the New York State Department of Transportation,
Contract Audit Bureau, 1220 Washington Avenue,
Albany, NY 12232.
~~
Pxcew~os
STATE OF NEW YORK
DEPARTMENT OF TRANSPORTATION
ALBANY, N.Y. 12232
www.nysdot.gov
ASTRIO C. GLYNN
COMMISSIONER
April 24, 2008
Scott A. Russell
Supervisor, Town of Southold
53095 Main Road
Post Office Box 1179
Southold, NY 1 1 971-095 9
Dear Supervisor Russell,
ELIOT SPITZER
GOVERNOR
Here is a signed copy of the No-Cost Time Extension approved and authorized for the following New
York State Scenic Byways Contract and Project awarded to the Town of Southold:
North Fork Trail, Scenic Byway:
Resource Protection Project
Project Identification Number: SB09.03.321
Contract Number: C022403
The No-Cost extension amends the project completion date of this project to January 31, 2010.
We look forward to the timely progression and successful completion of this significant New York State
Scenic Byways Project. Please feel free to contact me with any questions.
,~
Mark W ods
New Yor State enic Byways Program
Office of En ' n nt
New York State Department of Transportation
50 Wolf Road, POD 41
Albany, NY 12232
(518)457-6277
mwoods(c~dot.state.ny.us
Enclosure
cc: C. Woods, FHWA
~.!~
J L'' r,i'~~',
L---
5,,..
T~,
N. Brashich, Southold Transportation Commission
r ~ -.' .
l
MEMORANDUM
DEPARTMENT OF TRANSPORTATION
TO: W. Howe, Contract Management, 50 Wolf Road, 1~~ Floor ~M
FROM: M. Woods, Office of Environment, 50 Wolf Road, POD 41 ~,~~ /,p/~~
SUBJECT: REQUEST FOR NO-COST TIME EXTENSION OF LOCAL/MISC LL NOUS CONTRACT
DATE: March 3, 2008
CONTRACT #: C022403 PIN: SB09.03.321
PROJECT: North Fork Trail. Scenic Bvwav' Resource Protection Project
County: Suffolk County
Municipality/Sponsor: Town of Southold. NeW York
Office Address: Supervisor Town of Southold 53095 Main Road POB 1179 Southold NY 11971-0959
Original Contract Period January 21.2005 to January 21.2008
Current Completion Date: January 21, 2008
Requested Extended Contract Completion Date: January 31.2010
Reason (s) for extension:
Agreed to by:
Scott A. IZLssell, Supervisor, Town
Date: __/~ '
STATE OF NEW YORK )
)ss.:
COUNTY OF )
On this ~
7 day of _(~Ln~.L 2008 before me personally came
SCv T r A .E'cdlf f c.~ to me known, who, being by me duly sworn did depose and
say that he/she resides at CUrC/fOGUS that he/sly is the
Su F i /L r/!f o/ti- of the Municipal/Sponsor Corporation described in and which
executed the above instrument; (except New York City) that it was executed by order of the
Td~uu i~aNa/~ of said Municipal/Sponsor Corporation; and that he signed his name
thereto by like order.
Recommended
Approved by
N tary Publi
p(' LINDA J COOPER
Date `[~~ NOTARY PUBLIC, State of New York
N0. 01C04822563, Suffolk Coun
lYSDOT P ject M ageTerm Expires December 31, 20
Date
APPROVED
DEPT. OF AUOIT & CONTROL
APR 21 2008
l,~.s.~
FOR THE STATE (:nnnarcni i co
s
/ '~~a
~a~
A~,
A ~+~0
0~ oollZd6~ ~J~~O~
~~
~~b
~G~\
~~~
O ~~ ,
f YV~~~
OO~ ~~t,
,~® fdb~ '~G\
`~ ~
~\`-.~
/~O
////~`~
PQ~~ti V a~e~~~
~a~
G~'
,~~a
G°t~