HomeMy WebLinkAboutNYS DOT - FI reconstruction of Silver Eel Cove WharfTO:
FROM:
DATE:
RE:
MEMORANDUM
ELIZABETH A. NEVILLE, TOWN CLERK
GREGORY F. YAKABOSKI, ESQ., TOWN ATTORNEY
MARY C. WILSON, ESQ., ASSISTANT TOWN ATTORNEY-
MAY 24, 2000
AGREEMENTS, LEASES AND CONTRACTS
ATTACHED IS A COPY OF THE CONTRACT WITH THE DOT RE:
SILVER EEL COVE WHARF RECONSTRUCTION FOR FIFD
THANK YOU FOR YOUR ATTENTION TO THESE MATTERS.
SMaster Federal/Local Aid (NonoMarchisellO Project Agreement (FerryK. 98)
MUNICIPALITY: FISHERS ISLAND FERRY DISTRICT, TOWN OF SOUTHOLD
PROJECT ID NUMBER: BIN:
MASTER FEDEtD L/LOCAL AID PROIECT AGREEMENT
COMPTROLLER'S CONTRACT NO. __
This Agreement, effective this 2nd day of Septemberl9 9~ 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 Campus, Albany, NY 12232,
on beha[f of New York State ("State"),
and
the Fishers Island Ferry District, Town of Southold (hereinafter referred to as "the Municipality" or the
"Sponsor"), whose principal office is at,53uO9t5n 2~t~n R0in the County of Suffolk (the "Sponsor") acting by
and~t~rou~C~?t~ fdwn Super'~isor
This agreement identifies the party responsible for administration, and establishes the method and provision
for funding, of applicable phases of a federal-aid Ferry Boat Discretionary Program, as such project is more
fully described by Schedules A and B annexed to this agreement or one or more duly executed and approved
SupplementaISchedules to this agreement. The federal-aid project shallbe identified for the purposes of this
agreementas FishersIslandWharfReconstruction Project(asmorespecfficaliydescribedinsuchSchedules
A and B or supplemental Schedules A and B, the "Project").
WITNESSETH:
WHEREAS, the United States has provided Federal funds to the State for the purpose of carrying
out Federal Aid Highway projects and a Ferry Boat Discretionary ("FBDP") Program pursuant to the
Transportation Efficiency Act ("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, under ISTEA NYSDOT receives applications for Federal financial aid for FBDP projects
and, upon authorization of such projects, within appropriations therefor provides for the accomplishment
of such projects pursuant to agreement between NYSDOT and the project sponsor; and
WHEREAS, at its meeting held onAtlq.31,1999 the Municipality authorized the project and its
funding, inclusive or the local matching share of the Project; and
WHEREAS, pursuant to authorizations therefor, NYSDOT and the Municipality are desirous of
progressing the Project under the Federal-Aid Highway Program; and
NOW, THEREFORE, the parties agree as follows:
1. Documents Forming this Affreemen~ The IIAgreement Form - this document titled "Master
agreement consists of the following: Federal Aid/Local Aid Project Agreement";
ISchedule "A" - Description of Project
Funding Sources;
ISchedule "Al" - Contract Scope and Budget
Allocations;
ISchedule "B" - Description of Scope of
Work, Tasks, Products and
Duration;
IEXI-IIB1T A - (if applicable - for construction
projects) Work Requirements;
~EXHIBIT B - Sponsor Record Keeping
Guidelines;
~EXHIBIT C (if applicable) - Consultant
Selection Procedures;
~Appendix "A" - New York State Required
Contract Provisions; and
~Appendix "B" - U.S. Government Required
Clauses.
2. GeneralDesc~pO'on of ~Vork andResponsibili~' for
A dmiru'stration and Performance.
2.1 The work of the Project consists of:
2.1.1 the securing and provision of full Project
f~nding described in Schedule A as related to
the applicable Contract Scope and Budget
Allocations provided in Schedule Al; and
2.1.2 the performance or provision for
performance of theScope of Work described
in Schedule B or one or more supplemental
Schedules B as may hereafter be executed by
the parties hereto and approved as required
for a State contract, and any additions or
deletions made thereto by NYSDOT
subsequent to the execution of such Schedules
for the purposes of conforming to New York
State or to FHWA requirements.
3. Deposit with State. Where the work is performed
by consultant or construction contract entered by
NYSDOT, the Sponsor shall deposit with the State
Comptroller, prior to the award of NYSDOT's contract
or NYSDOT's performance of work by its own forces, the
full amount of the non-federal share of the Project costs
due in accordance with Schedule A.
4. FBDPFundingShare of Costs. For work performed by
NYSDOT, NYSDOT will directly apply federal aid and the
requited Sponsor Deposit for the non-federally aided
portion. For work performed by or through the Sponsor
NYSDOT will fund or reimburse eligible Project costs as
described below.
4.1 FederalAid NYSDOT will administer federal
funds for the benefit of the Sponsor for the federal
share and will fund 80% of federal participaffng
costs incurred in connection with the work
covered by this Agreement, subject to the
limitations set forthin Schedules. A and A~. For
work performed by or through the Sponsor,
NYSDOT will fund or reimburse federal aid-
eligible expenditures in accordance with NYSDOT
policy and procedures.
4.1.1 ParHcipatingItems. NYSDOT shag
apply federal funds only for that work
and those items that are eligible for
Federal participation under Title 23 of
U.S. code, as amended. Included among
the participating items are the actual cost
of employee personal services, leave and
fringe benefit additives are eligible for
Federal participation. Other participating
costs include materials and supplies,
equipment use charges or other Federal
Participating costs directly idenfffiable
with the eligible project.
4.1.2 Pe_tiodic Re'unbursement. If the
Sponsor finds it desirable to have
reimbursement made periodically, upon
the request and certification therefor by
the Sponsor NYSDOT may make federal
aid progress payments based on billings
prepared by the Sponsor in accordance
with NYSDOT requirements, based on
costs incurred as disclosed by the records
thereof, as required by the Project, with
adjnshnents (including for applicable
retainage) to be made after audit by
NYSDOT or FHWA. These payments
shall be made as moneys become
2
available therefor.
4.2 In no event shall this Agreement create
any obligation to the Sponsor for funding or
reimbursement of any amount in excess of the
lesser of the amount stated in Schedule A (or
duly executed Supplemental Schedules) A for
the Federal share, or the Federal share of
actual eligible Project cost~.
4.3 All items included by the Sponsor in the
record of costs shall be in conformity with
accounting procedures acceptable to NYSDOT
and the FHWA. Such items shall be subject to
audit by the State and the FHWA.
4.4 If Project work, including oversight
thereof, is performed by NYSDOT, NYSDOT
will be paid for the full costs thereof from
funding available pursuant to this Agreement
and any deposit with the State hereunder.
4.5 All items included by the Sponsor in the
record of costs shall be in conformity with
accounting procedures acceptable to NYSDOT
(See EXHIBIT B) and the FHWA. Such items
shall be subject to audit by the State and the
FHWA.
5. Supplemental Agreement or Supplemental
Schedules.
5.1 Supplemental Agreements or
Supplemental Schedules A and B.
Supplemental Agreements or supplemental
Schedules A and B may be entered by the
parties, and must be approved in the manner
required for a State contract.
5.2 SupplementalSchedulesAZ Provided that
the Grand Total of Schedule Al_ is not
exceeded thereby and Schedules A and B
require no change as a result thereof, and
without constituting a contract amendment
requiring the State Comptroller's prior
approval thereof, Schedule A1 is subject to the
modification of items therein or the
interchange of amounts between items within
such Schedule Al_ upon NYSDOT's approval
and issuance of a Supplemental Schedule A1
reflecting such modification or interchange, and
the filing thereof with the State Comptroller in
connection with this agreement.
6. State Recovery of lneligible Reimbursements. NYSDOT
shall be entitled to recover from the Sponsor any moneys
paid to the Sponsor pursuant to this Agreement which are
subsequently determined to be ineligible for Federal Aid
hereunder.
7. Loss of Federal Participat~bn. If the Project is one for
construction, and the Sponsor withdraws its approval of
the Project or suspends or delays work thereon or takes
other action that results in the loss of federal participation
for the costs incurred pursuant to this agreement, the
Sponsor shall refund to the State all funding received from
the State, and shall reimburse the State for 100% of all
preliminary engineering and right-of-way incidental costs
reimbursed. The State may offset any other State or
federal aid due to the Sponsor by such amount and apply
such offset to such repayment obligation of the Sponsor.
8. Sponsor Liabili~.
8.1 If the Sponsor performs work under this
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 Sponsor, its officers, agents,
servants or employees, contractors, subcontractors
or others in connection therewith. The Sponsor
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.
8.2 The Sponsor shall require its vendors (i.e.,
equipment and fuel suppliers) to protect,
indemnify and save harmless the Sponsor 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 Sponsor or the State of New York resulting
from, arising out of or relaffng to the performance
of this Agreement.
9. Facility Maintenance. Except as otherwise
3
provided for a NYSDOT administered project during
its construction phase only', ff this. is a construction
project the Sponsor shall be responsible for the
maintenance of the project at the sole cost and expense
of the Sponsor, If the Sponsor intends to have the
project maintained by another, any necessary
maintenance agreement will be executed and
submitted to NYSDOT before construction of the
Project is begun.
10: Independent Contractor. For the purposes of
this Agreement, the officers and employees of the
Sponsor, in accordance with the status of the Sponsor
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 hereoL
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.
11. Contract Executory; Required
Federal Authorization. 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. No phase of work
for the project shall be commenced unless and until
NYSDOT receives authorization from the Federal
government.
12. AssiooT~ent or Othe~ Disposition o£Aoo~ement
The Sponsor 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.
13. Term o£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
4
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.
14. ~YSDOTObligalions. 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
Sponsor assert, make, or join in any claim or demand
against NYSDOT, its officers or employees, for any
damages or other rel/ef 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.
15. 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.
IN WITNESS WHEREOF, the parties have caused this agreement to be executed by their duly authorized
officials as of the date first above written.
Sponsor: Fishers Island Ferry District, Town of
Southold:
Title: 0
Fishers Island Fer]}y D~trict
Title: ~2d._~-,.2,~.,~ 12
NYSDOTA
For the Commissioner of Transportation
Agency Cer tification~ In addition to ~e acceptance of this contract
I also certify the original copies of this signature page will be
attached to all other exact copies of this contract.
OCT Z U 1999
APPROVED AS TO FORM ~"" '"\ -/z ? ~ A-PPR~VED AS TO FORM:
CORPORATION COUNSEL ,, ~, "~ ~F ~E~ YORK A~ORNEY GENERAL
OCl , , -"' ~
BY' ~ L ~'~,' "' % -: -- AsKm~nt A~orney General
~A ~ ~ 0 ~ss~ :,':~ ~,w T'J~'~
- * '999 ~OM~ROLLER'S APPROVAL:
OCl ~o~
DAT~:
By:
For the Blew York State Comptroller Pursuant to State Finance Law
§112.
STATE OF NEW YORK )
)SSd
COUNTY OF ~U~q= t~L~c- )
On this ~-nd'~ day of ~:'l~e*'nl::~o-ar , 199~ before me personally came
t.~e_on Lt.3. C._ocJnretr~ tomeknown, who, beingby.medulysworndiddeposeandsaythathe/sheresides
at 2."lo?ools~.~ctttlk.,e~ooc~laol~l,iOy;thathe/sheis the I o~o,~ ~tx~v i$o.r oftheSponsorCorporation
described in and which executed the above instrument; and that he/she executed the above instrument pursuant
to authority vested in him/her. ~~~~
Notary Public
By:
For the New York State Comptroller Pursuant to State Finance Law
§112.
STATE OF NE~YORK )
On this m' ~ day ofk'--~~i''A'''' 1992'before me personally came
e~l~, ~a~7~,~'"~'~--~7o me known, who, being b-~n"~uly sworn did depose and say that he/she resides
~ .~/&~a~, M,k/, ;~athe/she~e 'k~~ ~Spo~orCor~orafion
d~cri~d ~ ~d which execute~e above ~ument; and ~ted~ a~u~ent ~ursuant
to au~ori~ vested ~ h=/her.
Term Explre~
6
ELIZABETH A. NEVILLE
TOWN CLERK
REGISTRAR OF VITAL sTATIsTICS
MARRIAGE OFFICER
RECORDS MANAGEMENT OFFICER
FREEDOM OF INFORMATION OFFICER
Town Hedl, 53095 Main Road
P.O: Box 1179
Southold, New York 11971
Fax (516) 765-6145
Telephone (516) 765-1800
OFFICE OF THE TOWN CLERK
TOWN OF SOUTHOLD
THIS IS TO CERTIFY THAT THE FOLLOWING RESOLUTION WAS
ADOPTED AT A REGULAR MEETING OF THE SOUTHOLD TOWN BOARD
HELD ON AUGUST 31, 1999:
WHEREAS, a Project for the Fishers Island Ferry District Silver Eel Cove
Wharf Reconstruction, P.I.N. 075748 (the "Project") is eligible for funding
under Title 23 U.S. code, as amended, that calls for the apportionment of
the costs of such program to be borne at the ration of 80% federal funds
and 20% non-federal funds; and
WHEREAS, the Town of Southold desires to advance the above project by
making a commitment of 100% of the non-federal share of the costs of the
Fishers Island Ferry District Silver Eel Cove Wharf Reconstruction; now,
therefore, be it
RESOLVED that the Town Board of the Town of Southold hereby approves
the above subject project; and it is hereby
FURTHER RESOLVED, that the Town Board of the Town of Southold hereby
authorizes the Fishers Island Ferry District of the Town of Southold to pay
in the first instance 100% of the federal and non-federal share of the cost
of construction work for the Project or portions thereof, and it is
FURTHER RESOLVED, that the sum of $160,000.00 is hereby appropriated
from Fishers Island Ferry District Budget and made available to cover the
cost of participation in the above phase of the Project; and it is
FURTHER RESOLVED, that in the event the full federal and non-federal
share costs of the Project exceeds the amount appropriated above, the Town
Board of the Town of Southold shall convene as soon as possible to
appropriate said excess amount immediately upon notification by the Fishers
Island Ferry District thereof, and it is
FURTHER RESOLVED, that Supervisor Jean W. Cochran of the Town of
Southold be and is hereby authorized to execute all necessary agreements,
certifications, or reimbursement requests for Federal Aid on behalf of the
Town of Southold with the New 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 New York State Commissioner of Transportation by attaching it to any
necessary agreement in connection with the Project, and it is
FURTHER RESOLVED, that this resolution shall take effect Immediately.
Southold Town Clerk
August 31. 1999
By:_
For the New York State Comptroller Pursu~mt to State Finance Law
{}112
STATE OF NEW YORK )
)SS.:
COUNTY OF --~ O r~ v: 0L-~-- )
On this 5th day of October , 199_~9 before me personally came
Elizabeth A. Neville tomeknown, who, beingb.ymedulvsworndiddevoseandsaythatl~ed, sheceside, s
iu -i e y I w n
that he/she is the .Town Clerk oftheSponsor~
described in and which executed the above instrument; and that4~/she executed the above instrument pursuant
to authority vested in l~/her. -
LINDA J. COOPER
Notary Public, State of New York
No. 4822563, Suffolk County
T,: 'm E,~..cir~s December 31,
SCHEDULE A
Federal Aid/St
[Not for Uae wi
AGREEMENT
PURPOSE:
Administrative Oc
(Chec~ one)
)~P.E. I Desl~
PIN: 075748
Work Type (s):
transportation, ora
cerrldor.
.-- NHS (NeUon;
__ STP (Suffaoe
-- HBRR (Hlghv
,ts Aid/Local Agreement - Schedule A
Page 1 of 2 pages
h Marchlaelll funded project phases]
O8C Municipal Contract # 96-4~-601 ·
Project Completion DIM: 12J99
MAIN (Master) Agmemem
~ction
-- SUPPLEMENTAL Schedule No.
Individual Project Phase Identification
__ ROW Incidentals -- ROW Aoqul~ltlon X Construction,Cfi & CAS
Design construction and Installation of streetscape Imixovements, beaultflc~Uon elements,
~nway systems and cultural references to enhance pedestrian and vehicular flow along tho Street
County:
Federal Air Agreement Type (Nondlaarchlselll)
(Check Applicable C~;~gory Boxes Below)
I Highway Sy~em
Transportation Program)
ay Bridge Ropl. & Rahab.
__ Timber Bridgle -
-- CMAQ (Conl~esUon Mitigation &/Mr Quality
Federal Emergency Relief
__ Research & Technology
Federal LAnds
... Indian Reeerveflon Bridge (s)
X Other (e.g., ITS Scenic Byway
DeKribe: MA Feny Boat
Discretionary Program
0~/23/19~9 12:34 8605727569 DOCK0 Il,lC
Federal I State .Nd Agreement - S~hedule A (continued) Page 2 of 2 pag~
A. SUMMARY OF ELIGIBLE FEDERAl. AID -pARTICIPATING" COSTS (for this Phase Only)
Ll~t EIIglide TOTAl. FEDERAL STATE LOGN-
PIN PARTICIPATING PARTICIPATING AID MATCHING
Sh~l~ (I) CO~T$ ~ID ~ ~0% SOURCE 8HARE
MoblllzMto~
Demolition
New Whiff & DoIphlnl 340,000.00
Bulkhelcl B ack'wMI
including TleBar, kl
p.vemant (Alt. Bid)
0,000.00
24,000°00 10,000.0~
Conltr~tlon To~l 800,000,00
TOTAL
ELIGIBLE cos'ri;
Lj~t ~ny oth~'
PIN
FIIo. I Shire
(e4.~dk~ ruNS)
Permitting, Survey
& Design
Oeotl~hnl~ll
Inv~tZg~Jon
Geote~hnlead
Environmental
Inv~tlg~tion
Admlnl&'tr~tlon
Inlpectlon~
Admlnl~r~tlon
NoN.FEDERAL AJD pARTICIPATING CO,ST~ (ff' ~Pl~lcable)
Other NY$ DOT
Program Fund
Soun~ (if ~ny)
$
Ottmr NY $t.~
~ov't Fund
5oun~ (If In¥)
Otlm' Non. Pul)ilo
Fund ~ouroe
(if ~ny)
LOCAL OVERMATCH
I~t, er In~dnd
Contrtlx~kml
S 47,800.00
7,~97.00
M inegement-Coordlmd;I
or
pmJeot MInK
Prime Consultant
FEDERAL AID
$ r=40,O00.O0
STATE AID
LOCAL .ND
S 274,460.75
OTHER AID
TOTAL
$914,460.75
SCHEDULE A 1
SCHEDULE B: PHASES, SUBPHASE/TASKS, AND ALLOCATION OF RESPONSIBILITY PAGE 1 OF 3
INSTRUCTIONS. ENTER AN .......... ~ ~,,.e=-,.u~- ,'ra, e:~r "r~ STATE LABOR FORCES OR A STATE CONTRACT~ OR i~'r4Trr-i'{ ~ ~ ~l '
ENTERI la.'JG AN"g" IN EITHER THE NYS UU/COLUMI~/u '~'~''~''u''~''I ~'' ~ ........ LABOR FORCE~ OR A LOCALLY ADMINISTERED COI~F~'RACT.
OTHER APPROPRIATE COLU MN TO INDICATE A TASK ALLO~ATI=U
~ ~ocafion of
PH~E/SUBPHASE ~ Respo~ib~
Al. Pre~a~ Eng~eer~g ("PE") Ph~e
1. ~ov~: Prepare & d~ibute a~ requ~ed proj~t report, ~clud~g ~ Expanded Proj~t Proposal (EPP) or ~Op~g Summa~
X
Memor~dum (~M), ~ appropriate.
2. Perform data co~ecfion and ~alys~ for d~i~, ~clud~g ~Mfic coun~ ~d forecast, accident da~, l~d use ~d development
X
~alys~ and for~as~.
3. Prelim~a Desi : Prepar~ & d~ibute D~i~ Report/Desi~ Approv~ Do~ment (DAD), ~clud~g ~v~omen~l ~ys~/
assessment, ~d o~er repor~ requ~ed to demom~ate ~e completion of specific desi~ subph~ or ~ ~d/or to s~re ~e
X
approval/au~or~afion to proc~d.
4. Review & C~culate aH proj~t report, plus, ~d o~er project da~ to ob~ ~e n~sa~ review, approve, ~d/or o~er ~put ~d
a~om r~u~ed of o~er ~SDOT uni~ ~d external agen~. X
5. Ob~ aerial photography ~d photog~e~ic mapp~g. X
6. Perform a~ su~eys for mapp~g ~d design. X
7. De~fled Design: Perform a~ proj~t desi~, ~clu~g a prep~afion of p~n shee~, cross-sec~om, proffi~, de~ sh~, sp~ial~
ite~, shop draw~gs, and o~er items requ~ed ~ accord~ce ~ ~e ~ghway Desi~ M~u~, ~dud~g ~ Highway
D~i~, ~clud~g pavement E~uafiom, ~clu~g ~g ~d ~y~g cor~; d~i~ of pavement ~ ~d appHcafiom
procedure; preparation of bridge site data package, ff n~s~, ~d a~ S~c~r~ Desi~, ~clud~g hy~au~c ~ys~,
n~s~, foundation desi~; ~d a~ desi~ of highway appurt~c~ & systems (e.g., Si~a~, ~ fac~es), ~d ma~ten~ce
~d prot~fion of ~fic plato. F~ criteria wffi apply to r~ work. X
8. P~fom l~dscape desi~ (~clud~g erosion consol). X
9. Desi~ env~onmen~l mitigation, where approp~ate, ~ co~on wi~: No~e read~gs, projecfiom, ~ qu~ mo~tor~g,
emmsiom proj~fiom, hazardous w~, ~stos, de~rm~a~on of n~d for ~l~r~ reso~c~ su~ey. X
10. Prepare demo~fion con~ac~, u~ relocation p~/con~ac~, ~d ~y o~er pl~ ~d/or con~act do~men~ r~u~ed to advice,
separately, ~y portions of ~e proj~t which may ~ more appropriately pro~essed sep~at~y ~d ~dep~denfly. X
PHASE/SUBPHASE i Allocation of
Responsibility
lqYSDOT IIJI4ICIPALIT
¥
7. Prepare relocation plans, if requited. N / A
B. Right of Way (ROW) Acquisition N/A: All Land Owned by Sponsor
1. Perform all Right-of-Way (ROW) Acquisition work, including negotiations with property owners, acquisition of properties and
accompanying legal work, payments to and/or deposits on behalf of property owners; Prepare, publish, and pay for any requited legal
notices; and all other actions necessary to secure title to, possession of, and entry to requited properties. N [ A
2. Provide requited relocation assistance, including payment of moving expenses, replacement housing supplements, mortgage interest N ! A
differentials, closing costs, mortgage prepayment fees.
3. Conduct any public hearings and/or informational meetings as may be required by the Eminent Domain Procedures Law, including
the provision of stenographic services, preparation and distribution of transcripts, and response to issues raised at such meetings. N / A
4. Conduct condemnation proceedings, court, and any other legal actions requited to acquire properties. N / A
5. Monitor all ROW Acquisition work and activities, including review and processing of requests for rolmbu~om~nL N I A
6. Provide official certification to FHWA that all right-of-way requzred for the constructmn has been acqrured and ~s available for use
and/or making projections of when such property(ies) will be available If such properties are not in hand at the time of contract
award.
7. Conduct any property management activities, including establishment and colleclang rents, building maintenance and reparrs, and any
other activities necessary to sustain properties and/or tenants until the sites are vacated, demolished, or otherwise used for the lq [ A
construction project.
_ C. Construction (C), Supervision (C/S) and Inspection (C/I) Phase
1. Advertise contract lettings and distribute contract doo~ments to prospective bidders, X
2. Conduct all contract letffngs, including receipt, opening, and analysis of bids, evaluation/certification of bidders, notification of
rejected bids/bidders, and awarding of the construction contract(s). X
3. Receive and process bid deposits a~d verify any bidder's insurance and bond coverage that may be required. X
EXHIBIT A
EXHIBIT A
Work Requirements
The work of the project shall be performed in accordance with the following requirements:
Construction Plans, Specifications and Estimates
a. The Sponsor shall comply with all applicable
statutes, permits, ordinances, rules and regulations
relative to the development of the project including
those for projects which may have a significant effect
on the environment State Environmental Quality
Review Act, significant effect on agricultural
districts (Agriculture and Markets Law, Article
25AA), the preservation of historic structures, the
quality of water and potential for flood hazards and
losses (Environmental Conservation Law, Articles 8
and 36) and certify such compliance in a form
acceptable to NYSDOT.
b. Contract work with any person, firm, corporation
or agency, either governmental or private, to
accomplish the Project will be in accordance with
applicable State law. The choice of contract
engineers by the Sponsor to perform preliminary
engineering or construction inspection is subject to
the approval of NYSDOT.
c. All construction materials and construction
methods shall be in accordance with specifications
approved by NYSDOT. The Sponsor shall design
and construct the Project, or cause it to be designed
and constructed, in accordance with standards
agreed to by NYSDOT under the supervision of a
professional engineer, or architect or other
professional as agreed to by I~'SDOT. Construction
supervision work shall be performed by the Sponsor
or by contract.
d. The record sampling program, independent
testing and quality assurance procedures applicable
to federal-aid Projects performed by the Sponsor
shall be in accordance with specifications approved
by the NYSDOT.
e. Any contract plans and specifications shall be
stamped with the seal of a professional engineer
licensed in this State and shall be signed by such
professional engineer, or shall be signed by such
other professional licensed in this State, as approved
by NYSDOT. The plans and specifications shall be
filed with NYSDOT.
f. The contract between the Sponsor and its
contractor(s) must comply in every way with
apphcable State laws, rules, regulations. NYSDOT
shall not be a party to any such third party contract.
As required by law construction contract lettings
and construction contract awards shall be based on
competitive bidding, and shall require prior
approval of NYSDOT in the following manner:
a. Prior to advertising for bids, one copy each of the
proposed construction contract, plans, specifications
and all related bidding documents shall be
submitted to NYSDOT for approval, and must
receive approval from NYSDOT prior to such
advertisement. The bid invitation and the contract
to be let shall contain a statement that the contract
will be awarded by the Sponsor subject to the
approval of NYSDOT.
b. Advertisement must be placed in newspapers,
bulletins, trade journals and/or minority
publications fora ~um of #zree weeksto insure
free and open competition, unless a different period
is approved, in writing, by NYSDOT.
c. After the bid opening and before award, the
following contract award package shall be submitted
to NYSDOT:
2.
3.
4.
5.
6.
7.
8.
9.
10.
11.
Proof of publication of advertising for bids.
Certification of all bids received with
tabulation of up to six lowest.
Copy of the proposal signed by the bidder
selected for award of the contract.
If the award is not to be made to the lowest
bidder, a statement of explanation.
Bid amount broken down by fiscal shares.
Competitive bidding statement.
Recommendations for award.
Analysis of low bid, including identification
of unbalanced bids.
Certification of quantities of items bid 25%
or greater over the engineer's estimate.
Non-collusive Bidding Certification.
Bidder Debarment History Certification.
12. For contracts over $500,000 or as otherwise
required:
· Schedule of proposed DBE
participation; and
· NYS Uniform Contracting
Questionnaire (CCA-1).
NYSDOT will review the Contract award package
and, after approval, award the contract and file an
executed copy thereof with NYSDOT.
EXHIBIT B
EXHIBIT B
Sponsor Record Keeping Guidelines
The following are the record keeping requirements for
State reimbursement of participating direct costs on
Federal-Aid/State Aid projects:
Progress Billings. After approval of the
Agreement, the Sponsor may submit progress
billings to NYSDOT for the Federal share, and
the applicable State share of approved costs
shall be supported as follows:
a)
Contracts/Consultant Agreements -
Separate invoices or billings are
required for each contract, each
consultant agreement, and for work
performed by Municipal 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 Municipal Employees
Billings for Municipal 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:
(~)
Payroll Time Sheets - The signature of
the employee and approval of the
employee's supervisor 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 6n tLme 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 cakulated 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 identify 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 Sponsor for
subsequent audit.
c) NYSDOT will reimburse Municipal
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 u fi Il ~'~s th e
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 TotalCosts
which pertain solely to eligibility for the Federal
Aid component. If a project is eligible for State
"Marchiselii" Aid, the word "MARCHISELLI"
should be clearly recorded on the FIN 421 form
by the Sponsor before it is submitted to the
NYSDOT Regional Office for approval and
cer~,'caUon.
Reimbursement of any otherwise eligible State-
share (e.g., Marchiselli funding)
requires special processing of the
421 form by the NYSDOT Regional
Office. This process reflects both a
separate funding source and the
additional eligibility criteria applied to
State aided projects. The Regional
Office makes any necessary
adjustments required to the "federal aid
eligible" costs reported by a Sponsor
prior to forwarding a copy of FIN 421 to
the NYSDOT Local Programs Section,
who administer reimbursement of the
State Share only.
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 ident~y the
source document for the transaction by referencing
contract/esfimate numbers, socialsecurity 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, etc.
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.
CornpletinE FIdV427: 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 ai.d.
However, since the amount shown on line 3 of the FIN
421 is applicable to calcnla~tg the Federal share only, a
notation after that amount is required to indicate the
Total Costs reported times a "Federal Aid Percentage"
(e.g., "$. X %"). For example, "$100,000 X 80%"
(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. Project Detail Ledger~. For audit purposes, a
Project Detail Ledger is required as the official
accounting record of the Sponsor 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.
EXHIBIT C
EXHIBIT C
Consultant Selection Procedures
Unless alternative procedures are approved by NYSDOT, the municipality/sponsor will employ the following
procedures for the selection of any consultant to perform work on their project.
The procedures listed below apply to the procurement of professional services. As shown, differentiations are
made at certain stages bel~'een architectural/engineering/land surveying (collectively referred to as'A/E")
services, and other ("non-A/E") professional services. In addition, the procedures outlined for A/E services only
apply to those services with a total dollar value greater than $25,000. For A/E services valued less than
$25,000, the non-NE procedures may be followed. If there is a question as to which procedure is applicable
for a given project, the municipality/sponsor should contact the Local Consultant Selection Coordinator,
Contract Management Bureau, NYSDOT, for guidance prior to the initiation of procurement activities.
For illustrative purposes, the procedures below assign functional responsibilities and titles for the various
steps. The municipality/sponsor may substitute their own functional equivalents for these titles, but no
substantive changes in the procedure may be made without prior written approval from NYSDOT.
ACTION/TASK
PERFORMED BY
Municipality/Sponsor
Requiring Consultant
Project Manager
ACTION/TASK
1. Assign a Project Manager (PM) to coordinate and oversee all procurement and consultant
activities.
Prepare a service contract requirement package. The package should include the following: (a) a
scope of services describing in detail the services to be performed; (b) a schedule for completion of
critical tasks in the project; (c) an estimate of the value of the services to be provided, including
anticipated staff hours, overhead, profit, and non-salary costs; (d) all other technical data that may be
included in the solicitation for professional services, such as minimum qualifications or requirements,
maps, plans, etc.
Designate at least three (3) individuals to serve on a consultant selection committee. Committee
members should be familiar with the project and/or knowledgeable in the field of professional
services being solicited.
Assign a contract number to the assigned contract, (if available, this can be the Project
Identification Number (PIN) assigned to the project by NYSDOT).
Project Manager
Project Manager and Selection Committee
Project Manager
5. Contact NYSDOT to discuss proposed procurement methodology to insure that proper
procedures are understood for the type of services to be procured.
Discuss desirable qualifications of consultant, and establish selection criteria to be utilized in the
evaluation of consultant proposals or Expressions of Interest (EOl's). Establish relative weights for
each criteria based upon its relative importance to the committee. Examples of commonly used
selection criteria include: experience of firm with similar projects; experience of proposed staff with
similar projects; experience with municipality/sponsor; reasonableness of proposed approach and
schedule; familiarity with area; etc. COST AND PRICING IS NOT ALLOWED AS A SELECTION
CONSIDERATION FOR A/E PROCUREMENTS WITH A VALUE OVER $25,000. COST AND
PRICING INFORMATION CAN BE UTILIZED FOR NON-A/E PROCUREMENTS AND FOR A/E
PROCUREMENTS WITH A CONTRACT VALUE LESS THAN $25,000.
Establish Disadvantaged Business Enterprise (DBE) participation goals, if appropriate.
8. FOR A/E PROJECTS
Prepare a Request for Qualifications (RFQ) package to be sent to all prospective consultants. The
RFQ must include the following: (a) a project identification number and indication that the project is
federally funded; (b) a statement of the work to be performed; (c) the anticipated project schedule;
(d) an estimate of the total project cost; (e) selection criteria, listed in order of decreasing importance
(do NOT include criteria weights)~ (f) DBE requirements, if any; (g) material to be submitted in the
Expression of Interest and desired format of submission; (h) number of copies of EOI to be sent, EOI
due date, and address where EOl's should be mailed; (i) name, address, and phone number of
contact person; (j) any additional project information that may be useful to the consultants in their
EOI preparation (ie: availability of plans or maps for inspection, time and date of any planned site
tours, etc.)~ (k) a statement indicating that responding firms must be licensed to practice engineering
in New York State. THERE MUST NOT BE ANY REQUEST FOR COST OI~.PRIC]NG
INFORMATION IN THE RFQ.
8. FOR NON-A/E PROJECTS
Prepare a Request for Proposals (RFP) package to be sent to all prospective consultants. The RFP
must include the fo[lowing: (a) a project identification number and indication that the project is
federally funded; (b) a statement of the work to be perfdrmed; (c) the anticipated project schedule;
(d) an estimate of the total project cost; (e) selection criteria, listed in order of decreasing importance
(do NOT include criteria weights); (t) DBE requirements, if any; (g) material to be submitted in the
proposal and desired format of submission; (h) number of copies of proposals to be sent, proposal
due date, and address where EOl's should be mailed; (i) name, address, and phone number of
contact person; (j) any additional project information that may be useful to the consultants in their
proposal preparation (ie: availability of plans or maps for inspection, time and date of any planned
site tours, etc.); (k) a cost proposal consisting of a lump sum/specific hourly rate for performing
the work as outlined in the RFP. Each cost proposal should contain the following elements: (1)
Salaries - A salary schedule listing descriptive job tit]es for the staff to be assigned to
the project and their present hourly rates; (2) Non-Salary Costs - A
direct non-salary cost schedule shall list all out-of-pocket expenses
expected to be incurred during the performance of the project.
Travel meals, and lodging shall be limited to the prevailing
maximum rates as established by the NYS Comptroller, (available
from NYSDOT Contract Management Bureau) 3) Cost Summary -
A final schedule that summarizes the direct labor, overhead rate,
fixed fee (profit), and direct non-salary costs for the project.
Project Manager
10.
11.
12.
Make all necessary arrangements for advertisement of the RFQ/RFP. Advertisements must be for one day
in the New York State Contract Reporter, except for projects located in the metropohtan New York City area,
which must be advertised in the New York State Contract Reporter AND/OR the New York City Record.
It is at the municipality/sponsor's discretion whether to advertise in local newspapers or publications in
addition to the required pubhcafions.
If the RFQ/RFP is of short length (less than two pages), the entire request can be placed in the advertisement.
Proposers will respond directly to the advertisement to the municipality/sponsor with their EOI's or
proposals. If the RFQ/RFP is contains more information than is practical to place in an advertisement, the
advertisement should ask for interested firms to submit a one page Letter of Interest (LOI) to the
municipality/sponsor. Firms sending a LOI in response to the advertisement will then be sent a copy of the
RFQ/RFP when available. Advertisements requesting LOI's should contain the following information: (a)
a project identification number; (b) an indication that the project is federally funded; (c) a brief description
of the project scope; (d) an estimate of total project cost; (e) anticipated project start and completion dates;
(f) name, address, and phone number of contact person; (g) LOI due date with a statement informing
interested firms that those submitting an LOI will receive a copy of the RFQ/RFP when it is available.
Issue RFQ/RFP to all responding firms (if requesting Letters of Interest) and any other firms that otherwise
request a copy. No copies should be distributed prior to the advertised due date of the LOI's.
Respond to questions from prospective proposers regarding clarifications, omissions, etc.
If as a result of such questions any part of the RFP/RFQ requires clarificafion, change, °r augmentati°n' issue
an addendum to the RFP/RFQ to ALL respondents and, if necessary, extend the response deadline
appropriately.
13.
If applicable,
coordinate site
visits for
prospective
proposers.
Arrange for
appropriate
safety personnel
to be present as
necessary (ie:
taggers).
14.
15.
16.
17.
Make available any plans, maps, reports, and other written material pertinent to the project referred to in the
RFP/RFQ for viewing by all interested proposers.
Receive all proposals/EOI's and review for proper format and completeness.
Prepare scoresheets for use by selection committee in their evaluation of proposals/EOI's. Scoresheets should
list all evaluation criteria and summarize the applicable scoring methodology. Generally, scoring should be
on a scale of 0 - 10 for each evaluation factor,, using whole numbers only.
Distribute scoresheets and one copy of each proposal/EOI for each firm to all committee members and
establish a date for the selection committee to meet and discuss their reviews and scores.
Selection Committee
18. FOR A/E PROJECTS
Each committee member individually reviews
each Expression of Interest received and
assigns scores for each selection factor. Upon
completion of all reviews, returns scoresheets to
Project Manager for tabulation of rankings.
18.
FOR OTHER PROJECTS
Each committee member individually r~views
each proposal received and assigns scores for
each selection factor. Upon completion of all
reviews, returns scoresheets to Project Manager
for tabulation of rankings
Project Manager
19.
Tabulates scores from all committee members
(multiplying scores by their factor weights)
Summarizes composite scores in rank order and
returns a summary of scoring to committee
members for discussion at committee meeffng.
19.
Tabulates scores from all committee members.
(multiplying scores by factor weights).
Summarizes composite scores in rank order and
returns a sumanary of scores to committee
members for discussion at committee meeting.
Also, summarizes pricing information for all
firms and distributes to committee members
Selection Committee
Project Manager
Selection Committee
(if oral presen~an'ons are
to be held)
Project Manager (#' oral
presenta~bns
were held)
20.
FOR A/E ~ROJECTS
20. FOR OTHER PROJECTS
21.
Each committee member reviews their scores
and the overall rankings. Committee meets to
discuss the scores for the top ranked firms.
Members should discuss the strengths and
weaknesses of each of the top firms, and revise
their scores as appropriate as a result of
discussions. At the conclusion of the meeting,
all final scores are returned to the Project
Manager for tabulation.
Tabulates final scores. Contacts NYS
Department of Transportation for approval of
recommended firm (go to step 24) OR invites
top ranked firms to prepare oral presentations.
Firms should be provided with a list of
questions that they will be expected to answer
at the oral presentation as well as the factors the
committee will be using to evaluate their
presentations. The use oforalpresenta~bns is
op~bnal for all projects and at the discrelion of
the locality/sponsor.
21.
Each committee member reviews their scores and
the overall rankings. Committee meets to
identify those firms that are technically qualified
to perform project work. Those firms that are
determined to be qualified have their cost
information reviewed. Discussions should be
held amongst the committee members to
determine which firm(s) offer the best
combination of technical merit and cost.
Members have the opportunity to revise their
scores as a result of discussions.
Contacts NYS Deparhnent of Transportation for
approval of recommended firm (go to step 24)
O._~_R invites top ranked firms to prepare oral
presentations, firms should be provided with a
list of questions that they will be expected to
answer at the oral presentation as well as the
factors the committee will be using to evaluate
their presentations. The use of oral
presentat~bns is opt~bnaI for all projecls and at
the discretion of the }ocali~y/sponsor
22.
Attends oral presentations and evaluates each
firm based on the predetermined factors.
Committee members should take written notes
for each firm, highlighting the relative strengths
and weaknesses of each firm in terms of the
evaluation factors.
22.
Attends oral presentations and evaluates each
firm based on the predetermined factors.
Committee members should take written notes
for each firm, highlighting the relative strengths
and weaknesses of each firm in terms of the
evaluation factors and cost considerations.
23. Summarizes committee comments and recommendation and forwards to NYS Department of Transportation for
approval
NYS Department 24. Reviews recommended firm and, if acceptable, informs municipality/sponsor to contact wLrming firm and open
of Transportation contract negotiations.
25. Upon receipt of
approval of the selection
from NYSDOT, contacts
winning firm to initiate
contract negotiations and
informs all other
proposers that they have
not been selected.
Project Manager
EXH C 1.WPD
APPENDIX A
STANDARD CLAUSES FOR ALL NEW YORK STATE CONTRACTS
The parties to the attached contract, license,
lease, amendment or other Agreement of any kind
(hereinafter, "the contract" or "this contract") agree
to be bound by the following clauses which are
hereby made a part of the contract (the word
"Contractor" herein refers to any party other than
the State, whether a contractor, licensor, licensee,
lessor, lessee or any other party):
1. EXECUTORY CLAUSE. In accordance with
Section 41 of the State Finance Law, the State
shall have ne liability under this contract to the
Contractor or to anyone else beyond funds
appropriated and available for this contract.
2. NON-ASSIGNMENT CLAUSE. In accordance
with Section 138 of the State Finance Law, this
contract may not be assigned by the Contractor or
its right, title or interest therein assigned,
transferred, conveyed, sublet or otherwise
disposed of without the previous consent, in
writing, of the State and any attempts to assign the
contract without the State's written consent are null
and void. The Contractor may, however, assign its
right to receive payment without the State's prior
written consent unless this contract concerns
Certificates of Participation pursuant to Article 5-A
of the State Finance Law.
3. COMPTROLLER°S APPROVAL. In
accordance with Section 112 of the State Finance
Law (or, if this contract is with the State University
or City University of New York, Section 355 or
Section 6218 of the Education Law), if this contract
exceeds $10,000 ($20,000 for certain S.U.N.Y.
and C.U.N.Y. contracts), or if this is an amendment
for any amount to a contract which, as so
amended, exceeds said statutory amount, or if, by
this contract, the State agrees to give something
other than money, it shall not be valid, effective or
binding upon the State until it has been approved
by the State Comptroller and filed in his office.
4. WORKERS' COMPENSATION BENEFITS. In
accordance with Section 142 of the State Finance
Law, this contract shall be void and of no force and
effect unless the Contractor shall provide and
maintain coverage during the life of this contract
for the benefit of such employees as are required
to be covered by the provisions of the Workers' Compensation
Law.
5. NON-DISCRIMINATION REQUIREMENTS. In accordance
with Article 15 of the Executive Law (alSO known as the Human
Rights Law) and all other State and Federal statutory and
constitutional non-discrimination provisions, the Contractorwill not
discriminate against any employee or applicant for employment
because of race, creed, color, sex, national origin, age, disability
or marital status. Furthermore, in accordance with Section 220-e
of the Labor Law, if this is a contract for the construction, alteration
or repair of any public building er public work or for the
manufacture, sale or distribution of materials, equipment or
supplies, and to the extent that this contract shall be performed
within the State of New York, Contractor agrees that neither it nor
its subcontractors shall, by reason of race, creed, color, disability,
sex or national origin: (a) discriminate in hiring against any New
York State citizen who is qualified and available to perform the
work; or (b) discriminate against or intimidate any employee hired
for the performance or work under this contract. If this is a
building service contract as defined in Section 230 of the Labor
Law, then, in accordance with Section 239 thereof, Contractor
agrees that neither it nor its subcontractors shall, by reason of
race, creed, color, national origin, age, sex or disability: (a)
discriminate in hiring against any New York State citizen who is
qualified and available to perform the work; or (b) discriminate
against or intimidate any employee hired for the performance of
work under this contract. Contractor is subject to fines of $50.00
per person per day for any violation of Section 220-e or Section
239 as well as possible termination of this contract and forfeiture
of all moneys due hereunder fora second or subsequent violation.
6. WAGE AND HOURS PROVISIONS. If this is a public work
contract covered by Article 8 of the Labor Law or a building service
contract covered by Article 9 thereof, neither Contractor's
employees nor the employees of its subcontractors may be
required or permitted to work more than the number of hours er
days stated in said statutes, except as otherwise provided in the
Labor Law and as set forth in prevailing wage and supplement
schedules issued by the State Labor Department. Furthermore,
Contractor and its subcontractors must pay at least the prevailing
wage rate and pay or provide the prevailing supplements,
including the premium rates for overtime pay, as determined by
the State Labor Department in accordance with the Labor Law.
7. NON-COLLUSIVE BIDDING REQUIREMENT. In accordance
with Section 139-d of the State Finance Law, if this contract was
awarded based upon the submission of bids, Contract or warrants,
under penalty of perjury, this its bid was arrived at independently
and without collusion aimed at restricting
competition. Contractor' further 'warrants that at
the time Contractor submitted its bid, an authorized
and responsible person executed and delivered to
the State a non-collusive bidding certification on
Contractor's behalf.
8. INTERNATIONAL BOYCOTT PROHIBITION.
in accordance with Section 220-fofthe 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 shaI~
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 (2 NYCRR 105.4).
9. SET-OFF RIGHTS. The State shall have all of
its common law, equitable and statutory rights of
set-off. These rights shall include, but not be
limited to, the State's option to withhold for the
purposes of set-off any moneys due to the
Contractor under this contract up to any amounts
due and owing to the State with regard to this
contract, any other contract with any State
department or agency, including any contract for a
term commencing prior to the term of this contract,
plus any amounts due and owing to the State for
any other reason including, without limitation, tax
delinquencies, fee delinquencies or monetary
penalties relative thereto. The State shall exercise
its set-off rights in accordance with normal State
practices including, in cases of set-off pursuant to
an audit, the finalization of such audit by the State
agency, its representatives, or the State
Comptroller.
10. RECORDS. The Contractor shall establish
and maintain complete and accurate books, records, documents,
accounts and other evidence directly pertinent to performance
under this contract (hereinafter, collectively "the Records"). The
Records must be kept for the balance of the calendar year in
which they were made and for six (6) additional years thereafter.
The State Comptroller, the Attorney General and any other person
or entity authorized to conduct and examination, as well as the
agency or agencies involved in this contract, shall have access to
the Records during normal business hours at an office of the
Contractor within the State of New York or, if no such office is
available, at a mutually agreeable and reasonable venue within the
State, for the term specified above for the purposes of inspection,
auditing and copying. The State shall take reasonable steps to
protect from public disclosure any of the Records which are
exempt from disclosure under Section 87 of the Public Officers
Law (the "Statute") provided that: (i) the Contractor shall timely
inform an appropriate State official, in writing, that said records
should not be disclosed; and (ii) said records ~liall be sufficiently
identified; and (iii) designation of said records as exempt under the
Statute is reasonable. Nothing contained herein shall diminish, or
in any way adversely affect, the State's right to discovery in any
pending or future litigation.
11. IDENTIFYING INFORMATION AND PRIVACY
NOTIFICATION:
(a) FEDERAL EMPLOYER IDENTIFICATION
NUMBER and/or FEDERAL SOCIAL SECURITY
NUMBER.
All invoices or New York State standard vouchers
submitted for payment for the sale of goods of services or
the lease of real or personal property to a New York State
agency must include the payee's identification number,
i.e., the seller's or lessor's identification number. The
number is either the payee's Federal employer
identification number or Federal social security number,
or both such numbers when the payee has both such
numbers. Failure to include this number or numbers may
delay payment. Where the payee does not have such
number or numbers, the payee, on his invoice or New
York State standard voucher, must give the reason or
reasons why the payee does not have such number or
numbers.
(b) PRIVACy NOTIFICATION.
(1) The authority to request the above personal
information from a seller of goods or services or a lessor
of real or personal property, and the authority to maintain
such information, is found in Section 5 of the State Tax
Law. Disclosure of this
information by the seller or lessor
to the State is mandatory. The
principal purpose for which the
information is collected is to
enable the State to identify
individuals, businesses and other
who have been delinquent in
filing tax returns or may have
understated their tax liabilities
and to generally identify persons
affected by the taxes
administered by the
Commissioner of Taxation and
Finance. The information will be
used for tax administration
purposes and for any other
purpose authorized by law.
(2) The personal is requested by the
purchasing unit of the agency contracting
to purchase the goods or services or
lease the real or personal property
covered by this contract or lease. The
information is maintained in New York
State's Centra~ Accounting System by the
Director of State Accounts, Office of the
State Comptroller, AESOB, Albany, New
York 12236.
12, EQUAL EMPLOYMENT OPPORTUNITIES
FOR MINORITIES AND WOMEN: In accordance
with Section 312 of the Executive Law, if this
contract is: (i) a written Agreement or purchase
order instrument, providing for a total expenditure
in excess of $25,000.00, whereby a contracting
agency is committed to expend or does expend
f~nds in return for labor, services, supplies,
equipment, materials or any combination of the
foregoing, to be performed for, or rendered or
furnished to the contracting agency; or (ii) a written
Agreement in excess of $100,000.00 whereby a
contracting agency is committed to expend or does
expend funds for the acquisition, construction,
demolition, replacement, major repair or renovation
of real property and improvements thereon; or (iii)
a written Agreement in excess of $100,000.00
whereby the owner of a State assisted housing
project is committed to expend or does expend
funds for the acquisition, construction, demolition,
replacement, major repair or renovation of real
property and improvements thereon for such
project, then:
(a) The Contractor will not discriminate against
employees or applicants for employment because of race,
creed, color, national origin, sex, age, disability or marital
status, and will undertake or continue existing programs
of affirmative action to ensure that minodty group
members and women are afforded equal employment
opportunities without discrimination. Affirmative action
shall mean recruitment, employment, job assignment,
promotion, upgradings, demotion, transfer, layoff, or
termination and rates of pay or other forms of
compensation;
(b) at the request of the contracting agency, 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 will not
discriminate on the basis or race, creed, color, national
origin, sex, age, disability or marital status and that such
union or representative will affirmatively cooperate in the
implementation of the Contractor's obligations herein; and
(c) the Contractor shall state, in all solicitations or
advertisements for employees, that, in the performance of
the State contract, all qualified applicants will be afforded
equal employment opportunities without discrimination
because of race, creed, color, national origin, sex, age,
disability or marital status.
Contractor will include the provisions of"a", "b" and "c", above, in
every subcontract over $25,000.00 for the construction,
demolition, replacement, major repair, renovation, planning or
design of real property and improvements thereon (the "Work")
except where the Work is for the beneficial use of the Contractor.
Section 312 does not apply to: (i) work, goods or services
unrelated to this contract; or (ii) employment outside New York
State; or (iii) banking services, insurance policies or the sale or
securities. The State shall consider compliance by a Contractor
or subcontractor with the requirements of any federal law
concerning equal employment opportunity which effectuates the
purpose of this section. The contracting agency shall determine
whether the imposition of the requirements of the provisions
hereof duplicate or conflict with any such federal law and if such
duplication or conflict exists, the contracting agency shall waive
the applicability of Section 312 to the extent of such duplication or
conflict. Contractor will comply with all duly promulgated and
lawful rules and regulations of the Governor's Office of Minority
and Women's Business Development pertaining hereto.
3
13. CONFLICTING TERMS. In the event of a
conflict between the terms of the contract
(including any and all attachments thereto and
amendments thereof) and the terms of this
Appendix A, the terms of this Appendix A shall
control.
14. GOVERNING LAW. This contract shall be governed by the
laws of the State of New York except where the Federal
supremacy clause requires otherwise.
15. LATE PAYMENT. Timeliness of payment and any interest to
be paid to Contractor for late payment shall be governed by Article
XI-A of the State Finance Law to the extent required by law.
16. NO ARBITRATION. Disputes involving this contract,
including the breach or alleged breach thereof, may not be
submitted to binding arbitration (except where statutorily
authorized) but must, instead, be heard in a court of competent
jurisdiction of the State of New York.
17. SERVICE OF PROCESS. In addition to the methods of
service allowed by the State Civil Practice Law & Rules ("CPLR"),
Contractor hereby consents to service of process upon it by
registered or certified mail, return receipt requested. Service
hereunder shall be complete upon Contractor's actual receipt of
process or upon the State's receipt of the return thereof by the
United State Postal Service as refused or undeliverable.
Contractor must promptly notify the State, in writing, of each and
every change of address to which service of process can be
made. Service by the State to the last known address shall be
sufficient. Contractor will have thirty (30) calendar days after
service hereunder is complete in which to respond.
4
APPENDIX B
U.S. GOVERNMENT REQUIRED CLAUSES
Ap£~£ed. 98
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
iFransportation 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 Project.
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 or age.
Such actions shall include, but not be limited to, the
following: employment, upgrading, demotion or
transfer; recruihnent 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 u~lization 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
105(0 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)
(2)
"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 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.
Recipients and their contractors shall 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.
A~BFe, d. 98
7
Federal Aid/Local Agreement - Schedule A
[NOT FOR USE WITH [V~ARCHISELLI FUNDED PEOJECT PHASES]
OSC Municipal Contract #
Page 1 of 2 pages
Instruction:
Phase Completion Date:
PURPOSE:
[] MAIN (Master) Agreement
AGREEMENT
[] SUPPLEMENTAL Schedule No. __
(Check one)
[] Administrative Correction
[] P.E./Design
PiN: 075748
Individual Project Phase Identification
[] ROW Incidentals [] ROW Acquisition XI'-) Construction, c/I, & c/s
Work Type(s): Wharf Reconstruction
F~oute # &/or BIN #: NA
Route &/or Bridge Name:
County: Suffolk
Termini From: Silver Eel Cove, Fishers Island
To:
Local Municipal Sponsor (Village, Town, City, or County of...): Town Of Southold
Other Municipal Sponsor(s)?: % of Cost Shared by Other Municipality
__ (List only if applicable) (List only if applicable)
Federal Aid Agreement Type (Non-Marchiselli)
(Check Applicable Category Boxes Below)
[] NHS (National Highway System)
[] STP (Surface Transportation Program)
[] Enhancement
[] HBRR (Highway Bridge Repl & Rehab)
[] Timber Bridge
[] Reseamh & Technology
[] Federal Lands
[] Indian Reservation Bridge(s)
[] Indian Reservation Road(s)
[] Safety
[] CMAQ (Congestion Mitigation & Air Quality) []X Other (e.g., ITS Scenic Byways):
[] Federal Emergency Relief Describe: FHWA Ferry Boat Discretionary Program
Does project meet Marchiselli Eligibility Criteria, pending formal request by the NYSDOT Region for addition to the Comprehensive List, and
subsequent approval by the Legislature? [] Yes X• No
Federal Aid Agreement - Schedule A (continued) Page 2 of 2 pages
A. SUMMARY OF ELIGIBLE FEDERALAID "PAR~ICIPATIN CO;STS(fo~t~Ph~e
List Eligible TOTAL FEDERAL STATE LOCAL
PIN PARTICIPATING PARTICIPATING MARCHISELLI MATCHING
Fiscal Share(s) COSTS AID @ _80 % SHARE SHARE
(i.e., 9-digit PiNs)
075748 5800,000. $640,000. $t60~000
Not Applicable
_
TOTAL ~800,000. $640,000. Not Applicable $160,000
ELIGIBLE COSTS:
B. NON-FEDERAL AID PARTICIPATING COSTS (if applicable);
List any other Other Non-Public LOCAL Overmatch,
Other NYS DOT Other NY State Fund Source Betterment, or In-
PIN Program Fund Gov't Fund (if any) Kind Contribution
Fiscal Share(s) Source (if any) Source (if any)
(i.e., 9-digit PINs)
$ $ $ $
.LIST SOURCE:
C. Estimated Local Deposit Required (Complete box to right, when applicable) NA
FEDERAL AID STATE AID LOCAL AID OTHER AID TOTAL
$640,000 $ $160,000 $ $800,000
Footnotes:
-- ~02/1~1999
STATE: NEW YORK
USDOT - FEDERAL HIGHWAY ADMINISTRATION
FEDERAL-AID PROJECT AUTHORIZATION/AGREEMENT
PAGE 1
PROJECT NO: 0757248 STATE PROJ. NO: 0757.48.32!
THE STATE, THROUGH ITS HIGHWAY AGENCY, HAVING COMPLIED, OR HEREBY AGREEING TO
COMPLY, WITH THE APPLICABLE TERMS AND CONDITIONS SET FORTH IN (1) TITLE 23, U.
CODE, ~IGFIWAYS, (2) ~ REGghATIONS ISS~u PURSUANT THERETO AND (3) THE POLI ~.~
AArD PROCEDURES PROMLrLGATED BY TH~ FEDERAL HIGHWAY ADM!NISTILITION RELATIVE TO
THE ABOVE DESIGNATED PROJECT, AND %lie FEDERAL HIGFIWAY ADMiNisTRATioN HAVING
AITI'HORIZED CERTAIN WORK TO PROCEED AS EVIDENCED BY THE.DATE ENTERED OPPOSITE
SPECIFIC ITEM OF WORK, FEDERAL FUNDS ARE OBLIGATED FOR THE PROJECT NOT TO EXCEED
THE AMOUNT SHOWN HEREIN, THE BALANCE OF THE ESTIMATED TOTAL COST BEING AN
OBLIGATION OF THE STATE. SUCH OBLIGATION OF FEDERAL FUNDS EXTENDS ONLY TO
PROJECT COSTS INCI/RP, ED BY THE STATE AFTER THE FEDERAL HIGHWAY /kDMINISTRATION
AUTHORIZATION TO PROCEED WITH THE PROJECT INVOLVING SUCH COSTS. THE STATE
~uRTHER STIPIrLATES THAT, AS A CONDITION TO PAYMENT OF THE FEDERAL FUNDS
OBLIGATED, IT ACCEPTS AND WILL COMPLY WITH THE APPLICABLE PROVISIONS SET FORTH
IN 23 CFR PART 630, SUBPART C.
PROJECT LOCATION: SO[TFHOLD:~ISHERS IS. WHARF @SILVER EEL COVE
CHARACTER OF PROPOSED WORK: RECONST-FERRy BOATS USE
STATE APPL. ID: NA
CLASSIFICATION OF PHASE OF WORK
TO BE PUT UNDER AGREEMENT
HIGHWAY PLANNING & RESEARCH
PRELIMINARy ENGINEERING
RIGHT-OF-WAY
X CONSTRUCTION
OTHER
EFFECTIVE DATE
OF AUTHORIZATION
Z/29/1999
APPR.
Q95
TOTAL
URBAN/ TOTAL COST FEDERAL
WITH SI{ARE
FEDE m
UNDER AGR.E~MENT
$800,000 80.00 %
$640,000.00
$800,000
$640,000.00
ESTIMATED TOTAL COST:
FEDER3tL FUNDS UN'DER AGREEMENT:
FEDERAL EUNDS NOT UNDER AGREEMENT:
TOTAL AUTHORIZED FOR PROJECT:
FEDERAL FUNDS
NOT UNDER AGREEMENT
$0.00
$0.00
$800,000.00
$640,000.00
$0.00
$6&0,000.00
~XrEW YORK STATE DEPARTMENT OF TRANS
AVAILABLE FUNDS CERTIFIED BY: JEFF ERICKSON
APPROVAL RECOMMEN-DED BY: JEFF ERZCKSON
APPROVED ,~D AUTHORIZED BY: GEORGE W. GO,RiLL
PEDE~m~ HIGHWAY .~DMINiST~RTION
APPROVAL RECOMME~N-DED BY:
APPROVED AND AUtHORiZED BY:
AGREEMENT APPROVED BY:
· MiCH~dEL j. PIDGEON
JOHN V. BROADHURST
JOHN V. BROADHURST
DATE: 1/29/1999
DATE: 1/29/1999
DATE: 1/29/1999
DATE: 2//18/1999
DATE: 2/15/1999
DATE: 2/18/1999
~ -= - ~ REMA-RKS:
PROCESS = 106B2.
THIS DOCUMENT HAS BEEN ELECTRONICALLY SIGNED.