Documenti di Didattica
Documenti di Professioni
Documenti di Cultura
CITY OF NEWPORT
DOCKET OF THE COUNCIL
The following items of business, filed with the City Clerk under the Rules ofthe
Council, will come before the Council at its regular meeting to be held on
June 8, 2011, at 6:30 p.m.
It is the practice ofthe Council to meet at 6:20 p.m. in the second-floor Conference Room to discuss docket items. The
public is invited to attend. The docket, along with all supporting documents, can be viewed on the City of Newport
website: www.cityofnewport.com- ..CurrentNewport City News & Announcements" - Click on "MORE NEWS."
Council Meetings can be viewed on Cox Cable, Channel 18; check local listings for dates and times. A DVD of the
Council Meeting will be available t the Newport Public Library within 48 hours ofthe meeting.
LIVE VIDEO CONFERENCING OF COUNCIL MEETINGS AND WORKSHOPS WILL BE AVAILABLE AT THE
NEWPORT POLICE STATION, WHICH IS ACCESSIBLE AND MEETS ADA REQUIREMENTS, BASED UPON
NOTIFICATION TO THE CITY MANAGER'S OFFICE (845-5429) A MINIMUM OF 48 HOURS IN ADVANCE
OF THE MEETING. INDIVIDUALS REQUIRING INTERPRETER OR OTHER ACCOMMODATIONS MUST
NOTIFY THE CITY MANAGER'S OFFICE TWO WEEKS IN ADVANCE OF THE MEETING.
DOCKET OF THE COUNCIL
June 8, 2011
Page 2
1) Newport Film, Inc., d/b/a NewportFILM; June 17-August 27,2011
(list of dates, locations and times attached), and to use Queen Anne
Square on July 7, 2011, for a free outdoor screening, beginning at
sundown, and to waive the provisions of Section 12.42.010 ofthe
Codified Ordinances (9:00 p.m. park closing) (Approve subject to
details being worked out with the city administration)
5) Beluga Froyo, LLC (by Chandra Kent & Brandon Vondera), d/b/a
Grand Opening of Beluga Froyo; 217 Goddard Row, June 19,2011,
from 11 :00 a.m. to 10:00 p.m.
10) Robert Potter League for Animals, d/b/a "Tea for Tails"; Miramar,
646 Bellevue Ave., July 10,2011, from 4:00 p.m. to 6:00 p.m.
12) St. Peter's Lutheran Church, d/b/a Church & Community Yard Sale,
St. Peter's Church, 525 Broadway, August 20,2011 (rain date, Aug.
27, 2011), from 9:00 a.m. to 1:00 p.m.
13) Newport Dinner Train, d/b/a "A Day Out With Thomas in Newport,
RI"; September 1, 2, 3 and 4, 2011, 9:00 a.m. to 4:45 p.m.
3. Application for a Bicycle Rental Agency License, New, Christina Erwin, d/b/a
Newport Bicycle, 89 Dr. Marcus F. Wheatland Blvd. and H.J. Donnelly, III,
Transportation and Visitors Center
5. Application for a Sidewalk Cafe License, New, Donick's LLC, d/b/a Donick's,
26 Broadway
7. Application for a Valet Parking License, The Valet Connection, Inc., d/b/a Valet
Connection; to provide valet services to merchants located in the 450 to 509
Thames St. business district, with valet podium at 509 Thames St.
ORDINANCES
10. Amending Chapter 5.97.280 ofthe Codified Ordinances to allow pedicabs the
use of Memorial Blvd. West between the hours of6:00 p.m. to 2:00 a.m. (First
Reading)
12. Communication #4852/11, re: Bid Award for Network, Server, and Printer
Technical Support (with accompanying resolution)
13. Communication #4853/11, re: Bid Award for Water Chemicals (with
accompanying resolution)
14. Communication #4854/11, re: Bid Award for Water Works Supplies (with
accompanying resolution)
16. Communication #4856/11, re: Bid Award for Decorative Light Maintenance and
Repair Services (with accompanying resolution)
20. Communication #4860/11, re: Agreement with the Newport Dinner Train for
the Temporary Use of Land at the H,J. Donnelly Transportation & Visitors
Center in Conjunction with "A Day Out With Thomas" Event (with
accompanying resolution)
21. Communication #4861/11, re: Agreement with Newport Bicycle for Rental for
the Temporary Use of Space at the Humphrey J. Donnell, III, Transportation &
Visitors Center for a Bicycle Rental Service Pilot Program (with accompanying
resolution)
22. Communication #4862/11, re: Agreement with Studiomilano for the Temporary
Use of Space at the Humphrey J. Donnelly, III, Transportation & Visitors Center
for a Display Center (with accompanying resolution)
ADDED 6/3/2011:
ADJOURN
Kathleen M. Silvia
City Clerk
June 1,2011
AMENDED: June 3, 2011
CITY OF NEWPORT
ORDINANCE
OF THE
COUNCIL
NO.
• Revenues
Federal
$36,436,445
2,061,305
$36,233,385
1,446,479
State 10,494,572 10,221,998
City Appropriation 22,564,157 22,564,157
Re-appropriated Fund Balance: 1,309,551
Other Local Schools 1,316,411 691,200
• Appropriations
Unfunded Portion of
$37,751,337 $36,690,008
•• Revenues
Appropriations
$ 1,561,660
$ 1,561,660
$ 1,561,660
$ 1,561,660
(f) Park:i.ng Fac:i.l.:i.t:i.es Fund
IN COUNCIL
READ AND PASSED
Kathleen M. Silvia
City Clerk
J
CITY OF NEWPORT
ORDINANCE
OF THE
COUNCIL
NO. _
CLASSIli'ICATION pLAN
EXECUTIVE, ADMINISTRATIVE AND PROli'ESSIONAL EMPLOYEES
Effective July 1, 2011
CLASS TITLE ~
Accounting Supervisor 7
Administr9tive Assistant 3
Assessor 8
Budget and Finance Analyst 7
Building Official 8
City Clerk 11
Controller 8
Deputy City Clerk 4
Deputy Utilities Director, Finance 10
Deputy Utilities Director, Engineering 10
Director of Finance and Support Services 13
Director of Planning 12
Director of Public Services 12
Director of Recreation 8
Director of Utilities 13
Executive Assistant 5
Fire Chief 12
Human Resources Administrator 10
Human Resources Assistant 4
Information Technology Manager 10
Legal Assistant 5
Police Chief 13
Recreation Administrator 5
Senior Accountant 7
Tax Collector 8
Transportation Engineer 8
Trees and Grounds Supervisor 8
Water Quality Production Supervisor 8
Zoning Officer 6
ORDINANCE
OF THE
COUNCIL
NO.
(Page 2)
CLASSIFICATION PLAN
SUPERVISORY EMPLOYEES - N.E.A.
Effective July 1, 2011
Class Title Grade
Administrative Assistant -1-
Beach Manager/Recreation Supervisor 5
Clean City Program Coordinator 4
Computer Manager 2
Dep..ty TalE AssesseE 3
Deputy Zoning Officer 2
Executive Secretary 1
Facilities Manager 5
Financial Analyst 2
Harbormaster 6
Help Desk Coordinator 2
Laboratory Supervisor 3
Microbiologist 2
Municipal Court Administrator 1
Planner 3
Preservation Planner 3
Purchasing Agent 3
Recreation Program Supervisor 3
Research & Development Administrator 4
Senior Development Planner 3
Supervisor of Streets 5
Supervisor of Water Distribution/Collection 5
Web Developer 4
Part-time: Deputy Zoning Officer $13.00 to $18.00/hr.
CLASSIFICATION PLAN
COUNCIL 94 MUNICIPAL EMPLOYEES
Effective July 1, 2011
CLERICAL POSITIONS
TRADE POSITIONS
NO.
.(Page 3)
SECTION 2. Chapter 3.16.060, Pay Schedule for classified service, is hereby further
amended as follows for EXECUTIVE, ADMINISTRATIVE AND PROFESSIONAL EMPLOYEES, SUPERVISORY
EMPLOYEES - N.E.A., COUNCIL 94 EMPLOYEES, POLICE DIVISION AND FIRE DIVISION.
A B C D E F G H I ..,1 K L
81 34,175 35,542 36,965 38,444 39,981 41,581 43,453 44,975 45,874 46,792 47,728 48,682
82 36,911 38,387 39,923 41,519 43,180 44,907 46,930 48,573 49,544 50,535 51,546 52,577
83 39,864 41,457 43,116 44,841 46,635 48,501 50,686 52,457 53,506 54,577 55,668 56,781
84 43,053 44,775 46,567 48,428 50,365 52,381 54,739 56,655 57,788 58,944 60,123 61,325
85 46,496 48,356 50,289 52,301 54,395 56,569 59,118 61,186 62,410 63,658 64,931 66,230
86 50,216 52,225 54,315 56,486 58,746 61,096 63,847 66,081 67,403 68,751 70,126 71,529
87 54,234 56,403 58,659 61,006 63,446 65,985 68,956 71,367 72,794 74,250 75,735 77,250
88 58,573 60,915 63,351 65,886 68,522 71,262 74,473 77,079 78,620 80,193 81,796 83,432
89 63,259 65,789 68,419 71,157 74,002 76,964 80,431 83,244 84,909 86,607 88,340 90,106
810 68,319 71,052 73,894 76,851 79,924 83,120 86,866 89,903 91,701 93,535 95,406 97,314
811 72,714 75,626 78,649 81,795 85,065 88,469 92,455 95,689 97,603 99,555 101,546 103,577
812 . 78,533 81,674 84,940 88,339 91,871 95,547 99,850 103,344 105,411 107,519 109,670 111,863
813' 84,816 88,207 91,736 95,405 99,223 103,191 107,839 111,612 113,844 116,121 118,444 120,812
814 . 91,601 95,264 99,076 103,038 107,158 111,447 116,466 120,540 122,951 125,410 127,918 130,476
815 98,927 102,885 106,999 111,280 115,733 120,362 125,784 130,182 132,786 135,442 138,150 140,913
Employees assigned to Grades 81 through 85 may receive, based upon merit, annual step increases.
Employees assigned to Grades 86 through SI5, Steps A to H, may receive step increases, based upon merit, every two years.
After attaining Step H, employees may receive step increases, based upon merit, every three years ijntil attaining maximum
remuneration at Step L.
At such time as each employee reaches the maximum level of compensatiou for hislher position, and on an exceptional basis, the City
Manager may reward to a few individuals up to an additional 4% lump-sum perfonnance bonus. However, at the end ofthe fiscal year,
the employee's compensation would automatically revert back to the tope compensation step for the position. Under this plan, no
employee may earn an above-schedule bonus for more than two consecutive years.
STEP
1 2 3 4 5 6 7 8 9 10 11
GRADE
1 30,945 31,873 32,830 33,814 34,829 35,874 36,950 38,058 39,200 40,376 41,587
2 36,103 37,186 38,302 39,451 40,634 41/853 43,109 44,402 45,734 47,106 48,519
3 41,260 42,498 43,773 45,086 46,438 47,832 39,267 50,745 52,267 53,835 55,450
4 46,418 47,811 49,245 50,722 52,244 53,811 55,426 57,088 58,801 60,565 62,382
5 51,575 53,122 54,716 56,357 58,048 59,790 61,583 63,431 65,334 67,294 69,312
6 56,733 58,435 60,188 61,994 63,853 65,769 67,742 69,774 71,868 74,024 76,244
ORDINANCE
OF THE
COUNCIL
NO.
(Page 4)
GRADE A B C D E
GRADE A B C D E
NO. ,,==-"'__
(Page 5)
CLASS TITLE A B C D E
SECTION 3. Section 3.16.070, Pay Schedule for Part-time, Temporary and Unclassified
Services, is hereby further amended by DELETING the Pay Schedule for UNCLASSIFIED, PART-
TIME, TEMPORARY AND SEASONAL, ON-CALL, AND SALARIED EMPLOYEES and ADDING IN LIEU THEREOF
the following:
UNCLASSIFIED
HOURLY EMPLOYEES
NO '-=~c-7CC-
(Page 6)
ON-CALL EMPLOYEES
SALARIED EMPLOYEES
Building Code Inspector $ 150 per diem
Caretaker (Water Dept.) 5,200 per annum
Parking Lot Manager 440 per week
Police Officer Trainee (Municipal Academy) 650 per week
School Crossing Guards 25 per day
SECTION 4. This ordinance shall take effect July 1, 2011, and all ordinances or parts of
ordinances inconsistent herewith are hereby repealed.
IN COUNCIL
READ AND PASSED
Kathleen M. Silvia
City Clerk
CITY OF NEWPORT
RESOLUTION
OF THE
COUNCIL
No. _
IN COUNCIL
READ AND PASSED
Kathleen M. Silvia
City Clerk
THE CITY OF NEWPORT
RESOLUTION
OF THE
COUNCIL
NO.
BE IT RESOLVED:
The Council of the City of Newport hereby orders the levy
and collection of a tax on the ratable real estate and
tangible personal property and an excise tax on registered
motor vehicles and trailers in a sum of the two taxes not
less than $60,500,000 and not more than $63,800,000 for the
fiscal year July 1, 2011, through June 30, 2012, for
ordinary expenses, charges, the payment of interest and
indebtedness in whole or in part of said City, and for
other purposes authorized by law.
NO.
(Page 2)
IN COUNCIL
READ AND PASSED
Kathleen M. Silvia
City Clerk
(ejs)Budget-12\Legal\TaxLevyResoiution
CITY OF NEWPORT
ORDINANCE
OF THE
COUNCIL
NO.
IN COUNCIL
READ AND PASSED
Kathleen M. Silvia
City Clerk
CITY OF NEWPORT
ORDINANCE
OF THE
COUNCIL
NO.
IN COUNCIL
READ AND PASSED
Kathleen M. Silvia
City Clerk
EVENT TITLEITYPE:
LOCATION OF EVENT:
Hours of Event: I if
II
SignatureofHolderofEvent:l~
Printed Name: ~ (.e~CL ~n-e {"~ I Title: . . . - - - - - - - - - - ,
1 - - - -
For Retail Sales - Have you completed a "Promoter's Application For Permit to Operate a Show or
Event" with RI Division of Taxation? (Contact No.: 222-2957)
FIREWORKS
NOTE: If fireworks are to begin or end after 10:00 p.m., a sound variance must be obtained.
If fireworks are for longer than 15 minutes, arrangements must be made for police
detail officers at sponsor's expense.
SPECIFIC ROUTE:
Application for a Special Event License, Newport City Hall
newportFILM
June-September 2011
JUNE
Friday 17th - Casino Theater
6pm - 1 hour cocktail reception, film, Q&A - $20 admission fee
JULY
Thursday 7th - Queen Anne Square
At sundown, Outdoor Film Screening free of charge
AUGUST
Thursday 4th - Lawn at McCauly Hall on Cliff Walk
At sundown, Outdoor Film Screening free of charge *Please note - back up rain venue is Casino
Theater
Special Note:
In addition to the screening noted above, we have outdoor screenings scheduled in Middletown
and Portsmouth on July 14th, August II th and September 1st, On these dates we have the casino
theater on hold as a rain contingency plan so there is a chance that we will be screening in
Newport on those nights as well. No food or beverage will be served and admission is free for all
outdoor screenings that move indoors due to weather.
Additional Notes:
The following applies to the Indoor Adult Minifest screenings and fundraiser:
• We will not be charging for any alcohol at any ofthe screenings, it will be donated
• Anyone pouring the alcohol will be a tips certified server who is part of the catering
company or an event temp, both of which have their own liquor licences and liability
insurance
• We will be getting a million dollar insurance rider on each event from Newport Insurance
Agency.
• There will be no retail sales for these screenings.
newport [flflG1J
May 27,2011
This Letter serves to grant permission to ne~ortFILM to use Queen Anne Square for a free community
Outdoor Film Screening on Thursday, July 7' ,20 1 at..sundown.
Sincerely,
newportFILM
EVENT TITLE/TYPE:
NJ)J'rO-If\CG\C lLlV\c\ ·\\'\)s-\' fD'f0.v(1 \.£eY
\\~\-i<,~ V~~\ LLlY\V\\Jd.\)
LOCATION OF EVENT:
Date(s) of Event:
Hours of Event:
)
Will Event be Indoors or Outdoors?
(Include Plan)
I
O~ ~ ctYS c\
.......- =-=---.:.-......=..........---------------
EVENT HOLDER Atvi J -ecA. {4
APPLICATION FOR A SPECIAL EVENT LICENSE
L.a.Jl./ rrwl
(page 2)
Will a tent be erected? "I e-S COpy OF TENT PERMIT MUST BE ATTACHED.·~ .. I.
(Include on plan) a..tmV"lc?t
)
RVENTROLDBR~,,_ck Lev>d ti-oU'l
APPLICATION FO A SPECIAL EVENT LICENSE
(page 3)
Will there be gambling, e.g., bingo, raffle, etc.? I~I Do you have State Police Approval? 1)$ I
Li~:: O::::2tif~tltW£\~
, .~. 'zt taX
I
I
Q<ucnss:\ tt E\lers:\S 6 eX\1 em &\\1\[( \ Q3v\.~ ~\\ cte ctj;
~eY'? CSi' =t' -=Co ?t ~ ft= VeJr '\t zx:\
For Retail Sales - Have you completed a "Promoter's Application For Permit to Operate a Show or
) Event" with RI Division of Taxation? (Contact No.: Z22~2957)
FIREWORKS
NOTE: If fireworks are to begin or end after 10:00 p.m., a sound variance must be obtained.
If fireworks are for longer than 15 minutes, arrangements must be made for police
detail officers at sponsor's expense.
SPECIFIC ROUTE:
)
l(\ b: 't£\\e\J'lJL, ,)\/v"f'_
~
''I
'~}
MENCOFF DICK FORD
PROPERTY :::J:
1""'1
::I: PROPERTY PROPERTY
o(;) 0
(;)
fTI
(l 0 2) 0
0
o 0 ~1.i.19 <) 0
o
o o.20~ouco*o . .o ~met 0 Q C 3) 0
0,o I]
o I]
I] 20
CO*o
*0
4Q'X60'CENTURYTENT
0
¢
6"
HW
I i
i~
3)
0
~ --z ..01 . .
Date(s) of Event: . 7· 80"201' I ~ 8'-Z8,~()tf
Hours of Event:
SignatureOfHOlderOfEvent:~~ J/teWRfr@lfJk!Jj(OC.dCI ••
I~~r=. CO-tGzt
Printed Name: I IMaVll:l~V- I Title:
Signature of Property
~n~dName~p~M~owoo~I~_~~~~~_·~-~~~~~~~~~~~~~~~
Will Event be Indoors or Outdoors?
(Include Plan)
I oif~ ~
._--=-=-=--'=::......~~----~--~----
EVENT HOLDER _
APPLICATION FOR A SPECIAL EVENT LICENSE
(Page 2)
! 6IJitar~.
DANCE I .Do .-I DEEJAY [PO. I Amplification: 1 _
Will there be gambling, e.g., bingo, raffle, etc.?·1 JJO I Do you have State Police Approval? 1 _
For Retail Sales - Have you completed a "Promoter's Application For Permit to Operate Ii Show or
Event" with m Division of Taxation? (Contact No.: 222-2957)
FIREWORKS
NOTE: Iffireworks are to begin or end after 10:00 p.m., a sound variance must be obtained.
If fireworks are for longer than 15 minutes, arrangements must be made for police
detail officers at sponsor's expense.
SPECIFIC ROUTE:
Ooc-W O~1e S 0NE <6 I Zf3l~I~C7rnvrrfL,r'\
I ,I . 'I I, ,
EVENT TITLE/TYPE:
LOCATION OF EVENT:
Date(s) of Event:
Hours of Event:
~~~~~~&~l _
. Printed Name: [Lor\ ~. Dr PeC:)'Q Title: 1·t,'1..tC\ltiv'e., Dlvec.to\'
. Address ofHotder ofEvent: Inq Jiilto Sheet l-bIf+>fb.. r. . t""--lB.....I,.<U-J---=-02.....~. .L.......
. I(),<.- _
Name of Property Owner of Event Site: I ~ I t~r--.-. : :o. J. .f_N.l- 'l.: :~'" "-"-\V. . : :o-,-y. ¥t~ -----J
S~~re~P~~O~~: l'-- ~ _
~dN=~~ertyOwn~ ~
Will Event be Indoors or Outdoors?
(Include Plan)
EVENTHOLDER~O'l\AQ ~I\"~ \f.P. &c>\l1/1JL (£A!'t'\-e.V
APPLICAnON OR A~PECIAL EVENT LICENSE
(Page 2)
11...---- _
DANCE WL....::()=------ DEEJAY LSi eS Amplification: I \fe'S'
OTHER (describe) 1 _
Are required approvals attached, e.g., State, Recreation Dept.? b:l}o'tR t.dj ee{.J;!t'tb'/)1\ lJe.p:!.. ., _
Is a street closing being requested? [N...:=O~ _
Will food be prepared on the premises? LN'"""'O",t.--- _
If so, is Health Dept. Inspection Approval attached? 1 _
EVENTHOLDER WOlJ\l\.eN1 s. V2rt.~0/1..t. 'Ctvrt\-tv
APPLICATION FOR A SPECIAL EVENT LICENSE
(Page 3)
If yes, will you be applying for a Class F or F-I Liquor License? 1_-
Ifnot, will another's license beused? 11-..-_
Ifso, whose? 1'---- _
Will there be gambling, e.g., bingo, raffle, etc.? [No I Do you have State Police Approval? 1 _
For Retail Sales - Have you completed a "Promoter's Application For Permit to Operate a Show or
Event" with RI Division of Taxation? (Contact No.: 222-2957)
FIREWORKS
SPECIFIC ROUTE:
Students Against Domestic Abuse
5 th AnnuaI3-on-3 Basketball Tournament
June 18, 2011
Event Plan
Bathrooms will be provided by the Dr. Martin Luther King, Jr. Community Center.
Tournament Schedule (Event Timeline)
.
Time Event
9:30am Set-up begins
11:30 am Player registration/check-in
12:30 pm Workshop
2:00pm Basketball games and food
6:00pm Awards ceremony
A DJ with amplification will be utilized; they will be set up on the black top adjacent to the
basketball court, with speakers facing the court and MLK Center. All other tables will also be
set up on this black top area adjacent to the court.
Additional adult supervision will be provided by: Women's Resource Center, the East Bay Met
School, the Boys & Girls Club. A minimum of 10 adults will be present to supervise.
If there are any further questions, please contact Jessica Walsh, Director of Prevention at the
Women's Resource Center, at 619-2555 ext.107.
- _.
I' ::
'I
'. !
DATE: 5/1,/ /J
EVENT TITLE/TYPE:
LOCATION OF EVENT:
IBel'b"" F(iJyo @.. ~ Ii 'oJJ..r.,i ~IJ M~fbll-" it, Q;tfcto
s~n~~Howm~Ev~t:1 ~~~~~~~~~QA~~-~~~~~~~~~~~~~~~
Printed Name: I CbaNk. I'M t I Title: I O~u"r
M~~~m~~~:1~3_'_~_o_J_n~$_Y_ _~_~~~M_t~~~~~,_~~I_a_a ~r~¥_o~_~~__~
Business Telephone: [(YOI) ~'7 -3'" Residence Telephone: l{3,o) (71 - '~3i
Is Organization Non-Profit? I NQ
.....----
Is Organization Religious? I No
Is there a charge for admission? II..-.--.!.AI~o_ _
Will·there be gambling, e.g., bingo, raffle, etc.? ··[:Alo Do you have State Police Approval? IL- _
List Names of Vendors Item to be Furnished
_.fiateA- 1'Q~-,=t.,--. _
ForRetail Sales - Have you completed a "Promoter's Application For Permit to Operate a Show or
Event" with RI Division of Taxation? (Contact No.: 222-2957)
F1REWORK§
NOTE: Iffireworks are to begin or end after 10:00 p.m., a sound variance must be obtained.
If fireworks are for longer than 15 minutes, arrangements must be made for police
detail officers at sponsor's expense.
SPECIFIC ROUTE;
OOt18r Offfe JUM3 '({ ?O\ \ rl-J)I~--~jrr(~[~:;
City of Newport, Rhode Islaod UUI (_ MAY 2 5 2011 _'
APPLICATION FOR A SPECIAL EVENT LICENSE .
~J ?~J?~ft5~~~.[J
, en\' T: ;Y<'j,'o'!'
DATE:d/rdLAtJ //
EVENT TITLE/TYPE:
1//1/ ~$ ~Lkl
LOCATION OF EVENT:
Date(s) of Event:
'0&.5
Hours of Event:
S~n~re~h~~O~E ~~Q~~~~ ~ ~
,Printed Name of Property owner:1 ~ Ri)bl::J h fl..Q..-.4J Jvev---
Will Event be Indoors or Outdoors?
(lnoludePlan)
I/) ~/\7~7 ., .
,~ffI/J
/-r-d
v -r f- / /l
~
EVENT HOLDER ~ _
APPLICATION FOR A SPECIAL EVENT LICENSE
(Page 2)
!_ _--:.--_-~--~-
DANCE 1_ _'1 DEEJAY Amplification: I....- J
SPORTiNG EVENT I"-__ .-.J Type: 11.-- -- _
Set-up Dates (Sporting events only):
Will there be gambling, e.g., bingo, raffle, etc.?1AZ2 Do you have State Police Approval? 1 _
For RetailSales - Have you completed a "Promoter's Application For Pel'mit to Operate a Show or
EV.ent" witbRl Division of Taxation? (Contact No.: 222-2957) ~
FIREWORKS
NOTE: If fireworks are to begin or end after 10:00 p.m., a sound variance must be obtained.
If fireworks are for longer than 15 minutes, arrangements must be made for police
detail officers at sponsor's expense.
SPECIFIC ROUTE:
City ofNewport, Rhode Island
APPLICATION FOR A SPECIAL EVENT LICENSE
DATE: 5/27/11
EVENT TITLE/TYPE:
DA
Printed Name: L..:-_ _"_ID_L_E-;S=:T:=E=R============:.-_T_it_le_:-=l==P=R=I=N=C=I=P=l\=L==::::::.: I
Address of Holder of Event: 27598 RIVERVIEW CENTER BLVD. BONITA SPRINGS, FL 34134
OTHER (describe) I· :: :~ ~
Are required a'ppro~als attache(e.g., State, Rec~eation Dept.; I'-.I:y.....;...,,;,s ~ ~:
Is a street closing being requested?
: ..
Will food be prepared on the premises? I~:x"i~~s~_=~~_]
If so, is"Health Dept. Inspection Approval attached? ,1;;;;8-;~k approved
BVENT HOLDER ~==:----=::=-:;;;::-:.,,-;::::-::~::::::-::-:;::==
APPLICATION FOR A SPECIAL EVENT LICENSE
(Page 3)
Wilhhere be gambling, e.g., bingo, raffle, etc.? ·,1 NO Do you have State Police Approval? I__ ......J
Fur RetaIl'S,le!! - Have you completed a "Promoter's Application For Pel'mit to Operate a Show (Dr
Event" with RI Division ot'Taxatfon? (Contact No.: 222-2957) Yes
FJREWORKS N/A
NOTE: if fireworks are to begin or end after 10:00 p.m., a sound variance must be obtained.
If fireworks are for longer than 15 minutes, arrangements most be made for pollee
detail officers at sponsor's expense.
SPECIFIC ROUTE:
City ofNewport, Rhode Island
APPLICATION FOR A SPECIAL EVENT LICENSE
DATE: ,...,,~.., \ (, 20 \\
EVENT TITLE/TYPE:
C\V\t.. \,.j~ 'L,v\tJ,f, \-,,\\,.1D12."f ~et-tD I
I. R6E.NAc..'!Me::N"\
LocATION OF EVENT:
Business Telephone: "'lOU' (ca -SB02. I Residence Telephone: I('to,) 3(' -\\ z et I
Is Organization Non-Profit? I '165 Is Organization Religious? I NO ]
Is there a charge for admission? I y60S I I
Is event to be on City, State, or Private Property? ~"'\e
'----~-::.:....------------
Ifso, whose? 1 _
Will there be gambling, e.g., bingo, raffle, etc.? I NO l Do you have State Police Approval? 1..... __
For Retail Sales - Have you completed a "Promoter's Application For Permit to Operate a Show or
.Event" with RI Division of Taxation? (Contact No.: 222-2957)
FIREWORKS
NOTE: If fireworks are to begin or end after 10:00 p.m., a sound variance must be obtained.
If fireworks are for longer than IS 'minutes, arrangements must be made for police
detail officers at sponsor's expense.
SPECIFIC ROUTE:
g-_.' .
Map of Historic Fort Adams:
Civil War Living History Weekend
July 9 & 10,2011
Sat. 10am-5pm; Sun. 10am-2pm
City of Newport, Rhode Island
APPLICATION FOR A SPECIAL EVEN
DATE: S\\IJ..\ \\
Name of Property Owner of Event Site: I, N~w ~ l!:Il2...' A«.."""t'" tJ\...;s e..IJ N\ I
Signature of Property Owner: I '2eL7&ku:£:.L q tid d .££.,{~.- I
Printed Name of Property Owner: I\: ' =.,L\ 2A g E-'l 'M
G' OOOA~ D
I
Will Event be Indoors or Outdoors?
(Include Plan) ,
I .2 6.,.. \-+ I
EVEmHOLDER~~:r ~ ~~.~~~>n
APPLICATION FOR A SPECIAL EVENT LICENSE
(Page 2)
For RetailSalg, - Have you completed a "Promoter's Appl~cation For Pel'mit to Operate a Show or
Event" with RI Division of Taxation? (Contact No.: 222-2957)
FIREWORKS ~\ A-
Do you or ~he pyrotechnic h~ve Newport\Fire Marshal approval? ,I
Location from where fireworks will be shot:
SPECIFIC ROUTE:
DATE: _.::....-~~------
1 - - - -
OTHER (describe) l~ ~
Are required approvals attached, e.g., State, Recreation Dept.? L.......Z,./U----:J.-:.:..- _
Will there be gambling, e.g., bingo, raffle, etc.? I /til) Do you have State Police Approval? 1 _
For Retail Sales - Have you completed a "Promoter's Application For Permit to Operate a Show or
Event" with RI Division of Taxation? (Contact No.: 222-2957)
FIREWORKS
NOTE: If fireworks are to begin or end after 10:00 p.m., a sound variance must be obtained.
If fireworks are for longer than 15 minutes, arrangements must be made for police
detail officers at sponsor's expense.
SPECIFIC ROUTE:
I
i
i__~~I, _ .. ~
_L... ,"-,~",-" . ., ..."......:;;~;;<.J lU~"P' !J7Y=VZ I,
€~,- ~ k r
'"
eD~GT D{fIe: J O~\f-E Y; L:?I \
. '; if~~ (r;;"r~~; "1) "\;~,r"'lfT"F':
City of Newport, Rhode Island . ; ' "'. ~.. L~J~J ! 11
APPLICATION FOR A SPECIAL EVENT LICEN~~ i) MAY 2 4 2011 ~ j /,)
1Yilll.4 I( Q~ Mil
DATE: .. '. .i Le~~;J;$,~l(J:J-"
EVOOYTI'iiEiITPE~~ bh\ieds, -kDfflX:-~'~
LOCATION OF EVENT: leosecJiff-·S:Yg 'B;LLeuW i\UllQj.1 r
Name;I~iJj;.
Printed I Title: IE\C:l.<'-. D,(- I
Address ofRoIder of Event; I,!x> ~ 10 4l- sired,~3-L f\J\..j, N'i I D@;:]
Organizer'sSignature:~~_' . I
Printed Name: ,I t> e.1o () r,J.. \-\. ('2.g\d .. I Title: Ic,>< l' < • b,'r I
Address of Event Organizer: I s <t......<. ~ aAoD vt. I
For Retail Sales - Have you completed a "Promoter's Applieation For Permit to Operate a Show or
Event" with RI Division of Taxation? (Contact No.: 222-2957) .
FIREWORKS ~,-/jA-
Do you or the pyrotechnic h~ve Newport: Fire Marshal approval?
·1
SPECIFIC ROUTE:
.EVENTYTITLE/TYPE:
.' ., .
- - . "~ -, . -. - -, . . , " .
LQCATIDNOFEYENT:
Ad4tessQf.Ev¢ntOrgMi~1':··i2??8-·BY-ic-.U~ • W
. • ·~_.'1~~. . •:.•········ .
. . . .' ' . ..•.~·"'""\T~.I:;.;.;V,;.;.~;;;./'~to:;:·.C\;,;;;.:
," " .~"'.. ..
. _~···~·.··(2~.·"""'-~._~
.. I~:;:;.. ¥ ,....;.
..,... _""".,_~__';";'~.,_._."':;"'
0;;;", . .- ,."-...,~.,.."......~,.. "",, """'~.""""........,-.-~':o.,.l
' . .
'". ' -" -.: " .' .
.. -,.
. . Re$ld¢ijcereleph61ie::\'i{)I:'·~·?sl.ff~··.t9-·:····· .
",,~,,:,.~: ',"
.'Susincss1'¢lt}j)bttue:
.••·.I~prg~1~tiQIlNQIl.P~h~<VC·.· .•·.JSprl!ati1i41iii!JIS~ilgiQ~s7-£S~llieie~~M~jSSiollq~#l!e:.& Q
.. Isev~\QP!>Qnqily,&tafu,iir1'rJvatePrQJJC#Y'I [J3P¥~~61~~~-- _ 1
~~meQfPr()p¢ttYownerofeventSit~:'(~ArYX asCLbp~] . .
. " ,
ili.~Jium~s.ofVef1d()rs . IttJtrltQbeFYtt1ished'.
i.'-,
po(.
o v f ;1·; «;\\'3 I' ",,'a .. ,: ;/
City OfJiio·
APPLICATION FOR A SPECIAL EVENT LICENS~~"~:T(·"F?ffi~~...
!,. Island
t
t;/"PZ
i c.vlr··). "
I {.lv'flJ 1 '!I
tfA ~i 12011
" L !' /':\ Ii .',;!""''''
DATE: _ _\ _
EVENT TITLE/TYPE:
LOCAnON OF EVENT:
Date(s) of Event:
Hours of Event:
Name of Property Owner of Event Site: I Sr~'re Q r;. e r J' A rJ~ c.. \T=t 0 F (".J e v.,) rl>~. y··1
S~~re~P~~~~ I~ ~
[~ es SOD
"A
't1:~ <l-
h£l'/$-A-T~Li.~\Te
.
'1
't),e.
Pf:<f}.l:!..\!J
Is parking available: For how many vehicles?
At fV~ $'-.. .V.,.'t'I_·<..
CONCERT I tub> ] Is staging or platfonn required? I tV' 6 J Amplification? I1"\ ~& Po P\i~tJ e,
I ~_ _- - - -
DANCE DEEJAY I Nt'> Amplification: 1 -1
For Retail Sales - Have you completed a "Promoter's Application For Permit to Operate a Show or
Event" with RI Division of Taxation? (Contact No.: 222-2957)
..'lt~T~ t'- SAl.. e. ~ ~...,,~:::.-~..... r~l ~\ '3±: V.- Ff 95 (g
FIREWORKS
SPECIFIC ROUTE:
MAY 3 1 2011
" ; ,. ~ .
Kathy Silvia
City Clerk
City ofNewport
Newport, R.I.
c
DATE_May 16, 2011'
TO THE HONORABLE COUNCIL OF THE CITY OF NEWPORT:
Drain Layer Licenses expire on June 30th each year. The renewal application must be submitted in
time to go before the City Council prior to July 1st,
'i '\M iscl;llilll~l\llS l.i;;~ll,e,\l)rai111 ,ay<T.Apl,f)railll.<\"erl.icl;IlS~, .:009.<1(\(; ('''''<tIed 011 3' 1li20U9 9:20 ;\1',,1
JlJ 33 Previous Dock,:1 Dak: (16!f19!20 I(1
(.. • • •••. '~""I_~~_'"
- ~~'" ~ "".-
I;, ji \,;j
Application is made for the following license: DRAIN LAVE !~'~ :1\-// If,; )::':1
, I i 'l'
>1' '~,
Drain Layer Licenses expire on June 30th each year. The renewal application must be submitted in
time to go before the City Council prior to July 1st,
An insurance bond is required and must be approved by the Engineering Department.
Y\Mi"cdhlll~'(IUS l.k<:nsc<\Drilinl:iycr"\ppDn,inl ayc! 11(',.n,,' 20(1') (\llC C,wiled 011 :\.'1 1/21)09 (I: 20 ,\tv1
II) 5 1'rC\'iOllS Dnd(ct Date: 06!2J!201 U
l;nq'~:1
') I,'
! i!
,)/ . I!
Ilr'l ,.·l>a~oJl;~Jr~~r.7~:TF~H~~~~;E
L.
! r A -._J7
Filing Fee $15 Date Paid:
----- ;)J¥~.=:
License Fee "$'HJO . Date Paid
License Number: . 2872
----- ~
COUNCIL ACTION: ~_ _ DATE APPROVED: - - - - - -
Drain Layer Licenses expire on June 30 th each year. The renewal application must be submitted in
time to go before the City Council prior to July 1st.
An insurance bond is required and must be approved by the Engineering Department.
~- \1[ ... I~;.:n:-mn~ll' .. i j\.:vn"'l:...:\l )~din; ;l\· ..:~ ''\!.\P~)1 :-J~l!~ d\.'~'~ ~ 1__','1\;,1..' .:fj~il-i.dj '\.'
~J)~;\ Prt.'\ll'l!:-- !)o~'k ..~1 ~>i1h." i)U .:_;;~~i!!;'~
G-r;-J(
CITY OF NEWPORT, RHODE ISLAND
APPLICATION FOR LICENSE'
DATE_May 16, 2011
Drain Layer Licenses expire on June 30th each year. The renewal application must be submitted in
time to go before the City Council prior to July 1st.
An insurance bond is required and must be approved by the Engineering Department.
Y :\1\1 isec1hlllC(ILiS I j ccnsc,\Drili Il Laycf\/\ pp Dnl i nl,<lVcr I. i(:,~nsc.~009 .,Ill" Cr",aH'd on 3, I 1f2()09 9:20 i\!\~
H) 36 I'revinLis Docket Date: 07!~8!2010
Co-~-Il
. . . ~~~.-..........-- . . . . . . ........-----.. . . - Office Use Only . . . ........---.. . . . . . . . . .""'' ' ' ' ' ' ' '..............,'' ' ........---.-..'' ' ' ' '
Filing Fee $15 Date Paid: y), 7-11 4. ~
License Fee $100 Date Paid J!C-()7~l{ d7?
License Number: 2828
Drain Layer Licenses expire on June 30th each year. The renewal application must be submitted in
time to go before the City Council prior to July 1st.
An insurance bond is required and must be approved by the Engineering Department.
Y;IM i ~l"-: llllll\:('Us Li(;l'n~cs,J)n1 i n1,~ycr\i\pP Draiul.11VcrJ . i0.~llse..~ O! 19. dt'( (r,'akd on 3'11 f';;009 9:20 AM
JI) 4 Previous f)(ld(ci Date: 06l2J!2010
CITY OF NEWPORT, RHODE ISLAND
APPLICATION FOR LICENSE
DATE_May 16, 2011
Drain Layer Licenses expire on June 30th each year. The renewal application must be submitted in
time to go before the' City Council prior to July 1st.
An insurance bond is required and must be approved by the Engineering Department.
!~ i!
Drain Layer Licenses expire on June 30 th each year. The renewal application must be submitted in
time to go before the City Council prior to July 1st.
Y ;\1\-1 iscdlallC(1LiS Liccn,e,\J)rainl';'ycr\App1)r;1I11 Layer!. i\,\cll$' ..o009.dl.l,· Crcall'd 011 3i J 112009 9.11J ,\1\1
J[) J Previous DDckel Dale: U6/09/20 I 0
CITY OF NEWPORT, RHODE ISLAND
APPLICATION FOR LICENSE MAY 2 3 2011
i
DATE,.::MClV 16, 2qHJ
TO THE HON.9flABLE COUNCI~ QFTHE <;rWPF N~VVPORT:
i It-:~:'ii::;_c "
Applicatiort' isffiad~i!f6rthe following' Iicehse: "/DuINLA'YER
Date of Duration: _ANNUAL_ Business Telephone: _(401) 253-5825_
Location: 'Streets of Newport' _
Drain Layer Licenses expire on June 30 th each year. The renewal application must be submitted in
time to go before the City Council prior to July 1st.
An insurance bond is required and must be approved by the Engineering Department.
Drain Layer Licenses expire on June 30th each year. The renewal application must be submitted in
time to go before the City Council prior to July 1st, '
y ,\1'..1 iscdhlllCl11l;; I jc,'IN:s\Dr<tin 1.'lycr\:\pp Dnlinl ,<\VCrl,IClcIlSC. 20()'),<llIC Creakd 011 3'11 <'00') 9:20 i\!'"j
1U 14 Previous Dockd Dille', 06/09/2010
II
li
;1
i'I\\
tol fll l
-II ~
!~I)~\Y OF NEWPORT, RHODE ISLAND
'), 2011 ,.\\.,))\APPLICATION FOR LICENSE
, MAY 2 V."·- \
BUSINESS ADDRESS l!~ '-f j[~ i!JJeS' <..A./W?~ TEL. # r:-W. If,C 9: ~
2, _
3.
-------....,....--------------------
x~h~lJvl!P:z.
(APPLICANT SIGNATURE)
STATE OF RHODE ISLAND NEWPORT, Sc.
'\.'\ \j ..:!! .
Li i'. f
l! I I'
1-!
,, I (: 1 \ I '"
CITV OF NEWPORT, RHODE ISLAND \. MA\ 2 -, 2.0 I, , .,!
The uudersigned respectfully petitions the Honorable Council for a HOLIDAY LICENSE to allow retail sa es on
Year's Day, MemoriaiDay, FOUlth of July, Victory Day, Labor Day, Columbus Day, Veteran's Day, or on y day whi~lr,afwehuirlerat~.~.oH~!l.yis
1Ji'erongWjng4Q.UdaY5~·Nev/
officially celebrated_ No Holiday License sball be issued and a retail business shallllot be open Decem er2Stb -of anyYear or Thanksgiving
Day, exeept pharmzciea, retail stores that principally sell food products and which 0mploy fewer tbansi!! employees per shift at anyone
location, nower, gill-den lind garden il14:cessory shops, video stores, and bakeries. (HI General Law 5-23)
LICENSE DURATION:
BUSINESS OWNER:
(lndivid\lal, CorpILLC, etc.)
BUSINESS D/B/A:
BUSINESS LOCATION:
Owner/Representative:
Authorized Signat1l.8Jre:
Owner's Home Address:
Business Telephone No.:
..=s---...
~LING @I!RESS: .(drde on!l~~slocatioA. ,.(b) ow~'s address_..(c) otl!e.r..!§l!ccifIl
BUSINESS OWNER:
(Individl.lal, CorplLLC, etc.)
BUSINESS D/B/A:
BUSINESS LOCATION:
Owner/Representative:
It,ft(,~e~:ge ~@3CJl£1~ by; .." _ ,~, "_•. .,.",.._".,.., _." ,,, ,,~ "......... ~)~h~; "..' " __ .<., ~ .." .,._" ,_ ~- ~.,"
_,•. •••..
r)(,,>C(CX;f' ~~ I~.: i·[I·::rr~~\Vj .ll~}~·jll)l
'0{CZ/(/
errv OF NEWPORT, RHODE ISLAND
1'lil[11
J L,: M1\'( 2~) 2011 Ii.~_~~)
The undersigned respectfullypetitions theHo~orable Council for a HOLIDAY LICENSE to allow retail sales I) the
Year:s Day, Memonal Day, Fourth ~f July, VictOry ?ay, Labor Day, Columbus Day, Veteran's Day, or on any ay which al\X{lnH~l;;ra!-ed:h~\iday is
fO~IOwi~.R9\~~~YS:_-ri"lf."---J
officially celebrated. No Holiday LCC(lnse shall be Issued and a retail business sballuot be open D~ember ~!!!-of-allly·yearor-T!umksglvi"g----·~--_·
Day, except pharmacies, retail stores tbat principally sen folid products and which employ fewer than sill: employiOOfil per shift at anyone
locatioD, flOW01r, giU'den and garden acc~ssory llhopll, video storres, and bakeries. (RI General Law 5'~23)
BUSINESS OWNER:
(Individual, CorpILLC, etc.)
BUSINESS D/B/A:
BUSINESS LOCATION:
Ollmer/Representative:
Alllthorized Signature:
Owner's Home Address:
Business Telephone No.:
PREVIOUS BUSINESS D/B/A: __. ~"' - .__.__. ~_ . _...__. . . ~'_' ' " ' ' _
PREVIOUS BUSiNESS ADIJRESS; ... ..__._. .. __. . . .. -' .._. ~ ,..__. ._
PREVIOUS OWNER'S SIGNATURE: _..__ N ... • ~.~ ~, •• _ • • _ _ ••• •• ...._ _. , , " .c,,"~ • ...._ .._ ••. .
~f2 it
lMax~
OwnerlRepresentative:
E-Mail Address;mnuki@newportmajestic.com
-------------- - - -
!Lft,~i1;Jl)ge ~@3~J!OO by~ .."C»_."_.•,<'",<"~'.. H . . . . " . . " _ , ,• •# . . . , . , . . _ . . . . . " .." . ,•• _. '.'._'. ,,~~_ ... , . DfIi. t~; .,,_~ ,_~-.~_'''.~n'.< ....,_ ,w.-<,. .. _ ...._ -, ..
yc':,:> ctcx",,·f·· u7c~
CITY OF NEWPORrF, ~wtSLAND
The undersigned respectfully petitions the Honorable Council for a HOLIDAY LICENSE to allow retail sales on the following holidays: New
Year's Day, Memorial Day, Fourth of July, Victory Day, Labor Day, ColumbusDay, Veteran's Day, or on any day which any ~numerated holiday is
officially celebrated. A retail business shall not be open December 25th of any year or Thanksgiving Day, except pharmacies, retail stores
~G 'Uw,-n)
HOLIDAY SELLING LICENSE RENEVI ~~-nrn ...
that prin~ipally sell food products and which employ fewer than six employees per shift at anyone location,flower, garden and garden
=::::o~:··~b';"
April 1, 2011 through March 31, 2012
,
t,
a ~···-... :c" ..•...
MAY, 2 7· ?nl1,
'~.. ~
BUSINESS OWNER: Wagon Wh~~l Corporation
L"CJ'ji;'Jfi,'c:;,,;;""'-'_~ ,-1
(Individual, Corp/LLC
-•.. - -'':':':'"
_
,-
--....C'
.•
lcf _-+
..~--.......-
The business is principally engaged in the sale of the following types of goods: ----
BUSiNESS OWNER:
(Individjlal, CorpILLC, etc.)
BUSINESS D/B/A:
BUSINESS LOCATION:
Owner/Representative;
Authorized Signature:
Owner's Home Address:
Business Telephone No.:
usiliiess locatio
The business is principally engage~ in the sale of the fonowing types of goods: -6~G~:t__~le....~_.~ . ~. __
__ ~...Qf+S -t- .~&c:s_. ~ . .. ~,; ~ ._
City of Newport
Department of Public Se.-vices
Clean City Program
\
Description of Vehicle
Vehicleldel1tification Number __:t~'t"'--LS~I:)~ ......-
Vehicle License Plate Number 41 L( So A Make \<~Yl~oR.~
COlor .....--aIAC.k Type of Body Ron t.1l:£±.~..- _
Gross Vehicle Weight 7M(}7JC) Unladen Weigh,t !-o, 7 L/(;)
Vehicle used for the transportation of Con~-wvch:o"'" d.~bR.':l I Iv 11K.,. WA ~T C
Has the vehicle been issued an Inspection Certificate by the State of RI? _
Dascripticm of Vehicle
.,.,1F-Jl!",;.?:2..-.i'-------....,-r:
Venicleldentification Number -".....
Vehicle License Plate Number L.t q "J"l'J A Make Ke VI WoR.-t!,
Color J\'ft<.X, Type of Body_Rat'· QA=---=-~ _
Gross Vehicle Weight '7 ~ oro Unladen Weight f~ .18.2:
Vehicle used for the transportation of fort
~\W ~Y) d~be,';
c.:\:t ~Jlk;l·!..U!\-sFJ
Has the vehicle been issued an Inspection Certificate by the State of RI? _
1
0~/17/2011 11:18 8607473007 PAGE 03/03
Page 2
Description of Vehicle _
Vehicle Identification Number ---c"!.-'-'R';5:;:::--'3.-:- :.-:-.,..-_;;-:-
Vehicle License Plate Number~ -/liE A Make . KeOA<J,l?AAh
Color f>lA c::.K Type of Body R0.\]L.-'.lD",:ff~_...L-_ -:-:--- _
Gross Vehicle Weight 73/ lTO\') Unla.den Weight 00 !:",tlJO
Vehicle used for the transportation of C61'\;>\"'0' ~ de. b ('i':'-~""""l9>il'"B~O<CU"'-L-l(-Y-;;-:-k)---:-A-s-"rF
Has the vehicle been issued an Inspection Certificate by the State of RI? _
Description of Vehicle
Vehicle Identrfication Number Tft 5 <0
Vehicle qcense Plate Number-----,~+.qr7=-=7'="/:::.,A,::----M--,-a-ke---,-KC"7e.o '..1 C/R:l-b
Color {6 '~l<.. Type of BOdY---:--:-:·:,-,A:""o:-,-l\,-,o=-~~=:-- _
Gross Vehicle Weight ? 3, fJ(J() . Unladfi!n W~ight TI,9cro
Vehicle used for the transportation of v.r'\.~~iJ e.-1-t 0", d.~ 'lor=-i--;-'-'-'/'l-p,;,-==-v-"r..--Iol:---Cy-w-As---:re:
Has the vehicle been issued an Inspection Certificate by the State of RI? _
De$cription of Vehicle
Vehicle Identification Number _'I-:b:LR"-='S==-7.L-- --,-,---_..-
Vehicle LiFenl'\~ Plate Number qq '1</<J A- ... Malw_ 'I( e.~S'lB-%
Color '!BI A (.K. Type of Body-----,'·Ko-:"on=:-:':-::"o"-'ft'.2::-_ _~ _
Gross Vehicle Weight 7)1000 Unladera WeighL Ol:z )-ftO ,....
Veh icle used for the transportation of ~ S \r,; ~ d~brts Ie.'I W'U'lb
l16cJL
Has the vehicle been issued an Inspection Certificate by the State of RI? .. .
Dttscription of Vehicle
Vehicle Identification Number ----;:-;-;--_ _
Vehicle License Plate Number -;:,---_::-= Make
Color -:-:--:-:--:-,-,-,--,---,__ Type of Body .----------
Gross Vehicle Weight Unladen Weight._~ _
Vehicle used for the transportation of,---:--,--=---::-:,--,---':_-:---=_--::-=~ _
Has the vehicle been issued an Inspection Certificate by the State of RI? _
Description Qf Vetlicle
Vehicle Identification Number ----;:-:-;--_ _
Vehicle License Plate Number ----=,--_::-= Make. --
Color _.,-,-.,..-,....,,-,___ Type of Body,---':-::-:-::-:-.,..-_~ _
Gross Vehicle Weight _ _-:-:-:---_ Unladen Weight'-- _
Vehicle used for the transportation of,_ _-o----:_,..--,_ _-;:---,----::-==-- _
Has the vehicle been issued an Inspection Certificate by the State of RI? _
Description of Vehicle
Vehicle Identification Number ,.,,-,--_ _
Vehicle License Plate Number -=_--::_:::_ Make. _
Color ~-:-:--:--:-:-:--:-:-o--- Type of Body,---':-::-:--:-;-..,--_-------
Gross Vehicle Weight ,---_ Unladen Weight'-- _
Vehicle used for the transportation of--::_-::---:-;::,--,---':,---':-:---=-,.:----::==-- _
Has the vehicle been issued an Inspection Certificate by the State of RI? _
City of Newport
Department of Public Services
Clean City Program
Description of Vehicle
Vehicle Identification Number 1FVACWAK5 41Uqtf,1 dd
Vehicle License Plate Number ,ex, A3:Zfl.~ ake Freightliner
Color Green - - r of Body Hook Lift
Gross Vehicle Weight 36, 000 Unladen Weight 15, °°°
Vehicle used for the transportation of Hook Containers and Ga rbage
Has the vehicle been issued an Inspection Certificate by the State of RI? No
Description of Vehicle
Vehicle Identification Number 1XP9L59X1GN202224
Vehicle License Plate Number (''1'411 ?Ol\ Make Peterbuilt
Color Green Type of Body--:~.=.T~an~d~e~m"'_::c::--::-:-:,__----
Gross Vehicle Weight 54 ,
Vehicle used for the transportation of
°°° Unladen Weight':::-=::733=-::c,o:,:-:o"o:.,..::-::;;::==-_
Roll Off Containers and Garbage
Has the vehicle been issued an Inspection Certificate by the State of RI?_-"N"'o'-- _
1
City of Newport
Department of Public Services
Clean City Program
Description of Vehicle
Vehicle Identification Number --:~,----
Vehicle License Plate Number -=,--_:-= Make _
Color _-,-,---,-,...,-;--:-::--,-_ Type of Body _
Gross Vehicle Weight _ _-,-,,--_ Unladen Weight'-- _
Vehicle used for the transportation of--;:_-;;:---;:-;:--:-:----:-:---=--:---=-=:-- _
Has the vehicle been issued an Inspection Certificate by the State of RI? _
1
Private Hauler Name: r;l STA-I2.- Ii )ft5L£ Qi~i'lL
Customer Roll Format Accounts
Customer name Service address Yearly- Seasonal
First & last or business name # Street City Zip Code Y S
.:cfl ,--.j me r,(L£6oL lie::; l-I-0 0s:T", ,t) NfJ~\0,,(2;(
.
Description of Vehicle
Vehicle Identification Number _
Vehicle License Plate Number -:=:--_::-= Make _
Color -:--:--:-:-.,..-;-:-:-:-:--:--_ Type of Body----:-:-:-:-:--:-- _
Gross Vehicle Weight _ _-,-.,...-_ Unladen Weight'-- _
Vehicle used for the transportation of---,,_-=--:-:-::--,..--,---:.,...--:::':---:-:-==-- _
Has the vehicle been issued an Inspection Certificate by the State of RI? _
Description of Vehicle
Vehicle Identification Number ~~---
Vehicle License Plate Number -:==--_::-= Make _
Color -:-:--:-:-.,..-;-:-:-:-:--:--_ Type of Body--:-:-:-:-:-.,...- _
Gross Vehicle Weight _ _---,__ Unladen Weight. _
Vehicle used for the transportation of---,,_--=--=:--,..--,-_.,...--:::':---:-:-==-- _
Has the vehicle been issued an Inspection Certificate by the State of RI? _
1
Page 2
Description of Vehicle
Vehicle Identification Number -:-;--;- _
Vehicle License Plate Number --==--_ _:_=_ Make, _
Color -:-;--:-;--,-:-:-:--:-,-:"...,-_ Type of Body---:7:-:-:-..,.- _
Gross Vehicle Weight .,---_ Unladen Weight'-- _
Vehicle used for the transportation of--::-,-~--,-,,=---,--:--.,..,---=-,-.,.._-=-==- _
Has the vehicle been issued an Inspection Certificate by the State of RI? _
Description of Vehicle
Vehicle Identification Number -;-:-~---
Vehicle License Plate Number ---==--_ _::_::_ Make _
Color -:-;-...,--,-...,-:-:-:--:-,-:"...,-_ Type of Body---:7:-:-:-..,.- ~
Gross Vehicle Weight Unladen Weight'-- _
Vehicle used for the transportation of--::-,-~-:-:-=---,--:---:-:--=-:-:-_-=-==- _
Has the vehicle been issued an Inspection C~rtificate by the State of RI?_ _~ _
Description of Vehicle
Vehicle Identification Number -:-:--:- _
Vehicle License Plate Number ---==--_ _:_=_ Make, _
Color -;-;--;-:-:-;-:-;-;-:-:--_ Type of Body ---'-----
Gross Vehicle Weight _ _-,-.,..,--_ Unladen Weight, _
Vehicle used for the transportation of,--:-:----:::--::-::-...,-..,.--::--:::-:--:_-;-;:;c;-;o- _
Has the vehicle been issued an Inspection Certificate by the State of RI? '--_
Description of Vehicle
Vehicle Identification Number -:-:--:- _
Vehicle License Plate Number -::-,-_:-= Make _
Color -,--,-.,---....,...,......,.....,.__ Type of Body_7:-:-:-.,--- _
Gross Vehicle Weight _ _-,-.,--_ Unladen Weight'-- ~
Vehicle used for the transportation of--::-,---:::--:-:-::--,-:---:-:--::::-:-_-;:-;:::;;;- _
Has the vehicle been issued an Inspection Certificate by the State of RI? _
Description of Vehicle
Vehicle Identification Number -;-:-~--_
Vehicle License Plate Number_______ Make _
Color -,-,-...,...,-...,-:-:-:--:--:-,-_ Type of Body--::-:-:-:-:-:-- _
Gross Vehicle Weight _ _..,..--:-:--_ Unladen Weight. _
Vehicle used for the transportation of-----,,--_ _=--_.,-----,---:=-,--_-=-==- _
Has the vehicle been issued an Inspection Certificate by the State of RI? ,--__
Description of Vehicle
Vehicle Identification Number -:-:--:- _
Vehicle License Plate Number --==--_ _:_=_ Make, _
Color _..,....,----:.,...,-,....,-__ Type of Body--::_:-:-,-- _
Gross Vehicle Weight _ _-,--:-_ Unladen Weight'-- _
Vehicle used for the transportation of--:::---=--:-:-::--,-:---:-:--::::-:-_-;:-;:::;;;- _
Has the vehicle been issued an Inspection Certificate by the State of RI? _
2
Patriot-Disposal Co•• Inc.
Private Hauler Name: 2208 Plainfield Pike
;mnOSlOll;l'l1 UZllIS
Customer Roll Format Accounts
Customer name Service address .
Yearly Seasonal
First & last or business name # Street City , Zip Code Y S
Newport Tokyo House 6 Equality Park Place AL0h';()Ok1" h~:ird/n ,,/
Brooks Bros.Country Club 139 Swinebume Row ' 0
Lawrence Waste 580 Thames St
Heatherwood - r- 398 Bellevue Ave
Via Via Restaurant - r- 372 Thames St
X-tra Mart - f- 27 Memorial Blvd
I
Cosa Nostra Restaurant 266 Bellevue Ave
This has always been a wonderful time for the members of our congregation
to come together and enjoy great fellowship, fabulous food and some
recreational fun. This year we are expecting approximately 100 people. We
are asking for the Council's endorsement for the use of the park from
approximately 12:00pm-5:00pm. This time will include the set up of some
grills, tables/chairs, the picnic itself and time for us to clean up.
Sincerely,
Kris Baker
Admin-CrossPoint Church
CITY OF NEWPORT - RECREATION DEPARTMENT
The Recreation Department received a request to hold a church picnic in Braga Park on
Sunday, July 31 (raindate August 14) from Noon to 5:00 PM for about 100 church
members. The date has been cleared with the Newport Recreation Department reservation
schedule and the church will pay a fee to utilize the restrooms and will remove their trash
from the site.
The use of the recreational areas will be divided up into 1 hour segments so other park
users can still enjoy the site, and the summer high school league run by Ed Harrigan can
continue on as scheduled.
The church had an administrative permit from the City Clerk last summer and we had
no complaints from any neighbors, or other users.
The request is being directed for council approval due to the neighbors of the park
being concerned several years ago, about traffic and noise. No problems have been noted
over the past 8 years since the department has been monitoring the requests and
submitting them for Council approval.
We support this request and would like to move ahead and reserve the date.
CC. S. WHEELER,
:Newport 9vlajestic Cruises
This letter constitutes a fonnal request that pursuant to RIGL § 3-7-15, the City of Newport
grants Newport Majestic Cruises to serve alcoholic beverages to patrons aboard the Majestic
while at dockside at 2 Bowen's Ferry Landing in Newport Harbor for the 2011 season.
Should the Commission wish to discuss any aspect of this request, I would be pleased to appear
at its convenience. Please let me know if this will be required.
Max Nuki
Owner
Newport Majestic Cruises
=w__
=_=~= ..
:;;;c =_ _
~~ IT V L~'" z;;:;:;:~ =~,===-=,_~
-----f'~~t/{~----
Questionnaire in support of such application has been made.
3. This license is subject to revocation and/or suspension for violation of my condition upon
which it is held, or of any rule or regulation to which is subject.
1.
~~~; " I; II VI The Mainstay Inn
-' ;
151 Admiral Kalbfus Road
Newport. Rhode Island 02840
May 31, 2011 (401) 849-9880
MAY 3 1 2011 Fax (401) 849-4391
www.bestweslern.comlthemainslayinn
Ms. Kathleen Silvia
City Clerk
City of Newport
43 Broadway
Newport, RI 02840
On April 13,2011, a Newport Police Cruiser lost control while in pursuit on Girard
Avenue and hit our stone wall. Fortunately no one was injured. I am attaching a
proposal to repair the wall and the police report to seek compensation for the damage.
My understanding is the claim will be reviewed by the Solicitor's Office and then go to
the City Council for approval. If you need any further information, if you have any
questions or if! need to go before the City Council when the claim is reviewed please
contact me, I can be reached at Best Western The Mainstay Inn at 401-849-9880, ext.
178.
(--~4t;;..A;D(
A ttV-t/f/)
~ Lore raeger ! - -
- General Manager
Best Western The Mainstay Inn
151 Admiral Kalbfus Rd.
Newport, RI 02840
ANY ALTERA TlON OR DEVIATION FROM THE ABOVE SPECIFICA TlONS INVOLVING EXTRA COSTS WILL BE
EXECUTED ONL Y UPON WRITTEN ORDERS AND WILL BECOME AN EXTRA CHARGE OVER AND ABOVE THE
WRITTEN ESTIMATE. ANY UNFORESEEN CONDITIONS SUCH AS LEDGE. HAZMAT. CONTAMINATION. DELAYS
DUE TO GOVERNMENT AGENCIES, WATER INflL TRA nON OR WINTER CONDITIONS WILL BE BILLED AT TIME
AND MATERIALS. THE ABOVE PRICES ARE GOOD fOR 60 DAYS FROM 05128111 AND WITH NOTICE MAY
CHANGE DUE TO ECONOMIC CONDITIONS.. UNPAID BALANCES AND DISPUTES MAY RESUL T IN A
MECHANICS LIEN. Customer will be responsible for court costs and any penalties inclUding interest that may accrue
durIng any proceedings with the aourl syst9m
THE AIl0VE PRICES, SPECifiCATIONS AI'o:D CONDlTIO;-:S ARE SATISFACTORY A'ID ARE HEREBY ACCEPTED. YOU
ARE AUTHORIZED TO DO TilE ABOVE WORK AS SPECIFIED.
DATE ACCEPTED: _
SIGNATURE:
NOTE: R.J. CA W"'L"'E:::f;:"'C=O""N::1:::RAC-:-:C::r::1N=G=-,j:::l:::'·C-=."'"'j:":S"'"'A:-P=U..,.U-:-::-y['NSURED AND LICENSED CaMPAN}'
9L01:-6178- ~017
STATE OF RHODE ISLAND UNIFORM CRASH REPORT
Reporting Agency Name report Number rraSh Date I~rash Time Iwalk loeport IParkiOLot
Newport 11-6887-AC 04/13/2011 1611
vity or Town Name
,,",WPORT
I~treet or Highway
28 GIRARD AVE
DOn Ramp
oOff Ramp
Exil# I: of Lanes Posted Speed Limit
25 ON/A DUnk
Nearest Intersection Street Direction From Nearest Intersection to Crash Site I~istance From Nearest Inter. [LatitUde Longitude
151 ADMIRAL KALBFUS RD o At Inter.~ North 0 South 0 EastO West 400 ~ Feet 0 Miles
UnitlD Driver's Last Name First Name M·I.I~OB Unit 10 I Last Name First Name M.1. DOB
1 DOYLE RYAN P 07/12/1985
Address
120 BROADWAY
I~ity Address
ICity
NEWPORT
fState Zip Home Phone rell Phone Iwork Phone State IZiP Home Phone .Icell Phone Work Phone
IaI 02840
Driver & Owner are Same Driver & Owner are Same
llowner's Last Name First Name M.1. Owner's Last Name First Name M.1.
0 CITY OF NEWPORT 0
Address
43 BROADWAY
l~ilY Address City
NEWPORT
State Zip IHome Phone Icell Phone Iwork Phone Slate IZiP IHome Phone Icell Phone Work Phone
Ia" 02840.
Insurance Company Name .I:nsurance Policy Number Insurance Company Name . rsurance Policy Number
I INTERLOCAL RISK MANAGEMENT 0 No Ins. 4269 o No Ins.
HitAnd Run Hit And Run
o Yes, MN & Driver left Scene o Yes, Driver left Scene ~No DUnk o Yes, MN & DrIver left Scene o Yes, Driver left Scene ONo DUnk
Registration # Not State Yr Reg. I:'N Registration # Not State IYr Reg. IVIN
4269 0 Reg.RI 2012 2FAHP71V78Xl11648 OReg.
VehYr.
2008
I~ake
FORD
eh Travel Direction
I~odel
~ Northbound
CROWN' VICTORIA WHITE
o Southbound
~I~olor 1:lale Type
LP
lVeh Yr. Make
o Southbound
Icolor IPlale Type
o Eastbound o Westbound o Not on Roadway DUnk o Eastbound o Westbound o Not on Roadway DUnk
~ehicle Towed? Towing Company Name IHaz Mat Placard? Vehicle Towed? - Towing Company Name IHaz Mat Placard?
~Yes ONo RHODE ISLAND DYes ~No DYes ONo DYes ONo
Person Type
1 Driver 4 Bicyclist 7 Other Ped. (Wheelchair, Person in Building, Skater, Ped. 9 Occupant of a NonRMotor Veh Transportation Device
2 Passenger 5 Other Cyclist conveyance, etc,) 10 Unknown Type of Non-Motorist
3 Pedestrian 6 Witness 8 Occuoant of Motor Veh. Not In Transoort (Parked, etc.) 11 Unknown
Unit 10 Sex Seat Position Other Location Air Bag Ejected Protection System Injury
Deployed 1 N/A 7 Child - Forw Facing
1 No
1 Unll1 M Mate /M\ 13 Other Row (Bus)
14 Unk Row
17N/A
18 Sleeper 1 NfA 5 Other 2 partially
1 Complains of Pain
2 None Used 8 Child - Rear Facing
2 Non-Incapacltaling
2 Unil2 F Female 1 2 3 3 Shoulder & lap 9 Booster Seat
15 Other Seal 2No 3 Totally 3 IncapacJlaUng
3 (elc.)
orNfA
U Unk 4
7
• ••
8
16 Unk Seal
19 Other Enclosed Area
20 Other Unenclosed Area
21 Towed Unit
6 Comb
3 Front 7 Unk
4 Side
4N/A
SUnk
4 Shoulder Only
Slap Only
6 Type Unk
10 Child - Unk
11 Helmet Used
120lher
4 Falal
5 No Injury
1. 11 12 22Unk 13 Unk 6 Unk
Name: Occupants - Witnesses - Pedestrians - Bicyclists Person UnillD Sex DOB Seat Air Bag Ejected Prot. InjUry Trans by
Type Pas. Deployed System Rescue
OY ON
OY ON
Non-Vehicle Property Damage o State Property o Cltyrrown Property IZl Private Property
Owner Address
KYRIAKIDES & KYRIAKIDES 151 ADMIRAL KALBFUS RD NEWPORT RI
Home Phone Icell Phone J~ork Phone Damage Description
401-849-9880 20 FOOT SECTION OF STONE WALL
Reporting Officer Name I~eporting Officer Badge Number l~eport Date l:rOhibit Public Release
SERGEANT JOHN J CARLONE 305 04/13/2011 No
Page 1
Report Number STA TE OF RHODE ISLAND UNIFORM CRASH REPORT
11-6BB7-AC CODING GUIDE
D- Type of Roadway
1 Two~Way, Not Divided (No Median or Barrier)
2 Two·Way, Not Dlvlded With a Continuous Left Turn Lane
3 Two-Way, Divided, Unprotected (painted >4 feet) Median
Traffic Controls
1 No Controls
2 Person
---0
3 Traffic Control Signal
7 Yield Signs
8 Warning Signs
9 Railway Crossing DevIce
1
4 Two·Way, Divided, Positive Median Barrier 4 Flashing Traffic Control Sig. 10 Pavement Markings
5 One·Way Trafficway 5 School Zone Signs 11 Other
.0-
6 Unknown 6 Stop Signs 12 Unknown
Road Surface Condition (Prevailing) Pre-Crash Traffic Controls Malfunctioning, Damaged or Missing?
1 Dry 5 Ice/Frost gail
2 Wet 6 Water (Standing, Moving) 10 Other
Oves 0No ~ N/A
3 Snow 7 Sand 11 Unknown Construction Zone Crash?
4 Slush 8 MUd, Dirt, Gravel (Crash Occurs In or Related to Construction, Maintenance, or Utmty Work Zone.
0-
May Include Vehicles Slowed or Slopped because of Work Zone)
Light Condition (Prevailing)
OVes ~No
1 Daylight 5 Dark - Not Lighted
2 Dawn 6 Dark - Unknown Lighting Construction Workers Present?
3 Dusk 7 Other
4 Dark· Lighted 8 Unknown OVes ~No
0-
1st
Weatller Condition (Prevailing) Contributing Circumstances Environment -----~-------j2
1 Clear 5 Sleet, Hail (Freezing Rain or Drizzle) 1 None
2 Cloudy 6 Snow 2 Weather Conditions
3 Fog, Smog, Smoke 7 Blowing Snow 3 Physical Obstructions
4 Rain 8 Severe Crosswinds 4 Glare 2nd
5 Animal(s) in Roadway
D-
6 Other
7 Unknown '---
Manner of Impact
~
1 Not a Collision Between Two Motor Vehicles in Transport
2 Rear End (Front-to-Rear) 3'd
3 Head-On (Front-to-Front)
4 Angle (Front-to-Side) Same Direction '---
5 Angle (Front·to·Side) Opposife Direction -
6 Angle (Front-to-Side) Right Angle (Includes Broadside) 1st
7 Angle-direction Not Specified 2
8 Sideswipe, Same Direction
9 Sideswipe, Opposite Direction -
10 Rear-to-Side ~
11 Rear-to·Rear 2nd
12 Otller
13 Unknown
'---
~
School Bus Related Crash? 3,d
(Directly Involved Indicates Contact was Madej
1
~icle#1
!---------------------LJnitTypss--------------------
1 Passenger Car 6 Motor Home 11 Motorcycle 17 Tow Truck
0
2 (Sport) Utility Vehicle 7 School Bus 12 Moped 18 Pedestrian
3 Passenger Van 8 Transit Bus 13 Low Speed Vehicle 19 Bicyclist
4 Cargo Van (10K Ibs(4,536 kg] or Less) 9 Motor Coach 14 Other Ught Trucks (10K Ibs [4,536 kg] or Less) 20 Witness
5 Pickup 10 Other Bus 15 Tractor Trailer or Combination (More than 10K Ibs [4,536 kg]) 21 Other
16 Medium/Heavy Trucks (More than 10K ibs [4,536 kg))
Vehicle #1
D Yes ~ No ------88085 this Vehicle have Seats to Transport 9 or more people, Including the Driver's 8ea'"t11------ DYes D No
Vehicle #1
OVes ~ No ------------ Was this Vehlcte in Tow? - - - - - - - - - - - - - - - 0 Ves 0 No
6
Vehicle #1
1 No Special Function
2 Taxi
Special Function Vehicle
3 Vehicle Used as School Bus
4 Vehicle Used as Other Bus
5 Military
6 Police
-------------------0 7 Ambulance
8 Fire Truck
9 Unknown
Page 2
Report Number STA TE OF RHODE ISLAND UNIFORM CRASH REPORT
1l-6887-AC CODING GUIDE
Vehiole #1
~Ves DNa Dunk ~------_Police,Ambulance
D
or Fire Truck Responding to a C a l l ? / - - - - - - - - DVes DNa DUnk
1
~~ole#l
f------~~----------~-~MotorVehicle P o s i t i o n - - - - - - - - - - - - - - - - - - - -
1 Motor Vehicle on Roadway 2 Motor Vehicle Parked 3 Working Vehicle/Equipment
Vehicle #1
4 f--------~-~~~---------
Extent of Damage-~--------------~---___j
1 No Damage Observed 2 Minor damage (less than or equal to $1000) 3 Functional Damage (greater than $1000)4 Disabling Damage (greater than $100
-~-------ID
Vehicle #1
39 I--------~-------------Most Harmful Event
Non-COllision: Collision with Person, Motor Veh, Collision with Fixed Object:
or Non·fixed ObJ:
1 Overturn/Rollover 9 Pedestrian 16 Impact Altenuator/Crash Cushion 28 Tree (Standing)
2 Fire/Explosion 10 Pedalcycle 17 Bridge Overhead Structure 29 Landscaping
3 Immersion 11 Railway Vehicle (Train. Engine) 18 Bridge Pier or Support 30 Utility Pole (ElecfTele)/Light Support
4 Jackknife 12 Animal 19 Bridge Rail 31 Highway Lighting/Light Standard
5 Cargo/Equip. Loss or Shift 13 Motor Vehicle in Transport 20 Culvert 32 Traffic Sign/Support
6 Fell/Jumped from Motor Veh. 14 Work Zone/Maintenance Equipment 21 Curb 33 Traffic Signal/Support
7 Thrown or Falting Object 15 Other Non~Fixed Object 22 Ditch 34 Traffic Control Box
8 Other Non-CoJilslon 23 Embankment 35 Variable Message Board/Arrow Board
24 Guardrail Face 36 Other Post, Pole, or Support
25 Guardrail End 37 Fence
26 Jersey/Concrete Traffic Barrier 38 Mailbox
27 Other Traffic Barrier 39 Other Fixed Obj. (Wall, Building, Tunnel, etc.)
11
Vehicle #1
I--------~-------------Vehicle
40 Unknown ~ Most Harmful Event
•
Bus Tractor Trailer
Page 3
Report Number STATE OF RHODE ISLAND UNIFORM CRASH REPORT
11-6887-AC CODING GUIDE
1st 1st
Vehicle #1
22 h - - - - - - - - - - - - - - - - - - - - Sequence of Events ---------------------,~
Non-ColJlslon: Collision with Fixed Object:
1 Overturn/Rollover 16 Impact Attenuator/Crash Cushion 28 Tree (Standing)
2nd 17 Bridge Overhead Structure 29 Landscaping 2nd
2 Fire/Explosion
3 Immersion 18 Bridge Pier or Support 30 Utility Pole (Elecrrele)/L1ght Support
39 4 Jackknife 19 Bridge Rail 31 Highway L1ghling/Light Standard
5 Cargo/Equipment Loss or Shift 20 Culvert 32 Traffic Sign/Support
6 Fell/Jumped from Motor Vehicle 21 Curb 33 Traffic SlgnaiiSupport
7 Thrown or Falting Object 22 Ditch 34 Traffic Control Box
3rd 23 Embankment 35 Variable Message Board/Arrow Board 3rd
B Other Non~Comslon
24 Guardrail Face 36 Other-Post, Pole, or Support
30 Collision with Person, Motor Veh, 25 Guardrail End 37 Fence
or Non-fixed Obj: 26 Jersey/Concrete Traffic Barrier 38 Mailbox
27 Other Traffic Barrier 39 Other Fixed Obj. (Wall, Building, Tunnel, etc.)
9 Pedestrian
4th 10 Pedalcycle 4th
11 Railway VehIcle (Train, Engine)
12 Animal
13 Motor Vehicle in Transport
14 Work ZonefMalntenance Equipment 40 Unknown - Sequence of Events
15 Other Non-Fixed Object
1
~~r~cle*l
f - - - - - - - - - - - - - - - - - - - - - - D r i v e r Distracted---------------------~
1 Not Distracted 4 Other Inside the Vehicle
D
2 Electronic Communication Devices (Cell Phone, Pager, etc.) 5 Other Outside the Vehicle
1
D~r~~e#l
3 Other Electronic Devices (Navigation Device, Palm Pilot, etc.) 6 Unknown
I--~------------------Physlcal
1 Apparently Normal
2 Emotional (Depressed, Angry, Disturbed, etc.)
Condition of Driver------~------------_l
4 Felt Asleep, Fainted, Fatigued, etc.
5 Under the Influence of MedicatlonsfDrugs/Afcohol
D
3 III (Sick) 6 Other
1st
.------
Vehicle #1
I - - - - - - - - - - - , - - - - - - - - - - N o n - M o t o r i s t Safety E q u l p m e n t - - - - - - - - - , - - - - - - - - - - !
1 None 5 Lighting
2 Helmet 6 Other
3 Protective Pads Used (Elbows, Knees, Shins, etc.) 7 N/A
Vehicle #1 4 Reflective Clothing (Jacket, Backpack. etc.) B Unknown
r - - - - - - - - - - - - - - - - - - - - A l c o h o l and/or Drug T e s t l n g - - - - - - - - - - - - - - - - - - - - . ,
c5
Driver Vehicle #1 Driver Vehicle #1
A~'C_O_h_O~::~t_Re~s~u~lt~~~~~~~~~=D
Chemical Test
I
Alcohol
I
Drug
I
Alcohol
I
Drug
~ ~ 0--0
None Given
o -------pending-------O
0 o --~ Test Refused - - - 0 - - - 0
o -------Unknown 0
0 Unknown If Tested 0
Driver Vehicle *1
0--0 Blood 0--0 I Drug Test Result -------.1
0 0 Urine 0--0 o -------- Posilive-------~O
Not to Scale
Page 5
Operator Information Sheet
11-6887-AC [State Report Required: YI
General
Accident Date Time Reporting Officer
04/13/2011 1611 SERGE~T JOHN J CARLONE
Location City State ZIP
GIRARD AVE / ADMIRAL KALBFUS RD NEWPORT RI 02840
••• . •
Last Name First Middle Suffix Veh/Unit ~ Injured
DOYLE RYAN P 1 o Fatality
Number Street Suffix Apt City State ZIP
120 BROADWAY NEWPORT RI 02840
lA\'foOB Home Phone Work Phone License State/Number
07/12/1985 RI 3030511
Insurance Company Policy Number
eli;
Last Name First Middle Suffix Home Phone Work Phone
CITY OF NEWPORT
Number Street Suffix Apt City State ZIP
43 BROADWAY NEWPORT RI 02840
Insurance Company Policy Number
rnn eLast Name First Middle Suffix Home Phone Work Phone
Ileg]
.~ .. Insurance Company Policy Number
H)
Iii'
I)
Year Make Modei VIN
'9
- ~-;;J1- -
On 04/13/2011 I was assigned to Traffic Car. At 1611 hours I responded to the area of Girard Avenue behind
the Best Western for an accident involving a marked police vehicle. I responded from Americas Cup Avenue.
On arrival I spoke with Officer Doyle who stated that he was sore due to the collision but otherwise felt ok. I
could see that Police Vehicle # 4 was on top ofthe stone wall that borders the Best Western Property and had
come to rest against utility pole # 16. Sgt. Carlone arrived along with Officer Turmel and we blocked off both
ends of Girard Avenue to allow Rl Towing Access to the scene. I then photographed the accident scene with the
traffic camera.
. RlTowing arrived and removed the vehicle and transported it to city yard for repair. I then went to the Best
Western and spoke with the manager Loren Traeger 6/24/53. I advised him of the accident and provided him with
the accident report number and information on filing a claim. I then cleared and took no further action.
-.- ..•
-- - - ----- --.-- _._----
SUPPLEMENTAL NARRATIVE FOR OFFICER RYAN P DOYLE
- ~ . --
Ref: 11-6887-AC
Entered: 04/14/2011 @ 1007 Entry ID: 419
Modified: 04/14/2011 @ 1011 Modified ID: 419
Approved: 04/14/2011 @ 1242 Approval ID: 307
Doyle #419
Operating VI (marked patrol vehicle) with it's emergency lights and siren activated north on Girard
Avenue. As I approached the tum on Girard Avenue near the Mainstay, I began to slide due to heavy rainfall,
water accumulation on the eat side of the road, and a drainage ditch. Slide across Girard Avenue striking a stone
wall and telephone pole. At the time of the incident I am feeling minor pain and discomfort in my right hip as
well as back and neck. I am not seeking medical attention at this time, but will it the pain increases.
-'- ...--- - - ----- --zr-- _n_~~_ --';::J-" -
VI traveling North on Girard Ave. VI had emergency lights and siren on attempting to stop a motor vehicle. As
VI came around a slight bend in the road a pocket of water had accumulated on the right side of Girard leading
into a drain. It was raining heavily and the water extended into Girard. As V I passed the drain the right wheels of
VI slid causing VI to cross the road and strike a stone wall and telephone pole adjacent to the Best Western. The
front end and right quarter of VI were heavily damaged. Traffic Officer Brown photographed the scene. VI was
towed to City Yard by RI towing. The operator VI reported slight pain on his right hip, neck and back. He did not
require medical attention at this time.
May 16, 2011
At 9:30 a.m. I parked my car on the east side of Cottage Street, north of Redwood
Street, in a section not being repaved. I did not notice any No Parking signs in this
section. I returned at 11:30 to find my car gone, and was told by a workman that the
car had been towed. Resurfacing was being performed on the section of Cottage
Street south of Redwood Street, with ample room on the section north of Redwood
Street for trucks to get by unobstructed by any parked cars (see diagram).
When I returned to the site at 1:30 p.m. I did notice one small paper sign tacked to a
tree in the north section of Cottage Street (see photo). This sign was not visible to me
when I parked my car in the morning. Similar signs posted on Redwood Street were
numerous and quite visible.
I believe the signage in the section where I parked was not adequate. I also believe
that it was not necessary to tow my car, since access to construction on the southern
end of Cottage Street was not blocked.
I respectfully request that my parking ticket be cancelled and the $107 towing charge
be refunded.
Thank you for speaking with me earlier today and for your kind assistance in this
matter.
Sincerely,
~U~B4~/2-
aa~es B. Baker
3 Highland Place
Newport, RI 02840
METER NO,
NOTICE: Parking f!neB·DOUBLE after 30 days from the date of Issuance, ffnot
paid. Under provisIons of Rhode Island General L,aws (31-3-5), re-reglsttatlon of
yourvenlcle maybe denied forfaUure to pay parJdng finelL'
For additional tnfonne.tfon: WW\¥.Cit)'ofN~com.·
."x
PLEASE CAREFULLy RfAp THE FOLlOWJNG .
'D I plead GUILlY,to·thls charge: Place payme{'lt In tJcketenvelope end return vie
mall ordeliver to City HaU ColJectJons DMslon. .
0'1 plead NOT GUILTV to this charge andwlsh .to have Munlclpal Court a
hearing:' Insert a piece of paper In the tlcf(el-envelope oonla1nIng the foIklwlng: _
your nElme, address, op8l8tor'e Il~ni& number, state, date of birth 8nd phone
number. Sriell.Y specify the reason you 8ra pleadIng not guilty. Retum.wlthln 10
deys. A timely request for a hearing prevenlslhe fine from doubling.
D. 11aal thla ticket was lsaued IN ERROR; You may request an lnl6al review of
this cltaUon withIn 10 days from the date of Issuance. Provide your r6ason{s)
for review of thIs ticket. and maude your name, address, dayUn1e phone
number and a copy of this tk:fceL Only send cOpies 'of your documentation
bacause the paperwork will not be ratumlKf to You. You wID be notified by mall
of the outcome of tha review. Do not sand payment or the original ticket at this
_=-:'::rn:;:8:;:M:::::~!::'I0:':.:P.:_::.:.:::.:-:;.:::::::::.R:;:""'::::8W
2 • '::2::0.;:8::""'::·:dw:::8::Y:.N:;:8::wpod~::R1:::.:0::2::84:;O:;.'~._~-,,_~
t.k Nf-.WPO[{.)~
(-II Y
MUNICiPAL tOUR f MORIARTY'S TOWING, llC
MAY 17 20ll 24 Hour Emergency Road Service
326 Coddington Highway
Middletown, RI 02842
R.I.D.P.U. MC# 2444
401·848-2201
9%9 F-j
{ / ." I //
I, I TIME A.M.
-"P.~M.,
I REQUESTEp./'Y
/\ }.
LOCATION OF VEHICLE
/~~,,~~5~~,~~3/~,~~~J;~«,{/
YEAR POi
1
<."
o START o RECOVERY
o SCOTCH BLOCKS
o DOLLY
o LOCKOUT 0 0
VEHICLE TOWED TO
--'1
Storage Dates
MILEAGE CHARGE
From:
... /»~ .. / / /
. ,/' /" I,.
.
To:
Date:
(-~~(.h:://~/ /
./ '''-
TOWING CHARGE ',j -
Date: /
TIme:
/ ),;-
j
Time: . / ,:;
LABOR CHARGE
STORAGE CHARGE ) i i .-
-,D+/q-) 1f It 7S, 00
"Jjl·
I
J 'I·.~.;;.· ···Yl,·.".··~.·\
. . !-:;) '[J!}'rc:·. 'L1':-,".";",'III.)"'\\/1
_~ c~ ,I.".!"'," i"·" i
1:"')"!
S (1LJC--e-i2.e.- ty I' t5;+4CAJAJ Bd'~~AJAh
i I'{ !fJ,$'?1l1W' . .! i. i \l GAI~1b.0AILI s+-
UUI /JUN - 1 2011 ;,;)/ f\J~PoR.." \?- I ,
OZG--JD
Ii
l,
DATE: _---"-'Ju""n""eC-'l",-,"",20,,-,1,-,1~_
Restrictions: ------------------------
Business Phone:
0- -~ 0 MAY 2 a 2011
Newpur>r l.lL"
tkt I Zip: 'O'd~q~o _
I====~=================================
or if Daily (list dates)
ANNUAL Clilss A (inside) $300 Class B (outside) $200(including tent) accessory only
Class C (Class J Liquor) ($500)
.!?~I~Y.. 5~1~.~~.~ JI.? P.~!. ~.~y. ~J~~~.~ .J?~!JY.. ~ !.q .l'~~ .daX. (~~~!!!~.~~. to. ~~!!Y. ~!~~s A) .
ACTION OF COUNCIL: ACTION DATE: _
Page 2 of2 "l ~ntfl(tainmentLicense A~iCf:1~
JUNE I, d\ L_ , TO MAY31, 0 ,
OWNER:
D/B/A:
S~.} br~~=
\)('0 ~
PREMISES: ",,-~\..
\ ~l3i:;=;-:;--;:;;~;-::-,s--'\J+b;-O\rt~--
AMPLIFICATION? t-tS
DEEJAY? \"\0 ct
CONCERT? Y\00
BAND?
HOW MANY MUSIC ANS? flM.
HOyv MANY VOCALISTS? ~ /0\
TYPES OF MUSICAL INSTRUMENTS?
DANCING? I
DANCE REVUE
MOVIES?
PLAYS?
OTHER '(\'/0\
Expected Attendance: __'d: :.:.~.>!." _ Seating Capacity: _d;",f-'L. "'l(Ir:c'-'-"'~:5o.: .~': :~)f- _ _
~ ,J
Your signature below indicates that you have reviewed the in!QrmatiQn Qn this two page!Qrm and agreed
that it is CQrrect. Any change will require that a new application befiled with the City Clerk~s Office•
.. ,,~."-'-"'-':;.-
SIGNATURE OF REPRESENTATIVE:
RESTRICTIONS:
OJ
-- &","
o prep
:~~~
IEJ
itc:hen
M;~~
Diego bathro
D~
vY
,,;,ti"J"O~~ ~ t.::? ~~! ~ ~ Y?f 5
' '<'
'--'-,
'SeeJ\\<.~\ S
_i
cookie jar 60 person patio c a ' I
2 additional handi pacily ~..:.::==--
bathrooms locate~io
accessible
feet from patio ~ o ;;::
::<
N
co
C
25
~
=':
"'D'./i(;2~ ..
SCALE-
DATE-
114·~I'-O"
3-25-2011
Outside bar renovation
Bowen's Whati
Newport. Rhode Island
I
site
--
\~~-
II
LLC
Business Phone:
Have you attached your Insurance copy showing the City of Newport? yes 00__
Have you provided your Harmless letter? yes~ no_'_
Have you provided a diagram for your sidewalk cafe (optional)? yes -,,/ no~
Do you have a license to serve alcoholic beverages? yes _ _ no L
::~: ::::;::~""' '1:::;S' "'~;"' ~ fu, ,ido~& "f,? y",--
---------------------------------------------------- Office Use Only -------------------------------------------------------
Conditions: _
I- ~
:s:: l[~_:_~)).,
ll. ,
:;jQ
o~
~
C- ~~~ Inil]'
~~. ITI
~2:~ ""
U1
=
_. ----0""----------.--- V) •.".":
I
<lp ~\ 'IV ALI£...
>
C.LGA.~ANC£"
0 0
i1 3h Fr
4- ....
t
-N
()
0
0 a
~
0'(.)..
l-
ll-
-E
"
rl
V1 GO
§ 0 0
-z ~\I'l. Fi
-
liJ
cL
J
If)
t
\.-
« :-
o ~
\- '2. ('l
Vl ..J
19 _•....-
\.L
G
- a 0
\--
-2
&
-0 ~
d
\d.. \.-
i.l '2
ill
- __J
-
......... ·1~:·[;.~.·;··\\·\Jll·Wr\· .
\\\\)\ \t~ ,\'J i',.... .... !!
DATE: 5/;) B/ / !
Duration: Annual
Have you attached your Insurance copy showing the City of Newport? yes ,,/ no__
Have you provided a diagram for your sidewalk cafe (optional)? yes'/ no ~
Do you have a license to serve alcoholic beverages? yes __ no~
If so, will you be extending your alcoholic beverage service to t sidewalk cafe? yes __ no
Conditions: _
I ~ ,
., -~
f!'~~' =-l I
j~-r-=:=:Li f I
i
i::--... .-- f 1 I
,',: 2fimlj (~
I
i
I
"-' I
~
',~::.::=-:,'
>--
<:
j/~-2} I
C3:-. ;
~
I
~ !__ -;:"o:-::~ I
~
I
G I
--~=--
--- _
~ ,i!
I
I
I
I
I
I -
I
I
11 °n() [.;:111
6\...}c ""0""
t5'- 0
j" ;
THAMES STREET
LJI I I
o 2' 4' 8' 16'
~_
VALET PARI<JNG PERMIT APPLICATION
__ Annual Pennit ' ___ One-time Event Copy 9f Chapter 10.22. "Valet Parking"
_V.:..- Received
PLEASE TYPE OR PRINT CLEARLYJ ()
Name of Company or Operator::JIA.. Il",,\!l1 Gylj\9J:.fr1. ~"
(Company must su~mi py ofArticles ofIncorporation and 'By.la~s.)
./ _ CD'&'\ .~
Address: 01 ::s- ~
<c-'-~,;< r\,.,<_
Authorized Signature Title -JJI----I
Date
ll
1-'
1). The cost will cover the attendant's wages and pay for the lot
location at the Emmanuel Church. The new rector, Anita Schell-Lambert
is such a new and enthusiastic addition to the church and is a huge piece
of the valet program. The church is not only generating revenue but they
are being pro active with the city ofNewport to assist in a huge step
forward.
Our company resume is also included for your review. This will allow
you to know our history and customer base. We have been providing
valet services to Newport and its historical and preservation societies for
many years. Newport Art Museum, The Redwood Library, Antique Car
Show for The Boys and Girls Club, Child & Family Services, Fiesta
Verde and The Aquidneck Land Trust, Castlehill Inn, NYYC, Lifespan &
Newport Hospital, to name a few. Customer service is where we excel
and vitally important for a valet parking program in the city ofNewport.
Please refer to reference section.
June 1,2011
City of Newport
174 Broadway
Newport,Rl 02840
This letter dated June 1,2011 is to acknowledge and take full responsibility for the care,
custody and control of any vehicle pertaining to this valet application. This vehicle will
be our responsibility during the time of customer drop off and pick up.
The City of Newport will be added on our policy as additionally insured to remove you
of any potential liability. A claim of any sort would have to provide a ticket nwnber
which can be tracked for verification to start and from there our insurance company takes
control.
Regards,
Karen West
c:Xv~~
< I,
w'ww,.VaJetConnectlon.coml
Valet Connection
May 31,2011
Table of Contents
;
-"-
··· .. -"
•
·· ..
1-'1/ I V \I~ .
0
Legeno ICom"",,,
VoJet Connection
I
I o!:8J Resident
Vo.let Ro.MP
House h=;:-------------------
Client
r--
~
1,
- . BouchQra
w "'"
:;;: RestQurQnt 8< Inn
«
z
l.L.
1/ L1.
-,• 0 fTI ( n ~
I
~ ~
w
~ I
o
>
w
I
n:: L ______ - f---------------
Company:
Leoencl
~ Resident House Vo.let Connection
0 Vo.let ROMP Client:
LlP-
.'"
Vo.te'\: Sign. Dll'lenslons. 2'x2'x3'
n::
w ~ Trees/Shrubs
'""" NfA Valet Parlcin'l Permit Application
(f)
::JLI ----l
REVISIONS
ZONE I REV I
"""""''' I ..." I APPROVEO
Q
BouchQr'd 0
/
Sl
~
0 I
I "-
I
I
I
L_ c- -------------
Leoend Company:
~~
VO-Ie'!: PodiUM DiMensions, a'xZ'x4' SIZE
---7 Va.Let Route Mo.rk Roy Jr.
Va.le'!: Sign DitoenS)OflS' a'><2'x3'
w
:::;;
«
z
LL
,~
"
L_
~cgJ~~
n~
~~
w
~
>
w
0:: o •
Legend
I:8J Resident House Vo.let Connection
o Vo.tet RUMp j Client: I
IT] Valet Sign Bouchcrd Restcurcnt ~ Inn
~ PodiuM
I Orcwn By;
Vo.let PodlUl'l Dirumsionsl 2"x2')(4' SIZE
B
Dale;
""
•
---7 Vo.let Route 5/31/2011 Mo.rk Roy Jr. A
VaJet Sign DIMensions- 2'x2'x3'
0:: Trees/Shrubs SCAL..E: N/A Valet Parking Pennit Applieation
W
~
:)t I
REVISIONS
I' ,~ ~ ~~
I
I
~
-"
•
-"
" -"
" "
- "
-
" " "
. -"
-
-"
• " -"
o "
~
" - -
"
•
Camp"")"
Le end
1ZI Resident House Valet Connection
0 Vo.let Ro.l'lp Client:
I
I
I
~
-
1 23
2 24
3 11 17 25
w
::<
<t: 4 12 18 26
z
"-
5 13 19 27
6 14 20 28
~ 7 15 21 29
8 16 22 30
w 9 31
';;;:
o 10
>
W
I:t:
32 33 34 35 36 37 38
LeQend Company:
:fl
:)1 I
VALET·1 OP 10' JM
ACORD'
~ CERTIFICATE OF LIABILITY INSURANCE
THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS
I DATE (MMJDD1YYYY)
05/24111
CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMeND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES
BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED
REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER.
IMPORTANT: lithe ceitlflCate holder IS an ADDItIONALiNSURED,thepOllcy(les) rrillat be endol1l8d. Ii SUIIROGATION IS WAIVED, subJIId to
the tenns and cond~lons of the polley, certain policies may require an endorsement A statement on this certificate does not confer rights to the
cerllflcate holder In lieu of euch endorsemsnt/si.
PROIlUCER 401-886-$600 IIiXtI~f~'
DOOrlx'\l', Agency, Inc.
17S1 Avenue 401-886-9622 I f.ll8"9•.•"" I fffc.Nol,
eastGreenwlch. RI 02818
Jennifer Medlaros 1~.4ss,
INSURERlS)AFFORDING COVERAGE HAleN
INsu""a A, Lloyd's of London
INSURED Valet Connection, Inc. INsu_s,Assoclated Infllns Co
133 Hallene Rd.
INSU_ c, Beacon Mutual Ins Co
Warwick, RI 02886
INSURERD:
INSUR&RE;
INSURERF:
COVERAGES CERTIFICATE NUMBER' REVISION NUMBER'
THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD
INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS
CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS,
EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS.
Ir~ TYPE OF INSURANCE PnUCY NUMRER ',=,,:;m,. P U YEXP
UMITS
GENERAL UABtUtv
C=-
EACH OCCURRENCE
• 1,000,00
A X COMMERCIAL GENERAL LIABILITY
00 OCCUR
LPK01543 10/27/10 10/27/11 PREM*-ES E occwene;e\
• 50,00
I ClAIM8-MAOE MED EXP (Anyone person)
• 1,00
f-
f-
p'~R!30NA!- &ADVINJWRY
GeNERAL AGGREGATE
•• 1,000,00
2,000,00
••
n'I.AGG~nEUMIT AnS PER: PRODUCTS - COMPIOP AGG INCLUDEC
POLICY ~ff?r LOC
~~~~~I{'INIjLE LIMIT
••
AUTOMOBILE UABIUTY
f-
Am AUTO BODILY INJURY (Perparson)
f - ALLO'MllED
f - AUTOS
HIRED AUTOS
,........ SCHEDULED
r- AUTOS
NON.,QVVNED
AUTOS
BODILY INJURY (Peraccldenl)
I YP~a~d~I~AMA\;jt:
• $
r- f-
•
~
UMBREiiA UA8 ~OCCUR EACH OCCURRENCE
• 1,ooo.Oo!
B EXCESSUAB CLAIMS-MAOE Pt°BW3039210 04127/11 04127/12 AGGREGATE
• 1,000,001
DED I X I RETENTION $
WORKERS COMPENSAllON
10000
X IT\\'ii-n~J,vS I !OJ!;'-
•
C
AND EMPLOYERS' UABIUTY
ANY PROPRIETQRJPARTNERlEXECUTIVE
OFFICERIMEMBER EXCLUDED?
YIN
NIA
D 61825 08/08110 08/08/11 E.L. EACH ACCIDENT
• 100,001
Ifrn
(Mandatoty In NH)
describe under
o SCRIPTION OF OPERATIONS below
e.L DISEASE - EA EMPLOYE
E.L DISEASE - POLICY LIMIT
•
$ 100,001
500,001
A Garaoekeepers Clo2445 07/17/10 07117/11 Limit: 360.00
DESCRIPTION OF OPERAllONS I LOCATIONS I VEHICLES (Attach ACORD 10t, Additional Remarks Schedule,lf more space-Ia required)
I ~?~
@1988·2010ACORDCORPORATION. All rights reserved.
ACORD 25 (2010/05) The ACORD name and logo are registered marks of ACORD
Valet Connection, Inc. Contract
This Valet Parking Agreement ("Agreement") is dated as of May 31, 2011.
and is entered into by and between Valet Connection, Inc. ("Valet") and The Emmanuel
Church
RECITALS
A. Client to provide parking lot located @ ~2 Dearborn Street which holds 50 spaces at a
time. In addition, The Valet Connection will provide valet parking services to the church
on a per needed basis at no charge for use of the lot during the year for various events.
/invitees/guests ("Guests") during the period May 201 I-May 2012, at property owned,
controlled, leased or otherwise possessed by Client located at 42 Dearborn Street,
Newport, Rl 02840.
ill.Valet services to follow~
TERMS
1. Term of Agreement. The term ofthis Agreement shall commence as of
May 31, 2011 and shall continue on through May 31, 2012.
or until terminated in the manner provided herein. In addition to any other
termination rights provided elsewhere in this Agreement, this Agreement may be
terminated by either party at any time by delivering thirty (30) days' written
notice to the other party.
2. Services. In consideration in lieu ofpayment, as further described herein,
Valet agrees to provide valet services for Client as follows:
a. Guests of the Client during the designated shifts, will be provided
valet parking services; and
b. All Valet staff will be trained, licensed and STOP certified.
A. Our staff will:
1. Arrive thirty minutes before the arrival time of Guests or at open
service hours to be agreed upon by the parties;
2. Supply the appropriate valet equipment needed. (cones,
ropes, tickets, signs)
3. Provide service for Client in full uniform; pressed.
4. Behave appropriately and timely.
c. Custom uniforms of red Valet Connection polo's and or red Valet Connection jackets
with black dress pants are required of staff. Pursuant to agreement, the Client will have
the option of requiring different attire to be worn by staff by providing Valet
written notice seven (7) days prior to the start of services.
d. Valet will provide signage for the event and location. Multiple A-frames
as well as cones and other valet equipment will be provided by Valet in
order to appropriately notify the Guests ofthe availability of valet parking
and navigate parking in areas designated by Client,
e. Valet will provide the tickets for parking to be provided to Guests by its
attendants. A four-part ticket system will be used to organize parking
and identify vehicles and their owners. The Guest receives the two piece claim
portion ofthe ticket to retrieve their car at the end of event. The next
portion of the ticket is attached with a lanyard to the keys and kept
safely in a locked key box. The last portion of the ticket is then placed
and displayed on the vehicle's dashboard. The key box/podium will be
provided by Valet kept in designated area on Clients premises at all times.
3. Insurance. Insurance will be provided by Valet Connection, Inc. A copy of our
Garage Keeper's Policy is included with this contract. This document
should be kept on file. In the event of an emergency, all Valet Connection staff is trained
to handle questions regarding the insurance. The cost of insurance is included in the cost
profile at the end of this contract.
4. Adjustments to Fees. N/A
5. Grant of Parking Area. Client hereby contracts to Valet a license to use a
maximum of_ _50_ parking spaces in Client's parking lot (the "Parking
Lot"), for the purpose of providing valet parking for Client's Guests.
6. Parking Lot Use. The Designated Parking Lot/Area shall be used only by Valet to
provide valet parking services for automobiles and motorcycles to Guests of the Client
who are valet parking. Valet shall use the Parking Lot in a businesslike
manner and in strict accordance with the terms of this Agreement. The Parking
Lot shall be used for vehicle parking and related purposes, and for no other use
or purpose. Valet shall provide appropriate signage, including any directional signage
deemed necessary or advisable by Valet, regarding the valet parking service, as well as
experienced parking attendants during all hours of operation. Said attendants
shall be responsible for receiving, parking and delivering the vehicles belonging
to the Guests of the Client for all valet parking spaces supplied. Valet shall be
on-duty and available during one hundred percent ofthe shift hours.
afforded by Valet and will be the property of Valet in the event of a dissolution of
service/contract.
2. Insurance Cost: Valet affords the cost of insurance and is a consideration in the hourly
fee charged to Client. Client may be added to Valet's insurance documentation as an
additional insured, at no cost.
3) we cover all costs of valet attendants and costs pertaining to employees to the valet
program.
4) Emmanuel Church will receive $2.00 per vehicle entering the parking lot located @ 42
Dearborn Street. This will be reported and monitored to the church.
ORDINANCE
OF THE
COUNCIL
NO. _
IN COUNCIL
READ AND PASSED
Kathleen M. Silvia
City Clerk
CITY OF NEWPORT
ORDINANCE
OF THE
COUNCIL
NO.
SECTION 2. This ordinance shall take effect upon its passage and
all ordinances or parts of ordinances inconsistent herewith are
hereby repealed.
IN COUNCIL
READ AND PASSED
Kathleen M. Silvia
City Clerk
Communication # 4851/11
Docket Date: June 8, 2011
City of Newport
REQUEST FOR CITY COUNCIL ACTION
To: Mayor Stepheu C. Waluk & Memye~~f~ City Council
From: Edward F. Lavallee, City Manag't,v
Date: May 27, 2011 I
Subject: East Bay Cousortium - HOME Loan Program
Staff Presentation: Paige R. Bronk, PZD&I Department Director
RECOMMENDATION:
Approve resolution to participate in an "East Bay Federal HOME Loan Consortium" and endorse the multi-jurisdictional
"Cooperative Agreement."
The City of East Providence initiated the concept of forming a"regional East Bay Consortium to receive direct federal
funding for housing. The attached fact sheet provides the highlights for this proposed program. The Federal Department
of Housing & Urban Development (HUD) provides formula based entitlement HOME Program funding directly to all
large cities or regional consortium that meet certain criteria thresholds. Ifthe 10 communities of the East Bay formed a
HOME Consortium, an estimated $891,000 of Entitlement HOME funding per year directly from HUD would be
provided to the Consortium. HOME funds are distributed by formula with 40 percent of the funds going to states and 60
percent ofthe funds going to Units of General Local Government (UGLG) such as the Consortium.
The attached map demonstrates that the City would benefit from an estimated $891,000 in direct federal funds. Newport
is estimated to qualifY for $289,000 in funding. The City can use the funding to assist residents with housing as
determined by the City of Newport to satisfY needs for first time home buyers, housing renovations, and housing
development. The City currently manages an existing program for home acquisition and housing rehabilitation, but with
limited funds. The Newport Housing Rehabilitation Loan program is heavily relied upon by homeowners with fixed and
limited incomes to make needed repairs to their homes. Additional funding from the creation of this Consortium could
help more individuals with their property needs.
The "Consortium Agreement" was developed by the City of East Providence on behalf of the Consortium. Each
community would have an equal vote. The City of East Providence would assume overall responsibility for
management of the program including the finances. The deadline for compietion with all 10 East Bay communities is
June 20, 2011. Representatives from East Providence will attend the Newport Council meeting on June 8th to respond to
any questions"
FISCAL IMPACT
__ Currently Budgeted (Account ~) __ Requires additional appropriation ~ _ No Fiscal Impact
SUPPORTING DOCUMENTS
Resolution
"Formation of a HOME Consortium" Fact Sheet
"Proposed East Bay HOME Consortium Estimated Allocations" Map
Mutual Cooperation Agreement ofthe East Bay HOME Consortium
RESOLUTION
OF THE
COUNCIL
No ..
WHEREAS, the City of Newport, Rhode Island currently receives and manages federal and
state grant funds to assist residents with housing needs and Newport continues
to seek additional resources and efficiency for the betterment of the
community; and
WHEREAS, the City has been approached by the City of East Providence, Rhode Island to
participate in an East Bay Consortium with the objective of obtaining increased
direct federal funds to support housing needs asdetennined by the City 0
Newport; and
WHEREAS, the East Bay communities of East Providence, Barrington, Warren, Bristol,
Portsmouth, Middletown, Jamestown, Tiverton and Little Compton have all
expressed initial support for the Consortium and are in the process 0
formalizing a Cooperative Agreement; and
WHEREAS, the City of Newport, as a Consortium Member will participate as required for
ensuring compliance with the HOME Program as it relates to the East Bay
HOME Consortium; and
WHEREAS, the East Bay HOME Consortium has prepared a Cooperative Agreement to b
executed by each East Bay HOME Consortium Member; and
WHEREAS, the City of Newport believes that East Bay HOME Consortium's designatio
by the Department of Housing & Urban Development as a Participatin
Jurisdiction entitling the East Bay HOME Consortium to federal formul
allocations of HOME funds is in the best interests of the City. NO
THEREFORE BE IT
RESOLVED: that the Newport City Council endorses and supports the formation of the Eas
Bay HOME Consortium and hereby authorizes and directs the City Manager t
enter into the Cooperative Agreement with the other East Bay Consortiu
Members including the renewal of the Cooperative Agreement for th
subsequent qualification periods.
IN COUNCIL
Kathleen M. Silvia
City Clerk
Formation of a HOME Consortium
Consortium Background
The Federal Department of Housing & Urban Development (HUD) provides formula
based entitlement HOME Program funding directly to all large Cities or regional
Consortium that meet certain criteria thresholds. If the 10 communities from East
Providence to Jamestown formed a HOME Consortium, an estimated $891,000 of
Entitlement HOME funding per year directly from HUD would be provided to the
Consortium.
• The formation of the East Bay HOME Consortium represents 100% revenue and
no costs or fees associated with this initiative presently or in the future.
• Forming the Consortium could decrease the State share of HOME funds due to
removing our demographics from the federal calculation offunds
• East Providence would act in the capacity of the lead entity responsible for all of
the administration the program
• Each Member would have equal voting power of one vote per community
• After 2 years, unspent allocations will be pooled into a Consortium wide general
fund
MUTUAL COOPERATION AGREEMENT made this June 15,2011, by and between the Cities & Towns
of East Providence, Barrington, Warren, Bristol, Portsmouth, Middletown, Newport, Jamestown, Tiverton,
and Little Compton (units of general local government) organized and existing under the laws of the State
of Rhode Island.
WHEREAS, the Cranston-Gonzalez National Affordable Housing Act authorizes the Home Investments
Partnership Program ("hereinafter "HOME Program") to provide financial assistance through the U.S.
Department of Housing and Urban Development (hereinafter "HUD"), to local governments for the purpose
of increasing the supply of affordable housing; and
WHEREAS, HUD has promulgated regulations, notices, and requirements as now or hereafter in effect,
allowing units of general local government to enter into mutual cooperation agreements to form a
consortium for the purpose of obtaining funding as a participating jurisdiction under the HOME Program;
and
WHEREAS, the signatory units of general local government intend hereby to establish a consortium to
cooperate in undertaking or assisting in pursuing housing assistance activities for the HOME Program; and
WHEREAS, the signatories to this agreement agree to comply with all requirements of HUD regulations
and requirements as now or hereafter in effect for eligibility to participate to the maximum extent possible
in the funding benefits of HUD regulations and requirements as now or hereafter in effect, to create or
improve affordable housing for their low and moderate income residents.
NOW, THEREFORE, in consideration to the mutual promises contained herein, the parties to this
agreement do agree as follows:
SECTION I - DEFINITIONS
a. "Member" means a unit of local government that is a signatory to this agreement and therefore a
member of the consortium for the purpose of carrying out eligible activities under HUD
regulations and requirements as now or hereafter in effect.
b. "Representative Member" means the unit of local government designated hereafter as the one
member to act in a representative capacity for all members for the purposes of this agreement, as
defined in HUD regulations and requirements as now or hereafter in effect.
c. "CP" means a Consolidated Plan, as defined in 24 CFR Part 91 and required by HUD regulations
and requirements as now or hereafter in effect.
This agreement is entered into for the purpose of meeting the criteria established in 24 CRF, Part 92 for
obtaining general local government status as a consortium of otherwise ineligible town and cities in order to
obtain funding for the HOME Program. Moreover, this agreement is entered into in order to benefit the
residents of both the towns and cities by enhancing the quality of life of those residents benefiting from the
HOME Program.
The Cities and Towns are members of the consortium and by execution of this Agreement hereby form a
consortium to be known as the "East Bay HOME Consortium" (hereinafter "Consortium").
The Consortium shall function as a unit of general local government for funding under the HOME program
upon designation by HUD.
The Consortium shall seek to obtain HOME funds that become available upon notice by HUD.
This agreement is not intended to limit or otherwise restrict the signatories to this Agreement fi·om
participating in programs and/or from seeking funding from HUD, or other public sources, for purposes not
involving the Consortium and the HOME Program.
The program year for the Consortium, HOME Program, and Community Development Block Grant begins
July I".
Members of the Consortium shall cooperate in the preparation of a Consolidated Plan covering the
jurisdictional boundaries of the Consortium. The preparation of the CP will take place pursuant to 24 CRF
Parts 91 and 92 as required by HUD regulations.
SECTION 6 - FUNDING
a. HOME funds allocated to the Consortium shall be disbursed and administered in the following
manner: I) Each Member will receive the HUD formula allocations for that fiscal year; 2) At the
beginning of the second fiscal year following an award, the balance of funds not committed to
projects will be allocated to a general pool to address the affordable housing needs of the
remaining Members of the Consortium. Each project funded by the general pool will be based on a
majority vote of the Consortium Members. The Representative Member will administer these
funds on a regional basis. The Representative Member shall notifY the Members of the regional
share of HOME funds allocated to the Consortium and report on its activities annually.
a. The City of East Providence (for itself and the member towns & city) shall be responsible for
obtaining the necessary matching funds or matching fund credits (see below) for all of its projects
as required by HUD regulations and requirements as now or hereafter in effect. Matching funds
and/or credits can be achieved in a variety of forms, including use of state housing funds
administered within the Consortium.
b. HUD will figure the matching funds necessalY based on the total match required for all projects of
the consortium as a whole. Therefore a single project or group of projects may contribute more
match than is required for that project or projects. The Representative Member will assign any
surplus match credit to other projects within the Consortium.
In the event that HUD requires the Representative Member to repay HOME funds for failure to comply with
the applicable HUD regulations, or for any other reason, the Consortium Member who sponsored the
project that was not in compliance shall reimburse the Representative Member for the amount of funds to be
repaid. Consistent with the foregoing, the Representative Member shall remain solely liable to HUD for
repayment of HOME Consortium funds dispersed to the Consortium.
SECTION 9 - PENALTIES
In the event that HUD assess penalties against the Consortium attributable to a Member's use of HOME
funds, that Member shall reimburse the Representative Member the full amount due of such penalties.
Consistent with the foregoing, the Representative Member shall remain solely liable to HUD for the
payment of any penalties assessed to the Consortium for its use of HOME Consortium funds.
The Consortium is responsibie for reserving not less than 15 percent of its HOME funds for investment only
in housing to be developed, sponsored, or owned by community housing development organizations
(CHDO). The City of East Providence will be responsible for allocating and administering not less than
15% of their funds for use by a CHDO.
a. The City of East Providence, acting through its Community Development Division, will be
designated as and agrees to assume overall responsibility as the Representative Member for this
Consortium and the purposes of the HOME Program, including requirements concerning a
Consolidated Plan (CP), compliance with HUD reguiations and instructions now or hereafter in
effect, for the duration of this agreement.
b. The Representative Member shall have access to all records of each of the Members related to the
use of HOME program funds for the purpose of ensuring compliance with HUD regulations.
c. The Representative Member shall establish and maintain the local HOME Investment Trust Fund
required by HUD regulations and requirements as now or hereafter, in effect.
d. The Representative Member shall establish such administrative procedures as may be necessaty to
facilitate the application for and distribution of HOME program funds.
e. The Representative Member shall be entitled to claim matching fund credit as provided in HUD
regulations and requirements as now or hereafter in effect for administrative costs incurred solely
in its capacity as Representative Member.
f. The Representative Member shall be entitled to retain interest as provided in HUD regulations and
requirements as now or hereafter in effect for administrative expenses incuITed solely in its
capacity as Representative Member.
g. The Representative Member is authorized to amend this agreement and to add new members on
behalf of the entire Consortium.
b. The Consortium and each of its Members agrees to carry out eligible activities in accordance with
the requirements of HUD regulations and requirements as now or hereafter in effect.
c. Each Member shall be responsible for obtaining the necessary local approvals for acceptance and
allocation of HOME program funds.
d. Each Member is responsible for submitting in a timely manner to the Representative Member all
information necessary for participation in the Consortium as defined in HUD regulations and
requirements as now or hereafter in effect. This includes, but is not limited to, information
necessary for the CP, the program description and certifications, written agreements executed with
subrecipients, and performance reports.
a. This agreement shall remain in effect during the period necessary to complete all activities funded
by Federal Fiscal Year (FFY) 2012, 2013, and 2014 HOME Program formula allocations or until
the consortium's status as a participating jurisdiction in the HOME Program is revoked by HUD.
b. This agreement shall automatically be renewed for the Consortium's participation in successive
qualification periods of three Federal fiscal years each. No later than the date specified by HUD's
consortia designation notice or HOME Consortia web page, the Representative Member shall
notifY each Consortium Member in writing of its right to decide not to participate in the
Consortium for the next qualification period and the Representative Member shall send a copy of
each notification to the HUD Field Office. If a Consortium Member decides not to participate in
the Consortium for the next qualification period, the Consortium Member shall notifY the
Representative Member, and the Representative Member shall notifY the HUD Field Office, before
the beginning of the new qualification period. Before the beginning of each new qualification
period, the Representative Member shall submit to the HUD Field Office a statement of whether or
not any amendments have been made to this agreement, a copy of each amendment to this
agreement, and, if the Consortium's membership has changed, the state certification required under
24 C.F.R. § 92. 10 I(a)(2)(i). The Consortium shall adopt any amendments to this agreement that
are necessary to meet HUD requirements for consortium agreements in successive qualification
periods. The automatic renewal of the agreement will be void if: the Representative Member fails
to notifY a Consortium member or the HUD field office as required under this automatic renewal
provision; a new Consortium member is added for the first year of a new qualification period; or
the Representative Member fails to submit a copy of each amendment to this agreement as required
under this automatic renewal provision.
Each Member agrees to affirmatively further fail' housing in accordance with applicable federal law.
This Agreement shall be governed by and construed in accordance with the laws of the State of Rhode
Island and all applicable HUD regulations. HOME regulations and requirements as now or hereafter in
effect are incorporated by reference for determining any issues that may arise concerning the Consortium.
SECTION 16 - SEVERABILITY
The provisions of this Agreement are severable. In the event that any provision herein is declared void or
unenforceable, all other provisions shall remain in full force and effect.
This agreement is executed in ten (10) counterparts, each of which shall be deemed to be an original and all
constituting together one and the same instrument, this being one of the said counterparts.
IN WITNESS WHEREOF, the parties hereto have executed this agreement as of the date first written
above.
City of East Providence, by its City Manager Town of Barrington, by its Town Manager
Town of Warren, by its Town Administrator Town of Bristol, by its Town Administrator
Town of Portsmouth, by its Town Administrator Town of Middletown, by its Town Administrator
City of Newport, by its City Manager Town of Jamestown, by its Town Administrator
Town of Tiverton, by its Town Administrator Town of Little Compton, Town Council President
Communication # 4852/11
Docket Date: June 8, 2011
City of Newport
REQUEST FOR CITY COUNCIL ACTION
To: Mayor Stephen C. Waluk & Mem~n)lf-the City Council
From: Edward F. Lavallee, City Managenytf
Date: 26 May 2010
Subject: Award of Bid #11-070 - Network, Server, and Printer Technical Support
Staff Preseutatiou: Laura Sitrin, Finance Director
Applicant Presentation:
RECOMMENDATION:
Recommend that the City Council award a one-year contract with an option to renew for five (5) additional one-year
periods for Network, Server, and Printer Technical Support to MX Consulting Services, Inc. in the amount of
$35,500.00.
City administration has traditionally outsourced certain information systems technical and equipment support services.
These services include; high end server support in the event of failure, unlimited remote support, support for specific
mission critical printers, and networking devices such as firewalls, switches, and routers.
N/A
FISCAL IMPACT
l Currently Budgeted (Account 011- I 00-08328-50227). Requires additional appropriation _ No Fiscal Impact
SUPPORTING DOCUMENTS
Resolution
Bid Tabulation
Corporate Information
RESOLUTION
OF THE
COUNCIL
No ..
IN COUNCIL
READ AND PASSED
Kathleen M. Silvia
City Clerk
Bid Tabulation 11-070 Network, Server, and Printer Technical Support
Years 1 2 3 4 5 6 Total
MX Consulting Serices, Inc. 35,500 35,500 35,500 35,500 35,500 35,500 213,000
Whalley Computer Associates, Inc. 43,699 45,884 48,178 50,587 53,116 55,772 297,237
~j~. the Offlcer$ of your Corportltioll orPrlnelpal$ of your LtC. Award can not be· done
withoutthe attachment.
Z . J{~V(f <-
,~
vI ../- \~-",~
Tille/Officer/Posl ton
Tille/Officer/position
Titie/Orncer!poSlt1Oli
Tille/Ol'licer/rosiilon
Tjl1e10[il~r/p(jsition
---"' Tltle/Oflkel1PQsll1on
---,._,------,-
l1tle/Officer/PQsIUon
10
Communication # 4853/11
Docket Date: June 8, 2011
City of Newport
REQUEST FOR CITY COUNCIL ACTION
To: Mayor Stephen C. Waluk & Mem~ of the City Council
From: Edward F. Lavallee, City Managet~,.,/)/)
Date: May 20, 2011 r I.. "
Subject: Award of Bid # 11-067 - Water C "'micals
Staff Preseutation: Kenneth R. Mason, Deputy Utilities Director
RECOMMENDATION:
The Department of Utilities recommends as follows the award of the annual bid for chemicals used at the two (2) water
treatment plants and for treatment of the raw water reservoirs:
The total value ofthe bid award based on chemical usage at both plants and the reservoirs is estimated at $ 682,000.
The award is based on the lowest qualified bid for each chemical. The low and second low bid for Item 4 copper sulfate
crystals was disqualified because the proposed bidders did not meet the material specifications detailed in the bid
documents. The third low bidder was used for copper sulfate. Also, for bid Item 6, the Utilities Department recommends
award for Hydrogen Peroxide based Algecide to the third low bidder. The low and second low bidder again did not meet
the minimum specifications ofthe product as detailed in the bid documents.
The chemicals are used in the treatment processes for producing drinking water at both the Lawton Valley and Station I
water treatment facilities.
FISCAL IMPACT
l Currently Budgeted (Account 15-500-2222-50335;) _ Requires additional appropriation _ No Fiscal Impact
15-500-2223-50335; 15-500-2212-50335
SUPPORTING DOCUMENTS
Resolution
Bid Tabulation
Corporation Information
RESOLUTION
OF THE
COUNCIL
No .
IN COUNCIL
READ AND PASSED
Kathleen M. Silvia
City Clerk
I Bid # 11·067
Water Chemicals
Univar Mann BioSafe Holland Feas & JCI Coyne Kuehne Borden K. A. Steel Chemrite Summit
'*.. Alt Besthoff Jones Remington
1 Four-Hundred (400) 50 lb
bags, sodium Silico Fluoride 8400.0000 10000.0000 11652.0000 9508.0000 17600.0000
I Per Bag NIB 21.0000 NIB NIB 25.0000 NIB I 29.1300 NIB 23.nOO NIB NIB 44.0000
I
2 Four-Hundred 400) Tons I
Liquid Aluminum Sulfate 139600.0000
Per Ton NIB NIB NIB 349.0000 NIB NIB NIB NIB NIB NIB NIB NIB
i
4 Twenty ,20 Tons Commercial
Grade Copper Sulfate Crystals 47200.0000 n200.0000 58124.0000 74600.0000 116000.0000
IPerTon NIB NIB 2360.0000 NIB 3860_0000 NIB NIB NIB 2906.2000 NIB 3730.0000 5800.0000
List the Officers of your Corporation or Principals of your LLC. Award cannot
be done without the attachment.
fYlMr&!¥t.L.
---' Tltle/Offl~r/Posltlon
Name Title/Officer/Position
Name Title/Officer/Position
Name Title/Officer/Position
Name Title/Officer/Position
Name Title/OffIcer/Position
Name Title/Officer/Position
Name Title/Officer/Position
11
/'
Bid # 11-067
List the Officers of your Corporation or Principals of your LLC. Award cannot
be done without the attachment.
Name Title/Officer/Position
Name Title/Officer/Position
Name Title/Officer/Position
Name Title/Officer/Position
Name Title/Officer/Position
Name Title/Officer/Position
11
·Y.'
.1
./
Bid # 11-067
List the Officers of your Corporation or Principals of your LLC. Award cannot
be done without the attachment.
RYAN JONES
JEFFREY R.W. JONES CORPORATE VICE PRESIDENTS & DIRECTORS
Name Title/Officer/Position
RECORDING SECRETARY
Name Tille/Officer/Position
.. '.
Name Tille/Officer/Position
Name Tille/Officer/Position
Name Tille/Officer/Position
Name Title/Officer/Position
Name Title/Officer/Position
11
)", .
/<."
Bid #11·067
List the· Officers of your Corporation or Principals of your LLC. Award cannot .
be done without the attachment.
Title/Officer/Position
Tille/Officer/Position
Name Tltl.e/Offlcer{Posltlon
Name Tltle/Ofjlcer/Positlon
Name Tltle/Offlcer/Posltlon
~ : .'
Name Tille/Officer/Position
:.•.....
Name Title/Officer/Position
Name Title/Officer/Position
Name Title/Officer/Position
11
Bid # 11-067
List the Officers of your Corporation or Principals of your LLC. Award cannot
be done Without the attachment.
Name T~le/Offlcer/Posltlon
Name Title/OffIcer/Position
Name Title/OffIcer/Position
Name ntle/Officer/Posltlon
11
..'::
'"'7
:",",F",'
. ':~..""",,
,..
;' .
.. i'.
j'
/ Bid # 11-067
List the Officers of your Corporation or Principals of your LLC. Award cannot
be done without the attachment.
Title/Officer/Position
Name
Name I
y",,% (W1l~~"i~
Tltle/officer/po!i!C"lol--n- - -
Name Title/Officer/Position
Name Title/Officer/Position
Name Title/Officer/Position
Name Title/Officer/Position
Name Title/Officer/Position
Name Title/Officer/Position
11
Communication # 4854/11
Docket Date: June 8, 2011
City of Newport
REQUEST FOR CITY COUNCIL ACTION
To: Mayor Stephen C. Waluk & Meljl'1Ji~ ~1he City Council
From: Edward F. Lavallee, City Managl>&,·
Date: May 23, 2011
Subject: Award of Bid #11-073 - Water Works Supplies
Staff Presentatiou: Kenneth R. Mason PE, Deputy Utilities Director-Engiueering
RECOMMENDATION:
The City received bids from seven vendors for twenty groups of products to operate the business of the Water Division
for FY 2012. Bids were received on May 19,2011. The products include meters, piping, fittings, fire hydrants, valves,
clamps, and saddles, to name a few. These products will serve the Division's needs to deliver and meter potable water,
and support the fire prevention needs of the ratepayers. The bids have been evaluated based on cost proposal,
cofilpatibility of proposed products with our existing systems, and service reputation of the vendors.
The recommended awards are attached. All award recommendations are based on low bid. The total annual value of the
bid award is estimated at $226,300. The term of the bid is for the period July 1,2011 to June 30, 2012.
The Water Division solicits bids from product vendors on an annual basis to ensure competitive pricing and the
availability of the best products on the market. Technology advances improve these products regularly; the benefits of
which the Division wants to partake on an annual basis. A complete list of products for which the Division solicited bids
is attached for your review.
FISCAL IMPACT
l Currently Budgeted (Account: see below) _ Requires additional appropriation _ No Fiscal Impact
Accounts: 015-500-02209-50275: 015-500-02209-50299; 015-500-02209-50311: 015-500-02241-50276: 015-500-
02241-50296: 015-500-02241-50275: 015-500-02245-50275
SUPPORTING DOCUMENTS
Resolution
Bid tabulation and recommended awards
Corporate information
RESOLUTION
OF THE
COUNCIL
No .
IN COUNCIL
READ AND PASSED
Kathleen M. Silvia
City Clerk
11-073 -Wayer Works Supplies
Bid Closed 19 May 2011
item # 1 500 5/8" METER W/ENCODER, REGISTER AND RTU NO BID 120.00 NO BID NOBID NOBID NOBID
item # 2 400 3/4" METER W/ENCODER, REGISTER AND RTU NO BID 130.00 NOBID NOBID NO BID NO BID
item # 3 25 1" METER W/ENCODER, REGISTER AND RTU NO BID 155.00 NO BID NO BID NO BID NO BID
item # 4 1511/2" METER W/ENCODER, REGISTER AND RTU NOBID 600.00 NO BID NO BID NO BID NO BID
item # 5 20 2" METER W/ENCODER, REGISTER AND RTU NOBID 700.00 NO BID NO BID NO BID NOBID
item # 6 4 3" METER W/ENCODER, REGISTER AND RTU NO BID 1,200.00 NO BID NO BID NOBID NOBID
item # 7 44" METER W/ENCODER, REGISTER AND RTU NO BID 1,600.00 NO BID NOBID NOBID NOBID
item # 8 106" METER W/ENCODER, REGISTER AND RTU NO BID 3,100.00 NO BID NOBID NO BID NO BID
COMPOUND METERS
item # 9 4 3" COMP METER W/ENCODER, REGISTER AND RTU NO BID NO BID NOBID NO BID NO BID NO BID
item # 10 4 4" COMP METER W/ENCODER, REGISTER AND RTU NO BID NO BID NOBID NO BID NO BID NO BID
item # 11 2 6" COMP METER WIENCODER, REGISTER AND RTU NO BID NO BID NO BID NO BID NO BID NO BID
item # 12 2 8" COMP METER W/ENCODER, REGISTER AND RTU NOBID NO BID NO BID NO BID NO BID NO BID
STRAINERS
item # 13 4 4" BRONZE STRAINER - FLANGED NO BID NOBID NO BID NOBID NO BID NOBID
'ti
item # 14 2 6" BRONZE STRAINER - FLANGED NO BID NOBID NO BID NO BID NO BID NO BID
item # 15 2 8" BRONZE STRAINER - FLANGED NO BID NO BID NOBID NO BID NO BID NO BID
11-073 -Wayer Works Supplies
Bid Closed 19 May 2011
item # 16 100 UNIVERSAL RADIO TRNSMITTER UNIT NO BID NO BID NO BID NO BID NOBID
item # 17 400 5/8 STRAIGHT METER COUPLING NO BID NO BID 4.41 4.99 NOBID NOBID
item # 18 400 5/8 ANGLE METER COUPLING NO BID NOBID 7.37 8.33 NO BID NOBID
item # 19 250 3/4 STRAIGHT METER COUPLING NO BID NO BID 5.00 ~~4ii1bf0 5.68 NO BID NO BID
item # 20 250 3/4 ANGLE METER COUPLING NO BID NO BID 735 \fW'~'t!!'t~ 8.33 NO BID NOBID
~~~2'~;"<'
w-.~11
item # 21 251" STRAIGHT METER COUPLING NO BID NOBID 77of{';t~~ 8.74 NO BID NOBID
~.., "'~
item # 23 5005/8 METER GASKETS LEATHER NO BID NO BID 0.24 NO BID NO BID
item # 24 5003/4 METER GASKETS LEATHER NOBID NO BID 0.26 NOBID NOBID
item # 26 100 1 1/2" METER FLANGE NO BID NOBID 23.08 NO BID NO BID
item # 28 8 3" METER FLANGE NOBID NO BID NO BID 143.10 NO BID NOBID
item # 29 8 4" METER FLANGE NO BID NOBID NO BID 216.05 NOBID NOBID
item # 30 20 6" METER FLANGE NO BID NOBID NOBID 310.00 NO BID NO BID
item # 32 10 4X3 COMPACT ADAPTER FLANGE FOR METERS NOBID NO BID 197.20 105.00 NOBID NOBID
item # 33 100 2X1 1/2 COMPACT ADAPTER FLANGE FOR METERS NO BID NOBID 117.70 134.55 NOBID NOBID
item # 34 50 2X1 ADAPTER FLANGE FOR METERS NO BID NO BID 82.00 93.55 NO BID NO BID
11-073 -Wayer Works Supplies
Bid Closed 19 May 2011
item # 35 200 1 1/2 FLANGE GASKET (2 EAR) NO BID NO BID 1.20 1.00 NO BID NO BID
item # 36 200 2 FLANGE GASKET (2 EAR) NOBID NOBID 1.30 1.25 NOBID NOBID
item # 37 203 FLANGE GASKET FULL FACE NO BID NOBID 4.20 3.07 NO BID NOBID
item # 38 20 4 FLANGE GASKET FULL FACE NO BID NO BID 6.10 5.65 NOBID NO BID
item # 39 20 6 FLANGE GASKET FULL FACE NO BID NO BID 7.00 6.51 NO BID NO BID
~:" ~S:I
item # 40 NOBID
item # 42 3 FORD MONITOR COVER COMPLETE 24" NO BID NO BID NO BID 352.68 NO BID NO BID
item # 43 3 FORD MONITOR COVER COMPLETE 30" NOBID NO BID NO BID 410.16 NO BID NO BID
item # 44 3 FORD MONITOR COVER COMPLETE 36" NO BID NO BID NO BID 569.70 NOBID NOBID
FORD MONITOR COVERS, LIDS ONLY W/2" HOLE FOR
item # 45 3 ELECTRONIC READING MODULE, 21" DIAMETER NO BID NOBID NO BID 106.11 NO BID NOBID
item # 46 3 FORD MONITOR, COVER INNER FROST LID, 21" DIAMETER NO BID NO BID NOBID 59.95 NO BID NO BID
item # 47 3 FORD METER BOX COVER W-2, 9 1/2" TOP, 20" BASE NO BID NO BID NO BID 116.14 NO BID NO BID
item # 48 3 FORD METER BOX COVER, LID ONLY, W-2 NOBID NO BID NO BID 21.45 NOBID NOBID
item # 49 3 FORD METER BOX COVER W-3, 11 1/2", TOP, 22" BASE NO BID NOBID NO BID 119.78 NOBID NOBID
item # 50 3 FORD METER BOX COVER, LID ONLY, W-3 NO BID NO BID NO BID 21.87 NO BID NO BID
item # 51 3 FORD MONITOR EXTENSION RING, 20"X24" NOBID NO BID NO BID 70.83 NO BID NO BID
item # 52 3 FORD MONITOR EXTENSION RING, 20'?<30" NOBID NO BID NO BID 128.18 NOBID NOBID
item # 53 3 FORD MONITOR EXTENSION RING, 20'?<36" NO BID NOBID NO BID 289.74 NO BID NO BID
11-073 -Wayer Works Supplies
Bid Closed 19 May 2011
GROUP C HEAVY DUTY GATE BOXES, HEAVY DUTY ROADWAY BOXES AND COVERS
item # 54 305" GATE BOXES COMPLETE W/COVERS NO BID NOBID 65.00 NO BID 66.99~g@~i 59.00
item # 55 505" GATE BOXES TOP SECTION ONLY W/COVER NO BID NOBID 44.00 NO BID 48 08 Ft&~~f2~~ 35.00
. ff.'
--
item # 56 55" GATE BOX COVER ONLY NO BID NOBID 9.00 NO BID 10.90 !~17~~~~i 11.00
item# 57 40 GATE BOX EXTENSION PIECE 14" LONG #58 NO BID NO BID 38.00 NO BID NO BID ~1tgt>l,,'<m~1 26.00
item # 58 40 GATE BOX EXTENSION PIECE 2" LONG NO BID NO BID 10.00 NO BID ¥iWg~~~~~~l 10.00
item # 59 3041/2" ROADWAY BOXES COMPLETE W/COVERS NO BID NO BID 72.00 NOBID NO BID ~.J!.gj1 56.00
~.;l~,,~
item # 60 4041/2" ROADWAY BOX COVER ONLY NO BID NO BID &~~ NOBID NO BID 8.00 9.50
item # 61 10 ROADWAY BOX EXTENSION PIECE 18" LONG #49 NOBID NO BID NO BID NOBID NO BID NO BID
item # 62 10021/2" SERVICE BOXES COMPLETE NOBID NOBID 29.00 NOBID 28.21 ~3¥SfJt2¥ilbi~; 29.00
-
item # 63 5021/2" SERVICE BOXES TOP SECTION ONLY W/COVER NO BID NOBID 19.12 NO BID 17.95~~ 19.00
item # 64 50 SERVICE BOX EXTENSION PIECE 16" LONG # 152 NO BID NOBID NO BID 19.24 22.00 19.00
item # 65 20021/2" REPAIR LIDS, MUELLER OUTSIDE PATTERN NO BID NO BID 8.24 NO BID 8.00 9.50
item # 66 20021/2" REPAIR LIDS, MUELLER INSIDE PATTERN NO BID NO BID 8.24 NO BID 8.00 9.50
item # 67 300 3/4" COPPER TUBING TYPE K NOBID NO BID NOBID 5.13 NO BID
item # 68 3001" COPPER TUBING TYPE K NOBID NO BID NO BID 6.68 NOBID
item # 69 18011/4" COPPER TUBING TYPE K NO BID NOBID NOBID 8.51 NOBID
item # 70 1201 1/2" COPPER TUBING TYPE K NO BID NOBID NO BID 11.14 NO BID
item # 71 120 2" COPPER TUBING TYPE K NO BID NOBID NO BID 17.95 NO BID
11-073 -Wayer Works Supplies
Bid Closed 19 May 2011
',,;~~.
item # 72 50 314" CORP. COCK CC NO BID NO BID ~~?'f"'~ -' ~ 17.86 19.52 30.00 18.55
item # 73 501" CORP. COCK CC NOBID NO BID 26.02 27.00 29.50 38.00
item # 74 25 1 114" CORP. COCK CC NO BID NOBID 74.75 66.36 72.52 75.00
item # 75 25 1 112" CORP. COCK CC NO BID NO BID ~<'i§~ 69.50 75.85 78.00 72.20
item # 76 25 2" CORP. COCK CC NO BID NO BID ~~l,*~J 114.95 125.61 215.00 119.40
item # 77 50 314" CORP. COCK IP NO BID NO BID 17.86 19.52 32.00 26.75
item # 78 50 1" CORP. COCK IP NOBID NO BID 27.00 29.50 38.00 35.20
item # 79 251 114" CORP. COCK IP NOBID NO BID 74.75 66.36 72.52 80.00
item #
item #
80
81
25 1 112" CORP. COCK IP
NO BID
NOBID
NOBID
11K_
,~,'j§s_~::";'
~~~'ffi~. ",~~
69.50
114.95
75.95
125.61
85.00
125.00
72.20
119.40
item # 82 150 314" CURB STOP, CTS PACK JOINT, OPEN RIGHT NO BID NO BID illlk~ 41.70 45.57 48.00 42.25
item # 83 1001" CURB STOP, CTS PACK JOINT, OPEN RIGHT NOBID NO BID !t'!!!'!t-~ 59.48 64.99 72.00 59.40
item # 84 15 1 114" CURB STOP, CTS PACK JOINT, OPEN RIGHT NOBID NOBID 144.64 119.00 79.99 80.00
item # 85 15 1 112" CURB STOP, CTS PACK JOINT, OPEN RIGHT NO BID NOBID 118.07 122.53 133.89 165.00
item # 86 152" CURB STOP, CTS PACK JOINT, OPEN RIGHT NO BID NO BID 193.26 159.20 165.58 200.00
•
item # 87 12 314" CURB STOP, FEMALE IRON PIPE, OPEN RIGHT NO BID NO BID 33.83 36.97 62.00 33.75
ii/:...
~ ~;. ,,-~ .._-,;;,
item # 88 121" CURB STOP, FEMALE IRON PIPE, OPEN RIGHT NOBID NO BID 49.03 53.57 86.00 48.95
item # 89 12 1 114" CURB STOP, FEMALE IRON PIPE, OPEN RIGHT NOBID NO BID 108.25 73.21 65.83 96.00
11-073 -Wayer Works Supplies
Bid Closed 19 May 2011
item # 90 12 1 1/2" CURB STOP, FEMALE IRON PIPE, OPEN RIGHT NO BID NOBID .~~ 86.23 94.22 120.00 86.10
~.14~~g'{
item # 91 122" CURB STOP, FEMALE IRON PIPE, OPEN RIGHT NO BID NO BID . ?~t10~
136 01
~"t't:.c. '~';"d;a~ <~'t 116.02 165.00 113.40
item # 92 100 3/4"X3/4" CTS PACK JOINT COUPLING NO BID NO BID 9.73 10.64 12.00 12.00
item # 93 100 1"X1" CTS PACK JOINT COUPLING NO BID NO BID 11.13 12.16 14.00 12.95
item # 94 751 1/4"X1 1/4" CTS PACK JOINT COUPLING NO BID NOBID 17.58 19.21 45.00 18.25
item # 95 50 1 1/2"X1 1/2" CTS PACK JOINT COUPLING NO BID NO BID 34.06 37.22 48.00 35.00
item # 96 25 2"X2" CTS PACK JOINT COUPLING NOBID NO BID 45.99 50.25 65.00 47.25
item # 97 1003/4" FEMALE IRON PIPE X 3/4" CTS PACK JOINT ADAPTER NO BID NOBID 8.40 9.19 9.00 9.99
item # 98 100 1" FEMALE IRON PIPE X 3/4" CTS PACK JOINT ADAPTER NO BID NO BID 10.00 10.94 11.00 10.99
item # 99 50 1" FEMALE IRON PIPE X 1 CTS PACK JOINT ADAPTER NOBID NO BID 11.41 12.47 12.00 13.00
item # 100 25 1 1/4" FEMALE IRON PIPE X 1 1/4" CTS PACK JOINT ADAPTER NO BID NOBID 19.04 20.81 32.00 20.00
item # 101 25 1 1/2" FEMALE IRON PIPE X 1 1/2" CTS PACK JOINT ADAPTER NO BID NO BID 30.33 33.14 42.00 31.50
item # 102 30 2" FEMALE IRON PIPE X 2" CTS PACK JOINT ADAPTER NOBID NO BID 36.11 39.46 54.00 38.00
item # 103 100 3/4" MALE IRON PIPE X 3/4" CTS PACK JOINT ADAPTER NO BID NOBID 8.00 8.74 11.00 12.00
item # 104 100 1" MALE IRON PIPE X 3/4" CTS PACK JOINT ADAPTER NO BID NO BID 8.73 9.54 15.00 13.00
item # 105 1001" MALE IRON PIPE X 1" CTS PACK JOINT ADAPTER NOBID NO BID 9.46 10.35 15.00 14.00
item # 106 50 1 1/4" MALE IRON PIPE X 1 1/4" CTS PACK JOINT ADAPTER NO BID NOBID ~ 16.55 18.08 25.00 19.00
item # 107 50 1 1/2" MALE IRON PIPE X 1 112" CTS PACK JOINT ADAPTER NO BID NO BID 23.70 25.90 35.00 250.00
item # 108 50 2" MALE IRON PIPE X 2" CTS PACK JOINT ADAPTER NOBID NO BID 34.55 37.75 45.00 36.50
11-073 -Wayer Works Supplies
Bid Closed 19 MiW 2011
item # 109 25 1"XXS LEAD PAK X 3/4" CTS PACK JOINT COUPLING NO BID NOBID ~ilSi"""·{
?i!j1i.§! ~ 30.70 33.55 35.00 NO BID
";~~lIfr'
item # 110 25 5/8"XXS LEAD PACK X 3/4" CTS PACK JOINT COUPLING NO BID NO BID .~:~:~ 17.95 19.62 35.00 NO BID
NIPPLES
item # 111 6 BRASS NIPPLE 1/2XCLOSE NO BID NOBID 1.25 1.56 0.98 NOBID
item # 112 6 BRASS NIPPLE 1/2X2 NO BID NO BID 1.70 2.11 1.32 NO BID
item # 113 6 BRASS NIPPLE 1/2X3 NO BID NO BID 2.37 2.95 1.88 NO BID
item # 114 6 BRASS NIPPLE 1/2X4 NOBID NO BID 3.10 3.86 3.26 NOBID
item # 115 6 BRASS NIPPLE 1/2X5 NO BID NOBID 3.71 4.61 3.60 NOBID
item # 116 6 BRASS NIPPLE 1/2X6 NO BID NO BID 3.44 4.52 5.62 NO BID
item # 117 6 BRASS NIPPLE 3/4XCLOSE NO BID NO BID 1.80 2.24 1.43 NO BID
, .. "
item # 119 6 BRASS NIPPLE 3/4X3 NO BID NO BID 3.03 3.77 2.41 NOBID
item # 120 6 BRASS NIPPLE 3/4X4 NO BID NO BID 3.96 4.92 3.14 NO BID
item # 121 6 BRASS NIPPLE 3/4X5 NO BID NO BID 4.75 5.91 3.77 NO BID
item # 122 6 BRASS NIPPLE 3/4X6 NO BID NO BID ~ 5.78 7.18 4.59 NO BID
item # 123 6 BRASS NIPPLE 1XCLOSE NO BID NO BID 2.65 3.30 2.11 NO BID
item # 124 6 BRASS NIPPLE 1X2 NO BID NOBID 3.28 4.07 2.60 NO BID
item # 125 6 BRASS NIPPLE 1X3 NO BID NO BID 4.40 5.47 3.51 NO BID
item # 126 6 BRASS NIPPLE 1X4 NOBID NO BID 5.73 7.12 4.55 NOBID
11-073 -Wayer Works Supplies
Bid Ciosed 19 May 2011
item # 127 6 BRASS NIPPLE 1X5 NO BID NO BID 7.07 8.78 5.61 NO BID
item # 128 6 BRASS NIPPLE 1X6 NO BID NO BID 8.44 10.49 6.70 NO BID
item # 129 6 BRASS NIPPLE 11/4XCLOSE NO BID NO BID 4.01 4.98 4.20 NO BID
item # 130 6 BRASS NIPPLE 1 1/4X2 NO BID NO BID 4.58 5.69 4.85 NO BID
item # 132 6 BRASS NIPPLE 1 1/4X4 NO BID NO BID 8.06 10.02 8.20 NO BID
item # 133 6 BRASS NIPPLE 11/4X5 NO BID NO BID 9.85 12.24 9.95 NO BID
item # 135 6 BRASS NIPPLE 1 1/2XCLOSE NO BID NO BID 5.21 6.47 6.20 NO BID
item # 136 6 BRASS NIPPLE 1 1/2X2 NO BID NO BID 5.61 6.97 6.45 NO BID
item # 137 6 BRASS NIPPLE 11/2X3 NO BID NO BID 7.72 9.59 8.60 NO BID
item # 138 6 BRASS NIPPLE 1112X4 NO BID NO BID 10.05 12.49 9.10 NO BID
item # 139 6 BRASS NIPPLE 1 1/2X5 NO BID NO BID 9.48 12.60 NO BID
item # 142 6 BRASS NIPPLE 2X2 1/2 NO BID NO BID ,.'. '. 8.57 10.64 9.65 NO BID
item # 143 6 BRASS NIPPLE 2X3 NO BID NO BID ':. ." j 9.88 12.28 10.20 NO BID
item # 144 6 BRASS NIPPLE 2X4 NO BID NO BID lIi!l!I'''!!l1fJli 12.93 16.07 14.20 NO BID
rtem # 145 6 BRASS NIPPLE 2X5 NO BID NO BID ~ 15.99 19.86 17.20 NO BID
item # 146 6 BRASS NIPPLE 2X6 NO BID NO BID ~~ 19.09 23.72 21.60 NO BID
11-073 -Wayer Works Supplies
Bid Closed 19 May 2011
item # 147 6· BRASS NIPPLE 3XCLOSE NO BID NOBID 28.47 35.37 42.00 NOBID
item # 148 6 BRASS NIPPLE 3X4 NO BID NOBID 37.70 46.83 46.00 NOBID
item # 149 6 BRASS NIPPLE 3X5 NO BID NOBID 45.60 56.64 52.00 NOBID
item # 150 6 BRASS NIPPLE 3X6 NO BID NOBID ~~i~ 53.85 66.90 65.00 NOBID
FITTINGS
item # 151 6 BRASS ELBOW 90DEGREE 1/2 NO BID NO BID 2.19 2.64 2.65 NOBID
item # 152 6 BRASS ELBOW 90DEGREE 3/4 NO BID NO BID 2.94 3.55 4.20 NO BID
item # 153 6 BRASS ELBOW 90DEGREE 1 NO BID NO BID 4.54 5.47 5.60 NO BID
item # 154 6 BRASS ELBOW 90DEGREE 1 1/4 NO BID NO BID 7.22 8.71 9.20 NO BID
item # 155 6 BRASS ELBOW 90DEGREE 1 1/2 NO BID NO BID 9.01 10.87 11.10 NO BID
item # 156 6 BRASS ELBOW 90DEGREE 2 NO BID NO BID 14.67 17.69 22.00 NO BID
item # 157 6 BRASS ELBOW 45DEGREE 1/2 NO BID NO BID 2.00 2.41 3.42 NO BID
item # 158 6 BRASS ELBOW 45DEGREE 3/4 NO BID NO BID 2.94 3.55 3.42 NO BID
item # 159 6 BRASS ELBOW 45DEGREE 1 NOBID NO BID 4.97 5.99 6.20 NO BID
item # 160 6 BRASS ELBOW 45DEGREE 1 1/4 NOBID NO BID 7.95 9.58 9.10 NOBID
item # 161 6 BRASS ELBOW 45DEGREE 1 1/2 NOBID NO BID 9.96 12.01 12.20 NOBID
item # 162 6 BRASS ELBOW 45DEGREE 2 NOBID NO BID 16.14 19.46 19.10 NOBID
item # 163 6 BRASS TEE 1/2 NOBID NO BID 2.52 3.04 3.60 NOBID
item # 164 6 BRASS TEE 3/4 NO BID NO BID 3.62 4.36 4.60 NOBID
item # 165 6 BRASS TEE 1 NO BID NO BID 6.43 7.75 8.50 NO BID
11-073 -Wayer Works Supplies
Bid Closed 19 May 2011
item # 166 6 BRASS TEE 1 1/4 NO BID NOBID 9.01 10.87 11.60 NOBID
item # 167 6 BRASS TEE 1 1/2 NO BID NO BID 12.40 14.95 15.10 NOBID
item # 168 6 BRASS TEE 2 NOBID NO BID 15.36 24.50 24.20 NO BID
item # 169 6 BRASS TEE 3/4X1/2 NO BID NO BID 4.33 5.23 7.60 NOBID
item # 170 6 BRASS TEE 1/2X1/2X3/4 NO BID NO BID 4.76 5.75 13.60 NO BID
item # 171 6 BRASS TEE 1X3/4 NO BID NO BID 7.92 9.55 9.20 NO BID
item # 172 6 BRASS TEE 1X1/2 NO BID NO BID 7.92 9.55 20.00 NO BID
item # 173 6 BRASS TEE 1 1/4X1 NO BID NOBID 11.15 13.44 12.00 NO BID
item # 174 6 BRASS TEE 1 1/4X3/4 NO BID NOBID 11.15 13.44 12.00 NOBID
item # 175 6 BRASS TEE 1 1/2X1 1/4 NO BID NOBID 15.36 18.52 12.00 NOBID
item # 176 6 BRASS TEE 1 1/2X1 NO BID NO BID 15.36 18.52 12.00 NOBID
item # 177 6 BRASS TEE 2X1 1/2 NO BID NO BID 25.10 30.26 26.00 NOBID
item # 178 6 BRASS TEE 2X1 1/4 NO BID NO BID 25.10 24.80 28.00 NO BID
item # 179 6 BRASS TEE 2X1 NO BID NO BID 25.10 30.26 28.00 NO BID
item # 180 6 BRASS TEE 2X3/4 NO BID NO BID «: 25.10 30.26 28.00 NOBID
item # 181 6 BRASS COUPLING 1/2 NO BID NO BID 1.80 2.18 2.12 NO BID
item # 182 6 BRASS COUPLING 3/4 NO BID NOBID 2.38 2.88 3.10 NO BID
item # 183 6 BRASS COUPLING 1 NO BID NOBID 3.62 4.36 4.60 NOBID
item # 184 6 BRASS COUPLING 1 1/4 NO BID NOBID 5.65 6.82 7.20 NOBID
"
item # 185 6 BRASS COUPLING 1 1/2 NOBID NO BID 7.68 9.26 9.20 NOBID
11-073 -Wayer Works Supplies
Bid Closed 19 May 2011
item # 186 6 BRASS COUPLING 2 NOBID NO BID 9.78 12.64 15.25 NOBID
item # 187 6 BRASS COUPLING 314X112 NO BID NO BID 2.86 3.45 6.20 NO BID
item # 188 6 BRASS COUPLING 1X314 NO BID NOBID 4.76 5.74 6.20 NO BID
item # 189 6 BRASS COUPLING 1X112 NO BID NO BID 4.76 5.74 9.20 NO BID
item # 190 6 BRASS COUPLING 1 114X1 NOBID NO BID 7.68 9.26 9.20 NO BID
item # 191 6 BRASS COUPLING 1 114X314 NO BID NOBID 7.68 9.26 11.00 NOBID
item # 192 6 BRASS COUPLING 1 112X1 114 NO BID NOBID 9.71 11.70 11.00 NO BID
item # 193 6 BRASS COUPLING 1 112X1 NO BID NO BID 9.71 11.70 18.20 NO BID
item # 194 6 BRASS COUPLING 1 112X314 NOBID NO BID 10.93 13.18 18.20 NO BID
item # 195 6 BRASS COUPLING 2X1 112 NOBID NO BID 14.43 17.39 42.00 NOBID
item # 196 6 BRASS COUPLING 2X1 114 NO BID NOBID 11.17 14.43 17.39
_~W
1:JI?L " .... NO BID
item # 200 6 BRASS BUSHING 112X318 NO BID NO BID 11.14 1.78 5.02 NO BID
item # 201 6 BRASS BUSHING 112X114 NO BID NO BID 1.14 1.78 6.20 NO BID
item # 202 6 BRASS BUSHING 314X112 NO BID NO BID 1.52 1.90 6.20 NOBID
item # 203 6 BRASS BUSHING 1X314 NOBID NO BID 2.38 2.88 9.20 NOBID
item # 204 6 BRASS BUSHING 1X112 NO BID NOBID 2.38 2.88 9.20 NO BID
item # 205 6 BRASS BUSHING 1 114X1 NO BID NO BID 4.06 4.90 9.50 NO BID
11-073 -Wayer Works Supplies
Bid Closed 19 May 2011
item # 206 6 BRASS BUSHING 1 1/4X3/4 NO BID NO BID 4.06 4.90 9.82 NOBID
item # 207 6 BRASS BUSHING 1 1/2X1 1/4 NOBID NO BID 5.19 6.25 10.60 NOBID
item # 208 6 BRASS BUSHING 1 1/2X1 NO BID NO BID 5.19 6.25 10.60 NOBID
item # 209 BRASS BUSHING 1 1/2X3/4 NO BID NOBID 6.34 7.65 11.20 NOBID
item # 210 6 BRASS BUSHING 2X1 1/2 NO BID NO BID 7.68 9.26 21.10 NO BID
item # 211 6 BRASS BUSHING 2X1 1/4 NO BID NO BID 7.68 9.26 20.00 NO BID
item # 212 BRASS BUSHING 2X1 NO BID NO BID 11.16 20.14 NO BID
item # 213 BRASS BUSHING 2X3/4 NOBID NO BID 11.16 22.60 NOBID
item # 214 BRASS BUSHING 2 1/2X2 NOBID NO BID 15.36 18.52 26.00 NOBID
item # 215 3 BRASS BUSHING 3X2 NOBID NO BID 23.23 28.01 42.00 NOBID
item # 216 24 3/4" COUPLINGS, 2 BOLT NO BID NO BID 12.47 13.00 25.69 ~4:!~f;t~lE 13.20
item # 217 24 1" COUPLINGS, 2 BOLT NO BID NO BID 23.47 28.00 13.45 13.65
item # 218 18 1 1/4" COUPLINGS, 2 BOLT NO BID NO BID 23.87 28.15 14.20 14.00
item # 219 1811/2" COUPLINGS, 2 BOLT NOBID NO BID ~ 27.70 32.67 16.20 16.70
item # 220 24 2" COUPLINGS, 2 BOLT NOBID NO BID ~~ 35.94 42.39 18.40 18.95
item # 221 124" COUPLING FOR CAST OR DUCTILE IRON, 4 BOLT NO BID NOBID 36.37 34.65 36.15
34.26_
item # 222 126" COUPLING FOR CAST OR DUCTILE IRON, 6 BOLT NO BID NOBID 4395~ ",': 49.60 44.20 46.40
item # 223 18 8" COUPLING FOR CAST OR DUCTILE IRON, 6 BOLT NO BID NO BID 59.88:~ 66.20 62.00 63,00
item # 224 6 10" COUPLING FOR CAST OR DUCTILE IRON, 8 BOLT NO BID NOBID 77.13 82.12 96.84 ~~~l\~~i 81.40
11-073 -Wayer Works Supplies
Bid Closed 19 May 2011
item # 225 1812" COUPLING FOR CAST OR DUCTILE IRON, 8 BOLT NO BID NOBID 92.87 102.23 120.55%'!l')i!iilii92lW2 98.00
item # 226 4 16" COUPLING FOR CAST OR DUCTILE IRON, 12 BOLT NO BID NOBID 221.03 ~~~4;g 237.55 215.00 233.34
item # 227 4 20" COUPLING FOR CAST OR DUCTILE IRON, 12 BOLT NO BID NOBID ~tJ;~"ti 317.10 373.98 285.00 284.72
item # 228 4 24" COUPLING FOR CAST OR DUCTILE IRON, 15 BOLT NO BID NOBID 312.35 539.39 636.08 :1,¥lli~ 329.70
TRANSITION COUPLINGS
4" TRANSITION COUPLING FOR CASTIDUCTILE IRON TO
item # 229 12 ASBESTOS CEMENT PIPE NO BID NO BID !,i!itiilli!i~! 39.63 46.74 34.60 36.25
6" TRANSITION COUPLING FOR CAST/DUCTILE IRON TO
item # 230 12 ASBESTOS CEMENT PIPE NO BID NO BID "'-~
@~;~~, ,.', ..,,~~ 46.16 54.44 45.75 48.20
8" TRANSITION COUPLING FOR CASTIDUCTILE IRON TO
item # 231 18 ASBESTOS CEMENT PIPE NO BID NO BID !llf~ 70.12 82.69 62.20 65.30
10" TRANSITION COUPLING FOR CAST/DUCTILE IRON TO
item # 232 6 ASBESTOS CEMENT PIPE NO BID NO BID ,,~~
!1\,,~rlJ.f.·'L;- __ ,~ 89.57 105.63 76.40 81.50
12" TRANSITION COUPLING FOR CAST/DUCTILE IRON TO
item # 233 18 ASBESTOS CEMENT PIPE NO BID NO BID 96.56 114.93 135.53 §f*"C4Wii9'51ooW 101.95
16" TRANSITION COUPLING FOR CASTIDUCTILE IRON TO
item # 234 4 ASBESTOS CEMENT PIPE NO BID NO BID 221.03 iiii{jj\f~ 237.55 216.00 233.34
20" TRANSITION COUPLING FOR CAST/DUCTILE IRON TO
item # 235 4 ASBESTOS CEMENT PIPE NO BID NO BID 315.39 317.10 373 98 1:'1ii?..s't5tjj(j'{ 333.00
24" TRANSITION COUPLING FOR CASTIDUCTILE IRON TO
item # 236 4 ASBESTOS CEMENT PIPE NO BID NO BID ~~zi 539.39 636.08 392.00 392.70
item # 237 12 REPAIR CLAMP 3/4x6" NO BID NO BID 7.23 8.53 7.20 6.00
item # 238 12 REPAIR CLAMP 1x6" NOBID NO BID 7.71 9.09 7.20 6.25
item # 239 12 REPAIR CLAMP 11/4x6" NO BID NO BID 8.11 9.57 7.20 6.95
item # 240 12 REPAIR CLAMP 11/2x6" NOBID NO BID 8.60 10.14 7.20 7.25
item # 241 12 REPAIR CLAMP 2x6" NO BID NOBID 11.06 13.04 32.00 8.75
item # 242 104" REPAIR SLEEVE, 4.74-5.12, 8" LONG, SINGLE BAND NO BID NO BID ~~~ 35.57 42.35 32.00 31.05
11-073 -Wayer Works Supplies
Bid Closed 19 May 2011
item # 243 10 4" REPAIR SLEEVE, 4.95-5.35, 8" LONG, SINGLE BAND NO BID NOBID ~~%mtr~ 35.57 42.35 42.00 31.05
item # 244 104" REPAIR SLEEVE, 4.74-5.14, 10" LONG, SINGLE BAND NO BID NO BID 48.80 58.10 r%0ili<h1tOJGt):f; 43.40
item # 245 10 4" REPAIR SLEEVE, 4.95-5.35, 10" LONG, SINGLE BAND NO BID NO BID 48.80 58.10 40.00 41.65
item # 246 104" REPAIR SLEEVE, 4.74-5.14,12" LONG, SINGLE BAND NO BID NO BID 56.93 67.78 48.00 50.30
item # 247 104" REPAIR SLEEVE, 4.95-5.35,12" LONG, SINGLE BAND NOBID NO BID 49.00 56.93 67. 78 ~:S~~~4BWOJJ 51.75
item # 248 104" REPAIR SLEEVE, 4.74-5.14,16" LONG, SINGLE BAND NOBID NO BID 65.03 77.42 60.00 60.70
item # 249 104" REPAIR SLEEVE, 4.95-5.35,16" LONG, SINGLE BAND NO BID NOBID 65.03 77.42 60.00 62.00
item # 250 106" REPAIR SLEEVE, 6.84-7.24, 8" LONG, SINGLE BAND NO BID NOBID ~~. 44.96 53.53 35.00 36.25
item # 251 106" REPAIR SLEEVE, 7.04-7.44, 8" LONG, SINGLE BAND NO BID NO BID 39.59 44.96 53. 53 1t~7%&'38¥.:t1tl;;:; 41.80
item # 252 106" REPAIR SLEEVE, 6.84-7.24, 10" LONG, SINGLE BAND NO BID NO BID 58.13 69.20 48.00 50.00
item # 253 10 6" REPAIR SLEEVE, 7.04-7.44, 10" LONG, SINGLE BAND NO BID NO BID 58.13 69.20 54.00 56.45
item # 254 106" REPAIR SLEEVE, 6.84-7.24,12" LONG, SINGLE BAND NOBID NO BID ~ 68.52 81.58 56.00 57.95
item # 255 106" REPAIR SLEEVE, 7.04-7.44,12" LONG, SINGLE BAND NOBID NO BID ~ 68.52 81.58 65.00 66.99
item # 256 106" REPAIR SLEEVE, 6.84-7.24, 16" LONG, SINGLE BAND NOBID NO BID ~~ 79.51 94.65 65.00 67.35
•
item # 257 106" REPAIR SLEEVE, 7.04-7.44, 16" LONG, SINGLE BAND NO BID NOBID 79.51 94.65 74.00 77.50
.,,' . ~
item # 258 10 8" REPAIR SLEEVE, 8.99-9.39, 8" LONG, SINGLE BAND NO BID NOBID ~" "-<" ..~:, 42.69 50.83 42.00 43.44
item # 259 108" REPAIR SLEEVE, 9.25-9.65, 8" LONG, SINGLE BAND NO BID NO BID 47.69~ 51.99 52.00 50.35
item # 260 10 8" REPAIR SLEEVE, 8.99-9.39, 10" LONG, SINGLE BAND NO BID NO BID ~ 56.54 67.32 56.00 57.35
item # 261 10 8" REPAIR SLEEVE, 9.25-9.65, 10" LONG, SINGLE BAND NOBID NO BID ~ 58.73 69.92 68.00 67.70
item # 262 108" REPAIR SLEEVE, 8.99-9.39,12" LONG, SINGLE BAND NO BID NO BID ?t~~ 68.40 81.43 68.00 69.50
11-073 -Wayer Works Supplies
Bid Closed 19 May 2011
item # 263 10 8" REPAIR SLEEVE, 9.25-9.65, 12" LONG, SINGLE BAND NO BID NO BID 76 .36 """!g!l!J~f~
}Z,f,t--,.;,.·'.::-'" 83.33 76.00 81.00
item # 264 108" REPAIR SLEEVE, 8.99-9.39,16" LONG, SINGLE BAND NOBID NO BID 78.35 78.19 93.09 ~~ifdw~~ 82.75
&,@'i~;1f~{lS
.'1II-~~~~
. llill" "
item # 265 108" REPAIR SLEEVE, 9.25-9.65, 16" LONG, SINGLE BAND NO BID NOBID 90.32~~ ~-' ~~
95.32 90.00 95.35
~
item # 266 10 10" REPAIR SLEEVE, 11.04-11.46, 8" LONG, SINGLE BAND NO BID NO BID 55.85 66.49 54.00 52.75
item # 267 1010" REPAIR SLEEVE, 11.37-11.77,8" LONG, SINGLE BAND NO BID NO BID ~~ 55.85 66.49 54.00 56.20
item # 268 10 10" REPAIR SLEEVE, 11.04-11.46, 10" LONG, SINGLE BAND NOBID NO BID ~~{~~ 75.73 90.15 68.00 71.25
item # 269 1010" REPAIR SLEEVE, 11.37-11.77, 10" LONG, SINGLE BAND NO BID NOBID fi~ 75.73 90.15 74.00 76.65
item # 270 10 10" REPAIR SLEEVE, 11.04-11.46, 12" LONG, SINGLE BAND NO BID NOBID ~~ 87.69 104.39 78.00 81.95
item # 271 10 10" REPAIR SLEEVE, 11.37-11.77, 12" LONG, SINGLE BAND NO BID NO BID 78.89 87.69 104.39 ~~HIg@t,s:o(lB 83.30
item # 272 10 10" REPAIR SLEEVE, 11.04-11.46, 16" LONG, SINGLE BAND NO BID NO BID ~~ 100.93 120.15 102.00 103.30
item # 273 1010" REPAIR SLEEVE, 11.37-11.77, 16" LONG, SINGLE BAND NOBID NO BID !!I'~ 100.93 120.15 106.00 105.50
-~
item # 274 10 12" REPAIR SLEEVE, 13.14-13.56, 8" LONG, SINGLE BAND NO BID NOBID 63.49 75.59 66.00 59.50
item # 275 1012" REPAIR SLEEVE, 13.56-13.96, 8" LONG, SINGLE BAND NO BID NOBID @,~~ 62.86 74.84 62.00 62.80
item # 276 6 12" REPAIR SLEEVE 14.00-14.40 8" LONG, SINGLE BAND NO BID NO BID !Ik~\ 62.86 74.84 62.00 64.20
item # 277 1012" REPAIR SLEEVE, 13.14-13.56, 10" LONG, SINGLE BAND NO BID NO BID ~ 79.02 94.13 75.00 79.20
item # 278 1012" REPAIR SLEEVE, 13.56-13.96, 10" LONG, SINGLE BAND NOBID NO BID ~ 82.35 98.04 76.00 80.20
item # 279 612" REPAIR SLEEVE 14.00-14.40 10" LONG, SINGLE BAND NO BID NOBID ~ 82.35 98.04 80.00 84.00
item # 280 10 12" REPAIR SLEEVE, 13.14-13.56, 12" LONG, SINGLE BAND NO BID NOBID ~~ 95.57 113.78 92.00 95.75
item # 281 1012" REPAIR SLEEVE, 13.56-13.96, 12" LONG, SINGLE BAND NO BID NO BID @;~ 100.67 119.85 94.00 98.75
item # 282 612" REPAIR SLEEVE 14.00-14.40 12" LONG, SINGLE BAND NOBID NO BID i'!!W'~ 100.67 119.85 102.00 102.00
11-073 -Wayer Works Supplies
Bid Closed 19 May 2011
item # 283 1012" REPAIR SLEEVE, 13.14-13.56, 16" LONG, SINGLE BAND NOBID NO BID 128.64 120.00 119.00
item # 284 1012" REPAIR SLEEVE, 13.56-13.96, 16" LONG, SINGLE BAND NOBID NO BID 132.09 120.00 121.45
item # 285 612" REPAIR SLEEVE 14.00-14.40 16" LONG, SINGLE BAND NOBID NO BID 132.09 125.00 127.10
item # 286 104" REPAIR SLEEVE, 4.70-5.50, 8" LONG, DOUBLE BAND NO BID NOBID 58.66 69.64 65.00 58.55
item # 287 104" REPAIR SLEEVE, 4.70-5.50, 10" LONG, DOUBLE BAND NO BID NOBID 72.74 77.56 92.34 76.80
item # 288 104" REPAIR SLEEVE, 4.70-5.50, 12" LONG, DOUBLE BAND NO BID NOBID 107.82 92.00 99.85
item # 289 104" REPAIR SLEEVE, 4.70-5.50,16" LONG, DOUBLE BAND NO BID NO BID 130.65 115.00 113.60
item # 290 10 6" REPAIR SLEEVE, 6.75-7.55, 8" LONG, DOUBLE BAND NO BID NO BID 80.94 60.00 55.70
item # 291 106" REPAIR SLEEVE, 6.75-7.55, 10" LONG, DOUBLE BAND NO BID NO BID 103.89 70.00 72.85
item # 292 106" REPAIR SLEEVE, 6.75-7.55, 12" LONG, DOUBLE BAND NO BID NO BID 101.60 120.95 85.00 89.55
item # 293 106" REPAIR SLEEVE, 6.75-7.55,16" LONG, DOUBLE BAND NOBID NO BID 100.94 127.17 106.55
item # 294 10 8" REPAIR SLEEVE, 8.88-9.68, 8" LONG, DOUBLE BAND NOBID NO BID 62.57 77.56 66.10
item # 295 10 8" REPAIR SLEEVE, 8.88-9.68, 10" LONG, DOUBLE BAND NO BID NO BID 115.74 82.00 86.15
item # 296 108" REPAIR SLEEVE, 8.88-9.68, 12" LONG, DOUBLE BAND NO BID NOBID 134.94 115.00 113.00
item # 297 108" REPAIR SLEEVE, 8.88-9.68, 16" LONG, DOUBLE BAND NO BID NOBID 120.91 127.17 172.83 ~ l1li
,,:,,;.ll 'Ai; 127.60
item # 298 1010" REPAIR SLEEVE, 11.05-12.05, 8" LONG, DOUBLE BAND NO BID NOBID 80.79 9420 112.14_ 85.30
~~.'~~: ..~~
item # 299 10 10" REPAIR SLEEVE, 11.05-12.05, 10" LONG, DOUBLE BAND NO BID NO BID 99.54 113.45 161.63 ,,,'_ . Im 105.10
item # 300 10 10" REPAIR SLEEVE, 11.05-12.05, 12" LONG, DOUBLE BAND NO BID NO BID 132.69 129.84 154:58~~ 140.05
item # 301 1010" REPAIR SLEEVE, 11.05-12.05, 16" LONG, DOUBLE BAND NOBID NO BID 146.88 237.70L~~0" '; ...........
155.55
item# 302 1012" REPAIR SLEEVE, 13.10-14.30, 8" LONG, DOUBLE BAND NOBID NO BID 119.09 110.00 109.10
11-073 -Wayer Works Supplies
Bid Closed 19 May 2011
item # 303 1012" REPAIR SLEEVE, 13.10-14.30, 10" LONG, DOUBLE BAND NO BID NOBID ~. ,:
~w,,~.·.- 123.98 147.60 110.00 113.80
item # 304 1012" REPAIR SLEEVE, 13.10-14.30, 12" LONG, DOUBLE BAND NO BID NOBID 144.02 144.77 172.35 :mg:42Z1[~ 152.00
item # 305 10 12" REPAIR SLEEVE, 13.10-14.30, 16" LONG, DOUBLE BAND NO BID NO BID r~~ 176.11 209.65 165.00 167.95
item # 306 6 REPAIR SERVICE SLEEVE 4.74-5.14, 1" I.P. TAP 12" LONG NO BID NO BID ~~ 66.76 79.48 62.00 59.10
item # 307 6 REPAIR SERVICE SLEEVE 4.95-5.35, 1" I.P. TAP 12" LONG NOBID NO BID $fX~~~ 66.76 79.48 60.00 61.50
item # 308 6 REPAIR SERVICE SLEEVE 6.84-7.24, 1" I.P. TAP 12" LONG NO BID NOBID 62.54 76.61 91.20 ,t(4f~~;S2Loof% 67.00
item # 309 6 REPAIR SERVICE SLEEVE 7.04-7.44,1" I.P. TAP 12" LONG NO BID NOBID tr~~ 76.61 91.20 65.00 76.45
item # 310 6 REPAIR SERVICE SLEEVE 8.99-9.39,1" I.P. TAP 12" LONG NO BID NO BID 72.40 81.66 97.22 aif2~B 78.00
item # 311 6 REPAIR SERVICE SLEEVE 9.25-9.65, 1" I.P. TAP 12" LONG NO BID NO BID ~
~ 83.16 99.00 74.00 87.85
item # 312 6 REPAIR SERVICE SLEEVE 11.04-11.46, 1" I.P. TAP 12" LONG NOBID NO BID 83.20 99.81 118.83 !:@~it~ 87.85
item # 313 6 REPAIR SERVICE SLEEVE 11.37-11.77, 1" I.P. TAP 12" LONG NO BID NOBID 1't~~ 99.81 118.83 90.00 92.30
item # 314 6 REPAIR SERVICE SLEEVE 11.75-12.15, 1"I.P. TAP 12" LONG NO BID NO BID ~ 99.81 118.83 90.00 94.50
item # 315 6 REPAIR SERVICE SLEEVE 13.14-13.56, 1" I.P. TAP 12" LONG NO BID NO BID 95.11 112.85 134.35 ~W)t{i95'm§1 100.40
item # 316 6 REPAIR SERVICE SLEEVE 13.56-13.96, 1" I.P. TAP 12" LONG NO BID NO BID ~ 117.96 140.43 98.00 102.60
item # 317 6 REPAIR SERVICE SLEEVE 14.00-14.40, 1" I.P. TAP 12" LONG N081D NO BID ~ 117.96 140.43 98.00 104.15
item # 318 126" BELL JOINT CLAMP NO BID NOBID 71.61~ 68.17 72.00 75.60
item # 319 128" BELL JOINT CLAMP NO BID NO BID 98.75 ~!iW£i :1Iiii<!i! 94.30 98.00 104.45
item # 320 4 12" BELL JOINT CLAMP NOBID NO BID 134.17~ ~ -, " .. 128.24 132.00 142.00
item # 321 416" BELL JOINT CLAMP NOBID NOBID 260.39 NO BID NOBID ~~~~~1i 274.85
11-073 -Wayer Works Supplies
Bid Closed 19 May 2011
-~
item # 322 4 18" BELL JOINT CLAMP NOBID NO BID NO BID NOBID 375.00 381.95
~f§~~~~~i
:ili1h,~q ~';;J"~l'
item # 323 4 20" BELL JOINT CLAMP NOBID NO BID 428.61 NO BID NO BID iil!W~'
r' ,.~J1'5'f/·
""""
25ID03a
..
""'"
"'""'-'....
452.45
item # 324 8 24" BELL JOINT CLAMP NOBID NO BID NO BID NO BID 500.00 515.30
item # 325 64" MJ RETAINER GLANDS NO BID NO BID NO BID 20.98 NOBID NOBID
item # 326 66" MJ RETAINER GLANDS NOBID NO BID NO BID 25.40 NOBID NOBID
item # 327 68" MJ RETAINER GLANDS NOBID NOBID NO BID 34.85 33.00 NOBID
item # 328 612" MJ RETAINER GLANDS NOBID NO BID NO BID 65.42 78.00 NOBID
item # 329 64" MEGALUG NOBID NO BID ~' NO BID 17.70 17.00 16.50
item # 330 24 6" MEGALUG NOBID NO BID NO BID 22.12 20.00 19.25
item # 331 24 8" MEGALUG NOBID NO BID NO BID 31.10 31.00 29.50
item # 332 12 12" MEGALUG NOBID NO BID NO BID 64.12 66.00 63.25
item # 333 244" ACCESSORY KIT - WITH BOLTS AND GASKET NOBID NO BID 12.71 NO BID 12.73 13.00
item # 334 24 6" ACCESSORY KIT - WITH BOLTS AND GASKET NOBID NO BID 17.33 NO BID 17.35 18.00
item # 335 24 8" ACCESSORY KIT - WITH BOLTS AND GASKET NO BID NO BID 19.64 NO BID 19.67 19.00
item # 336 2412" ACCESSORY KIT - WITH BOLTS AND GASKET NOBID NO BID 29.47 NOBID 29.50 23.00
item # 341 44" MJ PLUG NO BID NO BID ~G~ NOBID 15.62 15.00 14.50
.
t~&:,~" ~,\";,,~
item # 347 2 8" MJ COUPLING NO BID NO BID 121.15 NOBID 126 67 '''$~'S!z!f.jj'(hj 81.00
item # 352 2 12" X 6" MJ REDUCER NO BID NO BID 126.68 NOBID 132.45_ 78.99
~~:'<;~'" ""?,~
item # 353 2 12" X 8" MJ REDUCER NO BID NO BID 130.55 NO BID 136.50
item # 357 2 8"X4" MJ TEE NO BID NO BID 138.30 NO BID 144.61 85.50
item # 361 412" X6" MJ TEE NOBID NO BID 239.53 NO BID 160.50
item # 362 312"X 8" MJ TEE NOBID NO BID 267.74 NO BID 185.00
item # 364 3 6" X 6" HYDRANT TEE W/ANCHOR GLAND NO BID NO BID 127.79 NO BID 91.50
item # 365 4 8" X 6" HYDRANT TEE W/ANCHOR GLAND NO BID NO BID 156.55 NO BID 115.00
item # 366 412" X 6" HYDRANT TEE W/ANCHOR GLAND NO BID NO BID 227.91 NO BID 165.25
item # 367 44" MJ BEND 11 1/4 DEGREE NOBID NOBID 49.79 NO BID 25.00
item # 368 4 6" MJ BEND 11 1/4 DEGREE NO BID NO BID 76.89 NO BID 42.25
item # 369 4 8" MJ BEND 11 1/4 DEGREE NO BID NO BID 97.36 NO BID 57.50
item # 370 412" MJ BEND 11 1/4 DEGREE NO BID NOBID 176.47 NO BID 184.50
item # 371 44" MJ BEND 22 1/2 DEGREE NO BID NOBID 51.45 NO BID 53.80.
item # 372 4 6" MJ BEND 22 1/2 DEGREE NO BID NOBID 75.23 NO BID 78.66
item # 373 4 8" MJ BEND 22 1/2 DEGREE NO BID NOBID 102.89 NO BID 107.59
item # 374 4 12" MJ BEND 221/2 DEGREE NO BID NOBID 184.77 NO BID 193.17_ 123.75
~,
item # 375 4 4" MJ BEND 45 DEGREE NO BID NOBID 52.55 NO BID 54.96 t-.
'",:W,
'~~, '-if
","11
~ ~""
',~ 27.25
item# 376 4 6" MJ BEND 45 DEGREE NO BID NO BID 79.11 NO BID 82.70 ; 44.25
item # 377 4 8" MJ BEND 45 DEGREE NO BID NOBID 104.55 NO BID 64.50
item # 379 4 4" MJ BEND 90 DEGREE NO BID NO BID 58.64 NO BID 61.32
item # 380 4 6" MJ BEND 90 DEGREE NO BID NO BID 89.62 NO BID 93.69 §i'~~ 55.00
11-073 -Wayer Works Supplies
Bid Closed 19 May 2011
item # 381 48" MJ BEND 90 DEGREE NO BID NO BID 120.60 NO BID 126.09
nem # 382 412" MJ BEND 90 DEGREE NO BID NO BID 233.45 NO BID 244.07
item # 383 1004" DUCTILE IRON PIPE NO BID NO BID 14.71 NO BID NO BID i:l!iiii'J,iHI'iiQl¥fl NO BID
item # 384 1006" DUCTILE IRON PIPE NO BID NO BID !?i&~~ NO BID NO BID 16.80 NO BID
item # 385 1008" DUCTILE IRON PIPE NO BID NO BID 22.00 NO BID NO BID ~~Q!j NO BID
'if910:lW!lit¥r""
"~~Ii*'"
item # 386 10012" DUCTILE IRON PIPE NO BID NO BID 36.39 NO BID NO BID if.i#Im.:.~
.'..<.. .':I!Il NO BID
o~.A::4f41!i
item # 387 10016" DUCTILE IRON PIPE NO BID NO BID 52.71 NO BID NO BID _ NO BID
item # 388 10020" DUCTILE IRON PIPE NO BID NO BID 68.82 NO BID NO BID ~~ NO BID
item # 389 100 24" DUCTILE IRON PIPE NO BID NO BID 87.06 NO BID NO BID !lft1&~mlf4j NO BID
GROUP N FERNCOS
item # 390 64" CLAY TO PLASTIC FERNCO NO BID NO BID 5.00 NO BID 4.77 6.20
item # 391 64" PLASTIC TO PLASTIC FERNCO NO BID NO BID 5.00 NO BID 4.77 6.20
item # 392 66" CLAY TO PLASTIC FERNCO NOBID NOBID ~ NOBID 10.20 8.10 9.50
item # 393 6 6" PLASTIC TO PLASTIC FERNCO NO BID NO BID ~ NO BID 10.20 8.10 9.50
item # 394 6 6" x 4" CLAY TO PLASTIC FERNCO NO BID NO BID 9.00 NO BID 11.98 ~ 8.75
item # 395 6 6" x 4" PLASTIC TO PLASTIC FERNCO NO BID NO BID 9.00 NO BID 11.98 ik~!(;\'~ 8.75
item # 408 44" MJ RESILIENT SEATED GATE VALVE NO BID NO BID NO BID NO BID 360.00 350.00
item # 409 66" MJ RESILIENT SEATED GATE VALVE NO BID NOBID NO BID NOBID 445.00 469.00
item # 410 48" MJ RESILIENT SEATED GATE VALVE NOBID NO BID 675.85 NOBID NO BID ~~ 748.00
item # 411 2 12" MJ RESILIENT SEATED GATE VALVE NO BID NO BID 1,333.52 NO BID NO BID 1lr~ 1,474.00
item # 412 1 16" MJ BUTTERFLY GATE VALVE NOBID NO BID NO BID NO BID NOBID NOBID
item # 413 1 20" MJ BUTTERFLY GATE VALVE NO BID NO BID NO BID NO BID NO BID NO BID
item # 414 1 24" MJ BUTTERFLY GATE VALVE NO BID NOBID NO BID NOBID NO BID NO BID
item # 415 2 FIRE HYDRANT 5 1/4VO 3 112FT TRENCH NOBID NO BID NO BID NO BID 1,820.00 1,620.00
item # 416 4 FIRE HYDRANT 5 1/4VO 4FT TRENCH NO BID NO BID NOBID NO BID 1,920.00 1,660.00
item # 417 4 FIRE HYDRANT 5 1/4VO 4 112FT TRENCH NO BID NOBID NO BID NO BID 1,920.00 1,698.00
item # 418 4 FIRE HYDRANT 5 1/4VO 5FT TRENCH NO BID NOBID NO BID NOBID 2,060.00 1,737.00
item # 419 2 FIRE HYDRANT 5 1/4VO 5 112FT TRENCH NOBID NO BID NOBID NO BID 2,060.00 1,775.00
item # 420 4 FIRE HYDRANT 5 1/4VO 6FT TRENCH NO BID NO BID NO BID NO BID 2,160.00 1,815.00
item # 421 3 FIRE HYDRANT INSERT 4 1/2VO 3 112FT TRENCH NO BID NO BID NO BID NO BID NO BID 1,998.00
item # 422 4 FIRE HYDRANT INSERT 4 1/2VO 4FT TRENCH NOBID NO BID NO BID NOBID NO BID 2,050.00
item # 423 4 FIRE HYDRANT INSERT 4 1/2VO 4 112FT TRENCH NO BID NO BID NOBID NO BID NO BID 2,050.00
item # 424 5 FIRE HYDRANT INSERT 41/2VO 5FT TRENCH NO BID NOBID NO BID NO BID NOBID 2,150.00
item # 425 3 FIRE HYDRANT INSERT 4 1/2VO 5 112FT TRENCH NOBID NO BID NO BID NO BID NO BID 2,205.00
item # 426 3 FIRE HYDRANT INSERT 4 1/2VO 6FT TRENCH NO BID NO BID NO BID NOBID NO BID 2,260.00
-
MATHEWS FIRE HYDRANT PARTS
item # 428 12 MATHEWS M-3 HOLD DOWN NUT NO BID NO BID NO BID NOBID NO BID NO BID NO BID
item # 429 12 MATHEWS M-4 REVOLVING NUT NO BID NO BID NOBID NO BID NO BID NO BID NO BID
-
item # 430 20 MATHEWS M-7A STUFFING BOX NUT O-RING TYPE NO BID NOBID NO BID NO BID NOBID NO BID NO BID
item # 431 12 MATHEWS M-8A O-RING PRESSURE SEAL mr-.'-~_~~_ ~ NO BID NO BID NO BID NO BID NOBID NOBID
11-073 -Wayer Works Supplies
Bid Ciosed 19 May 2011
item # 433 6 MATHEWS M-26 STEM 5'2" 3' BURY ~::,," NO BID NO BID NO BID NO BID NO BID NO BID
item # 434 6 MATHEWS M-26 STEM 5'8" 3'6" BURY &.i1iji,',~~".'~':,', ' NO BID NO BID NO BID NO BID NO BID NO BID
item # 436 6 MATHEWS M-26 STEM 6'8" 4'6'" BURY NO BID NO BID NO BID NO BID NO BID NO BID
item # 437 6 MATHEWS M-26 STEM 7'2" 5' BURY NO BID NO BID NO BID NO BID NO BID NO BID
item # 438 6 MATHEWS M-26 STEM 7'8" 5'6" BURY NO BID NO BID NO BID NO BID NO BID NO BID
item # 439 6 MATHEWS M-26 STEM 8'2" 6' BURY NO BID NO BID NO BID NO BID NO BID NO BID
item # 440 6 MATHEWS M-26 STEM 8'8" 6'6" BURY NO BID NO BID NO BID NO BID NO BID NO BID
item # 441 12 MATHEWS M-28 MAIN VALVE WASHER NO BID NO BID NO BID NO BID NO BID NO BID
item # 442 12 MATHEWS M-32 RUBBER ELBOW GASKET FOR 41/2 INSERT NO BID NO BID NO BID NO BID NO BID NO BID
item # 443 12 MATHEWS M-34 LOCK & CAP NUT NO BID NO BID NO BID NO BID NO BID NO BID
item # 444 12 MATHEWS M-35 LOCK & CAP NUT GASKET " NO BID NO BID NO BID NO BID NO BID NO BID
item # 445 12 MATHEWS M-36 DRAIN VALVE W/FACING & RIVETS NO BID NO BID NO BID NO BID NO BID NO BID
item # 446 20 MATHEWS M-39 WOODRUFF KEYS NO BID NO BID NO BID NO BID NO BID NO BID
item # 447 12 MATHEWS M-40 BRASS DRAIN VALVE BOTTOM PLATE NO BID NO BID NO BID NO BID NO BID NO BID
item # 448 12 KENNEDY K8105 O-RING _ NO BID 3,23 NO BID NO BID NO BID NO BID
item # 450 12 KENNEDY K8109 CAP GASKET I11III NO BID 6.78 NO BID NO BID NO BID NO BID
11-073 -Wayer Works Supplies
Bid Closed 19 May 2011
item # 451 12 KENNEDY K8111 O-RI NG NOBID 3.22 NO BID NO BID NO BID NO BID
item # 452 5 KENNEDY K8125 ELBOW GASKET NOBID 13.98 NO BID NOBID NO BID NO BID
item # 453 12 KENNEDY K8126A O-RING NOBID 3.55 NO BID NOBID NOBID NOBID
kx~¥:,"~e
~¥'_?
item # 454 12 KENNEDY K8128 SEAT RING NO BID NOBID ~i:',~1 NO BID NOBID NOBID NOBID
item #
item #
item #
455
456
457
12 KENNEDY K8130 O-RING
NOBID
NOBID
NO BID
NO BID ~~
3.55
66.92
NO BID
NO BID
NOBID
NO BID
NO BID
NO BID
NOBID
NOBID
NO BID
NOBID
NOBID
NOBID
item # 458 6 KENNEDY K8137 DRAIN VALVE FACING NOBID NO BID ~~ NOBID NO BID NO BID NO BID
item # 459 12 KENNEDY K8143 HOSE NOZZLE CAP GASKET NO BID 2.88 NOBID NO BID NO BID NO BID
item # 460 12 KENNEDY K8143 STEAMER NOZZLE CAP GASKET NO BID 5.25 NOBID NO BID NO BID NO BID
item # 461 12 KENNEDY K8145 HOSE NOZZLE O-RING NO BID 3.56 NO BID NO BID NO BID NO BID
item # 462 12 KENNEDY K8145 STEAMER NOZZLE O-RING NO BID 6.78 NO BID NO BID NO BID NO BID
item # 463 24 AMERICAN DARLING 54-84-2-2 HOUSING O-RING NO BID NOBID II1II
'. .~
NO BID NOBID NO BID NO BID
item # 464 6 AMERICAN DARLING 54-84-4-4 THRUST WASHER NO BID NOBID NO BID NO BID NO BID NOBID
item # 465 6 AMERICAN DARLING 54-84-5-3 PIPE PLUG NO BID NOBID NO BID NOBID NO BID NO BID
item # 466 12 AMERICAN DARLING 54-84-14 HOUSING GASKET NO BID NOBID NO BID NOBID NOBID NO BID
item # 467 12 AMERICAN DARLING 64-84-20-4 HOSE NOZZLE O-RING NO BID NOBID NO BID NO BID NO BID NO BID
item # 468 12 AMERICAN DARLING 54-84-22 HOSE GASKET NO BID NOBID ~~ NO BID NOBID NO BID NO BID
item # 469 12 AMERICAN DARLING 54-64-25-4 STEAMER NOZZLE O-RING NO BID NOBID ~1[~~ NO BID NOBID NO BID NO BID
11-073 -Wayer Works Supplies
Bid Closed 19 May 2011
item # 470 12 AMERICAN DARLING 54-84-27 STEAMER GASKET NOBID NO BID NOBID NO BID NO BID NO BID
item # 471 4 AMERICAN DARLING 54-84-30-6 TRAVEL STOP NUT NO BID NO BID NOBID NO BID NO BID NO BID
item # 472 20 AMERICAN DARLING 54-84-36-1 SEAT O-RING NO BID NO BID NO BID NO BID NO BID NO BID
item # 473 12 AMERICAN DARLING 54-84-38 DRAIN RING GASKET NO BID NO BID NO BID NOBID NO BID NO BID
item # 474 6 AMERICAN DARLING 54-84-38-1 BARREL GASKET NO BID NOBID NO BID NOBID NO BID NOBID
item # 475 6 AMERICAN DARLING 54-84-144 WEATHER SHIELD NO BID NO BID NO BID NO BID NOBID NOBID
item # 476 12 MUELLER A-5 BONNET O-RING NO BID 3.23 NOBID NO BID 6.50 NOBID
item # 477 12 MUELLERA-12 STEM O-RING NO BID 3.23 NOBID NO BID 6.22 NO BID
item # 478 6 MUELLERA-15 PUMPER NOZZLE GASKET NO BID 5.25 NO BID NO BID 10.00 NO BID
item # 479 6 MUELLER A-16 PUMPER NOZZLE O-RING NOBID 3.23 NO BID NO BID 3.00 NO BID
item # 480 6 MUELLERA-19 HOSE NOZZLE GASKET NOBID 2.89 NO BID NOBID 3.08 NO BID
item # 481 6 MUELLER A-20 HOSE NOZZLE O-RING NOBID 3.23 NO BID NO BID 2.90 NOBID
item # 482 6 MUELLER A-38 DRAIN RING HOUSING O-RING NO BID 8.89 NOBID NO BID 9.67 NOBID
item # 483 6 MUELLERA-39 SEAT RING TOP O-RING NO BID 3.56 NOBID NO BID NO BID
item # 484 12 MUELLER A-47 CAP N!JT SEAL 1.65 NO BID 1.62 NOBID NO BID NO BID
item # 485 6 MUELLER A-48 LOCK WASHER 3.50 NO BID 3.05 NOBID NO BID NO BID
item # 486 2 MUELLER A-50 SHOE 6"MJ NO BID NO BID NOBID NO BID NO BID -~ NO BID
item # 487 6 MUELLER A-85 WEATHER SEAL 3.15 NOBID 6.35 NO BID NOBID ~~ NO BID
~f_*i
.\\l,.";~
item # 489 12 KENNEDY 4112 VO K81A COLLISION RP KIT NOBID NO BID ~~\'f:)'~~'''"--'''~--~---'-'1 NO BID NO BID 120.00 140.00
item # 490 12 MUELLER CENTURION 200 COLLISION RP KIT ~8W~ NO BID 103.53 NOBID NO BID 130.00 NO BID
item # 491 12 AMERICAN DARLING B84B COLLISION RP KIT NO BID NO BID •=•(: ;":,_ r?~~ NO BID NO BID NO BID NO BID
itern# 492 6 KENNEDY 12" 5114 VO K81A NOBID 219.20 NO BID NO BID 320.00 340.00
item # 493 6 KENNEDY 6" 5114 VO K81A NO BID 192.00 NO BID NO BID 270.00 305.00
item # 494 6 KENNEDY 12" 4112 VO K81A NO BID 210.34 NOBID NO BID 300.00 340.00
item # 495 6 KENNEDY 6" 4112 VO K81A NO BID 177.98 NO BID NOBID 245.00 305.00
item # 496 6 MUELLER 12" 5 114 VO Centurion 200 NOBID 260.00 NO BID NOBID 320.00 NOBID
itern# 497 6 MUELLER 6" 5114 VO Centurion 200 222.00 NO BID NOBID NO BID 265.00 NOBID
item # 498 6 AMERICAN DARLING 12" 5114VO B84B NO BID NO BID NOBID NO BID NO BID NO BID
item # 499 6 AMERICAN DARLING 6" 5 114VO B84B NO BID NO BID NO BID NO BID NO BID NO BID
Bid # 11-070
List the Officer!> of your Corporation or Principals of your LLC. Award can not be done
without the attachment.
HYDRAFLO. INC.
Complete Company Name
Name Title/Officer/Position
Name Title/Officer/Position
Name Title/Officer/Position
Name Title/Officer/Position
Name Title/Officer/Position
Name Title/Officer/Position
26
I
1
,I
May 3, 2011
-r,
r1.
;
Officer. Address
Jon B. BUassen 2111 N. Molter Road
Chalmlan ofthe Board Liberty Lake, WA 99019
John W. Holleran 2111 N. Molter Road
Sr, Vice President, Generol Counsel and Corporate Liberty Lake, WA99019
Secretsry
Steven M Helmbrecbt 2111 N. Molter Road
8r. Vice President and CFO Liberty Lake, WA 99019
Philip C. Mezey 211 iN. Molter Road
Presldont & COO, Energy Liberty Lake, WA 99019
Marcel Regnier 2111 N. Molter Road
Pre,sident & COO, Water Liberty Lake, WA 99019
Jared P. Serff 2111 N. Molter Road
Viee President, Competitive Resources Liberty Lake, WA 99019
Malcolm Unsworth 2111 N. Molter Road
President and Chief Executive Officer Liberty Lake, WA 99019
MariLyn R. Hill 2111 N. Molter Road
Assistant Corporate Secretary Liberty Lake, WA 99019
Byron Jackson 2111 N. Molter Road
Vice President and Treasurer Liberty Lake, WA 99019
Jolm Shaub 2111 N. Molter Road
Vice President, Tax Liberty Lake, WA 99019
j~ ,~·'--"''''''i~,.,··,'·
"7'"'''",
:,','" /
. ../
, 'y
I
"
Bid # 11-070
List the Officers of your Corporation or Principals of your LLC. Award can not be done
without the attachment.
c. 00
Tltle/Offlcer/Posl~on
, Name
Yfesi&ovrt
Title/Officer/Position '
Name Title/Officer/Position
Name Title/Officer/Position
Name Tltle/Offl~er/Posltlon
Name Tltie/Officer/Posl~on
Name Title/Officer/Position
Name Title/Officer/Position
26
· .... ~. __ _ - - - - - -
..
Bid # 11-070
List the Officers of your Corporation or Principals of your LLC. Award can not be done
without the attachment.
LJ.~~~..J.:.l!lq~~~J:.J{)C --- ..
}kr-,lck,oJ·
Tltle/Officer/Posltlon
VI'QL PN.t'~tL-J-
Tille/Officer/Position
Title/Officer/Position
Name Tilie/Offioer/Position
Name TItle/Officer/Position
Name Tltle/Offioer/Posltlon
Name Titie/Officer/Posilion
Name Title/Officer/Position
26
II
![
:J
I
I Bid # 11·070
List the Offlcers of your Corporation or Principals of your LLC. Award can not be done
wIthout the attachment.
T i·SALES INC.
Complete Company Name
,
Lawrence W. Tighe
i
Treasurer
Name ntle{Offlcer/Posltlon
i
I
i Edna Tighe Clerk
Name Tille{Officer/Posllion
Name Title/Officer/Position
Name Title/Officer/PosItion
Name Title/Officer/Position
Name Title/Officer/Position
Name Title/Officer/Position
26
....- - - - - - - - - - -....."""="""'''';."'''.,,,,..' ' ' ' '
FAX NO,
l'l,"'...."...........
wmil'lY,';;1Ur-W"!. . ""
-
.,.,......_ ..................._
P. 01
Bid # 11-070
,
! .
List· thei Officer. 0' your Corpor.tion or Prln~,pa'. of your LLC. I ward "In not be done
wlthout!tlIe atttl~hment.
,
~am.
7fl-e S C'.€ 0
nlefOff1<llrfP,·<ltion
I
11 rt4 ,.V/IIL-".'(;
Tltle/Offioor/P ..&Ilion
/)/ V M~"I;
t-lame Tltlefomcer/p .i!itiiii1. _. -
J~~Name
, lX '~t,6
!
'-~'-
--~"-.me-·------- TItle/Offlcer/·'OsIUon
26
Bid # 11-070
List the Officers of your Corporation or Principals of your LLC. Award can not be done
without the attachment.
()Ao~ S~\~ __
Name TItle/Officer/Position
Name Tltle/Offlcer/posltlon
Name Title/Officer/Position
Name Title/Officer/Position
Name ,
Title/Officer/Position
Name TIlle/Officer/Position
Name Title/Officer/Position
Name ntle!Offlcer/poslllon
26
Communication # 4855/11
Docket Date: June 8, 2011
City of Newport
REQUEST FOR CITY COUNCIL ACTION
To: Mayor Stepheu C. Waluk & Mem~~o..the City Couucil
From: Edward F. Lavallee, City Manage ~
/
Date: May 27, 2011
Subject: Contract # 10-042 - Easton Beach Stormwater UV Disinfection System Project
Change Order No.2
Staff Preseutation: Julia A. Forgue, Director of Utilities
RECOMMENDATION:
The Department of Utilities recommends that the contract for the Easton Beach Stormwater UV Disinfection System
#10-042 with CH Nickerson & Co., Inc., Torrington, CT be amended in accordance with Change Order No.2 for the
amount of $133,906.99. The new contract amount will be $5,157,537.99. Also as part of Change Order No.2 the
termination date for the contract is recommended to be extended to September 15, 20 I I.
Attached is a memo from the City's engineer that is monitoring construction which details the credits and additions
which comprise Change Order No.2. The items included in Change Order No.2 for the amount of $133,906.99 are
summarized with the following items which are detailed in the memo from Fuss & O'Neill.
The termination date for the contract with CH Nickerson & Co., Inc. is June 30, 201 I. It is recommended that the date be
extended to September 15, 2011 to allow for completion of the work in Change Order #2 and allow time for project
closeout.
FISCAL IMPACT
L Currently Budgeted (Account 10-190-2500-50440 Activity 104372) _ Requires additional appropriation
_ No Fiscal Impact
SUPPORTING DOCUMENTS
Resolution
Fuss & O'Neill Memo May 26, 2011
Change Order #2
RESOLUTION
OF THE
COUNCIL
No ..
IN COUNCIL
Kathleen M. Silvia
City Clerk
II FUSS&.O'NEILL
MEMORANDUM
The following memorandum sUllliuarizcs the specific responses for various proposed change
orders for Change Order #2. Note that Change Order #1 addressed proposed change orders
#1 to 11 ..A copy of each proposed change order is attached to this memorandum.
PROPOSED CHANGE ORDERS
PCO #12 - Concrete and Reinforcing Steel Details: Several details were provided to the
contractor for clarification purposes only for the contractur's cUllvenience. The contraclor
requested additional payment to implement these clarifications but the horizontal limits of the
walls and slabs and rebar requirements were shown on bid documents. This change order is
denied.
PCO #13 -Panic Doors for Prefabricated Building: The contractor requested a change order
to install panic doots to comply with Building Code requirements. The contract documents
clearly states that the contractor is responsible fat installing all work to comply with Building
Code. This change order is denied.
PCO #14 Rebuild Removed Stonc Masonry Wall: This change order was to replace the
masonry wall adjacent to the UV system that had to be removed in accordance with PCO #9.
This change order is approved and its cost is included in PCO #18.
PCO #15 Replace Handrail: This change order was to replace seven feet of handrail with two
posts and a chain. This change order is approved with no change in costs.
PCO #16 Change RIDOT Outfall Relocation: The original design relied on as-built drawings
of the buried piping on the Middletown propelty to design the RIDOT outfall relocation.
During constiUction, it was determined that the buried pipes wete npt accurately shown on the
as-built drawings and were actually now in conflict with the RIDOT optfall. A new design was
required that called for new piping, new manhole and more surface· restoration work. This
change order is approved.
PCO #17 SCADA Connection to Wastewater Treatment Plant: Prior to bidding of the UV
system, a SCADA upgrade was planned for the Wastewater Treatlnent Plant. Since the details
of the SCADA upgrade were not Imown at that time, it was not possible 1'01: the contractor to
include this connection in their bid. This change order is approved.
PCO #'18 - Memorial Boulevard Retaining Wall Repairs: At the end of construction, several
cracks in the Me11lodal Boulevard wall were noticed which occurred during construction
activities. These cracks could have been caused by the removal of the masonry wall below the
UV system (see PCO#9) or removal of sediment from the front of the wall. The purpose of
this PCO is to repair the wall and stabilize the slope that was disturbed when the old masonry
wall below the UV system was removed. This change order is approved.
SUMMARY
The following is a summalY of the acceptable proposed change order cost assuming proper
documentation is provided that verifies the noted disposal and material cost above.
Accepted PCO Cost
PCO #12 $0.00
PCO #13 $0.00
PCO #14 $0.00
pca #1~ $0.00
pca #16 $~4,328.08
PCO #17 $15,975.00
PCO #18 $63,603.91
Total $133,906.99
The foregoIng proposal Indudes direct labor and ma.terial costs only.
Unit Cost: $54,328.08
gacausa lhls change ordor may affeclll\e performance of our COlllrect work,
C. H. Nickerson +Co., Ino. reserves Ihe right to eaal< col1lpensallon (or any Unit Tnx: $0.00
Bueh Impact cosls which nlay result and to roqunsl 0[1 oxlonslon of lime Lump Sum: $0.00
if necessary when thase Items can be assessed.
Lump Tax: $0.00
This ,proposal Is valid for 30 days. After 30 dRYS, this proposal Is subJecl
to change for any price IncreaSeS whIch may apply
Total:
- - -$54,328.08
--
~j-
APPROVAL:
By:
Ily:
--------- I)ean Audct ~i""O----
Date: _ Date: _-'S"'--....:Z"-I:--;·''''''I _
ell: rl~!i0.34
Jlield
Oflil;('. C. H. Nickorson t CO., Iflc, • <Ill Hllyllen Hill Road - PO [lox 60A . TUfrlnglull, CT 06790·0808
PhonB: 860-469·04l'i5 • F~x: Bf.lO·496·U4H3 _ f'LM. 0204003·Pt . SliM. 005605·SMl - MlEOE.
C.H, Nickerson & Co., Inc.
Total $ 64,328.08
I~I
~il -
nf -+.IS'a=ul±:lslil..-l.+ .~
U
-1-j:~±I~I+Iil.j..!IilIil·..j.J...L. - .. -
li~ I
Lamarre Brothers Contracting Corp.
563 Newport Ave.
Soulh Attleboro, MA 02703
Item 3: Furnish and Install 20 If of 24" HOPE & 1 OHM. Thloltem aleo In.lude. dowaterlng, .ru.hed oloneto
spring line of pipet oruBhed stone wI MH, R&D E>clstlng excavated material offsito, Import gravel borrow &
pla.eln 8" lifts, cui and plug abandoned gaa IIno, e.cavatlon around o.'otlng utllltl.o, furnish & Inatall frame
& cover .
,Excaviiltor
~~:~~; ~.
3a1ro $ 216.42 :
oitei:aIOI Sjhrs $
66,06, $.
211.00 :
330.36 '
·Lebo/el. 6,hrs $
Rolie' 1 ,hIS '$ 1$0;00 : $ 160.00
'';;;'.,.10/ 1ih,. $ 70,60 . $. 70,60
lIem 6: Pavement 2" Binder; 2" top course (611sy) (12 tn)
~New Pavement 1.LS $ 2,400.00 . $ 2,400.00
ItemB: Export 11< Import fill for all dreln linea In land acap. araa due to no stookplle aree.
Gatti _ _..,..,,"'i'I"'p,..,OIe.1 _
I
.;
j
r
PROPOSED CHANGE ORDER
_ Nickerson No. 00017
111 GENERAL CONTRACTORS
Note: I. Tl\iR rco only lnchtdes work :;peciflcally identltled 011 R,E. E:rlckson & Woodard & Curranfi quot¢.'l.
2. All fluper"hiiol1 and cOQrdination will be by FUllS & O' Neill & United WfllCr.
APPROVAL:
lIy,
Andrew Lombard. P.E.
_
nY:~~ anielTiso
Dnle: _ Date: _~5'-~_'-z.=o_-.L:!1 '--_ _
cc: rPl1ll47
Fillhl
om~ C H. Njcl<:afS(J1l + Co.. tIle.• 49 Hilyden HHI Roed • f'OBox60R • TOIrlnoton,cr 06700,0606
f'hol1o: OBO·460·0465 • Fax: 660-406·0463 • PLM. 0204803·P1 . SHM. 006S0i).SfA1 • ANI!Or:
QUOTATION Quota Numbor 14247
Quote Version 1.0
R.E. Erickson., Inc.• Instruments and Controls
595 PROVIDENCE HWY. WAI.POLE. MASS 02081 PHONE (50S) aea.O$30.
FAX (508) 860.2032
Customer Responsibilities:
1) Customer is responsible for all progt'ammIng and configur.al:ion
requIred for. the existing SCADA systent and RF communications.
ThIs quotallon Is (or acoeptance wlthln ~o days and Is Bubjeot to change wIthout notIce. R. E. ERICKSON OO'fINO,
If thIs proposal meats with your approval your purchaso order should be made out 10: 006 PROVIDENCE HWY WALPOLE,
C, H, Niokerson
49 Hayden Hill Road
Torrington, CT 06790
Gentleme1!'
Attached is OU[' Quote 1I14247relnting to the existing SCADA system tic lnlhnt yOIl had asked us
to prepare. We have met with the owner and feel eonfidcnt that this proposal will meet their
expectations fot, the work !'equired.
Programming Modlficallons:
A) A selection will be added to the 011' .llowing the operator to select system eontl'Ol from
oilhet·the orr (lo~.I) orfrolll tho SCADA system (rolUote),
B) Contl'Ol - Loenl
When "Local" Is selectod tim op0l1l!\)rwi!l have the ability to oontrol the DV systom
directly from the 01'1'. All conlr61 plllamerers will bo placed lnlo a Data Array memory
arM and fead fi-om the Master PLC to updnte the SCADA system.
C) QQ.uJ!Q.\ - Remote '
When "Remole" Js selected the opefator wlll have the ability to contl'ol the llV system
directly ft'om the SCADA system, All control pumlllolers will be plneed into a Dllln Array
memOlY aren und Wl'ilton to the DV 1'1.C 10 update the orr.
D) M.!miIQrlug
All monitol'ed values (flow, levels, status, etc., ,) will be placed Into a Data Array
memo,y IIrell oud relld ft'om the Mastel' PLC to updnte the SCADA syslem,
SIncerely,
~~~~
David L. Labonte
Project Manllger
R. R. Eric!(8on Co" Inc.
L.106/dlllwordlDykclI1nl105 J911
COMMITMENT &. INTEGRITY 9!, G0drl! $tflwll SlIIk! Ino 18UU.448.!;518
DRIVE RESULTS Plm'ionfi1:G, Fd Ij220J T 4Dl.2l:i.l0.rr
wv·!\\' w[jl)d:JfI.kiiU(lll.r::om f; A(l"l.l.7150i17
~
Project Number: --'P,.,2"'244=06:;;.O'"0c...... Clienl PO Number:
Client Name: C.H. Nickerson & Co., Inc
A-~
Contact Name: _D""a~n",le,-,IP-"-,,TI~s0c..... Conlact Email: dtlsO@chnickerson.com
Address: -'p"'o"-'a"'0"'-X::::80::o:6_ _-.,. Phone:
WOODARD Torrington State: ..:C~T,-- _ _ Zip:
&CURRAN City: 06790
Project Name: Newport UV Stalion
Project Location: Newport, RI
Selvic8s: Coordinate data &wr,trolto SCADA with R.E. Erickson
Program screens at Wastewater Plan!. slartup &test.
Provide informallon 10rO&M and training to Staff.
Start Oate: Tao End Date: "'6"'f2"'/2"'_0-"11:....- _
Fee Basis:
- t.ump Sum Amount _$"'3"'!7,:::45~.O"'O'---c-:- __ 0 Estimated Fee Amounl $
o Time &Expenses (see atlached schedule)
Pf!ciog Is valid for 60 days from dale of proposal.
If the above fee Is Indicated 8a Time & EKpenS!I$ with an esUma!e, our fee will be based on the time expended and (Qsts
Incurred. Addillonal servIces requested, unusual problems or difllcultles may necessitate a higher fee. If a malelmum fee
Clmount itl indioated, thia amount will not be excaodcd wilhoul further 8\llhOril&.tlOO by the Cliant The lenn8 and c(lndiUons
under which we aro provlding th~s(l services arc Illlached and arc inCOrporated hereIn by reference.
Billings will be: 0 Monlhly _ At oompletion of services
Tenns will be: - Nel30 days 0 Olher
The above is intended as a summary of our agreement for the pertormance of Ihe work described,
Please exemlne seme carefully and, if accurate. indicale your approval end acceptance In the space
provided below,
Data: 05,16.11 .
Tilla:Se~p'
~r·
Acceptod:
The undersigned hereby states Ihat thay ara the person or duly aulhonzed agent 01 the person or
organization contracting for the above seIVices on Ihe above described projecl; and Ihal the terms and
conditions stated are underslood and harewllh agreed 10 and accepted. Wooderd & Curran is hereby
aulhorized 10 proceed wilh Ihe seIVices ouliined ahove,
Date: _ By:
Tille:-----
t. This proposed chonge order docs not inclnde allY costB for file foltowing:
• polioo dctllils for purpose oftrnffic control
• temporAl'y Ilower (CUN to tllle convenience outlets located 011 UV Structure)
• lempomry wulk WIlYli (if required)
• Any issues rehnillg to ~l(isting utilities (i.e. )lower, gas, force main. etc)
2. CHN needs 8 weeks lo complete the \...,ork i\ftel'the tcst pits flrc cOlnplctcd lind flubmiUIIls t\fC uppmvcd by Pus,'l & O'Neill,
3, This PCO assumes work shall be concurrent with DOT Omit} Work or additiOllUl charges will ocCtlr.
~so
APPROVAL:
By: _
Denn Audet
Date: _ Date:
---=-'--''-'----
w: PFlfO)4
Pleld
OfliCl! c. H. Nic\(orSQfl. Co., Inc.• 49thiydoo HUiRoall - PO BOll flOB - Tonlfl!)lCO, CT 06100·0808
Pnono: 6eO·469·04li5 • Fall: 660496.0483 • PlM. 0201i1JOJ.Pl • SHM. OU580a-SM1 ·ANEOI:
Lamarre Brothers ContractIng Corp.
553 Newport Ave.
South Attleboro, MA 02703
Change Order Breakdown for RFI 29A - Existing Slone Wall at Bridge
Easton Beach Stormwator UV Disinfection Job
Newport, RI
Itom 1: Removo and Roplace 3 shrubs, strip loam & replace. Loam, Seed & Rake
Item 2: Oewaterlng - This It.m Includ•• to Import (3) Jersey barriers to act as aolfo,dam, place 60' x 20' IInor and
sand bag In stream bed and secure top of barriers. Provide pumps & IIIte, bag. Removal and Demobilization. NOTE:
PUMPS WILL BE CONNECTED TO OWNERS OUTLETS. ENERGY COSTS ARE NOT INCLUDEO.
Item 3: Placing deadmen- this Item Includes excavation to grade shown on sketch, export & Import of excavated
mate,lallor backfill, furnish and Install deadmen to bottom of aap & baakflll
Item 4: Ropalr oxlsllng wall. This item Inaludeo removing section of aonorete walk. oxoavate between gao main &
alone wall to elevation +4.0 (oxport) Remove slone wall to EI+ 4.0, olean mortar from stone, rebuild wall & baokfill
With gravel borrow
8xcav~tor 24 hrs $ 72.14 . $ 1,731.36
:Ope.ralor 24hrs $ 70.60 $ 1,694.40
:la~orers OO,hrs $ 55.0e $ 4,404.80 ,
lForeman 40jhrs $ 70.60' $ 2,824.00 :
[DumpTruck 18:hrs '$ 70:80 ! $ 1,132.00 :
IOp.tara.tor 16lhrB $ 70.60; $ 1,129.60 ,
iGravel Borrow 1016y ,$ 25.00 i $ 250.00 '
1Mortar Mix 20!bags $ 5.00' $ 100.00 '
i Porlable Mixer i· 3idayo $ 150.00 i $ 450,60 •
I.Op,erator
Ex~~v~t9r - 8 i hrs :$ 72.14.$ 517.12 ,
8lhrs $ 70.60 : $
55.0a i $
564.80 i
'leborers Bihrs .$ 440.48 I
'Foreman 81hrs ,$ 70.60 : $' 5a4,~0 .
'OuI11P,iru~k ti!hl'$ '$ 70.00 ' $ 506040 i
;()p~r~l<>r . 8'hrs $ 70.60' $ 564.8Q I
,Rip. Rap 20!CY '$ 35.00 i $' 700.00 '
Item 6: Furnish & Inetall Conerat.. Side Walk, Se"tion & eonoreto oap on slone wall
SubTotal $ 4M03.92
15% OH 8< Profit $ 7,335.59
RFINo. 29A
Plellstl provide revised dch\ll!l tbr mbldlding the romuv~ COl\cfote W$l1nt the brldRo Abutmellt, All we have
d1e~~c.d, hfslnlllllB the oollcrote'bloc:ks t\:t elovMion·O.O I1djllM"1l0 the oxhlling 6lonc wo.ll as llhown(lll your
a'ketelte.'l 1&2 tJ ual recQmlu'ondod as thil Vlill likely \l1ldCtlllftlO' dIe oxbtlng s1600 wall.
t'.illl/l,td;'~11
,\I11ut.I,ivmllJ
Nfij'~'iJll:
IW"d, ld,,,J
--<... I !'<- i j'
~1'-
"
'- f
~......... :" . ./
<""G~·'"
)....
.... ...... ~'G-
. \
'.....' \,...-
_x.,. \\ '-
-
.,.
\
"-
E
"
o , 1
.!
i!
' --. . > t .
H.
~~ '
, ; < ' ; - . ~.
. . ~-
!~ ;1----
i~ \ SECtJ.RLTY
l§ \ fEHQNG·
H
H.
1
I. - - - - \
'-\ '\
i '--!lEMoVE AND flEPlACE '-
1 cooCRnE: SOEWAUC FROt.t \.
WS!ERN UMIT TO FlRST \
! CON1ROL JOINT (SEAL JOINTS \
vm"H APPfroVEO CONsrnucnoN •
I~~~:?~jJ ,----
CAULK) "
I
\
'-
,:. ~- =,....... 0
~ =---~- r~
..-
i. :;I,
1tI:lIe.
.:RAAet ~
FUSS & O'NEILL
~:mDefb,:,
==~-~
~ mw:va::r
.
PROPOS£I)'WALLREPAIRI UMITOFIUPRAP
EASroNllEACHSTORMWATERtNDlSINFECTKJNS'ISIEM
~1'!IUiJC)
F5-1
-
.~1'fm-n
.w.w., SfCH<:S at"l'QIQ (T.o.w.
El.fV. AT DOS!lI'tG tiU.-~)
.r=-
. T.o.;' a.EY._ ''''," ~WAU. TOYEE:t~
It·, I csxr MORT~ $roHE de ~
.
Of ElOSlINC """"" - . 1'1'4
RlJ6ER.:E WAlJ. C!:Q.:W '01"Y'-'''* HW,)_ _'.
~ QW)E
-"'"
SEYa«) :
~ EUY. Of' RlPRIE'
~. 7JJ-'\ r~~B£~ ~~fOO~'
RlJt 58:UITt fC](~..,...'
/
'7f-~~TO
•I El.E'<-....
I
I
I 1:<
g (1)(?tYt "'K y. I
I
I a£V.-&.O'
t~ --(1J= 1
'---'-'
I
J iI ~ 4-1J= l-![..j
i·
::~ ~-
---------..,..----- (.-u. ~~._4..0·
~JJ=
r- '4--1'
r\~ r '--1I
~T----~I-f~
-T-~' f~-' - l' EU'V..-2.0·
S-J1"~wm:lCF~R"t ~ ~~
-'';or;
·~UillTOf
1W.L'~~ I , ~ I ~4'-a'" ttCE}
~
fl
1!
o
.;. §~.~;j;~~tt~}tef2
~ ~:.
.. : . ';.r
~:....-o.~
.,;-.-:~ :~~:.~ :~~';"?:~'~:: (m'l(6"~
£!:b'.-1:.o'"
I~ in:;:~t:~
j (3OY. 1llV.-1.0±)
""""" sroH'
(~.,....~
Y'
r..
&&%
e-d' (Wl)
.
K
~"""""
trrPXl>-0- IW)[)
(BOT. aEV.--loO:)
-
~.:;::.-
'be'=-
J1S1 ~SCIa:
~
A' FUSS & O'NEILL
V~"'lJJMv
~~
.....-a- ~
=--=-~-
SECl!ON 'B' THROUGH PROPOSED CHANNEL WAll
EASrON"'6EA.C'HSTORMW'A'IERtrVDISJNffiC1lClNS'lSTEM
~
. , .
r~
F5-4
I
.
COSCOR[
Fencine ~ Guaral"'sif
()ll()1ri\1rI()ri
.--- .----+----I.----~------_i---
...---....I__---__1
1 - - -...- ..--.1---1__----- ----.1----.. . --.---;
-+------------'1---._--\-----
------/------1
----------1
- -.
,----.
t---t----l- .-- - - -
.---------+----1----·
--+'~-;I--'
.._-_._._--;--
-- - 1------
__
-_ ..
r-----'----'-----.l....-.-------.-.....- - I g\\~:Tota\
f - - - - + - -..- - - j
.. _,!:'!."~1l lI<1a",'te..'+------1
__ _--_._--------
. .. -------- ..........I..~__ . . __ $1.,979.:U
Project: Easton Beach Siormwater UV Disinfection System IONnar. City of Newport,.RI Owne~s Contract NO.:10-042
Contract: Easton Beach Slormwater Disinfection System. Bid No. 10-042 Dale of Conlract
The Contract Documents are modified as follows upon execution of this Change Order:
Description: Change order #2 covers changes to the project scope of work 10 account for buried conniets to the relocated RIDOT storm drain on Middletown property, repairs to
the walls for the Memorial Avenue bridge and connection of the UV SCADA system \0 !he Wastewater Treatment facility SCADA system.
ThIs Is the compilation of PCO#16, 17, and 18 delalled In the memorandum dated May 26, 2011.
Original Contract Price: Original Contract Times: 0 Working days 1&1 Calendar days
Substantial completion (days or date): December 25 2010
$5011 061.00 Ready for final payment (days or dale): "'Ja"'n"u"a"'rv'-2"'4""'2"'0,,1.!1 _
No change from previously approved Change Orders Change from previously approved Change Orders
No. N/A to No. _N"t"'A'--- _ No. 1 to No. --'.1 _
Substantial completion (days or dale): r:F"eb"'nJ:Yl!a"rv"2,,8.....2,,Ol11L _
$12570.00 Ready for final payment (days or date): tA"'p"ri,,12,,9.....2,,0.!11L _
Contract Price prior to this Change Order: Contract Times prior to this Change Order:
Substantial completion (days or date): cF"e"bnJ"",a"rv""2",8",,,2,,0,,1l1 _
$5023631.00 Ready for final payment (days or date): ~A"p"ril,,2,,9,,-,,2,,01.l.1,- _
Contract Price incorporating this Change Order: Contract Times with all approved Change Orders:
Substantial completion (days or dale): LF"e"bnJ"",aurv,,2,,8. ...2,,0,,1.l.1 _
City of Newport
REQUEST FOR CITY COUNCIL ACTION
To: Mayor Stephen C. Wal.uk & Mem~ .. of the City Council
From: Edward F. Lavallee, CIty Manage ,.-.. -
Date: June 1, 2011 ~
Subject: Award of Bid #11-069 - Decorative Street Light Maintenance and
Repair Services
Staff Presentation: William R. Riccio, Jr., PE, Public Services Director
RECOMMENDATION:
The Department of Public Services recommends awarding the sole bidder, Frank A. Toner Electric Company, Inc. of
Middletown, RI, the contract for decorative street light maintenance and repair services based upon the submitted unit
prices for a not to exceed totai annual expenditure of$37,000.
The current contract for these services is set to expire June 30, 20 II. A new bid package was advertised and one bid was
received for these services. The work includes general maintenance and repair of the city owned decorative electric and
gas lights throughout the City of Newport for the three year period July I, 2011 through June 30, 2014 with annual
expenditures not to exceed $37,000.
FISCAL IMPACT
SUPPORTING DOCUMENTS
Resolution
Sole Bid Proposal
Contract
Corporate Information
RESOLUTION
OF THE
COUNCIL
No .
IN COUNCIL
READ AND PASSED
Kathleen M. Silvia
City Clerk
CITY OF NEWPORT, RHODE ISLAND
CONTRACT AND AGREEMENT
by and between the City of Newport, herein called the "City", party of the first part acting
herein through its Mayor, and Frank A. Toner Electric Company, Inc., hereinafter called the
undertakings, promises and agreements on the part of the other herein contained, have
undertaken, promised and agreed, and do hereby undertake, promise and agree, the party of
the first part itself, its successors and assigns, and the party of the second part for Itself and
I. CONTRACT INCLUDES
The Contractor shall furnish all labor, materials, equipment and services for Decorative Street
Light Maintenance, Repair and Installation - May 2011 - Bid No. 11-069 and all appurtenant
work as defined within the contract documents. The Contractor will repair, maintain Install
new, and respond to emergencies and provide regular and emergency services related to
decorative street lamps i.n the most thorough and workmanlike manner, in every respect to the
satisfaction and approval of the Director of Public Services, in the manner and within the time
hereinafter limited, and in strict accordance with Notice to Bidders, Information for Bidders,
Labor and Wage Requirements, Proposal From, General Conditions of Contract and
Specifications and Details for the work, which together constitute the Contract Documents and
the Contract Documents are hereby made a part of this Agreement as fuily as if the same were
repeated at length herein. Change Orders issued hereafter, and any other amendments
executed by the City and the Contractor, shall become and be a part of this Agreement.
The Contractor shall commence work under this Contract on July 1. 2011 or, if the contract Is
executed after July 1, 2011, promptly upon receipt of written notification from the City to do
so. For the duration of the contract, the contractor shall be responsible for maintaining and
repairing the decorative street lamps on a regular basis and shall respond to calls for
maintenance from the Director of Public Services. City approval Is required prior to any
installations of new decorative street lamps. The Contractor and the Director of Public Services
shall be designated as joint first call on police and fire call list to respond to emergencies
Page 6 of42
Involving decorative street lamps. The Contractor shall execute the work assigned by the City
within the time period agreed upon. If at any point during the term of this contract the
contractor does not perform at a satisfactory pace or is continuously delayed In the
performance of work in accordance with the agreed upon time schedule, the City shall notify
the contractor In writing of unsatisfactory progress for completing work. Ifthe contractor falls
to substantially improve the performance of the contract, the city shall proceed with the
termination of this contract in accordance with Section XIV of this contract.
Unless terminated earlier in accordance with the terms of this Agreement, this Agreement shall
terminate on June 30. 2014. Throughout such time, all unit prices and work specifications as
identified herein shall remain in effect.
The Contractor shall pay to the City .for each and every calendar day that he shall be in default
in completing the entire work within the time and specifications stipulated, the sum of Five
Hundred Dollars ($500.00) per day unless the time and/or specifications are modified in
writing by the City. This sum is hereby agreed upon, not as a penalty, but as liqUidated
damages, which the City will suffer by reason of such default. The City shall have the right to
dedUct the amount of any such damages from any monies due the Contractor under this
Contract.
V,. PAYMENT
The City, in consideration of the faithful performance by the Contractor of all and
singular his covenants, promises and agreements contained herein, agrees to pay
the Contractor for the full completion by him of the work embraced in this Contract,
in the manner and within the time herein specified and limited to the satisfaction
and approval of the designated representative of the City, the prices stipulated in
the said proposal hereto attached, such payment to be made at the time and in the
manner and upon the conditions herein expresslV provided.
On or about the 15th day of each month, but no more than once a month, the Contractor may
submit a Payment Request for the .period ending the last day of the previous month. Said
Payment Request shall be in such a format and include whatever supporting information as may
be required by the City. Each Payment Request shall be signed by the Contractor and shall
constitute the Contractor's representation that the quantity of work has reached the level for
which payment is requested, that the work has been properly installed or performed in strict
compliance with this contract and that the Contractor knows of no reason Why payment should
not be made as requested. Thereafter, the City shall review the Payment Request and may
also review the work at the project site or elsewhere to determine whether the quantity and
quality of. the work is as represented in the Payment Request and is as reqUired by this
Contract. The City shall approve by signature the amount which, in the opinion of the City, is
properly owing to the Contractor. The City shall retain five percent (5%) of the progress or
Page 7 of42
ITEM 4C: NON-EMERGENCY PIPE FIITERS SERVICES
For costs associated with Non-Emergency Licensed Pipe Fitters Services, the unit rate
of:
For costs associated with Emergency Licensed Pipe Fitters Services, the unit rate of:
For costs associated with Welding Services, the unit rate of:
~D\ -'3l\\-QS3\
TELEPHONE NUMBER FAX NUMBER
E-MAIL ADDRESS
Page 38 of42
monthly payments claimed and pay the Contractor on or before the last day of the following
month,
The total amount of the oontract is based on the actual quantity of work items oompleted and
the Contractor's unit bid price/rate for each item. The contract award per fiscal year is
$37.000,00. The total amount paid to the Contractor is dependent upon the amount lind type
of authorized and accepted work completed by the Contractor.
The Contractor shall comply with all State, Federal and local statutes, ordinances and
regulations applicable to the execution and the performance of this Contract and shall procure
all necessary licenses and permits,
The Contractor and his/her subcontractors are to maintain all books, documents, papers
accounting reoords and other evidence pertaining to oost Incurred, and to make such material
available at their respective offices at all reasonable times during the oontract period for three
(3) years from the date of final payment under the Contract for inspection by the City or any
authorized representatives of government, and oopies thereof shall be furnished if requested,
VIII, LIABILITY
1. The Contractor agrees that his/her employees, sub-Contractors, or agents possess the
experience, knowledge, and character necessary to qualify them individually for the
particular duties they perform, .
2. The Contractor shall be liable for all damage caused by its negligent acts, in its services
under this Contract or any supplements to this Contract, and shall indemnify and save
harmless that City and all its officers, agents, and servants against any claims, suits,
actions, damages, liabilities, and direct costs resulting from any negligent acts, willful or
reckless misoonduct, or negligent' performance of the Contractor, in any forum, brought as
a result of such negligent acts, willful or reckless misconduct or negligent performance, and
shall carry liability insurance for that purpose, as specified by the City.
IX. . INSURANCE
1. The Contractor shall procure and maintain, at its own expense during the life of the
Contract, insurance liability for damages imposed by law, of the kinds and in the amounts
specified, with insurance companies authorized to do business In the State, The insurance
shall cover ali work under this Contract, whether performed by the Contractor or by sub-
Contractor. Before commencing the work, the Contractor shall furnish certificates of
insurance In the form satisfactory to the City certifying that the policies will not be changed
or canceled until 30-day written notice has been given to the City. The types of Insurance
are as follows:
Page 8 of42
In case any such work is sublet, the Contractor shall require the sub-Contractor
similarly to provide,
b. Workers Compensation and Em ployers' Liability Insurance for all of his/her employees
to be engaged in such work, The Contractor shall file certificates with the
Department's Contract Administrator showing that this insurance on behalf of all
employees of the Contractor any sub-Contractor has been purchased prior to award
of this Contract, .
2. The Contractor shall carry liability and Property Damage Insurance with coverage In the
follOWing amounts:
a. Public Liability, Bodily Injury, and Property Damage:
InjUry or death each person: $1,000,000
Injury to more than one person in a single accident: $1,000,000
Property damage: $1,000,000
b. Automobile and Truck liability, Bodily Injury and Property Damage:
Injury or death of one person: $1,000,000
InjUry to more than one person in a single aocident $1,000,000
Property damage: $1,000,000
3. No cancellation of said Insurance, whether by the insurers or by the insured, shall be valid
unless written notioe thereof Is given by the party proposing canoellation to the other party
and to the City at least thirty (30) days prior to the intended effective date thereof whiCh
date shall be expressed in said notice. Notlce of cancellation sent by the party proposing
canoellation by registered mail, postage prepaid, with a return reoeipt of addressee
requested, and executed shall constitute proof of submission of said certificate.. An affidavit
from any offioer, employee or agent, dUly authorized by the insured, shall be prima facie
evidenoe that the notloe was sent. This section shall apply to the legal representative,
trustee, and the suocessor in interest of such Contractor.
4. The failure of the Contractor to maintain insurance coverage in accordance with the terms
of this Contract shall constitute a violation of this Contract. Such failure may result in
termination of the contract, at the option of the Oty.
5, The Contractor shall take notioe that the canoellation of any insuranoe under this Contract
shall not affect the obligation of the Contractor to maintain each coverage, or his/her
obligations under Section 1)( C'Insurance tt) of this Contract, or his liability under Section VIIf
(Liability') of this Contract.
6. The Contractor shall also take notice that his/her insurer must be Iioensed to do business in
the State of Rhode Island.
7. The Contractor shall file copies of all required insuranoe oertiflcates with the City. All
insurance certificates mentioned in this Article shall be attached to this Contract prior to
award.
Page 9 of42
X. SUPPLEMENTAL AGREEMENTS
No change in the character or extent of the work to be performed by the Contractor and
affecting the completion date or fee schedule shall be made except by supplemental 'agreement
in writing between the City and the Contractor. The supplemental agreement will set forth the
proposed work, any extension of time for completion, if required, and adjustment, If any, of the
fee to be paid to the Contractor.
In any case where the Contractor believes extra compensation is due him/her for work and
services not covered by this Contract or Supplement thereto, he/she shall notify the City in
writing of his/her intention to seek such compensation before he/she begins the work. The
request must be passed upon by the City. In the case where the request is determined to be
justified, It shall be allowed and paid for as Extra Work/Additional Work in accordance with the
terms of a su pplemental agreement entered into before such work Is started.
1. The failure of the City to enforce at any time any of the provisions of the Contract, or to
exercise any option which is herein prOVided, or to require at any time performance by the
Contractor of any of the provisions hereof, shall in no way be construed td be a waiver of
such provisions, nor in any way to affect the validity of this Contract of any part thereof, or
the right of the State to thereafter enforce each and every provision.
2. This COntract shall inure to the benefit of and be binding upon the heirs, executors,
administrators, assignees, and the successors of the respective parties hereto.
3. Should any part, term, or provision of this Contract be by a court of competent jurisdiction
declared invalid, Illegal or in conflict with any law of the City, State or the United States, the
validity of the remaining portions or provisions shall not be affected thereby.
XII. INDEMNITY
The COntractor shall indemnify, defend and hold harmless the City, and its elected and
appointed officers, directors, and employees (each, a "City Indemnitee"), from and against (and
, pay the full amount of ) any and all Loss-and-Expense Incurred by a City Indemnitee to third
parties arising from or in connection with: (1) any failure by the Contractor to perform its
obligations under this Contract; or (2) the negligence or willful misconduct of the Contractor or
any of Its officers, directors, employees, representatives, agents or Subcontractors in
connection with this Contract, except to the extent caused by the negilgence or willful
misconduct of any City Indemnitee. The Contractor's indemnity obligations hereunder shall not
be limited by any coverage exclusions or other provisions in any insurance policy maintained by
the Contractor which Is intended to respond to such events. A City Indemnitee shall promptly
notifY the COntractor of the assertion of any claim against it for which it is entitled to be
Indemnified hereunder, and the Contractor shall have the right to assume the defense of the
claim in any Legal Proceeding and to approve any settlement of the claim. These
indemnification provisions are for the protection of the City Indemnitees only and shall not
Page 10 0£42
establish, of themsi;!lves, any liability to third parties. The provisions of this Section shall
survive termination of this Construction COntract.
The City reserves the right to abandon, suspend or terminate the services of this COntract, or
any part thereof, at any time, by giving written notice to the Contractor. Abandonment,
suspension or termination of the Contract shall in no way limit any legal rights of the City.
IN WITNESS HEREOF, the said parties hereto have caused this instrument to be
signed by their duly constituted officers, attested, and sealed pursuant to proper
resolutions.
By:--,---:-:-:----=---,--=---c---:=_,--.,-----
Party of the First Part (Signature)
Page 11 of42
PROPOSAL FORM # 11·069
The undersigned, as bidder, declares that no person or persons other than those named
herein are interested in this proposal; that this proposal is made without collusion with
any other person, firm or corporation; that he has carefully examined the location of the
proposed work, the proposed form of contract, and the plans therein referred to; that
no person or persons acting in any official capacity for the Owner is directly or indirectly
interested therein or in any portion of the profit thereof; and that he proposes and
agrees, if this proposal is accepted, to execute the form of contract with the Owner, to
prOVide all necessary equipment, tools, and other means of construction, and to do all
work and furnish all the materials shown and specified in the Contract Documents, and
according to the requirements of the Director of Public Services as therein set forth, and
that he will take in full payment therefore, the following sums to wit: (Period covered:
36 months (3 years)
1. GENERAL LABOR
For General Routine Maintenance of City decorative street lighting, the Jump sum
...,-- monthly rate of:
/ wo J-hDOSANb 61/';' hVNl>n;0 DOLLARS and _~Z""-,=e..,-,-r-,,o"-- CENTS PER MONTH
.ITEM 1B: FURNISH AND INSTALL NEW NATURAL GAS DECORATIVE LIGHT
For costs associated with furnishing and installing of a New Natural Gas Lamp Unit,
complete, the lump sum unit rate of:
£o't-,~ -I+o\)~!I'-lli {;vp-. h"N"'T'e~ DOLLARS and _--=Z=:e""'-'ro"'-,--_ _CENTS PER UNIT
00
$ 8'iO(), per Unit
1f ('psi 01' /!,uper1rOUNC> ~"'S ?:?'''''') rs~ W",f;.",..L Gr"'" +0 '311 'is .. II.. !:> IN
I\t>...; f,-"v,
Page 35 of42
ITEM le: , FURNISH AND INSTALL NEW ELECTRIC DECORATIVE LIGHT
(HISTORIC)
For costs associated with furnishing and installing of a New Decorative Electric Lamp
Unit, complete the lump sum unit rate of:
For costs associated with furnishing and installing of a New Decorative Electric Lamp,
Unit, complete the lump sum unit rate of:
For costs associated with repairs beyond routine maintenance during normal business
hours:
""Jr. "''''
$_~L~2l~ perHour
For costs associated with Emergency Response Work, the hourly rate of:
* -:>l ~
/105. -7"", SO.
00
7;p, c.A \ \ •
'
eS?l>,..lS Q
7c oe>
$~..LL......
·"2.,.,,--~_ per Hour
l0\ew O~r-':D0~
Page 36 of42
2. MAINTENANCE MATERIALS &. SUPPLIES
For costs associated with General Maintenance Materials and Supplies, the lump sum
monthly rate of:
3. EQUPMENT CHARGES
ON'?.. \"o~'Dre~ fWQ.N ~I=:v-e DOLLARS and "2em CENTS PER HOUR
oe
$ las. per Hour
4. TRADE SERVICES
For costs associated with Non-Emergency Licensed Electrical Services, the unit rate of:
For costs associated with Emergency Licensed Electrical Services, the unit rate of:
Page 37 of42
Bid # 11-069
list the Officers of your Corporation or F'rindpals of your LLC. Award can not be done without the
attachment.
Name
Name Title/Officer/Position .
Name Title/Officer/Position
Name Title/Officer/Position
Name Title/Officer/Position
Name Title/Officer/Position
Name Title/Officer/Position
Page 42 of42
Communication # 4857/11
Docket Date: June 8, 2011
City of Newport
REQUEST FOR CITY COUNCIL ACTION
To: Mayor Stephen C. Waluk & Mem~~~Jte City Council
From: Edward F. Lavallee, City Managew
Date: June 1, 2011 '<;
Subject: Award of Bid # 11-068 -Roadway Investment - Local Equity Aid
Program (RI-LEAP)
Staff Presentation: William R. Riccio, Jr., PE, Public Services Director
RECOMMENDATION:
The Department of Public Services recommends award of the contract associated with the Roadway Investment - Local
Equity Aid Program (RI-LEAP) to the lowest qualified bidder, Narragansett Improvement Company of Providence, RI
based on the submitted unit prices for the associated work items along with a 5% contingency. The low base bid of the
contract is $935,434.62 wbich is to be combined with an additional $60,000 for police details and a 5% contingency to
the combined total, for a not to exceed total amount of$I,045,206.35.
The project will primarily be funded through a combination of State and Federal monies available through the Roadway
Investment - Local Equity Aid Program (RI-LEAP) as funded by RIDGT and the Federal Highway Administration
(FHWA). This flexible program is a one-time opportunity for roadway resurfacing and sidewalk replacement. The
RIDGT has approved the award of the contract via correspondence dated May 25, 20 I I. The amount of funding
available to the City of Newport is $827,523.00. The remaining $217,683.35 will be funded through the operating
budget.
Following department procedure, residents will be notified of pending work by department correspondence sent via US
Postal Service. It is anticipated that work will begin within two weeks of contract execution.
FISCAL IMPACT
---.X- Currently Budgeted (Account 13-190-5000-50440-134071) $827,523.00
---.X- Currently Budgeted (Account 11-400-01450-50225) $217,683.35.
SUPPORTING DOCUMENTS
Resolution
Bid Tabulation
Corporate Information
List of roadways and limits
RIDGT Approval
RI-LEAP Agreement
RESOLUTION
OF THE
COUNCIL
No ..
IN COUNCIL
READ AND PASSED
Kathleen M. Silvia
City Clerk
City of Newport
Department of Public Services
280 Spring Street
Newport, RI 02840
Bid Tabulation 11-068 Roadway Investment - local Equity Aid Program (RI-lEAP)
A1 F & I Geogrid Textile: Ruggles Ave I 6,6001SY $ 5.00 $ 33,000.00 $ 4.75 $ 31,350.00 $ 5.82 $ 38,412.00 I
A2 F & I Geogrid Textile: Brenton Rd I 15,5001SY $ 5.00 $ 77,500.00 $ 4.75 $ 73,625.00 $ 5.82 $ 90,210.00 I
Plus Add Alt. Total $ 995,434.62 $ 1,002,149.50 $ 1,035,156.45
Page 1 of2
City of Newport
Department of Public Services
280 Spring Street
Newport, RI 02840
Bid Tabulation 11-068 Roadway Investment - local Equity Aid Program (RI-lEAP)
A1 F & IGeogrid Textile: Ruggles Ave I 6,6001SY $ 29,700.00 I $ 5.10 I $ 33,660.00 I $ 7.50 I $ 49,500.00
A2 F & IGeogrid Textile: Brenton Rd I 15,500 ISY ~~:\!§~~.~i;; $
~~"··-l;If,"'''''"'"''1 69,750.00 I $ 5.10 I $ 79,050.00 I $ 7.50 I $ 116,250.00
Plus Add Alt. Total $ 1,086,221.04 $ 1,109,552.54 $ 1,590,333.55
Page 2 of2
List the Officers of your Corporation or PrinCipals of your LLC. Award can not
be done without the attachment.
.,
Narragansett Improvement Company
complete Company Name
Name Title/Officer/Position
Name Title/Officer/Position
Name Title/Officer/Position
Name Title/Officer/Position
Name Title/Officer/Position
Name Tltle/OfficerjPosition
Bid #11-068, RI-LEAP
Roadways and Limits
• Ocean Avenue at its intersection with Coggeshall Avenue and Bellevue Avenue (350 feet in
length by 30 feet in width)
• Ocean Avenue, 300 feet west of the intersection with Harrison Avenue proceeding westerly for a
distance of approximately 2,410 feet (2,410 feet in length by 36 feet in width)
• Brenton Road, Ocean Avenue to Ruggles Avenue (1.1 miles in length by 24 feet in width)
• Ruggles Avenue, Harrison Avenue to Wickham Road (1,870 feet in length by 32 feet in width)
• Ruggles Avenue, Carroll Avenue to Brenton Road (3,200 feet in length by 27 feet in width)
• East Bowery Street, Bellevue Avenue to Freebody Street (600 feet in length by 25 feet in width)
• Maple Avenue, J.T. Connell Road to Girard Avenue (600 feet in length by 28 feet in width)
• Third Street, Van Zandt Avenue to Cypress Street (750 feet in length by 26 feet in width)
STATE OF RHODE ISLAND AND PROVIDENC'E PLANTATlONS
The Department has received your letter dated May 19,2011 requesting authorization to award
the subject LEAP contract to Nan-agansett Improvement Company. The bids opened on May 18,
2011 have been reviewed and fowld acceptable. We also acknowledge that the review conducted
by the City Engineering staff concluded that there were no obvious bidding irregularities imd
recommended' award. You may proceed to award the contract to the apparent low bidder,
Narragansett Improvement Company, After award, we remind you that additional documentation
must be submitted to the Depaltment for approval before issuing the Notice to Proceed to
Construction.
Should you have any questions or require additional information please contact the Project
Manager, Matthew Ouellette, at 222-2023 extension 4672, or this office.
VJP/mjo
Attachments
cc: all w/out att.: Akoiwala, Farhoumand, Kydd, Megrdichian, Palumbo, Shawver, Smith, Zerva,
Ouellette; File (wI att.); Mr. Eric Earls, City Engineer, Newport: Mr. Edward Lavallee, City
Manager, Newport
,
CITY OF NEWPORT
ROADWAY INVESTMENT-LOCAL EQUITY AID PROGRAM
FEDERAL AND STATE FUNDS
By and Between
NEWPORT
AGREEMENT made and entered into by and between the State of Rhode Island and
Providence Plantations acting through its Department of Transportation (hereinafter the State)
and the City of Newport (hereinafter the Municipality).
WHEREAS, the State is the recipient of transportation funding from the United States
Department of Transportation, administered through the Federal Highway Administration
(hereinafter FHWA) under catalog of Federal Domestic Assistance Number 20.205, and has
made transportation ftUlds available to Rhode Island municipalities through the Roadway
Investment-Local Equity Aid Program (hereinafter RI-LEAP); and
WHEREAS, the State has determined that certain types of transportation projects to be
funded under RI-LEAP have minor potential to affect historic properties included or eligible for
mclusion in the National Register of Historic Places; and .
WHEREAS, the State has approved the Municipality's work plan identifying
improvements eligible for RI-LEAP funding (hereinafter the Project); and
WHEREAS, the Municipality agrees to be responsible for the design and construction of
the Project; and
WHEREAS, the Project will be implemented under the provisions established in .the
Federal-Aid Policy Guide of the FHWA, FHWA regulations at Title 23 of the Code of Federal
Regulations, and State requirements and procedures; and
WHEREAS, the State and the Municipality recognize that Project funds may be reduced
based upon 0 bligational authority limitations; and
WHEREAS, the State has agreed to contribute funds not exceeding Eight Hundred Twenty
Seven Thousand Five Hundred Twenty Three and 00/100 Dollars ($827,523.00); of this amount
eighty percent (80%) or up to Six Hundred Sixty Two Thousand Eighteen and 40/100 Dollars
($662,018.40) is federally funded and twenty percent (20%) or up to One Hundred Sixty Five
Thousand Five Hundred Four and 60/100 Dollars ($165,504.60) is state funded.'
Page 1 of7
LEAP-City of Newport
Highway System roads in Newport, Rhode Island.
2. The authorized start date of the Project for reimbursement purposes shall be the
Department's Notice to Proceed.
3. The Municipality will be responsible for design and construction of the Project 111
accordance with the plans and specifications approved by the State.
4. Prior to the start of construction, the Municipality shall certify to the State that all
improvements made as part of the Project are on public right-of-way and that no private
properties, acquisitions, easements or other right-of-way permissions are required.
5. The Municipality will be responsible for payment of all costs associated with design and
construction of the Project; the State will reimburse the Municipality up to and not
exceeding Eight Hundred Twenty Seven Thousand Five Hundred Twenty Three and
00/100 Dollars ($827,523.00) for snch costs; costs in excess of said reimbursement are
the responsibility of the Municipality. Supporting documentation of payment will be
required for all reimbursements.
6. The Municipality will select a Project Manager to administer the Project. Such
administration will include but not be limited to the maintenance of a Project account, as
well as processing invoices, change orders, and contract addenda. The Municipality will
maintain all financial records.
7. Pursuant to the provisions of Title 37 Chapter 14.1 of the General Laws of Rhode Island,
the State reserves the right to require a plan to ensure that one or more Minority Business'
Enterprise (MBE) as defined therein, or Disadvantaged Business Enterprise (DBE) as
provided in 49 CFR 26, has the maximum opportunity to compete for and perform
contracts and subcontracts under this Agreement. The State shall not issue a Notice to
Proceed to construction of the Project until such MBE/DBE plan, if required, has been
approved. The Municipality and its contractors shall not discriminate on the basis of
race, color, national origin or sex in the award and performance of work under this
Agreement.
Page 2 of7
LEAP-City of NewporI
8. The Municipality will select a consuitant to design the Project and develop the bid
documents.
A. In selecting the consultant, the Municipality will prepare a Request for Proposals
(RFP) seeking an engineering consultant to develop the design and bid documents
for the Project. The RFP will include the purpose of the Project, the scope of
services, .description of the work product to be provided, request for a budget, and
schedule for completion of the Project, as well as the qualifications of the
applicant.
B. The Municipality will submit the RFP to the State for review and approval. Upon
such approval, the Municipality will advertise and issue the RFP in accordance
with Federal and State statutes, regulations, and procedures.
C. All procurement actions by the Municipality will comply with 23 CFR Part 172.7,
and 23 USC 112(b) (2). Federal reimbursement will be limited to the federal share
of costs allowable under 48 CFR Part 31 (Federal Acquisition Regulations).
9. The Municipality shall submit a copy of the single audit report required under Office of
Management and Budget (OMB) Circular A-133 for each year in which work was
performed on the Project.
10. The design of the Project will conform to all State design standards and policies.
A. The MnniCipality will submit the design plans to the State for review and
approval at the preliminary stage of design and submit the plans, specifications,
and estimates (hereinafter' PS&E) at the 90% stage of design and at the PS&E
stage of design. Such submissions will include but not be limited to. all
engineering, landscaping, and permitting requirements, as applicable to the
Project.
B. The State will respond to the submissions within thirty (30) days of their receipt.
C. Review by the State is for the limited purpose of confirming that final design
documents will be acceptable to the State and is not intended to relieve the
MuniCipality of full responsibility with respect to errors and omissions.
11. The Mnnicipality will work with the State to obtain an Enviromnental Determination of
no significant ini.pact for the Project in accordance with FHWA regulation at 23 CFR Part
771.117. Construction of the Project may proceed only after receipt of said
Environmental Determination,
12. The State and the Rhode Island State Historical Preservation Officer (hereinafter the
RISHPO) have determined that the following elements of work within existing
bituminous asphalt paved roadway create no adverse effect to historic properties:
pavement overlay, pavement matching, roadway surface j oint repairs, pavement milling,
Page 3 of?
LEAP-City of Newport
pavement crack sealing, pavement seal coating, and in-kind replacement of pavement
markings (striping) exclusive of curb painting (hereinafter, collectively, the Elements).
A. Work comprised entirel y of the Elements shall not require review by the RISHPO
unless it is determined that a known historic roadway featnre will be altered or an
unknown historic roadway feature is uncovered during construction.
13. The Municipality will construct the Project using the design approved by the State
subj ect to the following requirements:
B. The Municipality shall be responsible for ensuring that materials incorporated into
the Project are in conformance with State Standards and Specifications.
1. The Municipality shall submit a Materials Testing Schedule based upon tile
Department's Mastel' Materials Testing Schedule to the State for review and
approval before commencing construction.
2. Steel, aggregate, soils, Portland cement concrete, and bituminous concrete
utilized in construction of the Project shall be obtained from State approved
sources and sampled and tested by personnel certified by either the N ortlleast
Transportation Training and Certification Program, the National Institute for
Certification of Engineering Technologies 01' American Concrete Institute,
whichever may be applicable, for the materials being sampled and tested.
3. Steel used in permanent placements shall comply with Buy America
Requirements.
4. The Municipality shall obtain certificates of compliance and mill certifications
in accordance with the approved Materials Testing Schedule.
5. The Municipality must certify tllat all materials used as part of the Project
comply with the design specifications established for the Project.
6. Contractor test results shall not be used for materials acceptance.
7. All samples shall be random samples and all sampling and all testing shall
meet the requirements of 23 CFR Part 637, Construction Inspection and
Approval.
8. Manufacturer certificates of compliance must accompany each shipment of
product and must be received and accepted by the Project Manager prior to
incorporating the product into the work. Under no circumstances will tile
Page 4 of7
LEAP-City of Newport
State reimburse costs for items where a certificate of compliance is required
and has not been received.
C. The Municipality must certify that prevailing wage (Davis Bacon) rates have been
paid during the construction of the Project. Certifications of prevailing wage rates
must be provided with each invoice, subject to review and acceptance by the State
in accordance with State procedures.
D. For projects within the State highway right-of-way, in accordance with 23 CFR
635.105, the State shall assign an engineer to ensure that the Project receives
adequate supervision and inspection to insure that the Project is completed in
accordance with approved plans and specifications.
14. The following are the GeneralProgram Requirements for the submission of reimbursement
requests by the Municipality:
A. The Municipality shall invoice the State for work completed by the contractor on
the Project and the cost of materials supplied by the contractor to the Project in
accordance with State requirements and procedures.
B. The Ml,ll1icipality shall submit reimbursement requests with a cover letter signed
by the Project Manager containing the following language and provisions:
"I hereby certify that the materials and work for which payment is
being requested meets the requirements of the contract documents and
approved change ol'ders in all respects, except as noted below. This
certification is made in full cognizance of the Federal False Statements
provisioli under United States Code, title 18, section 1020, and I am
duly authorized to certify on behalf of City of Newport. "
15. The following are the General Program Requirements for the finalization and closeout of
the Project:
A. Finalization and acceptance of the Project shall be performed by the State. The.
following items are required to finalize and close the Project:
Page 5 of?
LEAP·City of Newport
9. Copy of Single Audit Report (s) issued in years in which work waS performed
or a copy of the program specific audit if applicable
10. Equal Employment Opportunity statement
16. The Project shall be subject to inspections by the State in accordance with State-funded
project procedures. All findings must be satisfactorily addressed before final
reimbursement by the State.
17. Upon completion of the Project, the Municipality will be responsible to maintain all
aspects of the Project in accordance WitIl tIle plans and specifications developed for the
Project at its own cost and expense.
18. All costs billed under this Agreement are subject to audit. The Municipality agrees to
maintain all records pertaining to the costs incurred in performance of the Project and tIlis
Agreement for a period of three (3) years from the date of final payment and all other
-pending matters are closed.
19. The State reserves the right to terminate this Agreement if state or federal funds are
rescinded or not autIlorized.
20. The Mayor will take all necessary steps to receive authority from the Newport City
Council to enter into and execute this Agreement including but not limited to submission
ofthis Agreement to the Newport City Council for ratification and submission of proof of
such authority to the State prior to «onstruction of the Project.
21. This Agreement may n01 be altered or amended except by written agreement signed by
all the parties.
Page 6 of7
LEAP-City of NewporI
IN WITNESS WHEREOF, The Rhode Island Department of Transportation and the City
of Newport have caused this Agreement to be executed by duly authorized officials on the
__ 2'0..... day of 1't1A-P..CU ,2ef)9.
20'0
DEPARTMENT OF TRANSPORTATION
r;r-'T4~
'CHIEF ENGINEER
DATE: rz.(z,1/."
•
L ,i;J;J;;;'~FFlCER
tYDATE: ~ 10/ I CITY OF NEWPO
APPROVED AS TO FORM:
SOLICI]
DATE:! ,?'-?). - rO
APPROVED:
_._-->,,\...~~';:":":":":------
DIREC
DATE: -L~~--p:'J-- ~ MAYOR, CITY OF NEW
DATE: 2,,-23 --/0
RT
DIISIONADMINISTRATOR
U.S. DEPARTMENT OF TRANSPORTATION
FEDERAL HIGHWAY ADMINISTRATION
DATE: I' 7, {D
Page 7 of?
LEAP·City of Newport
THE CITY OF NEWPORT
RESOLUTION
OF THE
COUNCIL
No...~ 9J.Q.-::1. 9.....
WHEREAS: The City of Newport is committed to improving its
roadway infrastructure; and
IN COUNCIL
READ AND PASSED
March 10, 2010
Communication # 4858/11
Docket Date: June 8, 2011
City of Newport
REQUEST FOR CITY COUNCIL ACTION
To: Mayor Stephen C. Waluk & Mem~r 0 IreCity Council
From: Edward F. Lavallee, City Manage
Date: May 27, 2011
Subject: Award of Contract - Construction Inspection, RI-LEAP
Staff Preseutation: William R. Riccio, Jr., P.E., Public Services Director
RECOMMENDATION:
The Department of Public Services recommends award of a contract to Thielsch Engineering, Inc. of Cranston, RI via
the State of Rhode Island Master Price Agreement (RIMPA) #429 - On Call Transportation Inspection Services for
purposes of providing the required oversight and project documentation associated with the Roadway Investment - Local
Equity Aid Program (RI-LEAP) in an amount not to exceed $45,154.00
The reimbursement requirements for the work performed under the RIDOT agreement include a significant and thorough
testing schedule. Approval of this contract will ensure that the City has the resources to conduct all necessary testing
and provide all required documentation to RIDOT for reimbursement.
It was determined by the Purchasing Agent that a state-wide bid procedure helps secure the best pricing due to volume.
Collaborative bid efforts have been successful in the past. Action approved under RIGL (s) §45-40.1 through §45-40.8
Interlocal Contracting and Joint Enterprise.
FISCAL IMPACT
l Currently Budgeted (AccountI 1-400-01450-50225) _ Requires additional appropriation _ No Fiscal Impact
SUPPORTING DOCUMENTS
Resolution
Agreement
RIMPA429
RESOLUTION
OF THE
COUNCIL
No .
IN COUNCIL
READ AND PASSED
Kathleen M. Silvia
City Clerk
Notice of Contract Purchase Agreement Page 1 of 1
ON-CALL TRANSPORTATION
INSPECTION SERVICES (MPA-429)
THIELSCH ENGINEERING INC
195 FRANCES AVE
CRANSTON, RI 02910 Effective Period:
Award Number
01-DEC-09 -
3167773
31-DEC-12
S I
H Date: 03-DEC-09
N
I MASTER PRICE AGREEMENT Buyer: J Moynihan V
MASTER PRICE AGREEMENT
P SEE BELOW Shlppln9: Paid 0
SEE BELOW
RELEASE AGAINST,RI MPA RELEASE AGAINST,RI MPA
Terms: NET 30 I
United States United States
2529 C
Vendor#:
T E
C
Type of Requisition
Department Bid Number
Requisition Number
N/A
AGENCY CONTACT:
LUCY MURRAY
(401) 222-2495 EXT. 4406
SUPPLIER CONTACT:
PETER KENNEFICK
TELEPHONE: 401-467-6454
FAX: 401-461-6006
J..~.n,,,.~
.~
Louis A. DeQuatlro
This Notice of Award/Purchase Order is issued in accordance with the specific requirements described herein and the State's PurchasIng
Regulations and General Conditions of Purchase, copies of which are available at www.purchasing.ri.gov. Delivery of goods or services as
described herein shall be deemed acceptance of these requirements
State of Rhode Island Contract Purchase Agreement 3 I67773,
o
Table of Contents
Page I ofIV
State of Rhode Island Contract Purchase Agreement 3167773,
o
BLANKET PAYMENT
DELIVERY OF GOODS OR SERVICES AS REQUESTED BY AGENCY. PAYMENTS WILL BE
AUTHORIZED UPON SUBMISSION OF PROPERLY RENDERED INVOICES NO MORE THAN
MONTHLY TO THE RECEIVING AGENCY. ANY UNUSED BALANCE AT END OF BLANKET
PERIOD IS AUTOMATICALLY CANCELLED.
Page II ofIV
State of Rhode Island Contract Purchase Agreement 3167773,
o
INVOICING All invoices shall reference the DPO Order Number(s), Price Agreement number, the
Contract Issue number, the itern(s) covered, and the unit pricing in the same fcnnat as described herein. If
this is an MPA, Vendor will obtain "bill toll information from each participating agency. This infonnation
will be contained in the DPO, APA billing information will be contained in the Notice of Award,
PAyMENT - Invoices for items not received,not priced according to contract or for work not yet
performed will not be honored, No payment will be processed to any vendor for whom there is no IRS
W-9 on file with the State Controller.
Page IV of IV
NOTES TO SUPPLIER
• CONTRACT TERM: The Contract term will be for an Initial THREE (3) YEARS with the option to
renew annually for an additional TWO (2) YEARS, Established fully-inclusive hourly rates will
form the basis for the Price AGREEMENT. NO OTHER FORM OF COMPENSATION WILL BE
PROVIDED.
• OVERT'IME, Overtime Hours are defined as productive hours worked consecutively beyond a
base eight-hour shift excluding lunch, Authorized overtime hours will be granted at the
discretion of RIDOT"
• INSURANCE ,", Each AGENCY must maintain current Liability and Workers' Compensation
Insurance from an insurance soLirce licensed to do business In Rhode Island; updated Insurance
documentation (ACORD 25 Form) must be submitted to RIDOT for the lifetime of this
AGREEMENT,
• ENGAGEMENT OF fiRM: MPA selection will be based on the least expensive AGENCY to provide
the applicable Inspection category., Should the Managing Section recognize a lack of qualified
personnel available at a certa·1n level, the Section may request in writing advancement to the
higher priced inspection level In order to obtal~ the level of experience required.
• fINAL SCREENI!~G/INTERVIEW: AT the point of hiring, the RJDOT Managing Section reserves
the right to set up a final screenlng/ interview of selected Inspection staff to verify all educational
and technical requirements as set forth In the original RFP, If applicable, past RIDor
performance will also be taken Into consideration In determining flnal acceptance of Inspection
staff,
• PERSONNEL CHANGE: Any request for personnel change must be submitted to RIDOT
Managing Section In wri.ting along with proper documentation for formal acceptance.
• REfUSAL OF PERSONNEL: RIDOT reserves the right to refuse the services of any personnel at
any time during the contract term,
___--------------c-c-.--- .
BJD#: 7203899
DESCRIPTION: On-Call Transportation Inspection Services - 3·YEAR MPA
MPAAGENCY; Thielsch Engineering, Inc.
195 Frances Street
Cranston, RI 02910
CONTACT: James N. McManus
(401) 467-6454
City of Newport
Rhode Island
Submitted Bv:
•
Stephen Jackson, Business Development Manager
Thie1sch Engineering, Inc
195 Frances Ave
Cranston, RI 02910
Phone: 401-467-6454
Established 1984
www.thielsch.com
THIELSCH ENGINEERING, INC.
195 Frances Avenue
Cranston, RI 02910-2211
Tel. (401) 467-6454
Fax (401) 467-2398
www.tllielsch.com
May 27,2011
Thielsch Engineering, Inc. (TEl) is pleased to submit our proposal and qualifications to
provide Quality Assurance (QA) Inspection, Materials Sampling and Project
Management for enhancements various streets in Newport as part of their LEAP
project. All prices listed are in accordance with the State of Rhode Island Master Price
Agreement, Award Number 3167773 for Inspection Services effective through
December 31,2012.
Our experience, location, expertise and approach to projects complement the City of
Newport's goal of obtaining a professional engineering organization with a depth of
experience in road construction projects in the state of Rhode Island.
This proposal summarizes our team's qualifications and introduces the key personnel
that will support Newport's LEAP Project. It will also provide selected attributes of
Thielsch Engineering relevant to the project needs.
.:. Diverse Experience: The staff included on this proposal has experience ranging
from performing inspection and engineering evaluations of roadways and bridges to
designing and building a Power Plant at University of Massachusetts. TEl has over
350 employees, whose combined experience in literally thousands of projects is
available to support the present and future needs of the City of Newport.
Our company was established to perform condition assessments and failure analyses
throughout the United States. We employ civil, mechanical, chemical, electrical, and
metallurgical engineers while serving clients in a wide range of domestic and
international industrial, power generating, petrochemical, and engineering companies,
as well as government agencies.
Our experience has resulted in a database of more than 12,000 issued engineering
reports on a wide array of subjects including industrial equipment components,
machinery, building materials, tools, building damage and construction, and
construction schedule delays.
The services for the City of Newport will be provided by highly qualified and experienced
project managers, inspectors and technicians. These individuals are backed by a highly
qualified staff of technicians and engineering specialists. (Copies of additional resumes
are available.)
Although our Construction Testing Laboratory provides work for the State of Rhode
Island, we are currently undergoing the certification process of AASHTO. If we do not
receive AASHTO certification, we would sub-contract the laboratory testing portion of
the testing to an AASHTO certified laboratory. (The only AASHTO certified laboratory
physically in the state of Rhode Island is the Rhode Island Department of Transportation
- RIDOT. However there are others in Massachusetts and Connecticut.)
City of Newport - RI-LEAP Project
TEl Quotation No.: CTS74110167
Page 3 of 3
Thank you for your consideration in this matter. If you have any questions or need any
additional information regarding our qualifications, please feel free to contact me at
(401) 467-6454 or e-mail meatSJackson@thielsch.com.
ft/{ ~r"-11L.--"'
Stephen Jackson
Business Development Manager
Attachment
SJ/ckr
Table of Contents
Table of Contents i
II. Organization 3
V. Staff Qualifications 10
We understand that laboratory testing and plant inspection will be performed by Rhode
Island Department of Transportation (RIDOT). Materials which require testing shall be
collected on-site. In the event that RIDOrs testing laboratory is not available to accept
samples, the proposer shall provide an alternate certified testing laboratory which is
AASHTO Accredited (proof of AAP certification required) in accordance with the Rhode
Island Department of Transportation Standard Specifications. It is acknowledged that
the RIDOT has the only AASHTO certified laboratory in Rhode Island.
In the event that RIDOT does not provide plant inspection (concrete or asphalt) on days
of material delivery, Thielsch shall make available a certified inspector to meet this
inspection requirement.
Project management, inspection, testing and administration shall fulfill the requirements
as described above to enable reimbursement to the City of Newport in the maximum
amount permissible from the funding source.
Thielsch will coordinate their project management, inspection and materials collection
and delivery activities with the project design consultant, the City of Newport
Engineering Department, the RIDOT inspectors, project managers and the selected
construction contractor.
The fee schedule in response to this request for qualifications shall be based on an
estimated 90 calendar day construction duration and upon the anticipated project
quantities listed in the Contract Documents, which are to be tested in conformance with
the RIDOT "Master Schedule for the Preparation of a Project Schedule for Sampling,
Testing and Certification of Materials" by the Rhode Island Department of
Transportation, dated 1998.
Thielsch Engineering, Inc. will furnish all necessary personnel and equipment to
successfully manage the construction activities involved in the enhancements to
Newport's LEAP Project in the City of Newport based on a 90 day contract duration.
Thielsch would assign a primary and backup Project Manager. The Project Manager
would review all of the applicable drawings and specifications and develop a plan prior
to the start of work. We will also follow the Scope of Work below:
6. Monitor the daily construction activities and document all associated work.
10. Test materials on site: Gravel and asphalt compaction, concrete slump, air and
temperature and prepare samples of gravel and concrete cylinders as required.
Tracking of all results and acting on materials failures if required.
12. Boxing up and transporting the entire project record set to the City of Newport at
the completion of the project.
Our Construction Testing department was established in 1989 and has been performing
inspection and testing services throughout Rhode Island, Massachusetts and
Connecticut since then. We offer both qualified inspectors and a RIDOT approved
testing laboratory in Cranston. Additionally, we have worked with the RIDOT on
numerous bridge evaluations and/or failures.
Our engineering group also provides technical consulting services on many aspects of
project management and engineering including optimization of existing facilities and
installation of new equipment. Thielsch engineers have served municipalities and
general industry for over twenty-five years and have a long and distinguished record of
successful project management ranging from small domestic projects to international
projects worth over a billion dollars.
Thielsch is very proud of our extensive experience in third party inspections. Thielsch
has inspected roadways, bridges, pieces of equipment, .processes and thoroughly
reviewed the physical assets of facilities. This core competency is of particular value
when projects are being performed in difficult economic times such as these. Often
vendors will try to reduce their expenses by culling corners. A qualified third party
inspector such as Thielsch Engineering protects the town by making sure this does not
happen.
Our Nondestructive Testing Department has over a dozen ASNT Level II and Level III
inspectors who can perform radiographic (RT), Ultrasonic (UT), Magnetic Particle (MT)
and Liquid Penetrant (PT) inspections. Several of the staff are also American Welding
Society (AWS) certified inspectors (CWI). We currently have at least seven CWls.
Our Metallurgical Laboratory is A2LA certified and can perform microstructure analyses,
failure analyses and all forms of mechanical testing including stress rupture and creep
testing.
Thielsch Engineering currently employees over 350 employees, with over 50 being
engineers or project managers. The organizational chart below is an estimate of the
people who will be involved with the project.
Thielsch Engineering, Inc.
City of Newport - RI LEAP Project Page 3 of 17
TEl Quotation No. CTS74110167
If additional staff is required, we have the employees available. The staff below has
been fully employed by Thielsch for a minimum of three years. We do not make a
practice of "hiring and laying-off' our staff. During the slow season our staff is cross-
trained in various disciplines. This means they are highly trained and experienced.
This is actually unique and can save the City of Newport time and money. All of our
proposed Project Inspectors are 100% familiar with the materials testing portion of the
project and most have been project managers on other projects including construction
projects at Foxwoods and for the Town of Warren.
Our current work-load would allow us to fully staff the project as described in the RFQ.
City of Newport
Professional Construction Services
Project Organization
Principal Engineer
Ara Nalbandian, PE
Project Manager
Neil Karraz
I I
Backup PM Project Inspectors Materials Inspector Administrator
Henry Soares Wendy Kerkhoff Wayne Beaumier Charley Rigali
Wayne Beaumier James Heywood Debbie Fortune
Jason Rapose
Additionally, this past fall we provided inspection services on two RI LEAP projects in
the town of Burrillville and City of Cranston.
As extensive as our inspection and testing experience, our project management and
QAlQC services are much greater. Projects where we have performed these services
include the Rl School for the Deaf, Foxwoods Casino, University of Massachusetts and
National Grid, to name a few.
PROJECT EXPERIENCE
Thielsch Engineering has performed various labarotory testing for Fuss & O'Neil. These
test include soil, concrete, asphalt and masonry.
July 2001
Thielsch Engineering was asked to perform a condition assessment of the Laureen SI.
Bridge, which crosses 1-95. After the condition assessment, we developed a repair
procedure and oversee the repair of the bridge.
Owner: RI DOT
August 2010
Telephone: 860-346-0102
Concrete Deck Condition Concrete bridge materials Rhode Island Transit and
Assessment testing program, field and Bridge Authority and PB
Newport I Pell Bridge laboratory Americas
Jamestown, RI
Toll Plaza Lights Non-destructive testing and Rhode Island Transit and
Newport Pell Bridge condition assessment of toll Bridge Authority and PB
Jamestown, RI plaza light poles and Americas
anchoraae
Providence Viaduct Bridge Ultrasonic shear wave Vanasse Hangen Brustlin, Inc.
Providence, RI inspection and testing and (VHB)
weld repairs
Bridge No. W-03-022 Concrete bridge materials Massachusetts Highway
Washington Street Over testing program, field and Division (MHO) and Jacobs
Neponset River laboratory Engineering, Group
Walpole, Massachusetts
Federal Hill Archway Concrete condition City of Providence and
Providence, RI assessment study Garofalo & Associates
Thlelsch Engineering, Inc.
City of Newport - RI LEAP Project Page 9 of 17
TEl Quotation No. CTS74110167
v. STAFF QUALIFICATIONS
Included on the following pages are the resumes for the key personnel as well
as a summary of qualified staff inspectors.
Mr. Henry Soares is a Senior Structural Engineer for Thielsch Engineering in the
Construction and Engineering Services Department. He has over 7 years of progressive
experience in many phases of civil engineering including rough and finish construction,
building layout, permit processes, inspection, surveying, bridging and structures..
Prior to joining Thielsch Engineering, Mr. Soares was a Project Engineer with RT
Group, Inc. providing design and drafting for various civil, structural, and marine
engineering projects. This design and drafting included all required calculations and
plans for building permits on a variety of different projects. In addition, Mr. Soares also
provided surveying and environmental monitoring services for various clients.
Since joining the Thielsch Engineering Construction Services, Mr. Soares has
been involved in various construction phases including structural steel, reinforced
concrete structures, fire-proofing, soils, mortar, grout and special inspections. He was
directly involved with the Route 295 Project in North Smithfield, Rhode Island,
renovations for Foxwoods Resort Casino in Mashantucket, Rhode Island and the
Raymour & Flannigan furniture store in Warwick, Rhode Island. He has done
inspections and quality control for Boston Sports Club in Providence, Rhode Island and
House of Scrimshaw in Newport, Rhode Island.
Prior to joining Thielsch Engineering, Mr. Karraz held several positions, the most
recent of which was in Florida as a Project Manager with Bailey Bishop & Lane
providing estimates and cost tracking for pavement and road design. The estimates
included all the required calculations for sewer, drainage, guardrails, traffic systems,
pavement design, sidewalks and inspections.
Mr. Karraz was a site coordinator and survey specialist at AMGEN where he
worked with state-of-the-art GPS systems and Auto CAD programs. In this position he
was involved with the Dig-Safe Permit Program which dealt with underground utilities,
sewer, storm water, electric conduits, clean water, fire lines, and traffic assemblies. For
the RI Resource Recovery Program he worked on collecting gas line data and land
development.
With his experience in the mechanical and industrial fields, Mr. Karraz was a
production supervisor for Glass and Printing Company sponsored by DuPont Company
where he performed scheduling, troubleshooting, quality control, shipping and handling,
supervision and maintenance duties.
In the five years he worked as a field building inspector, Mr. Karraz performed
inspections for various construction phases including: structural steel, reinforcement
steel, fire proofing, soil, trans mix and pre-cast concrete, mortar, bricks, CMUs, and
grout. His experience gives him familiarity with renovations and capital projects in light
and heavy construction projects. Some of Mr. Karraz's projects included a school
addition, the FPL power plant in Johnston, the Boston artery/tunnel, the Newport Naval
Academy, Otis Air Force Base, the Providence Public Safety building, and the West
Warwick treatment plant. He is experienced in documenting contract activities and the
follow-up procedures that are needed to meet all required specifications for foundations,
soils, sewers, drainage, water, fire proofing, reinforcement and structural steel.
Mr. Karraz received BS and MS degrees from the University of Rhode Island in
Mechanical Engineering and Civil Environmental/Structural Engineering. He served as a
Lieutenant in the Air Force. During his career he has attended seminars and courses at
Brown University, the University of Rhode Island, Rhode Island School of Design, New
England Tech and Dresden University.
• ACI Grade I
• NICET Level I - Asphalt
• Radiography Level II
• Magnetic Particle Level II
Jason Mills • Visual Inspection Level II
• liquid Penetrant Level II
• Ultrasonic Testing Level II
• Phased Arrav
INSPECTION
CERTIFICATION
PERSONNEL
• OSHA 30
All project managers, inspectors and technicians will be Thielsch Engineering personnel.
We will not be subcontracting any of the management or labor on the project.
• Rates require a minimum half day visit, portal to portal, from Cranston, Rhode Island. Half day
is defined as four (4) hours or less.
• Hours beyond 8 hours per day and Saturday are 1.5 times the standard hourly rate. Sunday,
holiday and premium rates are 2 times the standard hourly rate. Standard hourly rate based
on full day rate. Overtime rates apply for all services (I.e. engineering, technical, consulting,
etc.).
• Stand-by and/or delays are invoiced at standard rates up to 8 hours per day unless otherwise
specified.
• Customer is required to receive approvals from all applicable authorities for Thielsch
Engineering to perform their work.
• All tests and inspections are based on standard industry practices or samples. Non-
standard procedures, samples or conditions will be quoted separately.
• Cancellation after 12:00pm the day previous to scheduled services will result in a minimum
charge.
• Additional work requested by the customer beyond the original Scope of Work will be
negotiated separately.
• Laboratory testing (in-house) based on a five (5) business day turnaround for results.
• The estimated fees include all services defined above assuming there are no significant
changes resulting from decisions, conditions and/or events beyond the control of Thielsch
Engineering.
• Rates are subject to change and will be confirmed prior to the start of work.
• Thielsch Engineering letters, inspection reports, analysis reports and engineering reports
apply only to the specific material; products or processes tested, examined, surveyed,
inspected or calculated and are not necessarily indicative of the qualities of apparently
identical or similar materials, products or processes. The liability of Thielsch Engineering,
with respect to the services rendered, shall be limited to the amount of the consideration
paid for such services, and shall not include any consequential damages.
RESOLUTION
OF THE
COUNCIL
No.. A9.~.q:,;!l.!i.....
WHEREAS: The City of Newport is committed to improving its
roadway infrastructure; and
IN COUNCIL
READ AND PASSED
Maroh 10, 2010
Communication # 4859/11
Docket Date: June 8, 2011
City ofNewport
REQUEST FOR CITY COUNCIL ACTION
To: Mayor Stephen C. Waluk & Me~ of the City Council
From: Edward F. Lavallee, City Manag'll·
Date: June 1,2011
Subject: Hammersmith Road DrainagelRoadway Improvements
Staff Presentation: William R. Riccio, Jr., PE, Public Services Director
RECOMMENDATION:
The Department of Public Services recommends awarding a design contract to Vanasse Hangen Brustlin, Inc., of
Providence, RI for the purpose of preparing drainage design improvements associated with Hammersmith Road utilizing
the State of Rhode Island's On Call Drainage Services Agreement Contract, in a not to exceed amount of$33,500.00
The City of Newport will be making roadway improvements to the southern portion of Hammersmith Road (Brenton
Road to Beacon Hm Road) during the 20 II construction season. The northern portion of the roadway (Brenton Road to
Harrison Avenue) was not included within the scope due to the fact that the section of roadway between the condo
development's driveway and Beacon Hill Road is in major disrepair and requires drainage improvements be made in
order to properly repair the roadway. The roadway is extremely difficult to navigate due to flooding, lack of drainage,
and potholes as a result of the lack of drainage. During the early spring, portions of the roadway are under water and
unpassable. Utilizing the existing state drainage contract allows the City to expedite the design so that repairs can be
made more expeditiously. Work will include survey, drainage analysis and design and permitting components to address
the existing conditions. The design assumes that the RIDEM will approve the improvements under their maintenance
program; however, if RIDEM rules that a formal permit is necessary, additional work will be necessary to achieve the
advanced requirements of RIDEM. We have included this task as part of this request to secure the funds necessary but
will not use it unless stipulated and mandated by RIDEM. At this time, the Department of Public Services and VHB
both feel that this will be permitted under the maintenance category and associated requirements. The funding for this
work will come from the department's operating budget.
FISCAL IMPACT
-.lL. Currently Budgeted (Account 11-400-01450-50225) _ Requires additional appropriation _ No Fiscal Impact
SUPPORTING DOCUMENTS
Resolution
Contract
RIDOT On-Call Services Agreement
RESOLUTION
OF THE
COUNCIL
No .
IN COUNCIL
READ AND PASSED
Kathleen M. Silvia
City Clerk
Transportation ~
lllnd Developnumt .!
Envlronmentlll • •
Services
I
• Imagl ••tlon' .. novat~on I energy Creating ,,,.It. for our clients ond benelll, fo,'our communlU..
I
Vanasse Hangen Brustlin, [nCo
May 27,2011
Ref: 82-003.11
Vanasse Hangen Bmstlln, Inc. (VHB) is pleased to submit the attached proposal regarding the project
referenced allp,~,.,lf.UW~,l\.af.~,llg;~ptal1lll,.P,I~as~~~egj,'e1?'?II:\~\'P\e~,w,<;\.r.l'l\!mth~mIQ,m~,i!J..the.s~lf ,.
addressed stamped envelope that I have enclOSed for YOllrc;'"v,erllence. Y'pon :receipt,o"e ,will be ~:
signed and returned to you for your files ... '",.. . ,. '
If yoU have any questions concerning this proposal, please do not hesitate to call.
A0J7r;i!1A
James M. Pisano, P.E.
~
Senior Project Manager
This Agreement is composed of Part I and Part II. Part I includes detalls of the servkes to be
performed, timing of the services, and compensation. Part II (attached) contains the Terms and
Conditions of Agreement, which are the general terms of the engagement between the City of
Newport, hereinafter called the "client," and Vanasse Hangen BrusUin, Inc. (VHB).
PART I
PROJECT DESCRIPTION
Stormwater runoff running along and across Hammersmith Road in Newport, Rhode Island has
degraded the roadway structure and at times rendered the roadway impassable. The City of
Newport has requested Vanasse Hangen 8rustlin, Inc. (VHO) to perform engineering services to
revise apprOXimately 1000 feet of the Hammersmith Road Profile from the Subdivision Access to the
Triangular Area, as well as revise the roadways around the triangular area. The intent of these
revisions will raise the roadway profile and allow the drainage pallerns to continue by installing
culverts at critical roadway crossings. Though these activities wlll fill wetlands, VHB anticipates
these activities will be considered as roadway maintenance and the Rhode Island Department of
Environmental Management (RIDBM) will review this project as a Request for Preliminary
Determination (RDA).
If RIDEM does not agree and requires a permit, VHB has included the effort as an add alternative to
this Scope of Work.
•
\ \RI·DAl'A\proposals\82003,1 t \Submlttal\Proposal\Draft\82-0D3J1· Pcopo.sal ~ 03-V·U.docx
I
~-
The ploject is located on Hammersmith Road in Newport, Rhode Island and consists of
approximately 1,700 lineal feet 50 feet wide centered on the road.
• VHB will conduct a topographic survey of the project area in conformance with a
Class III Standard as defined by "Procedural and Technical Standards for the Practice of
Land Surveying in the State of Rhode Island and Providence Plantations".
• VHB will locate existing permanent significant features that are visible during the survey
and obtain rim and invert elevations of sanitary and storm sewers where accessible at the
time of the survey.
• VHB will prepare an eXisting conditions plan showing a one- foot contour interval and
spot elevations of the project area. The project datum will be assumed. Ii
• VHB will locate and Show on the plan, welland flags within the project area as delineated
i
by VHB Environmental Scientists. Ii
Product: AutoCAD Base Mapping
I
VHB scientists will field delineate on-site wetland boundaries subject to regulation by the
U.S. Army Corps of Engineers New England Division pursuant to Section 404 of the Clean
Water Act and the Rhode Island Department of Environmental Management (RIDEM)
pursuantlo Rhode Island General Law 2-1-18 et seq. Delineation wUl be completed in
accordance with the Interim Regional Supplement to the Corps of Engineers Wetland
Delineation Manual: Northcentral and Northeast Region (2009), and Rules and Regulations
Governing the Administration and Enforcement of the Freshwater Wetlands Act (RIDEM
2010). VHB will collect field notes and documentation in support of the wetland delineation.
Off-site wetlands and watercourses will not be delineated in the field as part of this scope,
VHB will approximate wetland boundaries based on field observations and publlshed
Information sources. These approximate boundaries will be used to identify buffer zones or
riverbank areas which extend on-site,
•
\ \Rl·OAT A\proponl&\82003.n \SubmlttaI\PlI1posal\Draft\82·003,11- Proposal - 05-27~lt_docx
,i-
Mr, William R. Riccio, Jr., P.E.
The City of Newport
Ref.: 82-003.11
I
May 27,2011
Page 4 !
;
j
I
I
RlDEM Request For Preliminory Veterminotion
For the purposes of this proposal, VHB assumes that the proposed roadway improvement
project may be considered an Insignificant Alteration of Freshwater Wetlands, Therefore,
Ii
VHB Environmental Scientists will prepare a Request for Preliminary Determination for i
submission to the RIDEM Freshwater Wetlands Program for the proposed project. The
I
application will be prepared pursuant to the requirements of the Rules and Regulations
Governing the Administration and Enforcement of the Freshwater Wetlands Act (RIDEM
2010), The Request for Preliminary Determination will describe the proposed project, any
impacts to freshwater wetland resources which may resull, and all measures taken to avoid,
minimize and mitigate the impacts, The application will seek a determination of
Insignificant Alteration for the project. The Insignificant Alteration will also serve as
approval under the RI Programmatic General Permit from the US Army Corps of Engineers,
I
and the Authorization under the RI Pollutant Discharge Elimination System General Permit
for Stormwater Discharges Associated with Construction Activity.
VHB will develop a watershed map for the area discharging stormwater runoff to the project
area, The watershed area will be delineated from available information such as a Google
Earth terrain. VHB will select curve numbers based on soli parameters in the Soli Survey of
Rhode Island and field condillons. VHB will calculate the discharge rate for up to four design
year storm events.
Using this information, VHB will detenoine an approximate pipe size for the proposed
culvert.
VHB anticipates the RIDEM will review this project under the Rhode Island Slorrnwater
Design and Installation Standards Manual dated December 2010. As such, VHB anliclpates
this project will be classified as a "Redevelopment". A "Redevelopment" project disturbs
more than 10,000 square feet of eXisling impervious area. VHB also anticipates the
impervious area of the Site is greater than 40%. As such, this project will only need to address
Standards 2, 3, and 7thru 11. VHB will perform calculations to show the recharge concept
has not been revised. VHB will also perfmm calculations to show the water quality benefit of
the proposed swale along the roadway.
•
\ \ RI·DATA\proPllllllls\82003.11 \Submrttll1 \Pcopl)'a!\DttlR\82-000.t1 . r,oposal - 05-27·11.doclt
;
i
~
Mr. William R. Riccio, Jr., P.E. I
The City of Newport
Ref.: 82-003.11
May 27, 2011 I
PageS
I
VHB will prepare a Cover Sheet. VHB will add General Notes to the General Plans. VHB will
prepim, a Typical Section for Hammersmith Road. VHB will add the proposed contours to
the General Plans. These proposed contours will be developed from the working cross
sections. Cross SectiOnS are not included.
Product
l.5
Cover Sheet, Typical Section, General Plans, and Profiles.
VHB assumes the City will prepare the Construction Documents, advertise this project and t
administer the construction contract.
VHB will prepare for and attend two project review meetings with the City of Newport 1
Department of Public Services.
If warranted based upon the project impacts, an Application to Alter Freshwater Wetlands
may be reqUired by the RlDEM Freshwater Wetlands program. Should the RlDEM require it,
VHB will prepare an Application to Alter a Freshwater Wetland pursuant to the
requirements of Rule 10.02 of Rules and Regulations Governing the Administration and
Enforcement of the Freshwater Wetlands Act (Rules) (RlDEM 2010). The Application will
provide documentation regarding the protection of Wetland Functions and Values, which
wi!I include, at a minimum, an evalualion and discussion of impact avoidance and
minimization, wildlife and wildlife habitat, recreation and aesthelics, flood protection,
surface and groundwater resources, water quality, and soil erosion and sediment control.
•
\ \Rl·DAI A\pl'Cl)XlSllIs\82003.11 \Submlllal\Ptopos/lI\On,ft\820000.U - Proposal - 08·21~11.doc)(
Mr. William R. Riccio, Jr., P.E.
The City of Newport
Ref.: 82-003.11
May27,20ll
Page 7
Flood Protection
VHB engineers will evaluate the existing and proposed drainage characteristics of the site
based upon the 2, 25, and lOO-year stann events. This will include Identifying areas of Ihe
I
site, which are Indicaled on the lalesl Federal Emergency Management Agency mapping as
areas sUbject to lOO-year frequency flooding and mapping watersheds which contribute
runoff 10 on-sile wetlands. The engineering analysis wiiI Identify and mitigate any increases
In peak discharge rates, which may contribute to downstream flooding. Should any loss of
flood slorage result from proposed projecl activilies, Ihe loss must be compensated. VHB
engineers will design floodplain compensation areas as necessary.
•
\ \RT·I:)Al"A\proP05llls\6ZOOS.11\Sllbmlltal\PropoMI\Dtllft\82-ooJ.11. PropoaaJ - 05-27-11.doclt
L.
CLIENT·FURNISHED INFORMATION I
It is understood that VHB will perform services under the sole direction of the dient. In the
performance of these services, VHB will coordinate its efforts with those of other project team
I
members, the client's architect, and other consultants, as required. The clle!'t shall provide VHB with
I
project-related technical data.
• Pavement Design I
VHB will rely upon the aacuracy and completeness of cllent-furiUshed Information In connection
with the performance of services under this Agreement.
SCHEDULE
Ii
VHB anticipates performance of services, exclusive of client and local review, to be completed within
. the following time frame:
VHB will begin performance of the above services on the date written authori~ation to proceed is
received. The schedule is also subject to timely delivery of information promised by the cllent and Is
exclusive of client and local review of interim products. If the client requests that work under this
Agreement be stopped, the schedule is subject to renegotiation when written authorization to
proceed is received.
•
\ \RI·OATA \l>ropo,als\82000.11 \&ubmltlal\l'topwal\Omft\82-00UI- ProPosal - 05·v~n.docK
I
COMPENSATION
VHB will perform the Scope of Services contained in this Agreement on a cost plus fixed fee with a
rate cap qf $50.00 per hour, an overhead rate of 155.73, and 10% profit. The Maximum Limit for
Labor for this Scope of Services is $32,000, allocated approximately as follows:
In addition to the labor compensation, VHB shall be reimbursed for expenditures made specifically
for the project such as: printing and reprographics; travel and subsistence; computer charges;
telephone charges; shipping, postage, and courier selvioe charges; purchase of maps and similar
documents; etc, These direct expenses will be billed at cost. If subconsultants and subcontractors are
engaged by VHB for this project and are, rherefore, under contract to VHB, their services will be
invoiced at theIr actual cost.
The follOWing servloes are not anticipated and, therefore, not included in this Agreement at this time:
Should work be required in these areas, or areas not previously described, VHB will prepare a
proposal or amendment, at the client's request, that contains the Scope of Services, fee, and schedule
required to complete the additional work items.
•
\ \RI-DATA\proposals\82003.t1\Submllllll\PropOSflI\Ordt\S1-003.11 . PropM81 - OSW·ll.doex
Mr. William R. Riccio, Jr., P.E.
l
The City of Newport
Ref.: 82-003.11
May 27, 2011
Page 10
,,,~.gM'
S;, thn
Title: G!a
,
Q /
i
Date: ¢,¢
CLIENT AUTHORIZATION
The City of Newport agrees with Part I which includes the Scope of Services, Compensation,
Schedule, and Part II, Terms and Conditions of Agreement (aUached hereto and acknowledged as
being received). Together they constitute the entire Agreement between Vanasse Hangen Brustlin,
Inc. and the City of Newport.
By:
Title:
Date:
•
\ \RI·DA IA \propou1$,\62003.11\SUbmlltal\Proposal\Drftft\82-OO3.1l. Pfoponl - 05-21-11 doc:c
ii
Mr. William R. Riccio, Jr" P.E.
The City of Newport
Ref.: 82·003.11
r
I
May27,2011
Page 11 i
II
PARTIJ
The engagement of Vanasse Hangen Brusllin, Inc. (VHB) by Client is under the folloWing terms and
conditions, These terms and conditions are an integral part of the collective Agreement between
Client and VHB,
1, The fee estimate for the proposed Scope of Services is valid for 60 days from the date of
Proposal.
2. Payment to VHB is the sole responsibility of signatory of this Agreement and is not subject to
third party agreements.
3. All schedules set forth in the attached Scope of Services commence upon receipt of a signed
Agreement and, if requested, a retainer. All retainer amounts will be applied to the last
invoice. A RETAINER OF $ -0- IS REQUIRED BEFORE SERVICES CAN COMMENCE
UNDER THE AGREEMENT.
4. Requests for additional services and any associated fee adjustment must be authorized in
writing before additional services can begin.
5. Invoices will be rendered monthly and become due upon receipt. Any invoice outstanding
for- more than 30 days after date of invoice will be subject to a financing charge of 1-1/2
percent per month.
6. Should it become nece.sary to utilize legal or other resources to collect any or all monie.
rightfully due for services rendered under this Agreement, VHB shall be entitled to full
reimbursement of all such costs, induding reasonable attorney.' fee., as part of this
Agreement.
7. Invoice payments must be kept current for services to continue. If the Client fails to pay any
invoice due to VHB within 45 days of the date of invoice, VHB may, without waiving any
other claim or right against Client, suspend services under this Agreement until VHB has
been paid in full all amounts due VHB and/or any of its Consultants and Subcontractors.
Sealed plans, final documents, reporls, and attendance at meetings/hearlng. will not be
provided unless payment for services is current.
•
\ \RJ-DAfA \propos~I$\82003.11 \SUbmlttlll\Propoaal\Draft\82..003.1l . Proposal - 05-2Hl.dlXx
I
I
>-
Mr. William R Ricdo, Jr., P.E.
i
The City of Newport i
Ref.: 82-003.11
May 27, 2011
Page 12
If VHB is performing services for the Client under multiple projects, invoice payments must
be kept current on all projects for services hereunder to continue. Client acknowledges
VHB's right to suspend services and withhold plans and documents, as provided above, if
payments are not current on all projects. If services are suspended for 30 days or longer,
upon resuming services VHB shall be entitled to expenses incurred in the interruption and
resumption of its services. If services are suspended for 90 days or longer, VHB shall be
entitled to expenses incurred in the interruption and resumption of its services and fees for
remaining services shall be eqUitably adjusted.
8. The parties agree to coordinate Invoices to assure timely payment. Among other
things, VHB's project manager and Cllent's representative will confer as often as reasonably
necessary about any issues that arise involving invoicing and collections. Client's
representative will contact VHB's project manager forthwith upon receipt of an Invoice about
any questions or Issues concerning invoiced amounts. If dient's representative and VHB's
project manager are unable to resolve any questions or Issues, Client's representative wlll line
item anydisputed or questionable amount and pay VHB. VHB, at its option, may revise and
resubmit disputed amounts at a later date.
9. VHB agrees to carry the follOWing insurance during the term of this Agreement:
• Professional LiabJlity Insurance with a limit of $1,000,000 per claim and in the aggregate
Certificates of insurance will be furnished upon request. If the Client requires additional
insurance coverage, and it is available, Client agrees to reimburse VHB for such additional
expense.
10. The Client and VHB shall at all times inde1nnify and save harmless each other and their
officers, and employees on account of any claims, damages, losses, litigation, expenses,
•
\ \Rl.OAIA\proposalll\82003.11\Submltllll\PropoSlll\Drllft\8HXl3.n . Propoaal - 6S-27~l1.d«x
Mr. William R. Riccio, )1'., P.E. r
The City of Newport
Ref.: 82-003.11 I
May 27, 2011
Page 13
counsel fees, and compensation arising out of any claims, damages, personal injuries and/or
property losses sustained by any person or entity, to the extent caused by the negligent acts,
errors or omissions of the indemnifying party, Its employees, or subcontractors in connection
with the Project, and/or under this Agreement.
11. VHB shall not be responsible for failure to perform 01' for delays in the performance of
services which arise out of causes beyond the control and/or without the fault or negligence
ofVHB.
12. VHB shall be entitled to rely on the accuracy and completeness of data, reports, surveys,
requirements, and other information required. to be provided by Client under this
Agreement.
13. Client agrees to the fullest extent permitted by law, to indemnify and hold harmless VHB, its
officers, employees and sub-consultants from and against any and all claims, suits, demands,
lIabllities costs, Including reasonable attorneys fees and defense costs caused by, arising out
of or in any way connected with the detection, presence, handling, removal, abatement, or
disposal of any asbestos or hazardous or toxic substances, products or material that exist on,
about or adjacent to the job site.
14. VHB's ~ervices will be performed on behalf of and solely for the benefit and exclusive use of
Client for the limited purposes set forth In the Agreement. Client acknowledges that VHB's
services require decisions that are not based upon science, but rather upon jUdgmental
considerations. Client may not delegate, assign, sublet, or transfer its duties or Interest in this
Agreement without the written consent of VHB.
15. In the performance or furnishing of professional services hereunder, VHB, and those it Is
responsible for, shall exercise the degree of skill and care customarily accepted as good
professional practices and procedures by members of the same profession currenUy
practicing under similar conditions In the same locality ("Standard of Care").
Consistent with this Standard of Care, the services shall conform to applicable laws, codes,
ordinances, and regulations of any governmental agency having jurisdiction over the project,
at the time services are rendered. VHB shall perform its services as expeditiously as is
consistent with the Standard of Care and with the orderly progress of the Work.
16. VHB shall not be required to Sign any documents, no matter by whom requested, that would
result In VHB's having to certify, guaranty or warrant the existence of conditions whose
•
\ \RI·DATA \ploposals\62003.11\SubmlttaI\P,oposal\D.llft\82.QOO.11- P,op03al - 05-27-11.doclI
,
I
i
existence VHB cannot ascertain. Any certification provided by VHB shall be so provided
I
based on VHB's knowledge, information, and belief subject to the preceding sentence, and
shall be given in VHB's professional opinion consistent with the Standard of Care. VHB shall
be compensated for any work necessary to verify. project compliance with regulatory
I
I
17. Client hereby agrees that to the fullest extent permitted by law, VHWs totalliabllity to Client
and any persons or entities claiming by, through or under the Client for any and all injuries,
claims, losses, expenses, or damages whatsoever arising out of or in any way related to the
Project and/or this Agreement from any cause or causes induding, but not llroited to VHB's
negligence, errors, omissions, strict liability, statutory llability, indemnity obllgation, breach
of contract or breach of warranty shall not exceed $50,000 (fifty thousand dollars).
18. All documents including DraWings and Specifications (whether in hard or electroI)ic form)
prepared by VHB pursuant to the Agreement are instrumenls of service with respect to the
Project. They are not intended or represented to be suitable for reuse by the Client or others
on exlenslons of the Project or on any other Project. Any reuse by Client or a third person or
entity authorized by Client without written verification or adaptation by VEB for the specHic
purpose intended will be at the Client's sole risk and without liability or legal exposure to
VHB; and the Client, shall release, indemnify and hold harmless VHB from all claims,
damages, losses and expenses including attorneys' fees arising out of or resulting therefrom.
Any such verification or adaptation will entitle VHB to additional compensation at rates to be
agreed upon by VHB and the third person or entity seeking to reuse said documents,
If any information hereunder is provided in electronic format, Client recognizes that such
plans, documents or other Information recorded On or transmitted as electronic media,
induding CADD documents ("Electronic Documents") are subject to undetectable alteration,
either intentional or unintentional, due to, among other causes, transmission, conversion,
media degradation, software error, or human alteration. Accordingly, the Electronic
Documents are provided to Client for informational purposes only and not as record
documents.
19. To the extent permitted by law, VHB retains the copyright in all written work plOducls,
induding plans, specifications, calcuiations, computer programs, and computer generated
materials in any form, produced in connection with the work under this agreement, unless
otherwise agreed to in writing by an authorized VHB representative, Subject to Term No. 17
above, VHB licenses to Client the use of all written work products, including plans,
specifications, calculations, and computer.generated materials in any form, produced in
connection with the work under this agreement on a non-exclusive basis.
CD
, \R1-0A1'A\propo5ab\62003.t 1\Submltlal' Flopo'llI\Drdl\8Z·00Ul - Pfopo~l - 05-27-11.<1ocl(
I
r
Mr. William R. Riccio, Jr., P.E. I
The City of Newport
Ref.: 82·003.11 f
May 27,2011
i
Page 15
20. All questions in dispute under this Agreement shall be submilled to non.binding mediation.
On the written notice of either party to the other of the election to submll any dispute under
this Agreement to mediation, each partY shall designate their representative and shall meet
within ten (10) days after the service of the nolice. The parlies themselves shall then attempt
to resolve lhe dispute within ten (to) days of meeting. Should the parties themselves be
unable to agree on a resolution of the dispute, then the parties shall proceed with mediation
in accordance' with the mediation rules of the American Arbitration Association. The cost of
mediation shall be borneequally by both parties. This process shall be considered as a
condition precedent to moving to a more formal or judicial process.
21. NotWithstanding any other provision of this Agreement, neither party shall be liable to the
other for any incidental, speciai, indirect or other consequential damages incurred due to the
fault of the other party regardless of the nalnre of the fault or whether it was committed by
the Client or VHB, or their employees, sub·consultants, or subcontractors. Consequential
damages include, withoutlimltation, liability for loss of use of the Project or existing
property, loss of profits, loss of production or business interruption; however, the same may
be caused.
22. In entering into this Agreement, Client has relied only upon the representations set forth in
this Agreement. No verbal warranties, representations, or statements shall be considered a
part of this Agreement or a basis upon which the Cllent relled In entering Into this
Agreement. No statements, representations, warranties, or understandings, unless contained
herein, exist between Cllent and VHB.
23. Nothing contained in this Agreement shall create a contraclnal relationship with, or a cause
of action In favor of, a third party against either the Client or VHB. VHB's services under this
Agreement are being performed solely for the benefit of the Cllent and no person or other
entity shall have any claim against VHB because of this Agreement. In addition, nothing
herein shall be construed as creating a contraclnal relationship between the Client and any
VHl3 employee, representative or consultant. The Cllent agrees that in the event of a dispute
regarding this Agreement or the services rendered by VHB hereunder, the Cilent shall only
seek reCOUlse against VHB and waives any right to pursue a claim against VHB's individual
directors, officers or employees.
24. Any taxes or fees, enacted by local, state, or fedelalgovemment and based on gross receipts
or revenues, will be invoiced to and payable by Client as an additional amount due under
this Agreement.
•
\ \R1·DATA \pIopol~ls\82003.11\Submtltal\PIoponl\Draft\82..Q03.11· Proposal - ()5-2?-l1.d~
I
l
Mr. William R. Riccio, Jr., P.E.
The Ciiy of Newport
Ref.: 82-003.11
May 27,2011
Page 16
25. This Agreement shall be governed and construed in accordance with the laws of the
Commonwealth of Massachusetts.
26. VHB's commitments as set forth in thisAgreement are based on the expectation that all ofthe
services described in this Agreement will be provided. In the event Client later elects to
reduce VHB's scope of services, Client hereby agrees to release, hold harmless, defend and
indemnify VHB from any and all claims, damages, losses or costs associated with or arising
out of such reduction in services.
27. Client understands that the requirements of the Americans with Disabilities Act ("ADA") are
evolving and will be subject to various, potentially contradictory interpretations and
applications. VHB will use its reasonable prOfessional ef~orts and judgment to interpret
applicable ADA requirements and other federal, state and local laws, rules, codes, ordinances
and regulations as they apply to the project. VHB cannot and does not warrant or guarantee
that Client's project will comply with all ADA requirements or ADA interpretations.
(The following terms are applicable for Project sites located in Massachusetts)
28. In accordance with the Massachusetts General Laws Chapter 21E, the performance of the
services contained in this Agreement may require the engagement of a Licensed Site
Professional (LSP) registered with the Commonwealth of Massachusetts under
Massachusetts General Law Chapter 21A and the regulations prOmulgated by the
Massachusetts Department of Environmental Protection (MADEP) thereunder (collectively
the LSP Program). These laws and regulations place upon the LSP certain professional
obligations owed to the public, including in some instances, a duiy to disclose the existence
of certain environmental contaminants to the MADEP. In the event that any site for which
VHB has provided LSP services is audited by the Massachusetts Department of
Environmental Protection (MADEP) pursuant to the provisions of the Massachusetts
Contingency Plan, VHB shall be entitled to additional compensation to prOVide such services
as may be necessary to assist Client in its response to DllP.
29. Client understands and acknowledges that In the event the LSP's obligations under the LSP
Program conflict in any way with the terms and conditions of this Agreement or the wishes
or intentions of the Client, the LSP is bound by law to comply.with the requirements of the
LSP Program. Accordingly, Client recognizes that the LSP shall be immune for all civil
liabiliiy resulting from any alleged and/or actual conflict with the LSP Program. Client also
agrees to hold VHB and its LSP harmless for any claims, losses, damages, fines, or
administrative, civil, or criminal penalties resulting from the LSP's fulfillment of Its
obligations under the LSP Program.
\ .0 (~.) t1f>',
t
~: ~
1:
.'
<to-
" 'I~'
:',·,r;tt: }!:;.-:'<
·,,•• .
••
,,
·,• •,
,,• By Consnlt~nt: $0.00
,,• ,, Snbconsultant Servie,e,: O.oq "
, Direct Expense" 0.0,0
·•, •
, Total Reqnested: $0.00..,.# .
D... Consultant
f,~
'.\'-- Date
.,;
" 'j
,.~:<" ~.-!
. ,.",.;' ,'.'
''''~','',',','~'::11:''~''',' ,!
,~ ",~'~;?:1~~') ""
""";'~"
-i-.-l'~ .~_' __'.
Consultant:
vanass~ -.Hangen Brustlin~ Inc. / Origin", PO!lat. 10/13/2000
1.0 DOr~anc.e St n' Suite 400 Requisition No~ '. R70D043837
~rovlcl,~:q,'E~' RI 02903,
":-;. '. ,-!!).
CANo.
TotallncreaselDecrease: $0.00 J
Ac~No/Budget Code F.A. P. No. Amount %
I
~ 12,70.3900110.02,634100 FAP1 STP-DRNG-004 i AMT1 0.00 80% Federal
2 12,70.3885101.09.634100 FAP2 State Match AMT2 0.00 20% state
3 FAP3 AMT3
4 FAP4 ;r~1. AMT4
5 FAP5 AMT5
6 FAP6 AMT6 -- ,
7 FAP7 AMT7
8 ... FAP8
.-
AlI1T8
,·4· /1
110-
"-
: ~y
•
This document is an addendum to the Oliginat contract,
therefore, the work l~ferenced above shall be perfOImed as
required under the original contract and in aocordance with ,
any supplementary or special provisions pertinent thereto. ,..- ..;."./ /1-
i'~
D...
LOCATION: STATEWIDE
Total Payment to the Consultant for the services under this Agreem~nt shall not exceed the sum of
Two Hundred Fifty Thousand and 00/100 Dollars ($250,000.00). Cin,ilIaHixed fee will be set at 10%
and will remain fixed at 10% for the entire contracTteriTi) '....... .•
'.wo_,·.. · _.-
THIS AGREEMENT, made the /<]tJ; day of CJdj ,20010 ,by and between the State of Rhode
Island and Providence Plantations, hereinafter called the State, acting by and through the State
Purchasing Agent with the approval of the Director of Transportation, party of the first part and' .
Vanasse Hangen Brustlin, Inc. (VHB) hereinafter called the Consultant, party of the second part.
"
CONSULTANT: Vanasse Hangen Brustlin, Inc, DATE: O~ /8, ;)OO{#
530 Broadway
Providence, RI 02909
STATE OF RHODE ISLAND AND PROVIDENCE PLANTATIONS
DEPARTMENT OF TRANSPORTATION
TABLE OF CONTENTS
PAGE NUMBER
ARTICLE IV COOPERATION 5
ARTICLE VI TERMINATION 6
CERTIFICATION OF CONSULTANT 30
CERTIFICATION OF STATE
DEPARTMENT OF TRANSPORTATION 31
SIGNATURE PAGE 32
1
WITNESSETH, that the parties hereto in consideration of their mutual promises and covenants and of
the stipulations, conditions, and agreements herein contained, have agreed and by these presents do
agree, as follows:
ARTICLE I
DEFINITIONS & TERMS
Whenever the following abbreviations, terms and pronouns are used in this Contract, the intent
shall be interpreted as the following:
4. Engineer: The Chief Engineer of the Rhode Island Department of Transportation or his/her
duly authorized agents or representatives, each acting within the scope of his/her duties.
5. Consultant: The individual, partnership, firm or corporation acting directly or through duly
authorized agents or representatives hereinbefore designated the party of the second part
to this contract.
6. Federal Agency: The applicable federal transportation agency under the United States
Department of Transportation and its duly authorized agents or representatives, each
acting within the scope of his/her designated duties. Applicable agencies may be the
Federal Highway Administration, the Federal Aviation Administration, the Federal Transit
Administration, and the Federal Railroad Administration.
7. Additional Work: Additional work is work in which the Consultant establishes, and the
Department is in agreement, that there has been a minor change in the
a) Scope, compleXity, or character of the services to be performed
b) Conditions under which the work is required to be performed
c) Duration of work
d) When- the original level of effort established to perform the service was
underestimated.
8. Extra Work: Extra work is work in which the Consultant establishes, and the Department is
in agreement, that there has been or there is to be a significant change in the
a) Scope, complexity, or character of the services to be performed
b) Conditions under which the work is required to be performed
c) Duration of work
9. Work: The actual effort, performance, labor, action or task provided by the Consultant and
any and all subconsultants under the terms of this contract.
10. Service: The overall benefit conferred on the Department resulting from the successful
completion of this project.
2
ARTICLE II
SCOPE OF WORK
SECTION A. SCOPE OF SERVICES
The Consultant assures the Department that he/she has read all applicable State and Federal
policy/procedure guidelines and regulations applicable to this project and that he/she is fully
understanding of all parts, and will strictly adhere to all sections applying to this project.
Progress reports will be submitted to the Department on a monthly basis and also whenever
the Consultant is submitting a voucher for payment of services. The Consultant will be required
to keep a record of the number of man-hours for each classification of labor, on an activity-by-
activity basis, for each of the activities listed in the proposal. The format to be used for the
progress report will be subject to review and approval by the Department.
If, as the work progresses, the Consultant anticipates that more man-hours will be required for
a particular activity that was estimated in the proposal, it will be the Consultant's responsibility
to inform the Department of the fact In writing, along with proper justification. The Department
is not responsible for the acceptance of services rendered by the Consultant that are neither
recommended nor approved, prior to their completion.
The proposed engineering and related services to be provided by the Consultant will be set
forth in said Consultant's letter of proposal dated August 31, 2006.
Proiect Limits: The limits of a typical Statewide Drainage and Water Quality Improvements
Project will be as determined by the Rhode Island Department of Transportation (RIDOT)
Road Design Section. Typically, a list of statewide locations will be provided to the Consultant
in priority order and other sites may be added to the contract on an as-needed basis.
3
Initial Contract Award: The total value of the contract award will be $250,000.00.
Should the State, after expenditure of this sum, find further need for the Consultant's services,
such service may be authorized by RIDOT under conditions set forth in a supplemental
agreement.
Negotiation of Fees: "Post" contract award, on an "as needed" basis, RIDOT will assign
specific location sites to the selected Consultant; at that time the Consultant will negotiate
proposed hours and fees for services requested with the appropriate RIDOT section, which,
pending acceptance by RIDOT, the final negotiated fees will "draw down" off of the initial
contract amount. Negotiated costs must be in line with RIDOT salary caps and approved OH
rates; all other project expenditures must conform to current RIDOT policies and accepted
procedures.
Fixed Fee: Initial fixed fee will be set at 10% and will remain fixed at 10% for entire contract
term.
Contract Term: The Consultant must provide the requested services on an on-call/as-needed
basis for a period of 36 months after the date of authorization to commence work. Notice of
Contract AwardlPurchase Order will be issued in accordance with the State's Purchasing
Regulations and General Conditions of Purchase copies of which are available at
www.purchaslna.ri,gov,
ARTICLE III
CONTRACT DRAWINGS & DOCUMENTATION
The tracing of all drawings, the copies of computations, other calculations and notes, together
with all other data and reports completed and accepted under this Contract shall bear the
endorsement of the Consultant and shall become the property of the Department. The
Department may utilize this material in any way it sees fit, and the Consultant agrees to make
no claims against the State or any authorized agent thereof, for any such usage of them.
The Consultant shall not use any of the original data or plans completed under this Contract for
advertising purposes without first obtaining the permission of the Department.
The Consultant shall furnish the Department with permanent construction drawings and final
contract papers and estimates after such material has been accepted In writing by the Director.
Such permanent drawings for plans and profiles and standard and special structures shall be
furnished as noted in Design Policy Memos, for each contract. In general, the continuity of
alignment shall be preserved on consecutive sheets. Contracts prints of the finished drawings
shall be furnished by the Consultant for approval by the State, and when required or requested
by the Federal Agency.
The Consultant shall furnish the Department all of the material as specified In ARTICLE II,
"SCOPE OF WORK," complete and duly accepted.
4
When and if topographic mapping compiled by photogrammetric methods is included as a part
of this Contract, the original tracings and photographs of said mapping shall be turned over to
the Department upon acceptance of the construction drawings.
ARTICLE IV
COOPERATION
It is understood that the Consultant and the State will cooperate to the best of their abilities to
expedite the work under this Contract. Any data in the possession of the Department will be
furnished to the Consultant to expedite the work.
ARTICLE V
PROGRESS OF WORK
The Consultant shall commence work under this Contract promptly upon receipt of written
notification for the Department to do so. The Consultant shall complete the work to the
satisfaction of the Department, and when required or requested by the State, to the satisfaction
of the Federal Agency, not later than the date or dates indicated hereinbefore under ARTICLE
II, SECTION E, "SPECIFICS TO THIS CONTRACT".
In projects where the work will be considered in two (2) or more phases, it will be the policy of
the Department to examine various factors relating to the continuation of said work upon the
completion of each phase. It will be the responsibility of the appropriate Division monitoring
each phase to make an evaluation and recommendation whether to continue or to terminate
the Contract based on any of the following factors:
• Consultant's Performance
• Availability of Funds
The Chief Engineer will inform the Director in writing of his/her evaluation and recommendation
relative to the future of the project. If a recommendation to terminate the Contract has been
accepted and approved by the Director for whatever cause, and he/she in turn received the
concurrence of the State Purchasing Agent, the procedure detailed in ARTICLE VI,
"TERMINATION" will be followed.
5
In instances where it is recommended that the Contract be continued, the Chief Engineer will
request the concurrence of the Director to proceed to the next phase. The Director will then
seek the concurrence of the State Purchasing Agent prior to Phase II services being added by
Supplemental Agreement.
It is agreed by the parties hereto that time is of the essence on this Contract and that the time
set forth for the completion of the work contemplated in this Contract may only be extended at
the discretion of the Director for good and sufficient reasons shown. The Consultant agrees
that no charges or claims for damages shall be made by him/her for any delays or hindrances
from any cause whatsoever during the progress of any portion of the services specified In this
agreement. Such delays or hindrances, if any, shall be compensated for by an extension of
time for completion for such reasonable period as the Director may decide, it being
understood, however, that by permitting of the Consultant to proceed to complete any services
or any part of them after the date fixed for completion, or after the date to which the time of
completion may have been extended, the State waives no rights.
ARTICLE VI
TERMINATION
The Department reserves the right to abandon, suspend or terminate the services of this
Contract, or any part thereof, at any time, by giving written notice to the Consultant. Upon
receipt of such written notification from the Department, the Consultant shall cease operations
on the part of the work of the Contract stipulated. Any finished or unfinished work products
prepared, developed, furnished, or obtained under the terms of this Contract on behalf of the
Department, shall become the property of the Department, deliverable to them as directed.
The Consultant shall be entitled to payment, calculated in accordance with ARTiCLE VII,
"REVISION OF FEES AND PROVISION FOR PAYMENT OF EXTRA WORK AND/OR
ADDITIONAL WORK" and ARTiCLE VIII, "COMPENSATION" for any uncompensated services
satisfactorily performed prior to the final date of the written notice to abandon, suspend or
terminate the services under this Contract, and for authorized services performed and costs
incurred in effectuating such abandonment, suspension or termination.
Abandonment, suspension or termination of the contract shall in no way limit any legal rights of
the Department.
ARTICLE VII
REVISION OF FEES AND PROVISION FOR PAYMENT
OF EXTRA WORK AND/OR ADDITIONAL WORK
No change in the character or extent of the work to be performed by the Consultant and
affecting the completion date or the fee schedule shall be made except by supplemental
agreement in writing between the State and the Consultant. The supplemental agreement will
set forth the proposed changes of work, any extension of item for completion, if required, and
adjustment, if any, of the fee to be paid the Consultant.
6
SECTION B. REQUESTS FOR EXTRA COMPENSATION
In any case where the Consultant believes extra compensation is due him/her for work and
services not covered by this Agreement or Supplement thereto, he/she shall notify the State in
writing of his/her intention to seek such compensation before he/she begins the work. Such
notice by the Consultant shall not in any way be construed as proving the validly of the
request. The request must be passed upon by the State. In case the request is found to be
just, it shall be allowed and paid for as Extra Work/Additional Work in accordance with the
terms of a supplemental agreement entered into before such work is started.
Extra and/or additional work will be paid for under one of the following methods.
2. Actual cost exclusive of a fixed fee, generally considered compensation for additional
work.
3. Actual cost plus a Fixed Fee, generally considered compensation for extra work.
The actual costs eligible for participation are those directly attributable and properly
allocable to the specific project for which the Consultant's services have been retained,
all in accordance with ARTICLE VIII, "COMPENSATION", Section A, hereof.
An appropriate adjustment will be required if any addition to, or reduction in, the work is
ordered, or should there develop substantial change in the scope, duration, complexities
or character of the work to be performed. Determination of such adjustment shall be in
accordance with the applicable provisions of ARTICLE VIII, "COMPENSATION".
In case of items based on actual costs to the Consultant, the proposed increases In the
maximum amounts specified In the Contract shall be by letter request to the State with
subsequent approval and authorization by the State, and the Federal Agency, when
required or requested.
In connection with such services, the Consultant agrees to maintain a complete and
accurate record, in a form satisfactory to the Department, of all costs directly attributable
to same by the Consultant, and the Department reserves the right to audit the records of
the Consultant relating thereto; but such services as are rendered thereunder shall be
subject in all other respects to the terms of this Contract.
7
ARTICLE VIII
COMPENSATION
The Consultant's fee for the professional services to be rendered pursuant to the requirements
and stipulations called for under ARTICLE II, "SCOPE OF WORK", shall consist of
reimbursement of actual costs; payment of a fixed fee; and reimbursement of miscellaneous
expenses directly attributable to the Contract, all as defined below:
1.. Actual Cost: Actual costs eligible are those directly attributable and properly allocable to
this specific project for which the services of the Consultant have been retained. These
include all costs related to the salaries of employees directly chargeable to the project and
salaries of principals for time they are prod uctively engaged in the work necessary to fulfill
the terms of this Contract; direct non-salary costs incurred in fulfilling the terms of this
Contract; and the Consultant's overhead or indirect costs to the extent they are properly
allocable to the project. All of the above are based upon the approval of the Federal
Agency, when requested or required.
2. Actual Direct Salary Costs: Actual direct salary costs are those paid to engineering and
technical employees by the Consultant for the time such employees are directly utilized on
work necessary to fulfill the provisions of the Contract.
Actual Direct salary costs shall consist of payroll costs at straight time for engineering and
technical employees.
Salary rates and increases thereof paid to engineering or technical employees assigned to
this project shall be commensurate with salaries paid to other employees of the Consultant
engaged in similar work. Any increases in salary shall be the result of a company-wide
evaluation of all engineering and technical employees. Such evaluations shall be in
accordance with company-wide personnel regulations and established policies.
The Department shall be given written notice of any change In personnel classification, as
defined by this contract, as well as the justification therefore. If, in the opinion of the
Department, any such change appears to be unjustified or unreasonable, the Department
will notify the Consultant of its opinions, with regards thereto, and request the Consultant to
provide further justification.
No premium payment shall be made for overtime work unless previously approved by the
Department.
3. Indirect Costs: Applicable indirect costs are those incurred during the period of this
Contract, to the extent that such costs are allowable under the "Contract Cost Principles
and Procedures" set forth in 48 CFR Part 31, as amended, and in effect on the execution
date of this Contract, which document is incorporated herein and made part hereof by
reference.
8
The Indirect Cost Rate is the ratio of total allowable indirect costs incurred by the Consultant
during a given audit year to the total allowable direct labor costs incurred during the same
year, in accordance with RIDOI's established format.
4. Fixed Fee: A fee' as shown in these provisions is paid to cover the Consultant's profit,
miscellaneous expenses, and other factors that may be considered under applicable
regulations and that are not paid for otherwise.
5. Miscellaneous Expenses: Reimbursement is made for other direct expenses to the extent
that they are allowed under the provisions of CFR Part 31 and the requirements as set forth
in either this Contract or Statewide Policy.
1. Estimated Compensation: The actual direct salary cost will be billed by the currently
approved RIDOT Indirect Cost Rate Factor of 1.4599.
For partial payment purposes this rate is to cover burden, fringe benefits and overhead
costs and shall be used for the current calendar year. The Indirect Cost Rate will be revised
annually based on a certified breakdown of burden, fringe benefits and overhead costs of
the previous year's experience of the Consultant and audited by the Department and/or the
U.S. Department of Transportation (or its cognizing agency) annually.
1. Annual Adjustments: Within forty-five (45) calendar days of receipt of an official notice
from the Department that the Audit Section has both completed an audit of indirect costs for
a given audit year and authorized an Indirect Cost Rate for that year, the Consultant shall
submit to the applicable operating division of the Department the required adjustments to
those estimated amounts invoiced against this Contract during said given audit year. If the
estimated invoiced amounts are less than the actual amounts as determined by application
of the approved Indirect Cost Rate, the Consultant may request reimbursement of the
difference between the actual and estimated amounts in its next monthly invoice. If the
estimated Invoice amounts are more than actual amounts as determined by application <if
the approved Indirect Cost Rate, the Consultant shall account for the difference between
the estimated and actual· amounts with Its next monthly invoice, or arrange for
reimbursement schedule with the Department.
SECTION C. AUDITS
1. Contract Audits: All costs as described in the foregoing paragraphs are to be determined
by actual cost records maintained by the Consultant in accordance with both the provisions
of the Contract and Generally Accepted Accounting Principles. All such costs are subject to
final audit by the Department and/or Federal Agency. The total of partial payments made
shall be adjusted to conform to determinations made in such final audit in accordance with
these provisions,
An audit of Contract costs will be undertaken at a minimum ofevery two (2) years during
the life of the Contract. At their discretion, the Department and/or Federal Agency may
undertake interim audits at any time during the term of the Contract.
9
2. Annual Indirect Cost Audits: The Consultant shall submit to the Department, no later
than 120 days after the close of its audit year, a statement of its indirect costs and
corresponding indirect cost rate for that audit year, dUly certified, and in full accordance
with the Federal Acquisition Regulations.
1. Annual Compensation Costs: For purposes of this section, costs associated with the
employment of any individual include those defined CFR Part 31. Costs not included in this
definition are Social Security Taxes, Medicare Taxes, Workers Compensation Insurance,
and State and Federal Unemployment Taxes.
2. Schedule of Base Salary Rates: The maximum individual salary rate has been
established by the Department to be $50.00 per hour. This rate has been demonstrated to
reflect current prevailing area market conditions.
As defined in the Scope of Work, the Consultant will negotiate proposed hours and fees for
services requested with the appropriate RIDOT Section on an as-needed basis. At the point of
award, anticipated on-call services under this contract may Include at a minimum the following:
Compensation to the follOWing Consultant firms shall be actual cost without surcharge and with
retainage:
Compensation for the following expenses shall be actual cost without surcharge and with no
retainage:
10
7. FULL SIZE PRINTS - $O.35/sf
8. MILEAGE· $O.445/mile
The Total Payment to the Consultant under this Agreement shall not exceed the amount of
TWO HUNDRED FIFTY THOUSAND AND 00/100 DOLLARS ($250,000.00).
1. Selection Process
The subconsultant is the individual, partnership, firm or corporation which has been
retained by the consultant to perform professional services included in the aforementioned
Scope of Work of this contract or subsequent contract addenda and which the consultant
elects not to perform with his/her own forces.
The selection process for subconsultants shall be in accordance with Design Policy Memo,
Subconsultant Compensation. .
The selection process for subconsultants in the following disciplines shall be determined by
a Qualification Based Selection (QBS) process:
Field Survey
Geotechnical Engineering/Science
Landscape Architecture
Environmental Engineering/Science/Planning
Cultural Resource Study (Historical/Archaeological)
BridgelTraffic/Highway Engineering
Other Areas of Expertise Approved and/or Required by the Department
The selection process for subconsultants in the following disciplines shali be determined by
a Fee Based Selection (FBS) process:
Borings
Photogrammetry
Utility Locating
Material Testing
Other Services Approved and/or Required by the Department
The consultant shall request proposals from at least two (2) qualified subconsultants.
11
2. Subconsultant Fees, Expenses and Salary Restrictions
The fee for QBS subconsultants shall be for selVices rendered pursuant to the
requirements and stipulations called for under ARTICLE II. "SCOPE OF WORK" and shall
be sUbject to negotiation and approval by the Department. The fee shall consist of
reimbursement of actual costs; payment of a fixed fee; and reimbursement of
miscellaneous expenses directly attributable to the contract as defined below:
1. Actual Costs: For Subconsultants, shall be as defined for Consultants in Article VIII,
Section A.1.
4. Fixed Fee: For SUbconsultants, shall be as defined for Consultants in Article VIII,
Section A.4 and as determined by the Department.
The fee allocated the FBS subconsultant for the professional selVices to be rendered
pursuant to the requirements and stipulations called for under ARTICLE II, 'SCOPE OF
WORK" shall consist of payment for selVices rendered, all as defined by the
subconsultant's bid proposal which shall become part of this contract.
3. Compensation
The actual direct salary cost(s) for QBS subconsultant(s) will be billed by their individual
currently approved RIDOT Indirect Cost Rate factor(s) as defined in the Consultant's letter
of proposal.
The QBS subconsultants shall submit to the Department, and update on an annual basis,
a statement of its indirect costs and corresponding indirect cost rate. This shall be done no
later than 120 days after the close of its audit year.
The QBS subconsultants shall be subject to all salary rate and compensation cost
limitations as detailed in ARTICLE VIII, SECTION D. "LIMITATIONS OF INDIVIDUALS'
COMPENSATION COSTS".
12
ARTICLE IX
PAYMENTS ON CONTRACT
Payments for the work performed by the Consultant under the terms of this Contract shall be
made as the work progresses, as follows:
1. Progress payments against the specified fee and/or fees as designated herein under
ARTICLE VIII, "COMPENSATION" may be made monthly in proportion to the value
of the work performed in each calendar month; such work being documented by
submission to the State by the Consultant of monthly progress reports for work
covered by this Contract, showing the amount of work performed, both percentage
and dollar wise, duly attested, for each phase of the required services covered by
this Contract less three (3) percent of the total of such work performed each month
as a retained percentage.
3. Invoice vouchers submitted for progress payments shall show the amount of work
accomplished both percentage and dollar wise and shall be duly attested, and shall
show the following information.
(A) Total Price of work perfonned under Basic Fee; Design Fee; and other items with allowable
surcharge: sUbjectto a retained percentage
(D) Total Direct Miscellaneous Expense performed under items without allowable surcharge
THE CONSULTANT CERTIFIES UNDER PENALTIES OF PERJURY THAT ALL WORK FOR WHICH PAYMENT
IS REQUESTED HAS BEEN PERFORMED AND THAT SUCH PERFORMANCE AND PAYMENTS TO
EMPLOYEES ARE IN FULL COMPLIANCE WITH THE PROVISIONS OF THE AGREEMENT.
SIGNATURE:, _
4. The Department shall withhold an amount equal to three (3) percent of the sum of
those estimated costs incurred on work completed by the Consultant's own forces and
the corresponding portions of fixed fees earned by the Consultant until work of this
Contract is accepted by the Department and, when required, by the Federal Agency.
13
5. The Director may, on presentation to him/her by the Consultant of special
circumstances by which retaining earnings of three (3) percent in a specific situation is
unfair and causes undue hardship, adjust the percentage of earning retained.
6. Final payment, including the retained percentages, shall be made within sixty (60) days
after receipt, acceptance and approval by the Department and, when required or
requested by the Department, by the Federal Agency, of all the engineering and related
services enumerated herein under ARTICLE II, "SCOPE OF WORK."
7. The acceptance of final payment by the Consultant shall operate as a release and be a
release to the state, the Department and any agent of either, from all claim and liability
to the Consultant for anything done or furnished for or relating to the work under this
Contract, or for any act or neglect of the Department or any of its agents, insofar as the
execution of this contract is concerned.
8. In accordance with 42-11.1-1 of the General Laws, all invoice vouchers will be paid
within thirty (30) days, however as per 42-11.1-5 (b) (2), the thirty (30) day time frame
will not begin until the Department has reviewed and approved all proper documentation
in its acceptable form.
9. In accordance with 38-12.1-1 of the General Laws, securities may be substituted for
retainage.
Payments for the work performed by all subconsultants under the terms of this contract shall be
made in accordance with the following:
1. Payments to the consultant for the work performed by QBS subconsultants under the terms
of this Contract shall be made as the work progresses, as follows:
a. Progress payments to the consultant against the specified fee and/or fees as
designated herein under ARTICLE VIII, "COMPENSATION" may be made monthly in
proportion to the value of the work performed in each calendar month (such work will be
document by submission to the consultant of monthly progress reports showing the
amount of work performed, both percentage and dollar wise, duly attested, for each
phase of the required services) less three (3) percent of the total of such work
performed each month as,a retained percentage.
b. Miscellaneous expenses will be invoiced monthly to reflect actual costs incurred without
retained percentage,
c. The Department shall withhold an amount equal to three (3) percent of the sum of
those approved costs incurred on work completed by the subconsultant's own forces
and the corresponding portions of fixed fees earned by the subconsultant until
completion and acceptance by the Department of an audit of Indirect costs as described
in Article VIII, Section C.2.
14
2. Payments to the consultant for the work performed by FBS subconsultants under the terms
of this Contract shall be made as the work progresses as follows:
a. Progress payments to the consultant against the specified fee andfor fees as
designated in the subconsultant's approved proposal my be made monthly in
proportion to the value of the work performed in each calendar month (such work will
be documented by submission to the consultant of monthly progress reports
showing the amount of work performed for each phase of the required services).
b. The Department shall withhold and amount equal to three (3) percent of the sum of
those approved costs incurred on work completed by the subconsultant's own forces
and the corresponding portions of fixed fees earned by the subconsultant until work
of the subconsultant's contract is accepted by the Department and, when required,
by the Federal Agency.
ARTICLE X
GENERAL CONDITIONS
SECTION A. STIPULATIONS
The following general conditions and stipulations shall apply to this Contract:
1. All the services rendered pursuant to this Contract shall conform to the standards
prescribed by the State and its Director of Administration and the Director of
Transportation.
2. When the services required by this Contract are in connection with a project in which the
State proposes to have participation by the United States Government in the cost of
preliminary engineering or construction or right-of-way acquisition, all services rendered
pursuant to this Contract shall conform to the standards prescribed by the State andfor
adopted by the American Association of State Highway and Transportation Officials as
amended to date.
The duly authorized agents of the Federal Agency shall be afforded opportunity to review
the preliminary engineering work stipulated in this Contract as it progresses and shall be
permitted to sit in at all pertinent conferences and discussions concerned with major
features of the project, both with State Engineers and particularly at times when local
engineering and civic groups, properly concerned with the project, are in conference with
representatives of the Department.
3. The Consultant warrants that hefshe has not employed or retained any company or person,
other than a bona fide employee working solely for the Consultant, to solicit or secure this
Contract, and that hefshe has not paid or agreed to pay any company or person other than
a bona fide employee working solely for the Consultant. any fee, commission, percentage,
brokerage fee, gifts, or any other consideration, contingent upon or resulting from the
award or making of this Contract. For breach or violation of this warranty the State shall
15
have the right to annul this contract price or consideration, or otherwise recover, the full
amount of such fee, commission, percentage, brokerage fee, gift, or contingent fee.
4. The Consultant shall not engage, on a full or part-time or other basis during the period of
this Contract, any professional or technical personnel who are or have been at any time
during the period of this Contract in the employ of the Federal Agency or the highway
organization of any State, County, or City, except regularly retired employees, without the
written consent of the public employer of such person.
5. The Consultant shall maintain a suitable and acceptable working office or offices within the
State, or convenient thereto. The location and acceptability of said working office or offices
shall be subject to determination by the State.
6. The Consultant shall not sublet any of. the work contemplated by this Contract without
approval of the Department and, if required or requested by the Department, approval by
the Federal Agency. Any employee of the Consultant who is declared undesirable to the
Department shall be removed from the project and shall not again be employed for any
service under this Contract.
7. The Consultant shall comply with all State, Federal and local statutes, ordinances and
regulations applicable to the execution and the performance of this agreement and shall
procure all necessary licenses and permits.
8. The Consultant and his/her subcontractors are to maintain all books, document, papers,
accounting records and other evidence pertaining to cost incurred, and to make such
material available at their respective offices at all reasonable times during the contract
period for three (3) years from the date of final payment under the Contract for inspection
by the State or any authorized representatives of the Federal Government, and copies
thereof shall be furnished if requested.
9. In developing the plans for this project, the Consultan.t shall consult with the various
Department's of the State and the towns or cities that may be concerned with any phase
involved in the proposed improvement contemplated in this project, as noted in the Scope
of Work.
SECTION B. LIABILITY
1. The Consultant agrees that he/her employees, sub-consultants, or agents possess the
experience, knowledge, and character necessary to qualify them individually for the particular
duties they perform.
2. The Consultant shall be liable for all damage caused by its negligent acts, or its errors or
omissions in Its services under this Agreement or any supplements to this Agreement, and
shall indemnify and save harmless that State and all Its officers, agents, and servants against
any claims, suits, actions, damages, liabilities, and direct costs resulting from any alleged
negligent acts, errors and omissions willful or reckless misconduct, or negligent performance of
the Consultant, in any forum, brought as a result of such negligent acts, errors or omission,
16
willful or reckless misconduct or negligent performance, and shall carry liability Insurance for
that purpose.
SECTION C. INSURANCE
1. The Consultant shall procure and maintain, at it's own expense during the life of the
Agreement, insurance liability for damages Imposed by law, of the kinds and In the amounts
specified, with insurance companies authorized to do business in the State, The insurance
shall cover all work under this Agreement, whether performed by the Consultant or by sub-
consultant. Before commencing the work, the Consultant shall furnish certificates of insurance
in the form satisfactory to the Department certifying that the policies will not be changed or
canceled until 30-day written notice has been given to the Department. The types of insurance
are as follows:
A. Statutory Workers Compensation and Employers' Liability Insurance for all of his/her
employees to be engaged in work on the project under this Agreement, and in case any
such work is sublet, the Consultant shall require the sub-consultant similarly to provide
Workers Compensation and Employers' Liability Insurance for all of the latter's
employees to be engaged In such work. The Consultant shall file certificates with the
Department's Contract Administrator showing that this insurance on behalf of all
employees of the Consultant, any sub-consultant has been purchased prior to award of
this Agreement.
B. The Consultant shall carry a Valuable Papers Insurance Policy at no direct cost to the
State until the complete design study has been accepted by the State and all original
tracings, highways and bridge design computations, survey data, documents or data will
have been returned to the State. This will assure the State that all records, papers,
maps, statistics, survey notes, all tracings, highway and bridge design and other data or
documents will be re-established, recreated, or restored If made unavailable by fire,
theft, or any other cause. When survey data, documents, or any other information while
in the possession of the Consultant shall be covered under this policy. The Consultant
shall retain in his/her possession duplications of all products of his/her work under this
Agreement, if and when it is necessary for the originals to be removed from his/her
possession during the time that this policy is In force. This policy shall provide coverage
in the aggregate amount of $150,000 regardless of the physical location of the insured
items.
C. The Consultant shall also carry full Professional Services Liability Insurance for errors
and omissions, with a minimum aggregate amount of $1,000,000. This insurance shall
be obtained by the Consultant at no direct cost to the State and shall remain in force
from the date this Agreement is executed to as long as liability may accrue under State
Statute, Rhode Island General Laws (9-1-25 and 9-1-29).
D. The Consultant shall carry Liability and Property Damage Insurance with coverage in
the following amounts:
17
(a) Bodily Injury Liability:
$1,000,000 aggregate
F. The failure of the Consultant to maintain insurance coverage in accordance with the
terms of this Agreement shall constitute a violation of this Agreement. Such failure may
result in either termination of the contract, Increase of retainage to 10% and/or
assessment of liquidated damages in the amount of ten percent (10%) of the total
contract price.
G. The Consultant shall take notice that the cancellation of any insurance under this
Agreement shall not affect the obligation of the Consultant to maintain each coverage,
or his/her obligations under Section C ("INSURANCE") of this Agreement, or his liability
under Section B ("LIABILITY") of this Agreement.
H. The Consultant shall also take notice that his/her insurer must be licensed to do
business in the State of Rhode Island.
I. The Consultant shall file copies of all required insurance certificates with the
Department's Contract Administrator. All insurance certificates mentioned in this Article
shall be attached to this Agreement prior to award.
1. Rhode Island General Law, Titie 5, Chapter 8, prohibits any person and/or firm from practicing
and/or offering to practicing engineering in the State of Rhode Island without first being
registered with the Rhode Island Board of Registration for Professional Engineers.
In accordance with those reqUirements, the signatories hereto certify to the Rhode Island
Department of Transportation that the firm and/or individual has a current valid registration
18
and/or certificate of authorization (as appropriate) issued by the Rhode Island Board of
Registration of Professional Engineers authorizing it or them to practice or offer to practice
engineering within the State of Rhode Island. The signatories hereto further expressly agree
that in the event that such registration and/or certification shall become Invalid during any
period of time in which this contract is in force, the Rhode Island Department of Transportation
may terminate this contract for cause upon written notice, said termination being without
penalty to the Rhode Island Department of Transportation.
2. The firm and/or individual hereto further acknowledge that they are in possession of a current
valid registration and/or certification issued by the Rhode Island Board of Registration for
Professional Engineers which shall be at all times an essential requirement of this contract.
This contract may be terminated at any time in which such registration or certification is not
current and valid in accordance with the provisions of Title 5, Chapter 8, of the Rhode Island
General Laws and the Rules and Registration for Professional Engineers.
1. The failure of the State to enforce at any time any of the provisions of the Agreement, or to
exercise any option which is herein provided, or to require at any time performance by the
Consultant of any of the provisions hereof, shall in no way be construed to be a waiver of such
provisions, nor in any way to affect the validity of this Agreement of any part thereof, or the
right of the State to thereafter enforce each and every provision.
2. This Agreement shall inure to the benefit of and be binding upon the heirs, executors,
administrators, assignees, and the successors of the respective parties hereto.
3. Should any part, term, or provision of this Agreement be by a court of competent jurisdiction
declared invalid, illegal or in conflict with any law of the State or the United States, the validity
of the remaining potions or provisions shall not be affected thereby.
4. A. In the event of differences or disputes arising between the parties hereto as to the
applications or interpretation of any clause of this Agreement, or as to the rights or obligations
of the parties hereunder, all such questions and issues shall be subject to eXisting
departmental policies and procedures. In the event the Issue is unable to be resolved, it shall
be submitted to the determination and award of the Director of Transportation and to the
Director of Administration as arbitrators, to hear and determine the same and their decision
shall be final and binding upon the parties to this Agreement. The expenses of the arbitration
shall be shared equally by the parties to this Agreement.
B. In the event of an award or judgement being made against the Consultant or State, by or
for which the Consultant Is required to indemnify and/or hold the State harmless, the
Consultant shall be allowed to bring claims and maintain suit against the State on this basis of
the State's own tortuous or willful negligence.
19
ARTICLE XI
EQUAL EMPLOYMENT OPPORTUNITY
During the performance of this Contract, the Consultant for itself, its assignees and successors in
interest agrees as follows:
1. Compliance with Regulations: The Consultant shall comply with the Regulations relative
to nondiscrimination in Federally-assisted programs of the Department of Transportation,
49 CFR Part 21, as they may be amended from time to time, (hereinafter referred to as the
Regulations), which are herein incorporated by reference and made a part of this Contract.
2. Nondiscrimination: The Consultant, with regard to the work performed by him/her during
the contract, shall not discriminate on the grounds of race, color, creed, national origin, age
or sex, in the selection and retention of subcontractors, including procurement or materials
and leases of equipment. The Consultant shall not participate either directly or indirectly in
the discrimination prohibited by Section 21.5 of the Regulations, inclUding employment
practices when the contract covers a program set for the In Appendix B of the Regulations.
4. Information and Reports: The Consultant shall provide all Information and reports
required by the Regulations, or directives issued pursuant thereto, and shall permit access
to its books, records, accounts, other sources of information, and its facilities as may be
determined by the RIDOT or the Federal Agency to be pertinent to ascertain compliance
with such Regulations or directives. Where any information required of a Consultant is in
the exclusive possession of another who fails or refuses to furnish the information, the
Consultant shall so certify to the RIDOT or the Federal Agency as appropriate, and shall
set forth what efforts it has made to obtain the information.
5. Sanctions for Noncompliance: In the event of the Consultant's noncompliance with the
nondiscrimination provisions of the contract, the RIDOT shall impose such contract
sanctions as it or the Federal Agency may determine to be appropriate, inclUding, but not
limited to:
a. withholding of payment to the Consultant under the Contract until the Consultant
complies, and/or
1. General
a. Equal employment opportunity requirements not to discriminate and to take
affirmative action to assure equal employment as required by Title VI of the Civil
Rights Act of 1964 as amended, 49 CFR Part 21 as well as the Governor's
Executive Order #14. The requirements set forth in these Special Provisions shall
constitute the specific affirmative action equal employment opportunity requirements
set forth in the required Contract.
b. The Consultant will work with the RIDOT and Federal Government in carrying out
equal employment opportunity obligations and in their review of his/her activities
under the Contract.
c. The prime Consultant and all subconsultants (not including material suppliers)
holding subcontracts for $10,000.00 or more will comply with the following minimum
specific requirement activities of equal employment opportunity. The Consultant will
include these requirements in every subcontract of $10,000.00 or more with such
modification of language as is necessary to make them binding on the
subconsultant.
2. Equal Employment Opportunity Policy: The Consultant will accept as his/her operating
policy the following statement which is designed to further the provision of equal
employment opportunity to all persons without regard to their race, color, religion, sex, or
national origin, and to promote the full realization of equal employment opportunity through
a positive continuing program;
It ,is the policy of the Company to assure that applicants are employed and that employees are
treated during employment, without regards to their race, religion, sex, color, or national
origin, age or disability. Such actions shall include: employment, upgrading, demotion, or
transfer; recruitment or recruitment advertising; layoff or termination; rates of payor other
forms of compensation; and selection for training, including on-the-job training.
3. Equal Employment Opportunity Officer: The Consultant will designate and make known
to the RIDOT Contract Administrator, an equal employment opportunity officer (hereinafter
referred to as the EEO Officer) who must be capable of effectively administering and
promoting an active Consultant program of equal employment opportunity and who must be
assigned adequate authority and responsibility to do 50.
21
4. Dissemination of Policy:
a. All members of the Consultant's staff who are authorized to hire, supervise, promote,
and discharge employees, or who recommend such action, will be make fully
cognizant of, and will implement, the Consultant's equal employment opportunity
policy and contractual responsibilities, To insure that the above agreement will be
met, the following actions will be taken as a minimum:
2.. All new supervisory or personnel office employees will be given a through
indoctrination by the EEO Officer or other knowledgeable company official
covering all major aspects of the Consultant's equal employment opportunity
obligations within thirty days following their reporting for duty with the
Consultant.
3. The EEO Officer or appropriate company official will Instruct all employees
engaged in the direct recruitment of employees for the project relative to the
methods followed by the Consultant in locating and hiring minority group
employees.
b. In order to make the Consultant's equal employment opportunity policy known to all
employees, prospective employees and potential sources of employees, i.e.,
schools, employment agencies, college placement officers, etc.• the Consultant will
take the following actions:
5. Recruitment:
a. When advertising for employees, the Consultant will include in all advertisements for
employees the notation: "An Equal Opportunity Employer". He/She will Insert all
such advertisements in newspapers, or other publications, having a large circulation
among minority groups In the area from which the project work force would normally
be derived.
b. The Consultant will conduct systematic and direct recruitment through public and
private employee referral sources likely to yield qualified minority group applicants,
including, but not limited to, State employment agencies, schools, colleges and
minority group organizations. To meet this requirement, the Consultant Will, through
22
his/her EEO Officer, identify sources of potential minority group employees, and
establish with such identified sources procedures whereby minority group applicants
may be referred to the Consultant for employment consideration.
I c. The Consultant will encourage his/her present employees to refer minority group
applicants for employment by posting appropriate notices or bulletins in areas
accessible to all such employees. In addition, information and procedures with
regard to referring minority group applicants will be discussed with employees.
6. Personnel Actions:
a. Wages, working conditions, and employee benefits shall be established and
administered and personnel actions of every type, inclUding hiring, upgrading,
promotion, transfer, demotion, layoff, and termination, shall be taken without regard
to race, color, religion, sex, national origin, age or disability. The following
procedures shall be followed:
1. The Consultant will conduct periodic inspections of project sites to insure that
working conditions and employee facilities do not indicate discriminatory
treatment of project site personnel.
2. The Consultant will periodically evaluate the spread of wages paid within
each classification to determine any evidence of discriminatory wage
practices.
c. The Consultant will advise employees and applicants for employment of available
training programs and entrance requirements for each.
23
d. The Consultant will periodically review the training and promotion potential of
minority group employees and will encourage eligible employees to apply for such
training and promotion.
8. Subcontracting:
a. The Consultant will use his/her best efforts to utilize group subconsultants with
meaningful minority group representation among their employees.
b. The Consultant will use his/her best efforts to assure subconsultant compliance with
their equal employment opportunity obligations.
2. The progress and efforts being made in locating, hiring, training, qualifying,
and upgrading minority group employees.
3. The progress and efforts being made in securing the services of minority
group representation among their employees.
b. All such records must be retained for a period of three (3) years following completion
of the contract work and shall be available at reasonable items and places for
inspection by authorized representatives of the RIDOT and the Federal Agency.
c. The Consultant will submit to the RIDOT, upon request, Form RIDOT 77E1,
indicating the number of minority and non-minority group employees currently
engaged in each classification required by the contract work.
ARTICLE XII
CONSTRUCTION SERViCES
Construction services shall include basic services performed by the consultant and/or his/her
sub-consultants rendered after the award of the construction contract. Those services shall
include, but not necessarily be limited to, the items listed' below. Any items specific to this
contract which are not listed below shall be listed under ARTICLE II, Section E, 'SPECIFICS
TO THIS CONTRACT".
Services rendered under this article will be/not be reimbursed under this design contract.
These services will become eligible for compensation under the appropriate Federal-Aid
Funding Authorization for each construction contract.
24
The list of services that are generally included under this article are as follows:
1. Provide consultation, advice, and design clarifications to the State during all phases of
the construction.
3. Review and approve shop and erection drawings submitted by the contractors for
compliance with the design concept.
5. Review and approval of the contractor's preliminary baseline schedule and construction
monitoring services as outlined in the Department's Design Policy Memos.
ARTICLE XIII
SPECIAL PROVISIONS
With respect to the above numbered project, I hereby certify that I am the
I do hereby certify that it is the intention of the above organization to affirmatively seek out and
consider Disadvantaged Business Enterprises to participate in this contract as contractors,
subcontractors and/or suppliers of materials and services. I agree to comply with the
requirements of the U.S. Department of Transportation's regulations 49 CFR Part 23.
I understand and agree that any and all contracting in connection with this contract, whether
undertaken prior to or subsequently to award of contract, will be in accordance with this
provision. I also understand and agree that no contracting will be approved until the State
Department of Transportation has reviewed and approved the affirmative actions taken by the
above organization.
25
"Disadvantaged business" means a small business concern; (a) which is a least fifty-one (51)
percent owned by one or more socially and economically disadvantaged individuals, or in the
case of any publicly owned business, at least fifty-one (51) percent of the stock of which is
owned by one or more socially and economically disadvantaged individuals; and (b) whose
management and daily business operations are controlled by one or more of the socially and
economically disadvantaged individuals who own it.
"Small business concern" means a small business as defined pursuant to Section 3 of the
Small Business Act and relevant regUlation promulgated pursuant thereto.
"Socially and economically disadvantaged individuals" means those individuals who are
citizens of the United states (or lawfully admitted permanent residents) and who are Black
Americans, Hispanic Americans, Native Americans, Asian-Pacific Americans, Asian-Indian
Americans, or women and any other minorities or individuals found to be disadvantaged by the
Small Business Administration pursuant to Section 8(a) of the Small Business Act.
A qualified DBE is defined as one that is currently certified by the Rhode Island Department of
Economic Development, under U.S. Department of Transportation certification gUidelines.
The Department shall make a rebuttable presumption that individuals in the following groups
are socially and economically disadvantaged. The Department also may determine, on a case-
by-case basis, that individuals who are not a member of one of the following groups are
socially and economically disadvantaged.
a. "Black Americans," which includes persons haVing origins in any of the Black racial
groups of Africa;
c. "Native Americans," which includes persons what are American Indians, Eskimos,
Aleuts, or Native Hawaiians;
d. "Asian-Pacific Americans," which Includes persons whose onglns are form Japan,
China, Taiwaf1, Korea, Vietnam, Laos, Cambodia, the Phiiippines, Samoa, Guam, the
U.S. Trust Territories ofthe Pacific, and the Northern Marinas;
e. "Asian-Indian American," which includes persons whose origins are from India, Pakistan
and Bangladesh; and
f. "Women'
The Disadvantage Business listings or other available resources may be obtained at the
Rhode Island Department of Transportation, Office of Business and Community Resources,
Two Capitol Hill, Providence, RI 02903.
26
The phrase "Owned and Controlled' as used in this definition means a business which is at
least fifty-one (51) per centum owned by one or more Socially Economically Disadvantaged
Individuals or in the case of a publicly owned business, at least fifty-one (51) per centum of the
stock of which is owned by one or more Socially Economically Disadvantaged Individuals and
whose management and daily business operations are controlled by one or more such
Individuals.
This also includes: (a) a sole proprietorship legitimately owned by an Individual who is a
socially economically disadvantaged individual, (b) a corporation or other entity controlled by
one or more socially economically disadvantaged Individuals and in which at least fifty-one (51)
per centum of the voting interest and fifty-one (51) per centum of the beneficial ownership
interest legitimately are held by such Individuals, or (c) a partnership or Joint-venture controlled
by one or more socially economically disadvantaged individual and .in which at least fifty-one
(51) per centum of the beneficial ownership interests legitimately are held by such individuals.
"Regular Dealer" means being a regular, established supplier of bulk goods that supplies a
product on a regular basis to the public, not on only an ad hoc basis in relation to this contract.
The firm must either maintain an inventory or have possession of distribution equipment.
I. EXPLANATIONS:
. A. The total dollar value of a prime contract awarded to a DBE will be counted toward the DBE
requirement. Likewise, all subcontract work performed by a DBE will count toward the DBE
requirement:
The amount credited toward DBE goal will be the ACTUAL VALUE of the subcontract with
the DBE.
Contractors may count expenditures for materials and supplies obtained from DBE
suppliers and manUfactures, provided that the DBEs are regular dealers and assume the
actual and contractual responsibility for the provision of the materials and supplies. The
entire expenditure to a DBE manufacturer (supplier that produces goods from raw materials
or substantially alters them before resale) may be counted. Sixty percent (60%) of
expenditures to DBE suppliers that are regUlar dealers and not manufactures may be
counted prOVided that the supplier performs a commercially useful function in the supply
process. All expenditures with manufactures and suppliers must be properly documented in
writing In order to count toward a DBE obligation.
B. If any time during the life of the contract it is determined that the Contractor is not making a
satisfactory effort to fulfill the DBE requirement, the Department may withhold payment of
monthly estimates.
C. Failure by the Contractor to meet the minimum goal established In 11.A.(2) of this provision
will result In the reduction in contract payments by the amount determined by multiplying
the awarded contract value by the above specified percent, and subtracting the dollar value
27
of the work actually performed by DBE contractors, unless exception was previously
granted under sub-paragraph II.A.(4).
. D. Contractors and subcontractors are advised that failure to carry out the requirements shall
constitute a breach of contract and, after notification by the Department, may result in
termination of the agreement or contract by the Department or such remedy as the
Department appropriate.
Prior to contract award and within 10 days from the receipt of bids, the contractor shall as a
minimum, take the following actions to assure full opportunity to disadvantaged business
enterprises:
A. Develop and submit for approval the Disadvantaged Business Enterprise (DBE) Program
which will include as a minimum:
2. The contractor will be required to submit to the RIDOr Construction Section for
approval any subcontractor and/or supplier. and submit executed contract
agreement(s) between the contractor and qualified DBE to be utilized during the
performance of work. In the case of consultant contract, the consultant shall submit
the above DBE Program as stated in the Scope of Work. This DBE Program shall be
included in the proposal submission to the Design Section, and include the name of
the DBE, scope of work, and the actual dollar value.
3. In the event that the cumulative percentage submitted do not equal or exceed said
goal of Section II.A. (2), the contractor's submission shall include a request for a
good faith waiver of the goal for the reason that qualified disadvantaged business
enterprises are demonstrated to be not available. Evidence in support of the request
of a good faith waiver must accompany this request (see 49 CFR Part 23, Appendix
A).
Should a good faith waiver be granted, the contractor will continue to pursue the
goal established in SUb-paragraph II.A. (2) above in connection with the actions
involving contracting, subcontracting, and/or procuring materials and services during
the life of the contract.
4. Contractors are encouraged to use the services of banks owned and/or controlled by
minorities. Contractors are encouraged to assist DBEs in financing and bonding in
order to involve more DBEs in the work. Contractors are encouraged to offer
managerial assistance to DBEs as necessary to help them in the prosecution of the
work.
28
5. The Contractor shall keep such records as are necessary to determine compliance
with its Disadvantaged Business Enterprises Utilization obligations. The records kept
by the contractor will include:
a. The number of DBE contractors, sUbcontractors, and suppliers; and the type
of work:, materials, or services being performed on or incorporated in this
project.
b. The progress and efforts being made in seeking out DBE contractor
organizations and individual DBE contractors for work on this project.
d. All such records must be maintained for a period of three (3) years following
acceptance of final payment and will be available for inspection by the State
Department of Transportation and the Federal Agency.
6. A contractor for a construction contract will no be eligible for award of contract under
this invitation for bids unless such contractor has submitted, at the time of the Bid
Opening, this Certification. A Consultant will be required to sign this Certification at
the time of the contract execution or award of contract will be nullified.
(Date)
Special Note: In cases where the contract is funded by FAA or FRA, substitute the term "MBE(s)" in
lieu of "DBE(s)." The term, "Minority Business Enterprise" or "MBE" means a small business concern
as defined pursuant to Section 3 of the Small Business Act (15 USC 632) and its implementing
regulations (13 CFR Part 121), that Is owned and controlled by one or more minorities or women.
29
CERTIFICATiON OF CONSULTANT
LOCATION: STATEWIDE
I hereby certify that I am the Consultant and duly authorized representative of the firm of
Vanasse Hangen Brustlin, Inc. whose address is 530 Broadway, Providence, RI 02909
and that neither I nor the above firm I here represent has:
b. Agreed, as an express or implied condition for obtaining this Contract, to employ or retain
the services of any firm or person in connection with carrying out the Contract, or
c. Paid, or agreed to pay, to any firm, or organization or person (other than a bona fide
employee working solely for me or the above Consultant) any fee, contribution, donation, or
consideration of any kind for, or in connection with, procuring or carrying out the Contract:
NATURE
30
CERTIFICATION OF STATE DEPARTMENT OF TRANSPORTATION
LOCATION: STATEWIDE
I hereby certify that I am the Director of the Department of Transportation, State of Rhode
Island and Providence Plantations, and that the above consulting firm or his/her representative
has not been required, directly or indirectly as an express or implied condition in connection
with obtaining or carrying out this contract to: .
b. Pay, or agree to pay, to any firm, person, or organization, any fee, contribution,
donation, or consideration of any kind:
I acknowledge that this certification is to be furnished to the Federal Agency, U.S. Department
of Transportation in connection with the Contract Involving participation of Federal-Aid funds,
and is sUbject to applicable State and Federal Laws, both criminal and civil.
DATE siGATURE
31
IN WITNESS WHEREOF, the State of Rhode Island and Providence Plantations has
caused these presents to be executed in its behalf by its State Purchasing Agent
thereunto duly authorized, and the party of the second part has set their hands and
seals (has caused this instrument to be signed and sealed by its proper officer(s)
thereunto duly authorized) this I~ day of O.P- 200<0 .
APPROVED:
DATE
CONSULTANT:
!l By.. =:~I[TIONS
_IQ,*"",~:LO~
..."""".J"--",JM~,,,"L,,==,--____ ~ 11 i O~\3' Qto
=r State Purchasing Agent DATE
32
State of Rhode Island and Providence Plantations Contract Offer
RIVIP GENERATED BIDDER CERTIFICATION COVER FORM
Bld/RFP Title: LOI- STATEWIDE DRAINAGE & WATER QUALITY IMPROVEMENTS (17 PGS)
Providence, RI 02909
USA
Fax: 4012739694
E-Mail: PJordan@vhb.com
Contact Person: Paul Jordan
2.1A. This THREE·PAGE CERTIFICATION FORM MUST BE ATTACHED IN ITS ENTIRETY TO THE FRONT OF THE OFFER and shall be
considered an Integral part of each offer made by a vendor to enter Into a contract wllh the State of Rhode Island, Division of Purchases. As
such, sUbmittal of the entlre Bidder Certificatlon Cover Form. signed by a duly authorIzed representative of the offeror attesting that he/she (1)
has rsad and agrees to comply with the requirements Bet forth herein and (2) to the accuracy of the Information prOVided and the offer extended,
Is a mandatory part of any contract award.
To assure thai offers are considered on tIme. each offer must be submitted with the specifio BldJRFP/LOI number (prOVided above), dale and
lIme of opening marked In the upper left hand corner of envelope. Each bid/offer must be submuted In separate sealed envelopes.
A complete, signed (In Ink) offer package, must be delivered to the division of purchases (via any mall or messenger selVlee) by the time and
date spaclfled for Iha opanlng of responses In 0 ••alad envelope. IF ATTACHMENTS ARE REQUIRED. BE SURE THEY ARE INCLUDED IN
PACKAGEIIIIl (e.g., Cover. Sureties, Copies of Special Licenses. Samples, Speclflcatlons for Offers Olfferlng From Sollcllatlon). Offers
received without the enUre completed three·page form attached may result In offer dlsquanflcatlon.
Documents misdirected to other Slate 10caUons or which are not prestmt in the Division of Purchases at the Ume of opening for whatever cause will be
deemed to be late and will not be considered. ~or the purposes of this requirement, the official time and date shall be that of the time clocks In either the
mall sorting or reception areas of the DIvIsion of Purchases, Postmarks shall not be considered proof of timely submission.
2,1 B. RIVIP SOLICITA'TIONS, To assure maximum aocass opportunities for users, publIc bldlRFP solicitatlons shall be posted on the RIVIf> for a
minimum of seven days and no amendments shall be made within the last five days before the date an offer Is due. When copies .of plans and
specifications are too large to make avatlable on-lina and are issued with a requirement for a rerundable depost~ vendors on the known lists of
depositors will receive direct notification of amendments, Except when access to the Web SlIe has been severelycurtaned and Ills determined by the
Rhode Island State Purchasing Agent that special circumstances preclude extending a solicitation due date, requests to mall or fax hard copies of
sollcllallons will not be honored. When the result of an Internet sollcItatlon is unsuccessful. the State of Rhode Island will cancel the original solicitation
and rasollclt the original offer directly from vendors.
2.2. PRICING. Offers are-Irrevocable for sixty (60) days from the opening dale (or such other extended period set forth In the solicitation), and may not
be withdrawn. except with the express permission of Ihe State Purchasing Agent All pricing will be considered to be firm and fixed unless olhelWlse
Indicated. The stata of Rhoda Island Is exempt from Federal exclse taxes and State Sales and Use Taxes. Such faxes shall not be InclUded In the bid
price. PRICES QUOTED ARE FOB DESTINATION.
2,3. DELIVERY and PRODUCT QUALITY. All offers must define delivery dates for all Items; If no delivery date Is speclfled, it is assumed that Immediate
delivery from stock will be made. The contractor will be responsible for delivery of materIals In first class condition, Rejected materials will be at vendor's
expense.
2.4. PREVAILING WAGE AND OSHA SAFETY TRAINING REQUIREMENTS. Provisions of Stele laborlaws concerning poymont of prevailing wag"
rates and mandatory 10 hour OSHA SaFety Training (RIGL 28~20) shall apply for contracts Involving public works construcUon, alteratlon, or building
repair work. Pravalling wage rates are posted In the Information section of the RIVIP. Contact the Rhode Island Department of Labor for training
program InforMetlon.
2,5. PUBLIC RECORDS. OfferoT$ are advised that all materials sUbmitted to the State for consideration In response to this solicitation will be
considered without excepUon to be Public Records pursuant to Tille 38 Chapter 2 of the Rhode Island General laws, and will be released for Inspection
Immediat.ely upon request once an award has been made. Offerors are encouraged to attend pUblic bldlRFP openings to obtaIn Infonnallon; however,
bld/RFP response summaries may be reviewed after award(s) have been made by using the RIVIP at any tIme or appearing in person at the DivIsion of
Purchases Ml';mdays through Fridays between 8:30 a.m, and 3:30 p.m. Telephone requests for results will not be honored. Written requests for results
wlU only be honored If the Information Is not available on the R1VIP.
3,.1. BID SURETY. WhEtfEl bid surety Is required, bidder must furnish a bid bond or cer1lfied check for 5% of the bid tolal with the bid, or for such other
amount as may be specIfied. Bids submitted without a requIred bid surety wllJ not be considered.
3,2. SPECIFICATIONS. Unless specified "no substitute," product offerings equivalent In quality and performance will be considered (at the sole option of
the State) on the condition that the offer Is accompanied by detailed prodUct speclficallons. Offers which fall to Include alternate specifications may be
deemed nonresponsIve.
4.16. Any offer, Whether in response to a solicitation for proposals or bids, or made Without a solicitation, which Is accepted In the form of an order OR
PrIcing Agreement made In wrltlng by the Purchasing Agent. or a state official wl1h purchasing authority delegated by the Purchasing Agent, shall be-
considered 8 binding contract
4.2. REGULATIONS, GENERAL TERMS AND CONDITIONS GOVERNING STATE CONTRACTS. This solicitation and any contrael or purchase ordor
arisIng from It are Issued In accordance with the specific reqUirements described herein, and the State's PurchasIng Laws and Regulations and other
appUcable state laws. The Regulations, General Terms and Conditions are Incorporated Into all state contracts, These regUlations and basiC
Information on How To Do BusIness wllh the State of Rhode Island are posted on the Rhode Island Vendor Information Program Website
(www.purcheslng.ri.gov).
4.3. eQUAL EMPLOYMENT OPPORTUNITY. Compliance certificate and agreement procedures will apply to all awards for supplies or services valued
at $10,000 and more. Minority BUsiness Enterprise policies and procedures, IncludIng subcontracting opportunities as described In Title 37 Chapter
14.1. oflhe Rhode Island General Laws, also apply.
4.4. PERFORMANCE BONDS. Where indicated, successful bidder must furnish a 100% performance bond and labor and payment bond for contracts
subject to Title 37 Chapters 12 and 13 of the Rhode Island Generall.aws. All bonds must be furnIshed by a 8urety company authorized to conduct
business In the Slate of Rhode Island. Performance bonds must be submitted within 21 calendar days of the Issuance of a tentative notice of award.
4.5. DEFAULT. After an award has been made, failure to meet all requirements of the solicitation for an offer may result In a determination of default,
Ravlsed: 01/13/04 RIVIP CertifioeUon Form Page 2 of 3
SECTION 5- CERTIFICATIONS AND DISCLOSURES
ALL CONTRACT AWARDS ARE SUBJECT TO THE FOLLOWING DISCLOSURES & CERTIFICATIONS
OffeTors must respond to every disclosure statement.
A person authorized to enter Into contracts must sign the offer and attest to the accuracy of all statements.
In~lcata Yas(Y) or No (N):
~ 1.Has your firm (or any principal) been subject to any of the fOllowing findings by the ~ederal Government, the state of Rhode Island or any other
Jurisdiction? Suspension, Debarment,lndiclment, CrimInal Convlcllon. CiRCLE APPROPRJATE ITEM(S).
AI 2,Has your firm (or any principal) been fined more than $5000 for a 81ngl9 vlolatlon by the Rhode Island Department of EnVironmental
Management for violation of Rhode Island Wetlands law?
Y 3.1lwe certify that I(we will Immediately disclose, In writing, to the Chief PurchasIng Officer any potential conflict of Inlerest which may occur
during the course of the engagement authorized pursuant to this contract
.Y-- 4.1/We acknowledge that, in accordance with Chapter 37~2-54(3)
of the Rhode Island General Laws "no purchase or contract shall be binding on
the state or any agency thereof unless approved by the Department [of Administration) or made under general regulations whlth 1he Chief
Purchasing Officer may prescribe,"lncludlng change orders and other types of contracts and under State Purchasing Regula1fon 8.2.1.1.2, "any
alleged oral agreement or arrangements made by a bidder or contractor with any agency or an employee of the Office of Purchases may be
disregarded and shall not be bInding on the state."
y 5J/we certify that the above vendor Information Is correct ~nd complete. .
Y 6.1/we cart,,'y that I or my firm possesses alillcens88 required by Federal and State law and regulation as they partain to the requirements of the
solicitation and offer made hereIn and shall maintain such required Ilcense(s) during the enllre course of the contract resultIng from the offer
contained herein and, should my/our license lapse or be suspended, l/we shall Immediately Inform Ihe Rhode Island State Purchasing Agent In
wrillng of such cIrcumstance.
~ 7.I/We certify that 1Iwe will malnlaln requIred Insurance during the entire course of the contract resulting from the offer contained herein and,
should my/our Insurance lapse or be suspended, I!we shall Immediately Infonn the Rhode Island Slate Purchasing Agent In writing of such
circumstance.
-X-
.
8J/we certify that l!we understand that falsification of any information herein or fallore to notify the Rhode Island State Purchasing Agent as
certified herein may be grounds for suspensIon, debarment andlor prosecution for fraUd.
:f...- 9.lJwa acknowledge Ihat the provisions and procedures set forth In this three-page form apply to any contract arisIng from (his offer.
~ 10.Jlwe acknowledge that I/we understand the State's Purchasing Laws (37-2 of the General Laws of Rhode Island) and Purchasing Regulations
and General Terms and Conditions available at the Rhode Island DIvision of Purchases Website (www.pUrchasfng.ri.gov)applyastha
governing conditions for any contract or purchase order I may recall/a from the State of Rhode ISland, Including the offer contained herein.
IF YOU HAVE ANSWERED "YES" TO QUESTIONS #1 - 2 OR IF YOU ARE UNABLE TO CERTIFY YES TO ITEMS #3 -1 0 OF THE FOREGOING,
PROVIDE DETAILS/EXPLANATION BELOW AND/OR IN AN ATTACHED STATEMENT. INCOMPLETE CERTIFICATION FORMS SHALL BE
GROUNDS FOR DISQUALIFICATION OF OFFER.
Signature below commits ~endorto the attached offer and cartlnes (1) that the offer has taken Into aCGount all solicitation amendments, (2)
that the above statements and Information are accurate, and that vendor understands and has compUed with tlte requirements set forth
haraln. WHEN DELIVERING OFFERS IN PERSON TO ONE CAPITOL HILL, VENDORS ARE ADVISED TO ALLOW AT LEAST ONE HOUR
ADDITIONAL TIME FOR CLEARANCE THROUGH SECURITY CHECKPOINTS.
Dala,_--=S_~.!<6,-~..c;()c.....:..4- _
~'LAGG~E~E,llMITAP
POLICY X
~rOMOl3n.e:
ie'Wi
UAB1!.lTV
n PER;
LOC
PRODUCTS· COMP/OP AGG
$1,000,000
B X ANY AUTO INSURl\NCE IS PRIMAE ~ (Ea accldent)
- AU Ol/oJNEO AUTOS 1501873 MA 06/13/06 06/13/07 BODILY INJURY $
A X SCHE;DULED AUTOS (P« person)
X
-=- HrREDAUTOS BA0213737B 05/01/06 OS/01/07 aObllY INJURY
(Per MOldent)
$
A 1l NOtf..OWNfO AUTOS BA02137378 INCL NO~ II 05/01/06 OS/01/07
1l Coverage is BA02137383 05/01/06 OS/01/07 PROPmTY DAMAGE $
(Per accldent)
A Primary BA02137373 NO&H - ) l\. OS/01/06 05/01/07
~~O' U""IUN AUTO ONLY· EAACCIDENT $
ANY AUTO OTHER THAN EAACC $
AVTOONLY; ADO $
EXCESSJUMBRELLA LIABILITY I;ACH OCCURRENce $10.• 000 000
A X ~ OCCUR 0 CLAIMS MADE BK02137375 UMBREL~ 05/01/06 05/01/07 AGGREGATE $10.000,000
R OEOUCTIBLE
RETENTION
•
$
$
$
WORKl!'RS COMPENSATION AND X hORYLlMrrS I IVE~'
EMPLOYERS' LtA911.1TY
C ANY PROPRIETORIPARTNERlEXECUTIVE
B'ii02:L78055 MA, <:'1', Fl., OS/01/06 OS/01/07 E.l. EACH ACCIDENT 01 000 000
OFFICEWMEMBER exCLUDED1 NH, RI, NJ &VA* I:,t. DISEASE ~ fA EMPLOYEe $1.000 000
If~a, de&Cribe under
S gClAL PROVJSIONS b'loW E.t. DISEASE wpOLICY LIMIT 01.000.000
OTHER
4. Name and Address of Reporting Entity: 5. If Reporting Entity in No.4 is SUbltwardee. Enter Name and
Addre •• of Prime:
lX Prime o Subawardee
Tier , if known: N/A
11. Amount of Payment {check all that apply: 13. Type of Payment (check all that apply):
14. Brief Description of Services PE1I1ormed Of to be Performed and 08t8(S) of Service, including officer{s), employee(s), or
Member{s) contacted, tor Payment Indicated in ltem 11:
.~..4#" ~ ~
16. InlormllUon reqtJes1ed Ihrough Ihls form is aUlhonrze<f by !nle 31 U.S,C.
section 1352. This dISClosure of lobbying ac'llvltles IS s m81~n31
represenTation of lact upon which relllln¢t was placed by Ille lier llbO'l/e
Signature: /,/J AV'
whon In,s lransactlon was mtde Qr entered into. ThIS <!lscIO$l,lf'e I,
required pursuanllo 31 0.5,C. 1M2. ThIs Inlormallon Wilt be reported to
lhe Congress semi-annually and will be available lor public InspectIon.
Print N~~mas ~ur.l~o P.E.
Any peT\on Who falls 10 lite the raqul~ dlsolosure ~hall be subject \0 II
nle: Senior Vice President
civil penally oj nol less than $10,000 snd nol more t~an $100,000 tor eacn
sucn failure.
Telephone No.(4QU 272-8100 Oa1e:
Fedetal Use Only:
I AUlhort:ted for Local Repn)duC110r
St.llnd".,d F\Jrrn u..J. f,
CERTIFICATION REGARDING DEBARMENT, SUSPENSION,
AND OTHER RESPONSIBILITY MATTERS
PRIMARY COVERED TRANSACTIONS
In accordance with the code of Federal Regulations, Part 49 CPR Section 29. 510, the prospective
Senior Vice President (Title), being duly sworn (or under penalty of perjury under the
laws of the United States), certifies to the best of his/her knowledge and belief, that its principals:
a. Are not presently debarred, suspended, proposed for debarment, declared ineligible or
. voluntarily excluded from covered transactions by any Federal department or agency;
b. Have not within a three-year period preceding this proposal been convicted of or had a
civiI judgment rendered against them for commission of fraud or a criminal offense in
connection with obtaining, attempting to obtain, or performing a public (Federal, State
or local) transaction or contract under a public transaction; violation of Federal or State
antitrust statues or commission of embezzlement, theft, forgery, bribery, falsification or
destruction of records, making false statements, or receiving stolen property;
d. Have not within a three-year period preceding this application/proposal had one or
more public transactions (Federal, State or local) terminated for cause or default.
Where the prospective primary participant is unable to certify any of the statements in this
certification, such prospective participant shaUlist exceptions below.
Exceptions will not necessarily result in denial of award, but, will be considered in
determining contractor responsibility. For any exception noted, indicate below to whom it
applies, the initiating agency, and the dates of the action. Providing false information may
result in criminal prosecution or administrative sanctions. If an exception is noted the
contractor must contact the Department to discuss the exception prior to award of the contract.
STATE OF RHODE ISLAND AND PROVIDENCE PLANTATIONS
Department of Adl)1inistration
DIVISION OF HUMAN RESOURCES
EQUAL OPPORTUNITY OFFICE
One Capitol Hill, Providence, Rl 02908-5860
Office; (401) 222-3090
Fax; (401) 222-2490 Rl Relay; 711
i zi, Administrator,
ortunity Programs
AVI/ra
:Jrnf£Z£iionctl ~ngitre£rin£
IN THE STATE OF RHODE ISLAND
aft a QIorp.o:rcd:ion
~",::;:;;.;;;
~ ~~.m7\j i'~ - IN WITNESS WHEREOF, THE BOARD HAS ISSUED THIS CERTIFICATE OF REGISTRATION
~ . "~~":~'o!--;'~... ~~J r..--. .
,;;;1>
' ... ~~-.~~-~--- !:.._~!t!) NO. $161 UNDER THE SEAL OF THE BOARD THIS 13'l!J[ DAY OF SPXFPE'M(BP/l?1993
....~.~~~- .', --~~@
~ • ,
--::.= .e=o.ooi
.'
Communication # 4860/11
Docket Date: June 8, 2011
RECOMMENDATION:
Approve agreement with Newport Dinner Train in the amonnt of $2500 for temporary nse of specific walkway and
grassy areas at the Hnmphrey J. Donnelly Transportation and Visitors Center ("Gateway Visitors Center") for the
Thomas the Tank Engine event with the time period of September 1-4, 2011, and contingent on the approval of their
Special Event License.
The Newport Dinner Train wishes to enter into an agreement with the City for the temporary use of the North portion of
the walkway and grass area of the Gateway Visitors Center.
The time period of this agreement will be from August 31,2011 for set-up, with September 1-4,2011 for the event.
Breakdown will be on September 4, 2011. The hours of operation will be from 8:00AM - 5:00PM daily.
The portion of the property that is covered under the agreement will be the North end of the Center and to include a 60'
x 30' area under the awing on the walkway, and the grassy area (40'x 40') that is adjacent to the walkway.
The Newport Dinner Train will provide full time train staff as well as, at the Newport Dinner Train's expense, a
Newport Police Officer during all hours of operation.
The Newport Dinner Train will provide $1 M in liability insurance and agrees to hold the City hannless for any personal
injuries or property damage
FISCAL IMPACT
_ Currently Budgeted (Account ~) _ Requires additional appropriation _ No Fiscal Impact
This agreement will add $2,500 in revenue to the Parking Enterprise Fund.
SUPPORTING DOCUMENTS
Resolution
Agreement
RESOLUTION
OF THE
COUNCIL
No ..
WHEREAS: the Newport Dinner Train wishes to enter into an agreement with the City
for the temporary use of the Humphrey J. Donnelly III Transportation and
Visitors Center ("Gateway Visitors Center") North portion of the
walkway and the grassy area adjacent to the walkway for patrons 0
Thomas the Tank Engine from September 1-4, 2011 with the daily hours
being 8:00AM - 5:00PM; and
WHEREAS: the Newport Dinner Train will provide full time staff to oversee all
aspects of the event and, at their expense, a Newport Police Officer for all
hours of operation. The NewpOlt Dinner Train will indemnify the City
for any personal injuries or property damage, and carry liability insurance
in the amount of $1 million; and
WHEREAS: the agreement specifies that the Newport Dinner Train provide payment
in the amount of $2,500 in advance of event. NOW THEREFORE BE IT
RESOLVED: the agreement with the Newport Dinner Train for patrons of Thomas th
Tank Engine utilized above aforementioned areas of the Gateway Visitors
Center on September 1-4, 2011 is approved, and the Mayor is authorize
to sign said agreement, upon review of the City Solicitor's office, 0
behalf of the City.
IN COUNCIL
Kathleen M. Silvia
City Clerk
NEWPORT •
RHODE ISLAND
Mr. Andrews:
It is the City's understanding that the Newport Dinner Train, referred to as the "Contractor", would like
to enter into an agreement with the City of Newport (the City) for the temporary use of the North
portion of the walkway and grass area of the Humphrey J. Donnelly III Transportation and Visitors Center
("Gateway Visitors Center"). This agreement will be for daytime patrons of the Thomas the Tank Engine
event that will be in operation for the time period of September 1-4, 2011.
While the City of Newport may accommodate your request, it is our mutual best interest to have an
agreement in writing by way ofthis letter of understanding, the provisions of which are as follows:
1- The Newport Dinner Train desires to use a portion of the Gateway Visitors Center property owned by
the City for the purpose of conducting business in conjunction with the Thomas the Tank Engine event.
This section of the Gateway Visitors Center may only be used as approved by the Special Event License
that may be granted by the City Council.
2- The time period of this agreement will be from August 31, 2011 for set-up, September 1-4, 2011 for
the event, with breakdown on September 4; 2011. The hours of operation for this agreement will be
from Bam to Spm.
3- The portion of property that will be covered by this agreement will be the North end of the Gateway
Visitors Center to include a 60' by 30' area under the awning on the walkway, and the grass area (40' by
40') that is directly adjacent to the walkway.
4- The Newport Dinner Train will be required to have a full time train staff member on the Gateway
Visitors Center property to assist all visitors during all hours of operation. The Newport Dinner Train will
have a Newport Police Officer, at Contractors expense, present during all hours of operation.
5- The Newport Dinner Train will be responsible for all cleanup during the event and for returning the
property to the condition it was prior to the event.
The term of this agreement shall commence upon payment in advance, payable to the City of Newport,
for $2,500 (twenty-five hundred dollars).
Prior to signing of this letter agreement, the Newport Dinner Train shall provide the City a copy of binder
for liability insurance in the amount of one million dollars ($1,000,000.00) for the period from August
31,2011 to September S, 2011 with the City of Newport named as additional insured.
The Newport Dinner train does hereby agree to save the City harmless from any and all claims for
personal injuries and/or property damage suffered by any person or property arising from any cause as
a result of the Newport Dinner Train's use of the Gateway Visitors Center property, and shall also save
and keep the City harmless from all damages of any kind, nature and description which may arise to real
and personal property occasioned or caused by the use of said property as a result of the making of this
letter agreement.
This agreement will allow for the pick-up and discharge of passengers from the Gateway Visitors Center
bus area (by shuttle bus only) with the location in the Center to be mutually agreed upon.
This agreement does not allow or make any provisions for fencing or portable bathrooms to be placed
on City property. No tents may be erected without approval of the Special Event License. No portion of
this agreement allows for use of any other section of the Gateway Visitors Center property.
This agreement may be terminated by either party by giving the other a written notice. If you are in
agreement with the forgoing provisions, please indicate your acceptance of this letter of agreement by
signing below and forwarding the same for further execution. A fully-executed copy will be furnished to
you upon completion and approval of the Newport City Council.
Date Date
Approved as to form:
City of Newport
REQUEST FOR CITY COUNCIL A.CTION
To: Mayor Stephen C. Waluk & MelJllr)jis_~the City Council
From: Edward F. Lavallee, City Manag,~
Date: 31 May 2011
Subject: Humphrey J. Donnelly 111 Transportation and Visitors Center Space -
Temporary Usage -Bicycle Rental Service Pilot Program
Staff Presentation: Michael Brennan, Transportation Manager
RECOMMENDATION:
Approve agreement with Newport Bicycle in the amount of $1,200 for temporary use of a 12' x 15' asphalt pad at the
Humphrey J. Donnelly Transportation aud Visitors Center ("Gateway Visitors Center") Parking Garage and storage area
under ramp for the time period of June 15, 2011 to October 15,2011, and contingent on the approval of all licenses
required to operate a bicycle rental business.
Newport Bicycle wishes to enter into an agreement with the City for the temporary use of a 12' x 15' asphalt pad located
on the East Side of the parking garage for daytime display of bicycles for rent. Only a small work table and bicycles
may be placed on the pad.
The time period of this agreement will be from June 15, 20 II - October 15, 20 II. The hours of operation will be from
8:00AM - 7:00PM daily.
The portion of the property that is covered under the agreement will also include the caged area under the ramp to the
second level in the Garage for storage of bicycles during the length of the agreement.
Newport Bicycle will provide $IM in liability insurance and agrees to hold the City harmless for any personal injuries or
property damage
FISCAL IMPACT
_ Currently Budgeted (Account ---') _ Requires additional appropriation _ No Fiscal Impact
This agreement will add $1,200 in revenue to the Parking Enterprise Fund.
SUPPORTING DOCUMENTS
Resolution
Agreement
RESOLUTION
OF THE
COUNCIL
No ..
WHEREAS: Newport Bicycle wishes to enter into an agreement with the City for
the temporary use of a 12' x 15' asphalt pad and storage area at the
Humphrey J. Donnelly Transportation and Visitors Center ("Gateway
Visitors Center") Parking Garage for the time period of June 15,2011 -
October 15,2011 with the hours of operation from 8:00AM - 7:00PM
daily, for a Bicycle Rental Pilot Program; and
WHEREAS: Newport Bicycle will indemnify the City for any personal injuries or
property damage, and carry liability insurance in the amount of $1
million; and
WHEREAS: the agreement specifies that the Newport Bicycle provide payment in
the amount of $1 ,200 in advance of event. NOW THEREFORE BE IT
RESOLVED: the agreement with Newport Bicycle to utilize the asphalt pad and
storage area under the ramp to the 2nd level of the Gateway Visitors
Center Parking Garage from June 15, 2011 - October 15, 2011 for a
Bicycle Rental Pilot Program is approved, and the Mayor is authorized
to sign said agreement, upon review of the City Solicitor's office, on
behalf of the City.
IN COUNCIL
Kathleen M. Silvia
City Clerk
•
NEWPORT
RHODE ISI.AND
Newport Bicycle
13 Caleb Earl
Newport, RI 02840
It is the City's understanding that Newport Bicycle (Contractor) would like to start a pilot program with
the City to determine if the Humphrey J. Donnelly III Transportation and Visitors Center ("Gateway
Visitors Center") can support a bicycle rental service. This agreement with the City of Newport (City)
would be for temporary use of a paved pad by the East side of the parking garage for daytime use
between 8:00AM - 7:00PM daily, from June 15, 2011 to October 15, 2011. Storage of bicycles for the
time of the agreement would be in the caged area under the ramp of the parking garage.
While the City of Newport may accommodate your request, it is our mutual best interest to have an
agreement in writing by way of this letter of understanding, the provisions of which are as follows:
1- The contractor will have use of an asphalt pad (12'xlS') which is located on the East side of the
parking garage for daytime display of bicycles for rent. Only bicycles and a small work table may be
placed on this pad.
2- The contractor will have use of the caged area under the ramp to the second level for storage of
bicycles during the length of this agreement.
3- No permanent signs will be erected. Daily signs may be attached to display bicycles to advertise the
rentals.
The terms of this agreement shall commence upon payment in advance, payable to the City of Newport
for $1,200 (twelve hundred dollars).
Prior to signing of this letter agreement, Newport Bicycle shall provide the City a copy of binder for
liability insurance in the amount of one million dollars ($1,000,000) for the period from June 15, 2011 to
October 16, 2011 with the City of Newport named as additional insured.
Newport Bicycle does hereby agree to save the City harmless from any and all claims for personal
injuries and/or property damage suffered by any person or property arising from any cause as a result of
the contractor use of the Gateway Visitors Center property, and shall also save and keep the City
harmless from all damages of any kind, nature and description which may arise to real and personal
property occasioned or caused by the use of said property as a result of the making of this letter
agreement.
The contractor must have all required licensing to operate a bicycle rental business.
No portion of this agreement allows for the use of any other section of the Gateway Visitors Center
property.
This Agreement may be terminated by either party by giving the other a written notice. If you are in
agreement with the forgoing provisions, please indicate your acceptance of this letter of agreement by
signing below and forwarding the same for further execution. A fully-executed copy will be furnished to
you upon completion and approval of the Newport City Council.
Date Date
Approved as to form:
City of Newport
REQUEST FOR CITY COUNCIL ACTION
To: Mayor Stepheu Waluk & Memberrnjjte,Pty Couucil
From: Edward F. Lavallee, City Mauager cl/ V
Date: 1 Juue 2011
Subject: Humphrey J. Douuelly III Trausportation and Visitors Ceuter Space -
Temporary Usage - Display Center
Staff Presentation: Michael Brenuau, Transportation Mauager
RECOMMENDATION:
Approve agreement with Studiomilano in the amount of $500 per day for temporary use of a 25' x 30' grassy area at the
Humphrey J. Donnelly Transportation and Visitors Center ("Gateway Visitors Center") for parking a display center
(Verizon) for the 10 day time period of June 18,2011 to June 27, 2011, iu conjunction with the Bacardi Newport Sailing
Week.
Studiomilano wishes to enter into an agreement with the City for the temporary use of a 25' x 30' grassy area located on
the South Side of the Gateway Visitors Center for the setup ofa Verizon Display Center,
The time period of this agreement will be from June 18, 2011 - June 27, 201 J.
Studiomilano/Verizon will provide $IM in liability insurance and agrees to hold the City harmless for any personal
injuries or property damage
FISCAL IMPACT
This agreement will add $5,000 in revenue to the Parking Enterprise Fund.
SUPPORTING DOCUMENTS
Resolution
Agreement
RESOLUTION
OF THE
COUNCIL
No .
IN COUNCIL
Kathleen M. Silvia
City Clerk
~
NEWPORT
RHODE ISLAND
June 1, 2011
StudiomiianojVerizon
Miami, FL 33131
It is the City's understanding that StudiomiianojVerizon, referred to as the "Contractor", would like to
enter into an agreement with the City of Newport (the City) for the temporary use of the South side
grassy area of the Humphrey J. Donnelly III Transportation and Visitors Center ("Gateway Visitors
Center") for a Verizon Display Center. This agreement will be in effect June 18 - June 27, 2011, in
conjunction with Barcardi Newport Sailing Week.
While the City of Newport may accommodate your request, it is our mutual best interest to have an
agreement in writing by way ofthis letter of understanding, the provisions of which are as follows:
1- StudiomilanojVerizon desires to use a portion of the Gateway Visitors Center property owned by the
City for the purpose of operating a Verizon display center. The display center is for demonstration
purposes only and does not include sales of any kind.
2- The time period of this agreement will be from June 18 -June 27, 2011 at a cost of $500 per day for a
total of $5,000.
3- The property that will be covered by this agreement is a 25' by 30' grass/walkway area on the South
Side of the Gateway Visitors Center.
4- StudiomilanojVerizon will be required to provide a full time staff representative during display center
operations.
5- StudiomilanojVerizon will be responsible for all cleanup during the event and for returning the
property to the condition it was prior to the event.
The term of this agreement shall commence upon payment in advance, payable to the City of Newport,
for $5,000 (five thousand dollars).
Prior to signing of this letter agreement, Studiomilano/Verizon shall provide the City a copy of binder for
liability insurance in the amount of one million dollars ($1,000,000.00) for the period from June 18,
2011 through June 27, 2011 with the City of Newport named as additional insured.
Studiomilano/Verizon does hereby agree to save the City harmless from any and all claims for personal
injuries and/or property damage suffered by any person or property arising from any cause as a result of
the operation of the Verizon display center, and use of the Gateway Visitors Center property, and shall
also save and keep the City harmless from all damages of any kind, nature and description which may
arise to real and personal property occasioned or caused by the use of said property as a result of the
making of this letter agreement.
No portion of this agreement allows for use of any other section of the Gateway Visitors Center
property. This agreement is solely for the demonstration of the Verizon Display Center.
This agreement may be terminated by either party by giving the other a written notice. If you are in
agreement with the forgoing provisions, please indicate your acceptance of this letter of agreement by
signing below and forwarding the same for further execution. A fully-executed copy will be furnished to
you upon completion and approval ofthe Newport City Council.
Date Date
Approved as to form:
City of Newport
REQUEST FOR CITY COUNCIL ACTION
To: Mayor Stephen C. Waluk & Mem~Vf treCity Council
From: Edward F. Lavallee, City Manager
Date: 5/31/2011
Subject: Newport Area Career & Technical Center
Staff Presentation: Edward F. Lavallee, City Manager
Applicant Presentation:
RECOMMENDATION:
Approve an agreement specifying the transfer of ownership of the Newport Area Career & Technical Center (NACTC)
from the State of Rhode Island to the City of Newport. The transfer would occur subsequent to the completion of various
building improvements and upgrades. Funds for the building upgrades are to be provided by the State in the amount of
$1.2 million
The NACTC has undergone facility condition assessments resulting in the delineation of physical improvements needed.
The State has offered to transfer ownership of the property to the City of Newport and to provide funding to accomplish
the needed improvements. A proposed contract between the State and City of Newport stipulates the State's obligation to
provide the stated funds as a condition of the City accepting ownership of the facility. The City endorses the transfer of
the property with the noted conditions and a commitment to utilize the $1.2 million to perform the necessary building
upgrades
FISCAL IMPACT
_ Currently Budgeted (Account ---') _ Requires additional appropriation _ No Fiscal Impact
SUPPORTING DOCUMENTS
Resolution
Proposed Contract
RESOLUTION
OF THE
COUNCIL
No ..
PROPERTY TRANSFER
NEWPORT AREA CAREER AND TECHNICAL CENTER
WHEREAS, the State of Rhode Island owns the facility located in the City of
Newport and named the Newport Area Career and Technical Center
(NACTC); and
WHEREAS, the transfer of the NACTC facility to the City is conditioned on the
State providing funds to the City for facility improvement in the
amount of $1.2 million; said funds to be provided over a period of
three years; and
WHEREAS, based upon review of the property transfer offer by the State and the
opportunity for the City to ensure continued operation of the NACTC,
and to adequately provide for needed facility improvements with
funds provided by the State. NOW THEREFORE BE IT
RESOLVED: that the City accepts the proposal by the State for the transfer of
ownership of the NACTC as stipulated in the contract proposal from
the State, and the Mayor is authorized to sign said contract, subject to
review and approval by the city Solicitor, on behalf of the City.
IN COUNCIL
Kathleen M. Silvia
City Clerk