INVITATION FOR BIDS (IFB) FOR DESIGN-BUILD SERVICES ...

187
Chapin Spencer 645 PINE STREET PUBLIC WORKS DIRECTOR BURLINGTON, VT 05402 Norman J. Baldwin, P.E. (802) 863-9094 P CITY ENGINEER (802) 863-0466 F INVITATION FOR BIDS (IFB) FOR DESIGN-BUILD SERVICES Compressed Natural Gas Refueling Station Improvements Date of Issuance: Friday, December 2, 2016 Issued by: City of Burlington Department of Public Works Due Date for Proposals: Tuesday, January 10, 2017 at 2:00 PM Site Visit: Tuesday, December 13, 2016 at 1:00 PM Questions due: Wednesday, December 21, 2016 by 4:00 PM Issuing Point of Contact: Martin Lee, P.E., Engineer, Burlington Public Works 645 Pine Street, Burlington, VT 05401 802.540-0557 (w) [email protected] GENERAL INFORMATION Background Information: The City of Burlington desires to contract a qualified Design-Build Contractor to design and construct the already in place Compressed Natural Gas (CNG) Fueling Station located at 645 Pine Street, Burlington VT. The current set up of the fueling station does not meet demands. The expansion and reconfiguration of the existing CNG Fueling Station will need to meet all applicable design standards including NFPA standards and VOSHA standards. The station currently serves 9 University of Vermont busses daily as well as 3 recycle trucks for the City of Burlington, and other small fleet cars. This project consists of both a design and construction of the CNG station. The proposed design must consider the already in place CNG station and additional components already purchased to accommodate a larger demand from this station. The project is being funded by a grant given to the City of Burlington by the Federal Transit Administration (FTA). 80% of the project costs are funded through the FTA Grant and 20% of the project costs are funded through the University of Vermont.

Transcript of INVITATION FOR BIDS (IFB) FOR DESIGN-BUILD SERVICES ...

Chapin Spencer 645 PINE STREETPUBLIC WORKS DIRECTOR BURLINGTON, VT

05402Norman J. Baldwin, P.E. (802) 863-9094 PCITY ENGINEER (802) 863-0466 F

INVITATION FOR BIDS (IFB)FOR DESIGN-BUILD SERVICES

Compressed Natural Gas Refueling Station Improvements

Date of Issuance: Friday, December 2, 2016

Issued by: City of Burlington Department of Public Works

Due Date for Proposals: Tuesday, January 10, 2017 at 2:00 PM

Site Visit: Tuesday, December 13, 2016 at 1:00 PM

Questions due: Wednesday, December 21, 2016 by 4:00 PM

Issuing Point of Contact:Martin Lee, P.E., Engineer, Burlington Public Works645 Pine Street, Burlington, VT 05401802.540-0557 (w)[email protected]

GENERAL INFORMATION

Background Information:

The City of Burlington desires to contract a qualified Design-Build Contractor to design andconstruct the already in place Compressed Natural Gas (CNG) Fueling Station located at 645Pine Street, Burlington VT. The current set up of the fueling station does not meet demands. Theexpansion and reconfiguration of the existing CNG Fueling Station will need to meet all applicabledesign standards including NFPA standards and VOSHA standards. The station currently serves9 University of Vermont busses daily as well as 3 recycle trucks for the City of Burlington, andother small fleet cars. This project consists of both a design and construction of the CNG station.The proposed design must consider the already in place CNG station and additional componentsalready purchased to accommodate a larger demand from this station.

The project is being funded by a grant given to the City of Burlington by the Federal TransitAdministration (FTA). 80% of the project costs are funded through the FTA Grant and 20% of theproject costs are funded through the University of Vermont.

The lead local contact and administrative support for the project is Martin Lee, P.E., BurlingtonPublic Works Engineer, Burlington Department of Public Works, 645 Pine Street, Burlington, VT05401 – phone (802) 540-0557 or email [email protected].

Existing Compressed Natural Gas System Information:

The existing CNG fueling station was constructed in 2006. Details of the existing CNG Systemcomponents are available in the Operation & Maintenance Manual. This document will beprovided in electronic format upon request. The operation and maintenance manual includes:

· CNG Fueling Station O&M Manual, Prepared by ANGI International, LLC1. O&M Manual (CNG Compressor)2. Parts Manual (CNG Compressor)3. Compressor (Quincy-Hurricane)4. Driver (WEG-Motor)5. Dryer Manual (Xebec)6. P&ID Components (ANGI)

§ Valves§ Regulators§ Filters§ Gauges

7. Storage Components (ANGI)8. Drawings (ANGI)

§ Site P&ID§ Compressor General Arrangement§ CNG75 Compressor P&ID§ Electrical Schematic and Controller A§ Electrical Schematic and Controller B§ Customer Interconnect Details§ Electrical Assembly Electric Drive – Master Unit Control Panel§ Electrical Assembly Electric Drive – Slave Unit Control Panel

· ANGI Series II Dispenser O&M Manual, Prepared by ANGI International, LLC1. Introduction

§ ANGI Series II Basic Operation Manual§ Piping & Instrumentation Diagram§ Electrical Schematic

2. Dispenser Components§ Bleed Valve§ Check Valve§ Pressure Gauge§ Manual Valve§ Pressure Transducer§ Safety Relief Valve§ Solenoid Valve§ Hose & Hose Accessories

3. Flow Sensor§ Instruction Manual

The contractor is responsible for reviewing the content of the CNG system O&M Manuals todetermine what existing information needs to be verified to complete the design. The contractoris responsible for visiting the site and reviewing existing site drawings to determine what existinginformation needs to be verified to complete the design. Samples of Existing CNG SystemInformation is included in Appendix A.

Appendix B contains the 2004 CNG Fueling Infrastructure Design Analysis which includes theoriginal basis of design information used during the installation of the existing CNG fueling system.In accordance with the 2004 CNG Fueling Infrastructure Design Analysis document all proposedconstruction activities shall be limited to disturbing soils less than 5 feet below ground surface.

Performance Specifications for Proposed Compressed Natural Gas System:

The new equipment that has been purchased by the City and that shall be installed as part ofthis project is detailed in the ANGI Submittal dated 9-4-15 which is included in Appendix C.Details of the new CNG System components are available in the Operation & MaintenanceManual. The new equipment O&M documents will be provided in electronic format uponrequest. Following is a list of the new equipment:

· New ANGI Dryer, Model Number GD-024-S-M-460-150-3.· New ANGI Compressor, Model Number NG-300-E-S-4-Q, 250 HP, 475 SCFM, 55

psig minimum inlet pressure, 70 psig maximum inlet pressure· New ANGI Motor Starter, Model Number MC-250-1-SS-3, 250 HP· New ANGI Control Panel, Model Number CP-400

The new equipment shall be designed and constructed to be fully integrated with the existingCNG fueling system. The CNG controls shall be designed and constructed so only the old CNGcompressors or the new CNG compressor shall be allowed to operate at one time. All controlsshall be UL listed and weatherproof. The Design-Build Contractor shall provide all engineering,labor, materials and appurtenances necessary to design and construct a fully functional CNGfueling system that meets the following specifications and criteria:

· The new CNG controller shall be integrated to function as part of the existingcontrols. There shall be a selector switch installed as part of the control system sothat the operator can select the following functions:o Existing CNG compressor systemo New CNG compressoro Automatic operationo Off

· The compressor controls will be a PLC based system with fault conditions for lowand high inlet pressure, low oil pressure, high motor temp, high dischargetemperature, low oil level and an ESD switch. The PCL will offer real time monitoringand a modem link with auto dial out in the event of a fault. Faults will be re-settablevia modem, except ESD. The controls will allow the compressor to be turned on or

off by the modem, and new programs or updates downloaded by phone lines. Thecontrols and resets to be located in the DPW equipment maintenance facility office.

· Under normal operating conditions the controls should be set to Automatic operation:o During Automatic operation the new compressor shall be actuated to fill the

existing storage tanks with CNG.o If the new compressor experiences a fault condition the new CNG compressor

shall be turned off and the existing compressors shall be turned on.o Once per week, during off-peak hours, the existing CNG compressor shall be

operated automatically to ensure it is regularly exercised.o Additional hardware such as automatic valves and/or check valves necessary for

this operation shall be included in design and construction.

· The compressor is supplied with an enclosure to protect the unit from the weatherand provide sound suppression. The level of sound suppression of the new CNGcompressor unit shall be verified to suppress sound to dB levels to an acceptablelevel.

· Gas meter shall be replaced by Vermont Gas Systems to meet the specifications ofthe new CNG fueling system. Installation shall be coordinated by the Design-BuildContractor to meet the scheduling requirements of this contract. Vermont GasSystems shall be contacted to confirm the range of system pressures at the point ofthe project service connection. Following is the preliminary information we havereceived from Vermont Gas Systems related to system pressures: Maximumdistribution pressure goes up to 99 psi in the winter and can go as low as 30 psi on aDesign Day. Vermont Gas will be responsible for costs associated with the meterinstallation and any adjustments to the service piping on the “street” side of themeter. The Contractor is responsible for any pressure regulation required to protectthe equipment on the “station” side of the meter.

· The existing 6 storage tanks shall be refilled from empty within 10 minutes by thenew CNG compressor when gas inlet pressure to the new CNG compressor is 55psi.

· The outlet gas quality shall meet the SAE J1616 specification requirement for CNGmotor fuel.

· All the components are required to meet NFPA 30a, 52, 54 and 70 or the mostcurrent code modification.

· No gas driven pneumatic valves shall be used as part of this project.

· All construction debris and waste associated with this project shall be disposed of orrecycled at a state permitted site. The contractor shall provide documentation ofproper disposal and or recycling.

· The Design-Build Contractor shall verify that all existing CNG fueling systemcomponents are compatible with the new CNG fueling equipment.

· The revised Piping and Instrumentation Drawings (P&ID) shall include all newvalves, sensors, pressure reducers and appurtenances necessary to improve theexisting CNG system as described in this IFB.

SCOPE OF WORK

Please carefully read the following information, in addition to the information above, detailing theCity’s expectations in relation to the project scope of work. The selected contractor will providethe City with professional services to realize the successful implementation of all aspects of thisscope. The contractor will be responsible for coordinating work with all sub-contractors and thework will be subject to oversight by the public works engineering department and/or a qualifiedResident Engineer contracted by the public works engineering department. The list and order ofactivities outlined below may be amended and finalized with the contractor. The scope of workincludes elements in the previous sections and the following elements:

Design and Permitting (Bid Item 1)

1. Such services will require the full range of professional disciplines normallyassociated with a project of this type. Proposers will be required to provideengineering and design services to meet the specifications and design criteriaoutlined in this IFB. The facility’s performance specifications have beenestablished. Proposers will be required to provide engineering and designservices to the extent necessary to meet the established configuration andprogram goals. Proposers will be responsible for securing all local permits.“Equal to or better” offerings shall be acceptable to the extent that the designintegrity, functionality, and performance capabilities are not compromised.

a. Civil/Site Professional Engineering Work: Design Drawings and RecordDrawings shall be prepared and stamped by a Professional Engineercertified in the State of Vermont.

i. Plans shall be adequate to obtain a City of Burlington BuildingPermit as well as a Planning & Zoning Permit for the proposedSite Work. At the end of the project, the contractor will berequired to close out the Planning & Zoning Permit and receive aCertificate of Occupancy from the Burlington Code EnforcementDepartment. The contractor is responsible for completing aStandard Erosion Prevention & Sediment Control Plan. Thecontractor shall be responsible for paying permit fees associatedwith the Planning & Zoning Permit. Fee information for thePlanning & Zoning Permit is included in the appendix. The Permitprocess shall be completed in a timeframe that does not delayconstruction work. Information about the Building Permit is inAppendix D, information about the Planning & Zoning Permit is inAppendix E and information about the Burlington StandardErosion Prevention & Sediment Control Plan is in Appendix F.

ii. Plans shall be adequate to obtain a State of Vermont GeneralWetland Permit. Portions of the proposed work will be within the50-foot buffer of adjacent Class II wetlands. An environmentalscientist, acceptable to the State of Vermont, shall provide awetland delineation that is depicted on the site plan for thisproject. The contractor is responsible for completing the GeneralWetland Permit process. The contractor shall be responsible forpaying permit fees associated with the Wetland General Permit.Fee information for the Wetland General Permit is included in theappendix. The Wetland General Permit process shall becompleted in a timeframe that does not delay construction work.Information about the Wetland General Permit is in Appendix G.

iii. It is anticipated that a civil engineer will provide all detailsnecessary to complete a successful project. Elements of the civilengineering design drawings shall include but not be limited to:

1. Site features, utilities and property lines2. Limits of work that document the extent of the area that the

contractor can occupy during construction. The limit ofwork shall be agreed upon with the department of publicworks because the City will need to plan around anyparking spaces that will be occupied during construction.

3. Shrub removal and replacement details4. Fence removal and replacement details5. Concrete slab expansion area, concrete slab details and

details for conduit and pipe penetrations through the slab.6. General layout of existing CNG facility7. General layout of proposed CNG facility8. Wiring for network connectivity. Alternatives to hard wiring

for connectivity will be considered if they are functional andmore cost effective.

b. Mechanical/Electrical Engineering Work: Design Drawings and RecordDrawings shall be prepared and stamped by a Professional Engineercertified in the State of Vermont. An engineer is required to review allcomponents of the existing CNG fueling system and design an upgrade tothe system that meets the City’s performance specifications.

i. Plans shall be adequate to obtain a City of Burlington MechanicalPermit and a City of Burlington Electrical Permit. These permitsshall be issued at no charge. The Permit process shall becompleted in a timeframe that does not delay construction work.Information about the Mechanical Permit is in Appendix H andinformation about the Electrical Permit is in Appendix I.

ii. It is anticipated that the engineer will provide all details necessaryto complete a successful project. Elements of the MEPengineering design drawings shall include but not be limited to:

1. Updated Piping and Instrumentation Drawings for theentire CNG fueling system

2. Updated electrical drawings for interconnecting power andupdated electrical drawings for electrical controls.

iii. The engineer shall review existing CNG facility information, newCNG equipment purchased by the City and the proposed CNGfacility performance specifications to develop a basis of designthat includes all of the CNG facility equipment that will be part ofthe upgraded fueling system. The basis of design shall bedocumented and presented to the City.

iv. The engineer shall perform a code compliance and safetyinspection report. The report shall document how the proposedCNG fueling facility will adhere to all applicable codes. Part of thisreport shall include documentation that offset distances from theCNG fueling system components are in conformance withapplicable codes and standards.

v. The engineer shall evaluate the friction loss efficiency of theexisting fuel lines between the CNG storage tanks and thedispenser. The evaluation shall include calculating the improvedefficiency if the existing ½” lines are upgraded to ¾” lines. Theengineer shall report how the efficiency is improved and how theimproved efficiency will benefit fueling times. This evaluationshould be used in a cost/benefit analysis to determine if it is worththe cost of replacing the lines.

vi. The engineer shall evaluate the entire CNG fueling system to findinefficiencies that can be updated to improve ease of operationand to reduce future maintenance costs. Part of this evaluationshall include an inspection of the fueling dispenser equipment todetermine if there is a more efficient and secure way for users andcustomers to use the dispenser; the improvement could eliminatethe need for handwriting fuel volumes and increase the timeframethat non-DPW customers can using the fueling station.

2. Payment(s) shall be paid for this Bid Item when the Engineering Design andPermitting tasks are complete. The cost of this bid item shall not be more than50% of the total project cost. Adequate backup documentation includingschedule of values with percent of work completed shall accompany paymentrequisitions.

Construction (Bid Item 2)

1. The Design-Build Contractor shall provide all labor, materials, disposal,incidental costs and appurtenances necessary to design and construct a fullyfunctional CNG fueling system that meets the specifications and criteria outlinedin this IFB document.

2. The Design-Build Contractor shall be responsible for restoring the site toexisting conditions which includes but is not limited to grass, asphalt, concreteand trees.

3. The Design-Build Contractor shall provide a certification statement that allequipment has been installed in accordance with the design specifications andthat the CNG fueling facility is constructed in conformance with all applicablecodes.

4. Record drawings shall be created to include all elements of the CNG fuelingsystem.

5. The existing O&M manual shall be updated to include all elements of the newCNG fueling system. Only components pertinent to the City’s equipment shallbe included and all non-applicable components shall be deleted and/or crossedout. One hard copy of the O&M manual shall be bound and submitted to theDPW engineering department for review and approval. The final O&M submittalshall include one hard copy bound with a 3-hole binder and a PDF copysubmitted on a compact disc.

6. The Design-Build Contractor shall provide start-up and training services. TheDesign-Build Contractor shall have the CNG fueling system completelyoperational prior to training. One 8-hour day of training shall be provided by aqualified technician. All aspects of the new and existing CNG compressorsystem shall be operated during the training. The Design-Build Contractor shallcoordinate with ANGI to complete the start-up and training. The ANGI Start-upchecklist shall be completed as part of this task and documentation of thetraining shall be completed as part of this task.

7. Payment(s) shall be paid for this Bid Item when the Construction tasks arecomplete. Adequate backup documentation including schedule of values withpercent of work completed shall accompany payment requisitions.

Add Alternate (Bid Item 3)

1. The Design-Build Contractor shall provide all services necessary for designingreplacement fuel lines between the CNG pressurized tanks and the fuel dispenser.Design for the new ¾” fuel lines shall assume that the new lines can be installedadjacent to the existing fuel lines. This Bid Item will be selected if upgrading the lines isfound to be economical during the analysis covered in Bid Item 1 and if funding isavailable.

2. The Design-Build Contractor shall provide all services necessary for constructingreplacement fuel lines between the CNG pressurized tanks and the fuel dispenser. Theconstruction services shall include but not be limited to disposal of materials, site work,grading, surface restoration, restoration of growth and all incidental costs required tocomplete installation of the new ¾” fuel lines.

3. Payment(s) shall be paid for this Bid Item when the Construction tasks are complete.Adequate backup documentation including schedule of values with percent of workcompleted shall accompany payment requisitions.

SCHEDULE & LIQUIDATED DAMAGES

The contractor shall provide a detailed project schedule at the pre-construction meeting whichoutlines all design and construction activities. The schedule shall be in conformance with thefollowing date and time restrictions.

Construction During Spring Semester:Construction During Spring Semester includes the dates of January 16, 2017 to May 21, 2017.During the Spring Semester the existing station must stay operational for the majority ofconstruction. Down times should be limited to 5 PM - 6 AM Monday - Thursday, and 3 PMFriday through 6 AM Monday morning. Five days of notice shall be provided to the City prior toplanned down times, including planned down times in compliance with the approved timesabove.

Construction During Summer:Construction During Summer includes the dates of May 21, 2017 to August 25, 2017. Duringthe Summer the existing station must stay operational for the majority of construction. Downtimes should be limited to 5 PM - 6 AM Monday - Thursday, and 3 PM Friday through 6 AMMonday morning. Five days of notice shall be provided to the City prior to planned down times,including planned down times in compliance with the approved times above. During theSummer, the contractor may choose and request 5 separate work days for having the fuelingsystem down and the contractor may not have more than 2 consecutive days in a row of downtime during the work week. A work day is defined as a day from Monday through Friday on anon-holiday between the hours of 6 am and 5 pm.

Liquidated Damages:Liquidated damages shall be assessed for every hour that the CNG system is down outside oftimes that are approved by the City in advance. The hourly rate for liquidated damages shall beequal to $80/hr for DPW administrative work plus the cost of refueling existing CNG vehicleswith an alternative source of CNG.

The Contract Completion date shall be 120 calendar days after the date of the signed ContractAgreement. In addition to the liquidated damages for down times, liquidated damages shall beassessed for every day that the contract extends beyond the contract completion date. Thedaily rate for liquidated damages shall be equal to $800/day for DPW administration work andother incurred expenses.

DEADLINE FOR RECEIPT OF BIDSAll replies and bids in response to the Request for Bids must be received in a sealed envelopeclearly marked “Compressed Natural Gas Refueling Station Improvements” to the addressand point of contact no later than 2:00 p.m. on the above due date at which time all submittedBIDs will be opened and recorded. Late BIDs will not be accepted.

ANSWERS TO QUESTIONS AND REVISIONS TO INVITATION FOR BIDSAny revisions, addendums and answers to questions received by the due date for questions willbe sent to contractors who directly received this IFB via email. In addition, revisions will beposted on the City’s RFP web page http://burlingtonvt.gov/RFP/. It is advised that contractorssign up for the GovDelivery notification so that they will be notified of any changes to the RFPpage.

SITE VISITA mandatory Site Visit will be held on Thursday December 13, 2016 at 1 PM.

PARTNERSHIPSDesign-Build contractor may team up with other firms, local or otherwise, in order to providewhatever diversity is deemed necessary for completing the project tasks.

BID FORMATAll BIDs must include, but are not limited to the following:

1. Completed bid form including price for each item, estimated start/end dates, andsignature by authorized representative for the firm

2. Signed and notarized Attachments D, E & F from draft agreement3. Completed BID Guarantee as required in Attachment G4. Completed Buy America Certification in Attachment G5. Completed Disadvantaged Business Enterprise (DBE) Utilization Form and Participation

Schedule in Attachment G. Please note that there is a 0% DBE participationrequirement for this project, but DBE reporting is still required. If a DBE is part of theContractor’s team then the percentage of DBE participation shall be recorded.

6. Completed Lobbying Restrictions Certification in Attachment G

PROPOSAL EVALUATIONProposals will be reviewed and evaluated by Department staff based on the informationprovided in the proposal. Additional information may be requested prior to final selection. It isanticipated that a decision will be made within 30 days of the due date. The selected contractorshall be willing to enter into an agreement with the Owner similar to the Draft Agreementprovided in Attachment B.

REJECTION OF PROPOSALSThe City of Burlington reserves the right to reject any or all proposals, to negotiate with one ormore parties, or to award the contract in the City’s best interests. The City reserves to extendthe deadline for submission of the proposals.

CONTRACT REQUIREMENTSContractors are advised to review the Draft Agreement example (Attachment B), the LivableWage, Outsourcing Policy, Union Deterrence Ordinances (Attachments D, E and F), FTAContract Conditions (Attachment G) and insurance requirements in advance of submitting aproposal. The City of Burlington reserves the right to alter or amend any or all of theseprovisions in the project contract.

Davis Bacon Wage Rates apply to this project per the FTA Contract Conditions included inAttachment G. In case of Davis Bacon Wage Rate conflict with City of Burlington Livable WageOrdinance Rate, the more stringent and higher wage rate shall apply.

INDEMNIFICATIONThe Contractor will act in an independent capacity and not as officers or employees of theMunicipality. The Contractor shall indemnify, defend and hold harmless the Municipality and itsofficers and employees from liability and any claims, suits, expenses, losses, judgments, anddamages arising as a result of the Contractor’s acts and/or omissions in the performance of thiscontract.

The Municipality is responsible for its own actions. The Contractor is not obligated to indemnifythe Municipality or its officers, agents and employees for any liability of the Municipality, itsofficers, agents and employees attributable to its, or their own, negligent acts, errors oromissions.

LIMITATIONS OF LIABILITYThe City of Burlington, Vermont assumes no responsibility and liability for costs incurred byparties responding to this IFB or responding to any further requests for interviews, additionaldata, etc., prior to the issuance of the contract.

OWNERSHIP OF DOCUMENTSProposals, plans, specifications, basis of designs, electronic data, designs and reports preparedunder any agreement between the selected Contractor and the City shall become the propertyof the City. Records shall be furnished to the City by the Contractor upon request at any time,however the Contractor may retain copies of the original documents.

PUBLIC RECORDSAny and all records submitted to the City, whether electronic, paper, or otherwise recorded, aresubject to the Vermont Public Records Act. The determination of how those records must behandled is solely within the purview of City. All records considered to be trade secrets, as thatterm is defined by subsection 317(c)(9) of the Vermont Public Records Act, shall be identified,as shall all other records considered to be exempt under the Act. It is not sufficient to merelystate generally that the proposal is proprietary or a trade secret or is otherwise exempt.Particular records, pages or section which are believed to be exempt must be specificallyidentified as such and must be separated from other records with a convincing explanation andrationale sufficient to justify each exemption from release consistent with Section 317 of Title 1of the Vermont Statutes Annotated.

ATTACHMENT A – BID FORM

PROJECT: Compressed Natural Gas Refueling Station Improvements

Contractor:_________________________ Address:___________________________________

Contact:___________________________ Telephone/Email:___________________________

Estimated Start Date:_________________ Estimated End Date:_________________________

ITEM UNIT SUBTOTALDesign and Permitting - Bid Item 1 Lump Sum $

Construction - Bid Item 2 Lump Sum $

Add Alternate - Bid Item 3 Lump Sum $

TOTAL BASE BID (Bid Item 1 + Bid Item 2 + Bid Item 3):$____________________

BY SIGNING THIS BID FORM, THE CONTRACTOR AGREES TO ABIDE BY ALL SPECIFICATIONS ANDCONDITIONS IN THE CONTRACT DOCUMENTS.

_________________________________SIGNATURE

_________________________________NAME

_________________________________TITLE

ATTACHMENT B – DRAFT AGREEMENT

Agreement:Compressed Natural Gas Refueling Station Improvements

1. Parties: This is an Agreement for services between the City of Burlington,(hereinafter called “CITY”) and _____________________, a Contractorregistered to do business in the State of ________________________ with itsprincipal place of business at _____________, _______________ (hereinaftercalled “Contractor or CONTRACTOR”).

2. Subject Matter: The subject matter of this Agreement is Design-Build servicesnecessary to complete the Compressed Natural Gas Refueling StationImprovements. Detailed services are described in the CONTRACTOR’sproposal.

3. Maximum Amount: In consideration of the services to be performed byCONTRACTOR, City agrees to pay CONTRACTOR, a sum not to exceed____________. The City reserves the right to execute an Amendment with theCONTRACTOR for any Add Alternate services proposed in theCONTRACTOR’s Scope of Work at the rate submitted in their originalproposal.

4. Agreement Term: The period of CONTRACTOR’s work shall begin upon this______ day of ________________, 20__ and end on ________________, 20__.

5. Source of Funds: Burlington Street Capital Program

6. Attachments: The CONTRACTOR agrees to perform the work in compliancewith the following attachments, all of which are incorporated herein andmade part of this Agreement:

Attachment A – Bid FormAttachment B – Invitation for Bids dated December 2, 2016Attachment C – CONTRACT CONDITIONSAttachment D – City’s Livable Wage formAttachment E – City’s Outsourcing formAttachment F – City’s Union Deterrence formAttachment G – Federally Required Contract Clauses for FTA Project

If a provision in this Agreement contradicts any other provision that has beenincorporated by reference then the Agreement shall apply. In addition, theprovisions of the Appendices, Standard Contract Conditions and the BurlingtonCity Ordinances shall prevail over any inconsistent or contradictory provision setforth in the Contractor’s Proposal. If a provision in the Federally Required

Contract Clauses for FTA Project contradicts any other provision, then thefederal provision shall prevail.

7. Entire Agreement and Amendments:The parties acknowledge that this Agreement is the entire agreement betweenthe parties and that there are no representations, inducements, arrangements,promises, or agreements outstanding between them, either oral or in writing,other than those. No provision of this Agreement shall be changed or modifiedexcept by a written instrument executed by both parties hereto.

8. Binding Nature:This Agreement shall be binding upon and inure to the benefit of the parties,their respective successors, and permitted assigns.

IN WITNESS WHEREOF, the parties hereto have caused this Agreement to beexecuted as of the day and year first above written.

BURLINGTON CONTRACTOR

Signature: _________________________ Signature: _________________________

Name: Chapin Spencer Name:

Title: Director of Public Works Title:

Date: _______________________, 20__ Date: _______________________, 20__

ATTACHMENT C - BURLINGTON STANDARD CONTRACT CONDITIONS

Wherever used, abbreviations may be used in place of a word or phrase anddefinitions may be used to interpret statements for the meaning of wordsphrases or expressions. The intent and meaning for abbreviations and definitionsshall be interpreted as herein set forth:

AASHTO American Association of State Highway and Transportation OfficialsAGC Associated General CONTRACTORs of AmericaANR Agency of Natural ResourcesANSI American National Standards InstituteASCE American Society of Civil EngineersAWWA American Water Works AssociationCADD Computer Aided Drafting and DesignCES CONTRACTOR Engineering ServicesCFR Code of Federal RegulationsDOT United States Department of TransportationEEO Equal Employment OpportunityEIS Environmental Impact StatementEDM Electronic Data MediaFHWA Federal Highway Administration, U.S. Department of TransportationFSS Federal Specifications and StandardsFTA Federal Transit AdministrationIBC International Building CodeIPC International Plumbing CodeNEC National Electrical CodeSIR Self Insured RetentionUSC United States CodeUSEPA United States Environmental Protection AgencyVAOT Vermont Agency of TransportationVOSHA Vermont Occupational Safety and Health ActVSA Vermont Statutes AnnotatedWEF Water Environment Association

(a) INDEMNIFICATION:The CONTRACTOR will act in an independent capacity and not as officers oremployees of the CITY. The CONTRACTOR shall indemnify, defend and holdharmless the CITY and its officers and employees from liability and any claims,suits, expenses, losses, judgments, and damages arising as a result of theCONTRACTOR’s negligent acts and/or omissions in the performance of thiscontract.

(b) RELATIONSHIP:The parties agree that the CONTRACTOR is an independent CONTRACTOR. To that

end, the CONTRACTOR shall determine the method, details, and means ofperforming the work, but will comply with all legal requirements in doing so. City shallprovide the CONTRACTOR with no specific instructions or training in how to providethe required services, except to the extent required by law or regulation. TheCONTRACTOR shall provide its own tools, materials or equipment. The parties agreethat neither the CONTRACTOR nor its Principal is an employee of City or any of itsdepartments, agencies, or related entities. The parties also agree that neither theCONTRACTOR nor its Principal is entitled to any employee benefits from City.CONTRACTOR understands and agrees that it and its Principal have no right to claimany benefits under the Burlington Employee Retirement System, City’s worker’scompensation benefits, health insurance, dental insurance, life insurance or anyother employee benefit plan offered by City. The CONTRACTOR agrees to executeany certifications or other documents and provide any certificates of insurancerequired by City and understands that this contract is conditioned on its doing so, ifrequested.

The CONTRACTOR understands and agrees that it is responsible for the payment ofall taxes on the above sums and that City will not withhold or pay for Social Security,Medicare, or other taxes or benefits or be responsible for any unemploymentbenefits.

(c) INSURANCE:Prior to beginning any work the CONTRACTOR shall obtain the followinginsurance coverage from an insurance company registered and licensed to dobusiness in the State of Vermont and having an A.M. Best insurance rating of atleast A-, financial size category VII or greater (www.ambest.com). Thecertificate of insurance coverage shall be documented on forms acceptable tothe CITY. Evidence of compliance with minimum limits and coverage,evidenced by a certificate of insurance showing policies and carriers that areacceptable to the CITY, must be received prior to the effective date of theAgreement. The insurance policies shall provide that insurance coveragecannot be canceled or revised without thirty (30) days prior notice to the CITY. Inthe event that this Contract extends to greater than one year, evidence ofcontinuing coverage must be submitted to the CITY on an annual basis.Certified copies of any insurance policies may be required. Each policy (withthe exception of professional liability and workers compensation) shall name theCITY as an additional insured for the possible liabilities resulting from theCONTRACTOR’s actions or omissions. It is agreed that the liability insurancefurnished by the CONTRACTOR is primary and non-contributory for all theadditional insured.

The CONTRACTOR is responsible to verify and confirm in writing to the CITY that:

(a) All SUB-CONTRACTORs, agents or workers meet the minimum coverage andlimits plus maintain current certificates of coverage for all SUB-CONTRACTORs,agents or workers. SUB-CONTRACTORs must comply with the same insurancerequirements as the CONTRACTOR.

(b) All coverage shall include adequate protection for activities involvinghazardous materials.

(c) All work activities related to the agreement shall meet minimum coverageand limits.

No warranty is made that the coverage and limits listed herein are adequate tocover and protect the interests of the CONTRACTOR for the CONTRACTOR'soperations. These are solely minimums that have been developed and must bemet to protect the interests of the CITY.

GENERAL LIABILITY AND PROPERTY DAMAGE:

With respect to all operations performed by the CONTRACTOR, SUB-CONTRACTORs, agents or workers, it is the CONTRACTOR's responsibility to insurethat general liability insurance coverage, on an occurrence form, provides allmajor divisions of coverage including, but not limited to and with limits not lessthan:

1. Premises Operations2. Independent CONTRACTORS' Protective3. Products and Completed Operations4. Personal Injury Liability5. Contractual Liability6. Broad Form Property Damage7. Medical Expenses8. Collapse, Underground and Explosion Hazards

1. General Liability:$2,000,000 - Annual Aggregate$1,000,000 - Per Occurrence

2. Products-Completed/OperationsAggregate

$2,000,0003. Personal & Advertising Injury $1,000,0004. Each $1,000,0005. Fire Damage (Any one fire) $ 250,0006. Med. Expense (Any one $ 5,000

WORKERS' COMPENSATION: With respect to all operations performed, theCONTRACTOR shall carry workers compensation insurance in accordance withthe laws of the State of Vermont and ensure that all SUB-CONTRACTORs andSUBCONTRACTORs carry the same workers’ compensation insurance for all workperformed by them under this contract. Minimum limits for Employer's Liability:

(a) Bodily Injury by Accident: $500,000 each accident(b) Bodily Injury by Disease: $500,000 policy limit, $500,000 each employee

PROFESSIONAL LIABILITY INSURANCE:

(a) General. The CONTRACTOR shall carry architects/engineers professionalliability insurance covering errors and omissions made during their performanceof contractile duties with the following minimum limits:

$2,000,000 - Annual Aggregate$1,000,000 - Per Occurrence

(b) Deductibles. The CONTRACTOR is responsible for any and all deductibles.

(c) Coverage. Prior to performing any work, the CONTRACTOR agrees toprovide evidence of E&O insurance coverage defined under this Section. Inaddition, the CONTRACTOR agrees to attempt to maintain continuousprofessional liability coverage for the period of the agreement and wheneverapplicable any construction work related to this agreement, and for a period offive years following substantial completion, if such coverage is reasonablyavailable at commercially affordable premiums.

AUTOMOBILE LIABILITY: The CONTRACTOR shall carry commercial automobileliability insurance covering all motor vehicles, including owned, non-owned andhired, used in connection with the agreement. Each policy shall providecoverage with a limit not less than: $1,000,000 - Combined Single Limit for eachoccurrence.

UMBRELLA LIABILITY:$5,000,000 Each Event Limit$5,000,000 General Aggregate Limit

COMPLIANCE WITH LAWS

(d) GENERAL COMPLIANCE WITH LAWSThe CONTRACTOR shall comply with all applicable Federal, State and local laws,including but not limited to the Burlington Livable Wage Ordinance, the Non-Outsourcing Ordinance and the Union-Deterrence Ordinance and shall providethe required certifications attesting to compliance with these ordinances (seeattached ordinances and certifications).

Provisions of the Agreement shall be interpreted and implemented in a mannerconsistent with each other and using procedures that will achieve the intent ofboth parties. If, for any reason, a provision in the Agreement is unenforceable orinvalid, that provision shall be deemed severed from the Agreement, and theremaining provisions shall be carried out with the same force and effect as if thesevered provisions had never been a part of the Agreement.

(e) CIVIL RIGHTS and EQUAL EMPLOYMENT OPPORTUNITY· During performance of the Agreement, the CONTRACTOR will not discriminate

against any employee or applicant for employment because of race, age,

color, religion, sex, sexual orientation, gender identity, marital status, veteranstatus, disability, HIV positive status or genetic information.

The CONTRACTOR shall comply with the applicable provisions of Title VI of theCivil Rights Act of 1964 as amended, Executive Order 11246 as amended byExecutive Order 11375 and as supplemented by the Department of Laborregulations (41 CFR Part 60). The CONTRACTOR shall also comply with the rules,regulations and relevant orders of the Secretary of Labor, Nondiscriminationregulations 49 CFR § 21 through Appendix C, and Regulations under 23CFR§710.405 (b). Accordingly, all subcontracts shall include reference to theabove. The CONTRACTOR shall comply with all the requirements of Title 21, VSA,Chapter 5, Subchapter 6 and 7, relating to fair employment practices to theextent applicable. A similar provision shall be included in any and allsubcontracts.

(f) CHILD SUPPORT PAYMENTSBy signing the Contract the CONTRACTOR certifies, as of the date of signing theAgreement, that they are (a) not under an obligation to pay child support; or (b)is under such an obligation and is in good standing with respect to thatobligation; or (c) has agreed to a payment plan with the Vermont Office of ChildSupport Services and is in full compliance with that plan. If the CONTRACTOR is asole proprietorship, the CONTRACTOR’s statement applies only to the proprietor.If the CONTRACTOR is a partnership, the CONTRACTOR's statement applies to allgeneral partners with a permanent residence in Vermont. If the CONTRACTOR isa corporation, this provision does not apply.

(g) TAX REQUIREMENTS: By signing the Agreement, the CONTRACTOR certifies, asrequired by law under 32 VSA, Section 3113, that under the pains and penaltiesof perjury, he/she is in good standing with respect to payment, or in fullcompliance with a plan to pay, any and all taxes due the State of Vermont as ofthe date of signature on the Agreement.

CONTRACTUAL AGREEMENTS

(h) REGISTRATION: The CONTRACTOR agrees to be registered with the VermontSecretary of State’s office as a business entity doing business in the State ofVermont at all times this contract is effective. This registration must be completeprior to contract execution.

(i) PERSONNEL REQUIREMENTS AND CONDITIONS: A CONTRACTOR shall employ onlyqualified personnel, for responsible authority to supervise the work. The CITY shallhave the right to approve or disapprove key personnel assigned to administeractivities related to the Agreement.

Except with the approval of the CITY, during the life of the Agreement, theCONTRACTOR shall not employ:

(a) Personnel on the payroll of the CITY who are directly involved with theawarding, administration, monitoring, or performance of the Agreement or anyproject(s) that are the subjects of the Agreement.

(b) Any person so involved within one (1) year of termination of employmentwith the CITY.

The CONTRACTOR warrants that no company or person has been employed orretained, other than a bonafide employee working solely for the CONTRACTOR,to solicit or secure this Agreement, and that no company or person has beenpaid or has an agreement with the CONTRACTOR to be paid, other than abonafide employee working solely for the CONTRACTOR, any fee, commission,percentage, brokerage fee, gift, or any other consideration, contingent upon orresulting from the award or making of the Agreement. For breach or violation ofthis warranty, the CITY shall have the right to annul the Agreement, withoutliability to the CITY, and to regain all costs incurred by the CITY in theperformance of the Agreement.

The CITY reserves the right to require removal of any person employed by aCONTRACTOR, from work related to the Agreement, for misconduct,incompetence, or negligence, in the opinion of the CITY in the due and properperformance of its duties, or who neglects or refuses to comply with therequirements of the Agreement.

(j) TRANSFERS, SUBLETTING, ETC: A CONTRACTOR shall not assign, sublet, or transferany interest in the work, covered by an Agreement, without prior written consentof the CITY and further, if any SUB-CONTRACTOR participates in any workinvolving additional services, the estimated extent and cost of the contemplatedwork must receive prior written consent of the CITY. The approval or consent toassign or sublet any portion of the work, shall in no way relieve the CONTRACTORof responsibility for the performance of that portion of the work so transferred.The form of the SUB-CONTRACTOR's agreement shall be as developed by theCONTRACTOR and approved by the CITY. The CONTRACTOR shall ensure thatinsurance coverage exists for any operations to be performed by any SUB-CONTRACTOR as specified in the insurance requirements section of thisagreement.

The services of the CONTRACTOR, to be performed under the Agreement, arepersonal and shall not be transferred without written authorization of the CITY.Any authorized sub agreements shall contain all of the same provisions for andattached to the original agreement with the CITY.

(k) CONTINUING OBLIGATIONS: The CONTRACTOR agrees that if, because of deathor other occurrences, it becomes impossible to effectively perform its services incompliance with the Agreement, neither the CONTRACTOR nor its survivingmembers shall be relieved of their obligations to complete the Agreement.However, the CITY may terminate the Agreement if it considers a death orincapacity of any members to be a loss of such magnitude that it would affect

the firm's ability to satisfactorily execute the Agreement.

(l) OWNERSHIP OF THE WORK: The CONTRACTOR agrees that the ownership of allstudies, data sheets, survey notes, subsoil information, drawings, tracings,estimates, specifications, proposals, diagrams, calculations, EDM and othermaterial prepared or collected by the CONTRACTORs, hereafter referred to as"instruments of professional service", shall become the property of the CITY asthey are prepared and/or developed during execution of the Agreement. TheCONTRACTOR agrees to allow access to all “instruments of professional service”at any time. The CONTRACTOR shall not copyright any material originatingunder the Agreement without prior written approval of the CITY. No publicationsor publicity of the work, in part or in total, shall be made without the agreementof the CITY, except that CONTRACTORs may in general terms use previouslydeveloped instruments of professional service to describe its abilities for a projectin promotional materials.

(m)PROPRIETARY RIGHTS: The parties under the Agreement hereby mutually agreethat, if patentable discoveries or inventions should result from work performedunder the Agreement, all rights accruing from such discoveries or inventions shallbe the sole property of the CONTRACTOR. The CONTRACTOR, however, agreesto and does hereby grant to the CITY, the State of Vermont and the UnitedStates Government an irrevocable, nonexclusive, non-transferable, and royalty-free license to practice each invention in the manufacture, use, and disposition,according to law, of any article or material or use of method that may bedeveloped, as a part of the work under the Agreement.

(n) PUBLIC RECORDSAny and all records submitted to the City, whether electronic, paper, orotherwise recorded, are subject to the Vermont Public Records Act. Thedetermination of how those records must be handled is solely within the purviewof City. All records considered to be trade secrets, as that term is defined bysubsection 317(c)(9) of the Vermont Public Records Act, shall be identified, asshall all other records considered to be exempt under the Act. It is not sufficientto merely state generally that the proposal is proprietary or a trade secret or isotherwise exempt. Particular records, pages or section which are believed to beexempt must be specifically identified as such and must be separated fromother records with a convincing explanation and rationale sufficient to justifyeach exemption from release consistent with Section 317 of Title 1 of theVermont Statutes Annotated.

(o) RECORDS RETENTIONThe CONTRACTOR agrees to retain, in its files, and to produce to City within thetime periods requested, all books, documents, EDM, accounting records, andother evidence related to City, at any time during this Agreement and for aperiod of at least three (3) years after its termination. The CONTRACTOR furtheragrees that the CITY shall have access to all the above information for thepurpose of reviewing and audit during the Agreement period and anytime withinthe aforementioned retention period. Copies of all of the above referenced

information shall be provided to the CITY if requested. CONTRACTOR, SUB-CONTRACTORs, or any representatives performing work related to theAgreement, are responsible to insure that all data and information created orstored on EDM is secure and can be duplicated if the EDM mechanism issubjected to power outage or damage.

(p) APPEARANCES:(a) Hearings and Conferences. The CONTRACTOR shall provide professional

services required by the CITY and necessary for furtherance of any workcovered under the Agreement. Professional services shall include appropriaterepresentation at design conferences, public gatherings and hearings, andappearances before any legislative body, commission, board, or court, tojustify, explain and defend its contractual services covered under theAgreement.

The CONTRACTOR shall perform any liaison that the CITY deems necessary forthe furtherance of the work and participate in conferences with the CITY, atany reasonable time, concerning interpretation and evaluation of all aspectscovered under the Agreement.

The CONTRACTOR further agrees to participate in meetings with the CITY andany other interested or affected participant, for the purpose of review orresolution of any conflicts pertaining to the Agreement.

The CONTRACTOR shall be equitably paid for such services and for anyreasonable expenses incurred in relation thereto in accordance with theContract document.

(b) Appearance as Witness. If and when required by the CITY, a CONTRACTOR,or an appropriate representative, shall prepare and appear for any litigationconcerning any relevant project or related Agreement, on behalf of the CITY.The CONTRACTOR shall be equitably paid for such services and for anyreasonable expenses incurred in relation thereto, in accordance with theContract document.

(q) CHANGES AND AMENDMENTS: No changes or amendments of the Agreementshall be effective unless documented in writing and signed by authorizedrepresentatives of the CITY and the CONTRACTOR.

(r) APPENDICES: The CITY may attach, to these specifications, appendicescontaining various forms and typical sample sheets for guidance and assistanceto the CONTRACTOR in the performance of the work. It is understood, however,that such forms and samples may be modified, altered, and augmented fromtime to time by the CITY as occasions may require. It is the responsibility of theCONTRACTOR to ensure that they have the latest versions applicable to theAgreement.

(s) EXTENSION OF TIME: The CONTRACTOR agrees to prosecute the work

continuously and diligently and no charges or claims for damages shall be madeby the CONTRACTOR for delays or hindrances, from any cause whatsoever,during the progress of any portion of services specified in the Agreement. Suchdelays or hindrances, if any, may be compensated for by an extension of timefor such reasonable period as the CITY may decide. Time extensions shall begranted by amendment, only for excusable delays, such as delays beyond thecontrol of the CONTRACTOR and without the fault or negligence of theCONTRACTOR.

(t) SETTLEMENTS OF MISUNDERSTANDINGS: In order to prevent misunderstandingsand litigation, it is mutually agreed by all parties that all questions arising underthe terms of an Agreement will first be evaluated by the Local Project Manager.Should a claim be denied in whole or in part by the Local Project Manager theCONTRACTOR may appeal to the Director of Public Works, except that for claimsinvolving payments, appeals shall be made to the Director of Public Works andthe Chief Administrative Officer.

A CONTRACTOR may appeal any determination regarding the contract by filinga notice of appeal by hand delivery or courier to the Local Project Manager. Thenotice of appeal shall specifically state the grounds of the protest. Within seven(7) calendar days of the notice of appeal the CONTRACTOR must file theMunicipality a detailed statement of the grounds, legal authorities and facts,Including all documents and evidentiary statements, in support of the appeal.Evidentiary statements, if any, shall be submitted under penalty of perjury. TheCONTRACTOR shall have the burden of proving its appeal by thepreponderance of the evidence. Failure to file a notice of appeal or a detailedstatement within the applicable period shall constitute an unconditional waiverof the right to appeal the evaluation or qualified process and decisionsthereunder.

In agreements subjecting costs to final audit, an administrative review regardingthe audit will be sent to the CONTRACTOR. Any dispute arising from anadministrative decision shall be appealed in writing within thirty (30) days ofreceipt.

(u) FAILURE TO COMPLY WITH TIME SCHEDULE: It is mutually understood and agreedto, that neither party hereto shall be held responsible for delay in performing thework encompassed herein, when such delay is due to unforeseeable causessuch as acts of God, or a public enemy, fire, strikes, floods, or legal acts of publicauthorities. In the event that any such causes for delay are of such magnitudeas to prevent the complete performance of the Agreement within two (2) yearsof the originally scheduled completion date, either party may by written noticerequest to amend or terminate the Agreement.

(v) CITY'S OPTION TO TERMINATE: The Agreement may be terminated inaccordance with the following provisions, which are not exclusive:

(a) Breach of Contract. Administrative remedies - the CITY reserves the right

to terminate a Contract for breach of Contract agreements. Terminationfor breach of Contract will be without further compensation to theCONTRACTOR.

(b) Termination for Cause. The CITY reserves the right, upon written notice tothe CONTRACTOR, to terminate the Agreement, as of a date to bespecified by the CITY, if the CONTRACTOR fails to complete thedesignated work to the satisfaction of the CITY, within the time scheduleagreed upon. The CONTRACTOR shall be compensated on the basis ofthe work performed and accepted by the CITY at the date of finalacceptance of the Agreement.

(c) Termination for Convenience. In addition to its rights and options toterminate an Agreement as provided herein, the CITY may, at any timeprior to completion of services specified under an Agreement, terminatethe Agreement by submitting written notice to a CONTRACTOR, within notless than fifteen (15) days prior to the effective date, via certified orregistered mail, of its intention to do so. If the termination is for the CITY'sconvenience, payment to the CONTRACTOR will be made promptly forthe amount of any fees earned to the date of the notice of termination,less any payments previously made. However, if a notice of termination isgiven to a CONTRACTOR prior to completion of twenty (20) percent of theestimated services, as set forth in the approved Work Schedule andProgress Report, the CONTRACTOR will be reimbursed for that portion ofany reasonable and necessary expenses incurred to date of the notice oftermination, that are in excess of the amount earned under its approvedfee to the date of said termination. Such requests for reimbursement shallbe supported with factual data and shall be subject to the CITY'sapproval. The CONTRACTOR shall make no claim for additionalcompensation against the CITY by reason of such termination.

(w) ACKNOWLEDGEMENTSAcknowledgment of the City of Burlington’s support must be included in any andall publications, renderings and project publicity, including audio/visual materialsdeveloped under this contract.

OPERATIONAL STANDARDS

(x) RESPONSIBILITY FOR SUPERVISION: The CONTRACTOR shall assume primaryresponsibility for general supervision of CONTRACTOR employees and his/her ortheir SUBCONTRACTORS for all work performed under the Contract and shall besolely responsible for all procedures, methods of analysis, interpretation,conclusions and contents of work performed under the Agreement.

(y) INDEPENDENCE: The CONTRACTOR shall act in an independent capacity and notas officers or employees of the CITY.

(z) UTILITIES: Whenever a facility or component of a private, public, or cooperatively-

owned utility will be affected by any proposed construction, the CONTRACTOR willcounsel with the CITY, plus achieve any necessary contacts and discussions withthe affected owners, regarding any requirement necessary for revisions of facilitiesor existing installations, both above and below ground. Any such installations mustbe completely and accurately exhibited on any detail sheets or plans. TheCONTRACTOR shall inform the CITY, in writing, of any such contacts and the resultsthereof.

(aa) PUBLIC RELATIONS: Whenever it is necessary to perform work in the field,particularly with respect to reconnaissance, the CONTRACTOR will endeavor tomaintain good relations with the public and any affected property owners.Personnel employed by or representing the CONTRACTOR shall conductthemselves with propriety. The CONTRACTOR agrees to inform property ownersand/or tenants, in a timely manner, if there is need for entering upon privateproperty as an agent of the CITY, in accordance with VSA Title 19 § 35 and §503,in order to accomplish the work under the Agreement. The CONTRACTORagrees that any work will be done with minimum damage to the land anddisturbance to the owner. Upon request of the CONTRACTOR, the CITY shallfurnish a letter of introduction to property owners soliciting their cooperation andexplaining that the CONTRACTOR is acting as an agent of the CITY.

(bb) INSPECTION OF WORK:The CITY shall, at all times, have access to the CONTRACTOR's work for thepurposes of inspection, accounting, and auditing, and the CONTRACTOR shallprovide whatever access is considered necessary to accomplish suchinspections. At any time, the CONTRACTOR shall permit the CITY orrepresentative for the CITY the opportunity to inspect any plans, drawings,estimates, specifications, or other materials prepared or undertaken by theCONTRACTOR pursuant to execution of the Agreement.

Conferences, visits to a site, or an inspection of the work, may be held at therequest of any involved party or by representatives of the CITY.

(cc) RETURN OF MATERIALS. CONTRACTOR agrees that at the termination ofthis Agreement, it shall return to City all materials provided to it during itsengagement on behalf of City.

PROJECT DEVELOPMENT AND STANDARDS

(dd) PLANS RECORDS AND AVAILABLE DATA:The CITY agrees to make available, at no charge, for the CONTRACTOR's use allavailable data related to the Agreement including any preliminary plans, maps,drawings, photographs, reports, traffic data, calculations, EDM, valuable papers,topographic survey, utility location plats, or any other pertinent public records.

(ee) DESIGN STANDARDS: Unless otherwise specifically provided for in theAgreement, or directed in writing, CONTRACTOR services, studies or designs, that

include or make reference to plans, specifications, special provisions,computations, estimates, or other data necessary for construction of a designedfacility, shall be in conformance with applicable portions of the followingspecifications, manuals, codes or regulations, including supplements to orrevisions thereof, adopted and in effect prior to award of the Agreement:

(a) VAOT’S latest edition of the Standard Specifications for Construction.(b) VAOT’S Bridge Design Manual.(c) All applicable AASHTO roadway, traffic, bridge, bicycle and pedestrian

policies, guides and manuals.(d) VAOT’S Manual on Survey.(e) VAOT’S Right-of-Way Manual.(f) The Highway Capacity Manual - Special Report 209.(g) The ANSI/AASHTO/AWS D-1.5, Bridge Welding code.(h) The MUTCD and Vermont Supplement requirements.(i) The Standard Specifications for Structural Supports for Highway Signs,

Luminaries and Traffic Signals(j) Other CITY directives and guidelines current at the time of the Agreement

and as may be issued by the CITY during the progress of the design.

In case of any conflict with the guidelines referenced, the CONTRACTOR isresponsible to identify and follow any course of direction provided by the CITY.

(ff) REVIEWS AND ACCEPTANCES: All preliminary and detailed designs, plans,specifications, estimates or other documents prepared by the CONTRACTOR,shall be subject to review and endorsement by the CITY.

Approval for any inspections or sequences of progress of work shall bedocumented by letters, memoranda or other appropriate written means.

A frequency for formal reviews shall be set forth in the Agreement. Informalreviews, conducted by the CITY will be performed as deemed necessary. TheCONTRACTOR shall respond to all official comments regardless of their source.The CONTRACTOR shall supply the CITY with written copies of all correspondencerelating to formal and informal reviews.

No acceptance shall relieve a CONTRACTOR of their professional obligation tocorrect any defects or errors in their work at their own expense.

(gg) BINDING NATURE AND JURISDICTIONThis agreement shall be binding upon and shall inure to the benefit of the partieshereto, their successors or heirs and representatives, and assigns. This agreementshall be governed by Vermont law, and the CONTRACTOR expressly agrees tosubmit to the jurisdiction of the courts of the State of Vermont.

PAYMENT FOR SERVICES RENDERED:

(hh) PAYMENT PROCEDURES: The CITY shall pay, or cause to be paid to theCONTRACTOR or the CONTRACTOR’s legal representative, payments inaccordance with the Agreement. When applicable, for the type of paymentspecified in the Agreement, the progress report shall summarize actual costs and anyearned portion of fixed fee.

All invoices and correspondence shall indicate the applicable project name, projectnumber and the Agreement number. When relevant, the invoice shall further bebroken down in detail between projects.

When applicable, for the type of payment specified in the Agreement, expenses formeals and travel shall be limited to the current approved in-state rates, asdetermined by the State of Vermont’s labor contract, and need not be receipted.All other expenses are subject to approval by the CITY and must be accompaniedwith documentation to substantiate their charges.

No approval given or payment made under an Agreement, shall be conclusiveevidence of the performance of said Agreement, either wholly or in part thereof,and no payment shall be construed to be acceptance of defective work orimproper materials.

The CITY agrees to pay the CONTRACTOR and the CONTRACTOR agrees to accept,as full compensation, for performance of all services rendered and expensesencompassed in conformance therewith, the type of fee specified in theAgreement.

Upon completion of all services covered under the Agreement and payment of theagreed upon fee, the Agreement with its mutual obligations shall be terminated.

(ii) PAYMENT FOR ADDITIONS OR DELETIONS: The CITY may, upon written notice, andwithout invalidating the Agreement, require any changes to, additions to, ordeletions from, the originally contemplated extent of the work, prior to completionof the Agreement by means of an amendment to the original Agreement. Anyadjustments of this nature shall be executed under the appropriate fee establishedin the Agreement, based on the adjusted quantity of work, except that any claimfor extension of time caused thereby shall be adjusted at the time of ordering suchaddition or deletion.

(jj) PAYMENT FOR EXTRA WORK, ADDITIONAL SERVICES OR CHANGES: The CITY may,upon written notice, and without invalidating the Agreement, require changesresulting from revision or abandonment of work already performed by theCONTRACTOR or changes in the scope of work.

The value of such changes, to the extent not reflected in other payments to theCONTRACTOR, shall be incorporated in an amendment and be determined bymutual agreement, by one or more of the following:

(a) Fixed Price. By a price that is not subject to any adjustment on the basis of

the CONTRACTOR's expenses experienced in performing the work. TheCONTRACTOR is fully responsible for all costs and resulting profit or loss.

(b) Rate Schedule. By unit prices designated in the Agreement, or by unit pricescovered under any subsequent Agreements.

(c) Actual Cost. By amounts determined on the basis of actual costs incurred, asdistinguished from forecasted expenditures.

No changes, for which additional fee payment is claimed, shall be made unlesspursuant to a written order from the CITY, and no claim shall be valid unless soordered.

The CONTRACTOR agrees to maintain complete and accurate records, in a formsatisfactory to the CITY for all time devoted directly to same by CONTRACTORemployees. The CITY reserves the right to audit the records of the CONTRACTORrelated to any extra work or additional services. Any such services rendered shall besubject, in all other respects, to the terms of the Agreement. When changes are soordered, no additional work shall be performed by the CONTRACTOR until anAgreement amendment has been fully executed, unless written notice to proceedis issued by the CITY. Any claim for extension of time, which may be necessitated asa result of extra work or additional services and changes, shall be givenconsideration and evaluated insofar as it directly relates to the change.

ATTACHMENT D – BURLINGTON ORDINANCE REQUIREMENTS

ATTACHMENT D

CertificationofCompliancewiththeCityofBurlington’sLivableWageOrdinance

I,________________________________,onbehalfof___________________________________

(CONTRACTOR/Contractor)andinconnectionwiththe______________________________(project),

herebycertifyunderoaththat(1)CONTRACTORshallcomplywiththeCityofBurlington’s

LivableWageOrdinance;(2)asaconditionofenteringintothiscontractorgrant,

CONTRACTORconfirmsthatallcoveredemployees,asdefinedbyBurlington’sLivable

WageOrdinance,shallbepaidalivablewageforthetermofthecontractasdetermined

andadjustedannuallybytheCityofBurlington’sChiefAdministrativeOfficer,(3)anotice

regardingtheapplicabilityoftheLivableWageOrdinanceshallbepostedintheworkplace

orotherlocationwherecoveredemployeeswork,and(4)payrollrecordsorother

documentation,asdeemednecessarybytheChiefAdministrativeOfficer,shallbeprovided

withinten(10)businessdaysfromreceiptoftheCity'srequest.

Datedat_____________________,Vermontthis____dayof__________________,20__. By:_______________________________________________ DulyAuthorizedAgent Subscribedandsworntobeforeme: _______________________________ Notary

BURLINGTON’S OUTSOURCING ORDINANCE

ARTICLE VII. OUTSOURCING21-90 Policy.

It is the policy of the City of Burlington to let service contracts to CONTRACTORs, subCONTRACTORs

and vendors who perform work in the United States.

(Ord. of 11-21-05/12-21-05)

21-91 Definitions.

(a) CONTRACTOR or vendor. A person or entity that has a contract with the City of Burlington primarily

for the furnishing of services (as opposed to the purchasing of goods), including any subCONTRACTORs

of such CONTRACTOR or vendor.

(b) Government funded project. Any contract for services which involves any city funds and the total

amount of the contract is fifty thousand dollars ($50,000.00) or more. Burlington School Department

contracts shall not be considered government funded projects under this article.

(c) Outsourcing. The assigning or reassigning, directly, or indirectly through subcontracting, of services

under a government funded project to workers performing the work outside of the United States.

(Ord. of 11-21-05/12-21-05)

21-92 Implementation.

(a) No contract for a government funded project shall be let to any CONTRACTOR, subCONTRACTOR,

or vendor who is outsourcing, or causing the work to be performed outside of the United States or

Canada.

(b) Prior to the commencement of work on a government funded project a CONTRACTOR,

subCONTRACTOR or vendor shall provide written certification that the services provided under the

contract will be performed in the United States or Canada.

(Ord. of 11-21-05/12-21-05)

21-93 Exemption.

An exemption from requirements of this article may be authorized by the chief administrative officer based

upon a determination that the services to be performed for the government funded project are not

available in the United States or Canada at a reasonable cost. Any such exemption decision by the chief

administrative officer shall be reported to the board of finance in writing within five (5) days. The board of

finance may, if it should vote to do so, override the exemption decision if such vote occurs within fourteen

(14) days of the date of the chief administrative officer’s communication to such board.

(Ord. of 11-21-05/12-21-05)

21-94 Enforcement.

(a) Any CONTRACTOR, subCONTRACTOR or vendor who files false or materially misleading

information in connection with an application, certification or request for information pursuant to the

provisions of this article or outsources work on a government funded project shall be deemed to be in

violation of this article.

(b) A violation of this article shall be a civil offense subject to a civil penalty of from one hundred dollars

($100.00) to five hundred ($500.00). All law enforcement officers and any other duly authorized municipal

officials are authorized to issue a municipal complaint for a violation of this article. Each day any violation

of any provision of this article shall continue shall constitute a separate violation.

(c) The City of Burlington shall have the right to modify, terminate and or seek specific performance of

any contract for a government funded project if the CONTRACTOR, subCONTRACTOR or vendor has

not complied with this article.

(Ord. of 11-21-05/12-21-05)

21-95—21-99 Reserved.

ATTACHMENTE

CertificationofCompliancewiththeCityofBurlington’sOutsourcingOrdinance

I,__________________________________,onbehalfof__________________________________

(CONTRACTOR)andinconnectionwiththe

________________________________________________________________________________________[project],

herebycertifyunderoaththat(1)CONTRACTORshallcomplywiththeCityofBurlington’s

OutsourcingOrdinance(Ordinance§§21-90–21-93);(2)asaconditionofenteringinto

thiscontractorgrant,CONTRACTORconfirmsthattheservicesprovidedundertheabove-

referencedcontractwillbeperformedintheUnitedStatesorCanada.

Datedat________________________,Vermontthis____dayof__________________,20__. By:_______________________________________________ DulyAuthorizedAgent Subscribedandsworntobeforeme: _______________________________ Notary

BURLINGTON’S UNION DETERRENCE ORDINANCE

ARTICLE VIII. UNION DETERRENCE

21-100 Policy.

It is the policy of the City of Burlington to limit letting contracts to organizations that provide union

deterrence services to other companies.

(Ord. of 3-27-06/4-26-06)

21-101 Definitions.

(a) CONTRACTOR or vendor. A person or entity that has a contract with the City of Burlington primarily

for the furnishing of services (as opposed to the purchasing of goods), including any subCONTRACTORs

of such CONTRACTOR or vendor.

(b) Government funded project. Any contract for services which involves any City funds and the total

amount of the contract is fifteen thousand dollars ($15,000.00) or more. Burlington School Department

contracts shall not be considered government funded projects under this article.

(c) Union deterrence services. Services provided by a CONTRACTOR, subCONTRACTOR or vendor

that are not restricted to advice concerning what activities by an employer are prohibited and permitted by

applicable laws and regulations, but extend beyond such legal advice to encouraging an employer to do

any of the following:

1) Hold captive audience, (i.e., mandatory) meetings with employees encouraging

employees to vote against the union;

2) Have supervisors force workers to meet individually with them to discuss the union;

3) Imply to employees, whether through written or oral communication, that their

employer may have to shut down or lay people off if the union wins the election;

4) Discipline or fire workers for union activity;

5) Train managers on how to dissuade employees from supporting the union.

(d) Substantial portion of income. For the purposes of this article, substantial portion of income shall

mean greater than ten (10) percent of annual gross revenues or one hundred thousand dollars

($100,000.00), whichever is less.

(Ord. of 3-27-06/4-26-06)

21-102 Implementation.

(a) No contract for a government funded project shall be let to any CONTRACTOR, subCONTRACTOR,

or vendor who

1) Advises or has advised an employer to conduct any illegal activity in its dealings with a

union.

2) Advertises union deterrence services as specialty services;

3) Earns a substantial portion of its income by providing union deterrence services to

other companies in order to defeat union organizing efforts.

(b) Prior to the commencement of work on a government funded project a CONTRACTOR,

subCONTRACTOR or vendor shall provide written certification that it has not advised the conduct of any

illegal activity, it does not currently, nor will it over the life of the contract provide union deterrence

services in violation of this article.

(Ord. of 3-27-06/4-26-06)

21-103 Enforcement.

(a) Any CONTRACTOR, subCONTRACTOR or vendor who files false or materially misleading

information in connection with an application, certification or request for information pursuant to the

provisions of this article or provided union deterrence services during the life of a contract for a

government funded project shall be deemed to be in violation of this article.

(b) The City of Burlington shall have the right to modify, terminate and or seek specific performance of

any contract for a government funded project if the CONTRACTOR, subCONTRACTOR or vendor has

not complied with this article.

(Ord. of 3-27-06/4-26-06)

21-104—21-110 Reserved.

ATTACHMENT F

CertificationofCompliancewiththeCityofBurlington’sUnionDeterrenceOrdinance

I,__________________________,onbehalfof_____________________________(CONTRACTOR)and

inconnectionwith________________________________(Citycontract/project/grant),hereby

certifyunderoaththat _____________________________(CONTRACTOR)hasnotadvisedthe

conductofanyillegalactivity,anditdoesnotcurrently,norwillitoverthelifeofthe

contractadvertiseorprovideuniondeterrenceservicesinviolationoftheCity’sunion

deterrenceordinance.

Datedat_____________________,Vermontthis____dayof__________________,20__. By:_______________________________________________ DulyAuthorizedAgent

ATTACHMENT GFederally Required Contract Clauses for FTA Project

Section Contract Clause

1 ACCESS TO RECORDS AND REPORTS

2 BONDING REQUIREMENTS

3 BUS TESTING

4 BUY AMERICA REQUIREMENTS

5 CARGO PREFERENCE REQUIREMENTS

6 CHARTER SERVICE

7 CLEAN AIR ACT AND FEDERAL WATER POLLUTION CONTROL ACT

8 CIVIL RIGHTS LAWS AND REGULATIONS

9 DISADVANTAGED BUSINESS ENTERPRISE (DBE)

10 EMPLOYEE PROTECTIONS

11 ENERGY CONSERVATION

12 FLY AMERICA

13 GOVERNMENT-WIDE DEBARMENT AND SUSPENSION

14 LOBBYING RESTRICTIONS

15 NO GOVERNMENT OBLIGATION TO THIRD PARTIES

16 PATENT RIGHTS AND RIGHTS IN DATA

17 PRE-AWARD AND POST-DELIVERY AUDITS OF ROLLING STOCK PURCHASES

18 PROGRAM FRAUD AND FALSE OR FRAUDULENT STATEMENTS AND RELATED ACTS

19 PUBLIC TRANSPORTATION EMPLOYEE PROTECTIVE ARRANGEMENTS

20 RECYCLED PRODUCTS

21 SAFE OPERATION OF MOTOR VEHICLES

22 SCHOOL BUS OPERATIONS

23 SEISMIC SAFETY

24 SUBSTANCE ABUSE REQUIREMENTS

25 TERMINATION

26 VIOLATION AND BREACH OF CONTRACT

Contract Clause: 1 - ACCESS TO RECORDS AND REPORTS

a. Record Retention. The Contractor will retain, and will require its subcontractors of all tiers toretain, complete and readily accessible records related in whole or in part to the contract,including, but not limited to, data, documents, reports, statistics, sub-agreements, leases,subcontracts, arrangements, other third party agreements of any type, and supporting materialsrelated to those records.

b. Retention Period. The Contractor agrees to comply with the record retention requirements inaccordance with 2 C.F.R. § 200.333. The Contractor shall maintain all books, records, accountsand reports required under this Contract for a period of at not less than three (3) years after thedate of termination or expiration of this Contract, except in the event of litigation or settlementof claims arising from the performance of this Contract, in which case records shall bemaintained until the disposition of all such litigation, appeals, claims or exceptions relatedthereto.

c. Access to Records. The Contractor agrees to provide sufficient access to FTA and its contractorsto inspect and audit records and information related to performance of this contract asreasonably may be required.

d. Access to the Sites of Performance. The Contractor agrees to permit FTA and its contractorsaccess to the sites of performance under this contract as reasonably may be required.

Contract Clause: 2 - BONDING REQUIREMENTS

Bid Guarantee

Bidders shall furnish a bid guaranty in the form of a bid bond, or certified treasurer’s or cashier’s checkissued by a responsible bank or trust company, made payable to the CITY. The amount of such guarantyshall be equal to 5% of the total bid price.

In submitting this bid, it is understood and agreed by bidder that the CITY reserves the right to reject anyand all bids, or part of any bid, and it is agreed that the Bid may not be withdrawn for a period of [90]days subsequent to the opening of bids, without the written consent of CITY.

It is also understood and agreed that if the undersigned bidder should withdraw any part or all of his bidwithin [90] days after the bid opening without the written consent of the CITY, or refuse or be unable toenter into this Contract as provided above, or refuse or be unable to furnish adequate and acceptablePerformance and Payment Bonds, or refuse or be unable to furnish adequate and acceptable insurance,as provided above, it shall forfeit its bid guaranty to the extent CITY’S damages occasioned by suchwithdrawal, or refusal, or inability to enter into an agreement, or provide adequate security thereof.

It is further understood and agreed that to the extent the defaulting bidder's bid guaranty shall proveinadequate to fully recompense CITY for the damages occasioned by default, then the undersignedbidder agrees to indemnify CITY and pay over to CITY the difference between the bid guarantee andCITY’S total damages so as to make CITY whole.

The undersigned understands that any material alteration of any of the above or any of the materialcontained herein, other than that requested will render the bid unresponsive.

Performance Guarantee

A Performance Guarantee in the amount of 100% of the Contract value is required by the CITY to ensurefaithful performance of the Contract. Either a Performance Bond or an Irrevocable Stand-By Letter ofCredit shall be provided by the Contractor and shall remain in full force for the term of the Agreement.The successful Bidder shall certify that it will provide the requisite Performance Guarantee to the CITYwithin ten (10) business days from Contract execution. The CITY requires all Performance Bonds to beprovided by a fully qualified surety company acceptable to the CITY and listed as a company currentlyauthorized under 31 C.F.R. part 22 as possessing a Certificate of Authority as described hereunder. CITYmay require additional performance bond protection when the contract price is increased. The increasein protection shall generally equal 100 percent of the increase in contract price. The CITY may secureadditional protection by directing the Contractor to increase the amount of the existing bond or toobtain an additional bond.

If the Bidder chooses to provide a Letter of Credit as its Performance Guarantee, the Bidder shall furnishwith its bid, certification that an Irrevocable Stand-By Letter of Credit will be furnished should the Bidderbecome the successful Contractor. The Bidder shall also provide a statement from the bankinginstitution certifying that an Irrevocable Stand-By Letter of Credit for the action will be provided if theContract is awarded to the Bidder. The Irrevocable Stand-By Letter of Credit will only be accepted by theCITY if:

1. A bank in good standing issues it. The CITY will not accept a Letter of Credit from an entity other thana bank.

2. It is in writing and signed by the issuing bank.

3. It conspicuously states that it is an irrevocable, non-transferable, “standby” Letter of Credit.

4. The CITY is identified as the Beneficiary.

5. It is in an amount equal to 100% of the Contract value. This amount must be in U.S. dollars.

6. The effective date of the Letter of Credit is the same as the effective date of the Contract

7. The expiration date of the Letter of Credit coincides with the term of this Agreement.

8. It indicates that it is being issued in order to support the obligation of the Contractor to performunder the Contract. It must specifically reference the Contract between the CITY and the Contractor thework stipulated herein.

The issuing bank’s obligation to pay will arise upon the presentation of the original Letter of Credit and acertificate and draft (similar to the attached forms) to the issuing bank’s representative at a location andtime to be determined by the parties. This documentation will indicate that the Contractor is in defaultunder the Contract.

Payment Bonds

A Labor and Materials Payment Bond equal to the full value of the contract must be furnished by thecontractor to CITY as security for payment by the Contractor and subcontractors for labor, materials,and rental of equipment. The bond may be issued by a fully qualified surety company acceptable to(CITY) and listed as a company currently authorized under 31 C.F.R. part 223 as possessing a Certificateof Authority as described thereunder.

Sample Bond Certifications

Performance Guarantee Certification

The undersigned hereby certifies that the Bidder shall provide a Performance Guarantee in accordancewith the Specifications.

Designate below which form of Performance Guarantee shall be provided:

____________________________________________________________________Performance Bond

_____________________________________________________Irrevocable Stand-By-Letter of Credit

BIDDER'S NAME: _____________________________________________________________________

AUTHORIZED SIGNATURE: ______________________________________________________________

TITLE: ______________________________________________________________________________

DATE:_______________________________________________________________________________

Performance Bond

KNOW ALL MEN BY THESE PRESENTS: that _______________________________________________

(Insert full name and address and legal title of Contractor) as Principal, hereinafter called Contractor,and _______________________________________________________________________________

(Insert full name and address or legal title of Surety) as Surety, hereinafter called Surety, are held andfirmly bound unto CITY as Obligee, hereinafter called Authority, in the amount of _______________Dollars ($) for the payment whereof Contractor and Surety bind themselves, their heirs, executors,administrators, successors and assigns, jointly and severally, firmly by these presents.

WHEREAS, Contractor has by written agreement dated_______________ , 20____, entered into acontract with the CITY for Contract No.__________________, which contract is by reference made apart hereof, and is hereinafter referred to as the Contract.

NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION is such that, if Contractor shall promptly andfaithfully perform said Contract, then this obligation shall be null and void; otherwise it shall remain infull force and effect.

The Surety hereby waives notice of any alteration or extension of time made by the CITY.

Whenever Contractor shall be, and is declared by the CITY to be in default under the Contract, the CITYhaving performed CITY’S obligations thereunder, the Surety may promptly remedy the default, or shallpromptly

1. Complete the Contract in accordance with it terms and conditions, or

2. Obtain a bid or bids for completing the Contract in accordance with its terms and conditions, andupon determination by Surety of the lowest responsible bidder, or, if the CITY elects, upondetermination by the CITY and the Surety jointly of the lowest responsible bidder, arrange for a contractbetween such bidder and the Authority, and make available as Work progresses (even though thereshould be a default or a succession of defaults under the contract or contracts of completion arrangedunder this paragraph) sufficient funds to pay the cost of completion less the balance of the contractprice; but not exceeding, the amount set forth in the first paragraph hereof. The term "balance of thecontract price," as used in this paragraph, shall mean the total amount payable by the CITY to Contractorunder the Contract and any amendments thereto, less the amount properly paid by the CITY toContractor.

Any suit under this bond must be instituted before the expiration of two (2) years from the date onwhich final payment under the Contract falls due.

No right of action shall accrue on this bond to or for the use of any person or corporation other than theCITY or the heirs, executors, administrators or successors of the CITY.

Signed and sealed this ________________day of ________________________20____.

WITNESS PRINCIPAL

____________________________________________ (SEAL)

_____________________________________ (Title)

WITNESS SURETY

____________________________________________ (SEAL)

_____________________________________ (Title)

Attach hereto proof of authority of officers or agents to sign bond.

Irrevocable Stand-By Letter of Credit Certificate

The undersigned states that he/she is _____________________________________________ of the

(Title)

_____________________________________________ (The "Beneficiary") and hereby

(Name of Beneficiary)

Certifies on behalf of the Beneficiary to_______________________________________ (the "Bank), with

(Name of Issuing Bank)

Reference to Irrevocable Standby Letter of Credit No. __________________________ Issued by theBank (the "Letter of Credit"), that:

1. The undersigned is duly authorized to execute and deliver this certificate on behalf of the Beneficiary.

2. The Beneficiary is making a drawing under the Letter of Credit.

3. An Event of Default has occurred under Contract No. .

4. The amount of the draft presented with this certificate does not exceed the total maximum amountdrawable today under the Letter of Credit as provided therein.

IN WITNESS WHEREOF, this certificate is executed this _________day of_____________, 20____.

(NAME OF BENEFICIARY)

By: _____________________________________________

Its: _____________________________________________

Bank Draft

FOR VALUE RECEIVED

Pay on presentment to ___________________________________ the sum of ____________________

(Name of Beneficiary) Dollars ($)

Charge the Account of ______________________________________ Irrevocably Standby Letter of

(Name of Issuing Bank)

Credit No. ____________________________Dated: ___________ 20___ .

To ______________________________________

(Name of Issuing Bank)

NAME OF BENEFICIARY

By ___________________________________________

Its ___________________________________________

Contract Clause: 4 – BUY AMERICA REQUIREMENTS

Buy America

The contractor agrees to comply with 49 U.S.C. 5323(j) and 49 C.F.R. part 661, which provide thatFederal funds may not be obligated unless all steel, iron, and manufactured products used in FTA fundedprojects are produced in the United States, unless a waiver has been granted by FTA or the product issubject to a general waiver. General waivers are listed in 49 C.F.R. § 661.7. Separate requirements forrolling stock are set out at 49 U.S.C. 5323(j)(2)(C) and 49 C.F.R. § 661.11.

The [bidder or offeror] must submit to [CITY] the appropriate Buy America certification below with its[bid or offer]. Bids or offers that are not accompanied by a completed Buy America certification will berejected as nonresponsive.

In accordance with 49 C.F.R. § 661.6, for the procurement of steel, iron or manufactured products, usethe certifications below.

Certificate of Compliance with Buy America Requirements

The bidder or offeror hereby certifies that it will comply with the requirements of 49 U.S.C. 5323(j)(1),and the applicable regulations in 49 C.F.R. part 661.

Date: _____________________________________________________________________

Signature: _________________________________________________________________

Company: _________________________________________________________________

Name: ____________________________________________________________________

Title: _____________________________________________________________________

Certificate of Non-Compliance with Buy America Requirements

The bidder or offeror hereby certifies that it cannot comply with the requirements of 49 U.S.C. 5323(j),but it may qualify for an exception to the requirement pursuant to 49 U.S.C. 5323(j)(2), as amended, andthe applicable regulations in 49 C.F.R. § 661.7.

Date: _____________________________________________________________________

Signature: _________________________________________________________________

Company: _________________________________________________________________

Name: ____________________________________________________________________

Title: _____________________________________________________________________

Contract Clause: 7 – CLEAN AIR ACT AND FEDERAL WATER POLLUTION CONTROL ACT

The Contractor agrees:

1) It will not use any violating facilities;

2) It will report the use of facilities placed on or likely to be placed on the U.S. EPA “List of ViolatingFacilities;”

3) It will report violations of use of prohibited facilities to FTA; and

4) It will comply with the inspection and other requirements of the Clean Air Act, as amended, (42 U.S.C.§§ 7401 – 7671q); and the Federal Water Pollution Control Act as amended, (33 U.S.C. §§ 1251-1387).

Contract Clause: 8 – CIVIL RIGHTS LAWS AND REGULATIONS

Civil Rights and Equal Opportunity

The CITY is an Equal Opportunity Employer. As such, the CITY agrees to comply with all applicableFederal civil rights laws and implementing regulations. Apart from inconsistent requirements imposedby Federal laws or regulations, the CITY agrees to comply with the requirements of 49 U.S.C. § 5323(h)(3) by not using any Federal assistance awarded by FTA to support procurements using exclusionary ordiscriminatory specifications.

Under this Agreement, the Contractor shall at all times comply with the following requirements andshall include these requirements in each subcontract entered into as part thereof.

1. Nondiscrimination. In accordance with Federal transit law at 49 U.S.C. § 5332, the Contractor agreesthat it will not discriminate against any employee or applicant for employment because of race, color,religion, national origin, sex, disability, or age. In addition, the Contractor agrees to comply withapplicable Federal implementing regulations and other implementing requirements FTA may issue.

2. Race, Color, Religion, National Origin, Sex. In accordance with Title VII of the Civil Rights Act, asamended, 42 U.S.C. § 2000e et seq., and Federal transit laws at 49 U.S.C. § 5332, the Contractor agreesto comply with all applicable equal employment opportunity requirements of U.S. Department of Labor(U.S. DOL) regulations, "Office of Federal Contract Compliance Programs, Equal EmploymentOpportunity, Department of Labor," 41 C.F.R. chapter 60, and Executive Order No. 11246, "EqualEmployment Opportunity in Federal Employment," September 24, 1965, 42 U.S.C. § 2000e note, asamended by any later Executive Order that amends or supersedes it, referenced in 42 U.S.C. § 2000enote. The Contractor agrees to take affirmative action to ensure that applicants are employed, and thatemployees are treated during employment, without regard to their race, color, religion, national origin,or sex (including sexual orientation and gender identity). Such action shall include, but not be limited to,the following: employment, promotion, demotion or transfer, recruitment or recruitment advertising,layoff or termination; rates of pay or other forms of compensation; and selection for training, includingapprenticeship. In addition, the Contractor agrees to comply with any implementing requirements FTAmay issue.

3. Age. In accordance with the Age Discrimination in Employment Act, 29 U.S.C. §§ 621- 634, U.S. EqualEmployment Opportunity Commission (U.S. EEOC) regulations, “Age Discrimination in Employment Act,”29 C.F.R. part 1625, the Age Discrimination Act of 1975, as amended, 42 U.S.C. § 6101 et seq., U.S.Health and Human Services regulations, “Nondiscrimination on the Basis of Age in Programs or ActivitiesReceiving Federal Financial Assistance,” 45 C.F.R. part 90, and Federal transit law at 49 U.S.C. § 5332, theContractor agrees to refrain from discrimination against present and prospective employees for reasonof age. In addition, the Contractor agrees to comply with any implementing requirements FTA mayissue.

4. Disabilities. In accordance with section 504 of the Rehabilitation Act of 1973, as amended, 29 U.S.C. §794, the Americans with Disabilities Act of 1990, as amended, 42 U.S.C. § 12101 et seq., theArchitectural Barriers Act of 1968, as amended, 42 U.S.C. § 4151 et seq., and Federal transit law at 49U.S.C. § 5332, the Contractor agrees that it will not discriminate against individuals on the basis ofdisability. In addition, the Contractor agrees to comply with any implementing requirements FTA mayissue.

Contract Clause: 9 – DISADVANTAGED BUSINESS ENTERPRISE (DBE)

Overview

It is the policy of the CITY and the United States Department of Transportation (“DOT”) thatDisadvantaged Business Enterprises (“DBE’s”), as defined herein and in the Federal regulationspublished at 49 C.F.R. part 26, shall have an equal opportunity to participate in DOT-assisted contracts.It is also the policy of the CITY to:

1. Ensure nondiscrimination in the award and administration of DOT-assisted contracts;

2. Create a level playing field on which DBE’s can compete fairly for DOT-assisted contracts;

3. Ensure that the DBE program is narrowly tailored in accordance with applicable law;

4. Ensure that only firms that fully meet 49 C.F.R. part 26 eligibility standards are permitted toparticipate as DBE’s;

5. Help remove barriers to the participation of DBEs in DOT assisted contracts;

6. To promote the use of DBEs in all types of federally assisted contracts and procurement activities; and

7. Assist in the development of firms that can compete successfully in the marketplace outside the DBEprogram.

This Contract is subject to 49 C.F.R. part 26. Therefore, the Contractor must satisfy the requirements forDBE participation as set forth herein. These requirements are in addition to all other equal opportunityemployment requirements of this Contract. The CITY shall make all determinations with regard towhether or not a Bidder/Offeror is in compliance with the requirements stated herein. In assessingcompliance, the CITY may consider during its review of the Bidder/Offeror’s submission package, theBidder/Offeror’s documented history of non-compliance with DBE requirements on previous contractswith the CITY.

Contract Assurance

The Contractor, subrecipient or subcontractor shall not discriminate on the basis of race, color, nationalorigin, or sex in the performance of this Contract. The Contractor shall carry out applicable requirementsof 49 C.F.R. part 26 in the award and administration of DOT-assisted contracts. Failure by the Contractorto carry out these requirements is a material breach of this Contract, which may result in thetermination of this Contract or such other remedy as the CITY deems appropriate.

DBE Participation

For the purpose of this Contract, the CITY will accept only DBE’s who are:

1. Certified, at the time of bid opening or proposal evaluation, by the [certifying agency or the UnifiedCertification Program (UCP)]; or

2. An out-of-state firm who has been certified by either a local government, state government orFederal government entity authorized to certify DBE status or an agency whose DBE certification processhas received FTA approval; or

3. Certified by another agency approved by the CITY (Such as VTrans).

DBE Participation Goal

The DBE participation goal for this Contract is set at 0%. This goal represents those elements of workunder this Contract performed by qualified Disadvantaged Business Enterprises for amounts totaling notless than __________% of the total Contract price. Failure to meet the stated goal at the time ofproposal submission may render the Bidder/Offeror non-responsive.

Proposed Submission Each Bidder/Offeror, as part of its submission, shall supply the followinginformation:

1. A completed DBE Utilization Form (see below) that indicates the percentage and dollar value of thetotal bid/contract amount to be supplied by Disadvantaged Business Enterprises under this Contract.

2. A list of those qualified DBE’s with whom the Bidder/Offeror intends to contract for the performanceof portions of the work under the Contract, the agreed price to be paid to each DBE for work, theContract items or parts to be performed by each DBE, a proposed timetable for the performance ordelivery of the Contract item, and other information as required by the DBE Participation Schedule (seebelow). No work shall be included in the Schedule that the Bidder/Offeror has reason to believe thelisted DBE will subcontract, at any tier, to other than another DBE. If awarded the Contract, theBidder/Offeror may not deviate from the DBE Participation Schedule submitted in response to the bid.Any subsequent changes and/or substitutions of DBE firms will require review and written approval bythe CITY.

3. An original DBE Letter of Intent (see below) from each DBE listed in the DBE Participation Schedule.

4. An original DBE Affidavit (see below) from each DBE stating that there has not been any change in itsstatus since the date of its last certification.

Good Faith Efforts

If the Bidder/Offeror is unable to meet the goal set forth above (DBE Participation Goal), the CITY willconsider the Bidder/Offeror’s documented good faith efforts to meet the goal in determiningresponsiveness. The types of actions that the CITY will consider as part of the Bidder/Offeror’s good faithefforts include, but are not limited to, the following:

1. Documented communication with the CITY’s DBE Coordinator (questions of IFB or RFP requirements,subcontracting opportunities, appropriate certification, will be addressed in a timely fashion);

2. Pre-bid meeting attendance. At the pre-bid meeting, the CITY generally informs potentialBidder/Offeror’s of DBE subcontracting opportunities;

3. The Bidder/Offeror’s own solicitations to obtain DBE involvement in general circulation media, tradeassociation publication, minority-focus media and other reasonable and available means withinsufficient time to allow DBEs to respond to the solicitation;

4. Written notification to DBE’s encouraging participation in the proposed Contract; and

5. Efforts made to identify specific portions of the work that might be performed by DBE’s.

The Bidder/Offeror shall provide the following details, at a minimum, of the specific efforts it made tonegotiate in good faith with DBE’s for elements of the Contract:

1. The names, addresses, and telephone numbers of DBE’s that were contacted;

2. A description of the information provided to targeted DBE’s regarding the specifications and bidproposals for portions of the work;

3. Efforts made to assist DBE’s contacted in obtaining bonding or insurance required by the Bidder or theAuthority.

Further, the documentation of good faith efforts must include copies of each DBE and non-DBEsubcontractor quote submitted when a non-DBE subcontractor was selected over a DBE for work on thecontract. 49 C.F.R. § 26.53(b) (2) (VI). In determining whether a Bidder has made good faith efforts, theAuthority may take into account the performance of other Bidders in meeting the Contract goals. Forexample, if the apparent successful Bidder failed to meet the goal, but meets or exceeds the averageDBE participation obtained by other Bidders, the Authority may view this as evidence of the Bidderhaving made good faith efforts.

Administrative Reconsideration

Within five (5) business days of being informed by the CITY that it is not responsive or responsiblebecause it has not documented sufficient good faith efforts, the Bidder/Offeror may requestadministrative reconsideration. The Bidder should make this request in writing to the CITY’s MunicipalProject Manager. The Municipal Project Manager will forward the Bidder/Offeror’s request to areconsideration official who will not have played any role in the original determination that theBidder/Offeror did not document sufficient good faith efforts.

As part of this reconsideration, the Bidder/Offeror will have the opportunity to provide writtendocumentation or argument concerning the issue of whether it met the goal or made adequate good

faith efforts to do so. The Bidder/Offeror will have the opportunity to meet in person with the assignedreconsideration official to discuss the issue of whether it met the goal or made adequate good faithefforts to do so. The CITY will send the Bidder/Offeror a written decision on its reconsideration,explaining the basis for finding that the Bidder/Offeror did or did not meet the goal or make adequategood faith efforts to do so. The result of the reconsideration process is not administratively appealableto the Department of Transportation.

Termination of DBE Subcontractor

The Contractor shall not terminate the DBE subcontractor(s) listed in the DBE Participation Schedule(see below) without the CITY’s prior written consent. The CITY may provide such written consent only ifthe Contractor has good cause to terminate the DBE firm. Before transmitting a request to terminate,the Contractor shall give notice in writing to the DBE subcontractor of its intent to terminate and thereason for the request. The Contractor shall give the DBE five days to respond to the notice and adviseof the reasons why it objects to the proposed termination. When a DBE subcontractor is terminated orfails to complete its work on the Contract for any reason, the Contractor shall make good faith efforts tofind another DBE subcontractor to substitute for the original DBE and immediately notify the CITY inwriting of its efforts to replace the original DBE. These good faith efforts shall be directed at findinganother DBE to perform at least the same amount of work under the Contract as the DBE that wasterminated, to the extent needed to meet the Contract goal established for this procurement. Failure tocomply with these requirements will be in accordance with Section 8 below (Sanctions for Violations).

Continued Compliance

The CITY shall monitor the Contractor’s DBE compliance during the life of the Contract. In the event thisprocurement exceeds ninety (90) days, it will be the responsibility of the Contractor to submit quarterlywritten reports to the CITY that summarize the total DBE value for this Contract. These reports shallprovide the following details:

• DBE utilization established for the Contract;

• Total value of expenditures with DBE firms for the quarter;

• The value of expenditures with each DBE firm for the quarter by race and gender;

• Total value of expenditures with DBE firms from inception of the Contract; and

• The value of expenditures with each DBE firm from the inception of the Contract by race and gender.

Reports and other correspondence must be submitted to the DBE Coordinator. Reports shall continueto be submitted quarterly until final payment is issued or until DBE participation is completed.

The successful Bidder/Offeror shall permit:

• The CITY to have access to necessary records to examine information as the CITY deems appropriatefor the purpose of investigating and determining compliance with this provision, including, but notlimited to, records of expenditures, invoices, and contract between the successful Bidder/Offeror andother DBE parties entered into during the life of the Contract.

• The authorized representative(s) of the CITY, the U.S. Department of Transportation, the ComptrollerGeneral of the United States, to inspect and audit all data and record of the Contractor relating to itsperformance under the Disadvantaged Business Enterprise Participation provision of this Contract.

• All data/record(s) pertaining to DBE shall be maintained as stated in the document retention policyrequirements of the City’s General Specifications.

Sanctions for Violations

If at any time the CITY has reason to believe that the Contractor is in violation of its obligations underthis Agreement or has otherwise failed to comply with terms of this Section, the CITY may, in addition topursuing any other available legal remedy, commence proceedings, which may include but are notlimited to, the following:

• Suspension of any payment or part due the Contractor until such time as the issues concerning theContractor’s compliance are resolved; and

• Termination or cancellation of the Contract, in whole or in part, unless the successful Contractor isable to demonstrate within a reasonable time that it is in compliance with the DBE terms stated herein.

DBE UTILIZATION FORM

The undersigned Bidder/Offeror has satisfied the requirements of the solicitation in the followingmanner (please check the appropriate space):

__________________________ The Bidder/Offer is committed to a minimum of ____% DBE utilizationon this contract.

__________________________ The Bidder/Offeror (if unable to meet the DBE goal of ______%) iscommitted to a minimum of ________% DBE utilization on this contract and submits documentationdemonstrating good faith efforts.

DBE PARTICIPATION SCHEDULE

The Bidder/Offeror shall complete the following information for all DBE’s participating in the contractthat comprises the DBE Utilization percent stated in the DBE Utilization Form. The Bidder/Offeror shallalso furnish the name and telephone number of the appropriate contact person should the CITY haveany questions in relation to the information furnished herein.

DBE IDENTIFICATION AND INFORMATION FORM

Name andAddress

Contact Nameand TelephoneNumber

ParticipationPercent (of totalContract Value)

Description ofWork to BePerformed

Race and Genderof Firm

Contract Clause: 10 – EMPLOYEE PROTECTIONS

Prevailing Wage and Anti-Kickback

For all prime construction, alteration or repair contracts in excess of $2,000 awarded by FTA, theContractor shall comply with the Davis-Bacon Act and the Copeland “Anti-Kickback” Act. Under 49 U.S.C.§ 5333(a), prevailing wage protections apply to laborers and mechanics employed on FTA assistedconstruction, alteration, or repair projects. The Contractor will comply with the Davis-Bacon Act, 40U.S.C. §§ 3141-3144, and 3146-3148 as supplemented by DOL regulations at 29 C.F.R. part 5, “LaborStandards Provisions Applicable to Contracts Governing Federally Financed and Assisted Construction.”In accordance with the statute, the Contractor shall pay wages to laborers and mechanics at a rate notless than the prevailing wages specified in a wage determination made by the Secretary of Labor. Inaddition, the Contractor agrees to pay wages not less than once a week. The Contractor shall alsocomply with the Copeland “Anti-Kickback” Act (40 U.S.C. § 3145), as supplemented by DOL regulationsat 29 C.F.R. part 3, “Contractors and Subcontractors on Public Building or Public Work Financed in Wholeor in part by Loans or Grants from the United States.” The Contractor is prohibited from inducing, by anymeans, any person employed in the construction, completion, or repair of public work, to give up anypart of the compensation to which he or she is otherwise entitled.

Contract Work Hours and Safety Standards

For all contracts in excess of $100,000 that involve the employment of mechanics or laborers, theContractor shall comply with the Contract Work Hours and Safety Standards Act (40 U.S.C. §§ 3701-3708), as supplemented by the DOL regulations at 29 C.F.R. part 5. Under 40 U.S.C. § 3702 of the Act,the Contractor shall compute the wages of every mechanic and laborer, including watchmen and guards,on the basis of a standard work week of 40 hours. Work in excess of the standard work week ispermissible provided that the worker is compensated at a rate of not less than one and a half times thebasic rate of pay for all hours worked in excess of 40 hours in the work week. The requirements of 40U.S.C. § 3704 are applicable to construction work and provide that no laborer or mechanic be requiredto work in surroundings or under working conditions which are unsanitary, hazardous or dangerous.These requirements do not apply to the purchase of supplies or materials or articles ordinarily availableon the open market, or to contracts for transportation or transmission of intelligence.

In the event of any violation of the clause set forth herein, the Contractor and any subcontractorresponsible therefor shall be liable for the unpaid wages. In addition, the Contractor and subcontractorshall be liable to the United States (in the case of work done under contract for the District of Columbiaor a territory, to such District or to such territory), for liquidated damages. Such liquidated damagesshall be computed with respect to each individual laborer or mechanic, including watchmen and guards,employed in violation of this clause in the sum of $10 for each calendar day on which such individualwas required or permitted to work in excess of the standard workweek of forty hours without paymentof the overtime wages required by this clause.

The FTA shall upon its own action or upon written request of an authorized representative of theDepartment of Labor withhold or cause to be withheld, from any moneys payable on account of workperformed by the Contractor or subcontractor under any such contract or any other Federal contract

with the same prime Contractor, or any other federally-assisted contract subject to the Contract WorkHours and Safety Standards Act, which is held by the same prime Contractor, such sums as may bedetermined to be necessary to satisfy any liabilities of such Contractor or subcontractor for unpaidwages and liquidated damages as provided in this section.

The Contractor or subcontractor shall insert in any subcontracts the clauses set forth in this section andalso a clause requiring the subcontractors to include these clauses in any lower tier subcontracts. Theprime Contractor shall be responsible for compliance by any subcontractor or lower tier subcontractorwith the clauses set forth in this agreement.

Contract Work Hours and Safety Standards for Awards Not Involving Construction

The Contractor shall comply with all federal laws, regulations, and requirements providing wage andhour protections for non-construction employees, in accordance with 40 U.S.C. § 3702, Contract WorkHours and Safety Standards Act, and other relevant parts of that Act, 40 U.S.C. § 3701 et seq., and U.S.DOL regulations, “Labor Standards Provisions Applicable to Contracts Covering Federally Financed andAssisted Construction (also Labor Standards Provisions Applicable to Non-construction Contracts Subjectto the Contract Work Hours and Safety Standards Act),” 29 C.F.R. part 5.

The Contractor shall maintain payrolls and basic payroll records during the course of the work and shallpreserve them for a period of three (3) years from the completion of the contract for all laborers andmechanics, including guards and watchmen, working on the contract. Such records shall contain thename and address of each such employee, social security number, correct classifications, hourly rates ofwages paid, daily and weekly number of hours worked, deductions made, and actual wages paid.

Such records maintained under this paragraph shall be made available by the Contractor for inspection,copying, or transcription by authorized representatives of the FTA and the Department of Labor, and theContractor will permit such representatives to interview employees during working hours on the job.

The contractor shall require the inclusion of the language of this clause within subcontracts of all tiers.

Davis Bacon Wage Rate Decision:

General Decision Number: VT160025 09/16/2016 VT25

Superseded General Decision Number: VT20150025

State: Vermont

Construction Type: Building

County: Chittenden County in Vermont.

BUILDING CONSTRUCTION PROJECTS (does not include single family homes or apartments up to andincluding 4 stories).

Note: Under Executive Order (EO) 13658, an hourly minimum wage of $10.15 for calendar year 2016applies to all contracts subject to the Davis-Bacon Act for which the solicitation was issued on or afterJanuary 1, 2015. If this contract is covered by the EO, the contractor must pay all workers in anyclassification listed on this wage determination at least $10.15 (or the applicable wage rate listed on thiswage determination, if it is higher) for all hours spent performing on the contract in calendar year 2016.The EO minimum wage rate will be adjusted annually. Additional information on contractorrequirements and worker protections under the EO is available at www.dol.gov/whd/govcontracts.

Modification Number Publication Date

0 01/08/2016

1 02/05/2016

2 04/08/2016

3 07/08/2016

4 09/16/2016

* ELEC0300-001 05/29/2016

Rates Fringes

ELECTRICIAN.................. $ 23.27 10%+7.70

----------------------------------------------------------------

* ELEC0300-002 05/29/2016

Rates Fringes

ELECTRICIAN (Low Voltage Wiring)..........................$ 23.27 10%+7.70

----------------------------------------------------------------

IRON0007-024 03/16/2016

Rates Fringes

IRONWORKER, STRUCTURAL...........$ 23.68 21.00

----------------------------------------------------------------

PLUM0693-003 06/02/2016

Rates Fringes

PLUMBER..........................$ 27.66 13.42

----------------------------------------------------------------

SHEE0063-005 01/01/2016

Rates Fringes

SHEET METAL WORKER (HVAC Duct Installation Only).. $ 31.57 28.12

----------------------------------------------------------------

SUVT2011-010 02/10/2011

Rates Fringes

BRICKLAYER....................... $ 25.89 0.78

CARPENTER (Drywall Hanging Only)............................ $ 17.15 1.63

CARPENTER, Excludes Drywall Hanging.......................... $ 20.28 10.49

LABORER: Common or General...... $ 13.11 3.52

LABORER: Mason Tender - Brick... $ 15.78 0.48

LABORER: Mason Tender - Cement/Concrete..................$ 16.50 0.00

OPERATOR: Bulldozer............. $ 19.00 0.00

Rates Fringes

OPERATOR: Excavator............. $ 17.00 0.95

PAINTER: Brush Only............. $ 16.82 0.00

PAINTER: Roller................. $ 16.82 0.00

ROOFER........................... $ 18.98 4.40

SPRINKLER FITTER (Fire Sprinklers)...................... $ 19.43 2.30

TRUCK DRIVER: Dump Truck........ $ 14.00 0.81

----------------------------------------------------------------

WELDERS - Receive rate prescribed for craft performing operation to which welding is incidental.

================================================================

Unlisted classifications needed for work not included within the scope of the classifications listed may beadded after award only as provided in the labor standards contract clauses (29CFR 5.5 (a) (1) (ii)).

----------------------------------------------------------------

The body of each wage determination lists the classification and wage rates that have been found to beprevailing for the cited type(s) of construction in the area covered by the wage determination. Theclassifications are listed in alphabetical order of "identifiers" that indicate whether the particular rate is

a union rate (current union negotiated rate for local), a survey rate (weighted average rate) or a unionaverage rate (weighted union average rate).

Union Rate Identifiers

A four letter classification abbreviation identifier enclosed in dotted lines beginning with charactersother than "SU" or "UAVG" denotes that the union classification and rate were prevailing for thatclassification in the survey. Example: PLUM0198-005 07/01/2014. PLUM is an abbreviation identifier ofthe union which prevailed in the survey for this classification, which in this example would be Plumbers.0198 indicates the local union number or district council number where applicable, i.e., Plumbers Local0198. The next number, 005 in the example, is an internal number used in processing the wagedetermination. 07/01/2014 is the effective date of the most current negotiated rate, which in thisexample is July 1, 2014.

Union prevailing wage rates are updated to reflect all rate changes in the collective bargainingagreement (CBA) governing this classification and rate.

Survey Rate Identifiers

Classifications listed under the "SU" identifier indicate that no one rate prevailed for this classification inthe survey and the published rate is derived by computing a weighted average rate based on all therates reported in the survey for that classification. As this weighted average rate includes all ratesreported in the survey, it may include both union and non-union rates. Example: SULA2012-0075/13/2014. SU indicates the rates are survey rates based on a weighted average calculation of rates andare not majority rates. LA indicates the State of Louisiana. 2012 is the year of survey on which theseclassifications and rates are based. The next number, 007 in the example, is an internal number used inproducing the wage determination. 5/13/2014 indicates the survey completion date for theclassifications and rates under that identifier.

Survey wage rates are not updated and remain in effect until a new survey is conducted.

Union Average Rate Identifiers

Classification(s) listed under the UAVG identifier indicate that no single majority rate prevailed for thoseclassifications; however, 100% of the data reported for the classifications was union data. EXAMPLE:UAVG-OH-0010 08/29/2014. UAVG indicates that the rate is a weighted union average rate. OHindicates the state. The next number, 0010 in the example, is an internal number used in producing thewage determination. 08/29/2014 indicates the survey completion date for the classifications and ratesunder that identifier.

A UAVG rate will be updated once a year, usually in January of each year, to reflect a weighted averageof the current negotiated/CBA rate of the union locals from which the rate is based.

----------------------------------------------------------------

WAGE DETERMINATION APPEALS PROCESS

1.) Has there been an initial decision in the matter? This can be:

* an existing published wage determination

* a survey underlying a wage determination

* a Wage and Hour Division letter setting forth a position on a wage determination matter

* a conformance (additional classification and rate) ruling

On survey related matters, initial contact, including requests for summaries of surveys, should be withthe Wage and Hour Regional Office for the area in which the survey was conducted because thoseRegional Offices have responsibility for the Davis-Bacon survey program. If the response from this initialcontact is not satisfactory, then the process described in 2.) and 3.) should be followed.

With regard to any other matter not yet ripe for the formal process described here, initial contactshould be with the Branch of Construction Wage Determinations. Write to:

Branch of Construction Wage Determinations

Wage and Hour Division

U.S. Department of Labor

200 Constitution Avenue, N.W.

Washington, DC 20210

2.) If the answer to the question in 1.) is yes, then an interested party (those affected by the action) canrequest review and reconsideration from the Wage and Hour Administrator (See 29 CFR Part 1.8 and 29CFR Part 7). Write to:

Wage and Hour Administrator

U.S. Department of Labor

200 Constitution Avenue, N.W.

Washington, DC 20210

The request should be accompanied by a full statement of the interested party's position and by anyinformation (wage payment data, project description, area practice material, etc.) that the requestorconsiders relevant to the issue.

3.) If the decision of the Administrator is not favorable, an interested party may appeal directly to theAdministrative Review Board (formerly the Wage Appeals Board). Write to:

Administrative Review Board

U.S. Department of Labor

200 Constitution Avenue, N.W.

Washington, DC 20210

4.) All decisions by the Administrative Review Board are final.

================================================================

END OF GENERAL DECISION

Contract Clause: 11 – ENERGY CONSERVATION

Energy Conservation

The contractor agrees to comply with mandatory standards and policies relating to energy efficiency,which are contained in the state energy conservation plan issued in compliance with the Energy Policyand Conservation Act.

Contract Clause: 13 – GOVERNMENT WIDE DEBARMENT AND SUSPENSION

Debarment, Suspension, Ineligibility and Voluntary Exclusion

The Contractor shall comply and facilitate compliance with U.S. DOT regulations, “NonprocurementSuspension and Debarment,” 2 C.F.R. part 1200, which adopts and supplements the U.S. Office ofManagement and Budget (U.S. OMB) “Guidelines to Agencies on Governmentwide Debarment andSuspension (Nonprocurement),” 2 C.F.R. part 180. These provisions apply to each contract at any tier of$25,000 or more, and to each contract at any tier for a federally required audit (irrespective of thecontract amount), and to each contract at any tier that must be approved by an FTA official irrespectiveof the contract amount. As such, the Contractor shall verify that its principals, affiliates, andsubcontractors are eligible to participate in this federally funded contract and are not presently declaredby any Federal department or agency to be:

a) Debarred from participation in any federally assisted Award;

b) Suspended from participation in any federally assisted Award;

c) Proposed for debarment from participation in any federally assisted Award;

d) Declared ineligible to participate in any federally assisted Award;

e) Voluntarily excluded from participation in any federally assisted Award; or

f) Disqualified from participation in ay federally assisted Award.

By signing and submitting its bid or proposal, the bidder or proposer certifies as follows:

The certification in this clause is a material representation of fact relied upon by the CITY. If it is laterdetermined by the CITY that the bidder or proposer knowingly rendered an erroneous certification, inaddition to remedies available to the CITY, the Federal Government may pursue available remedies,including but not limited to suspension and/or debarment. The bidder or proposer agrees to complywith the requirements of 2 C.F.R. part 180, subpart C, as supplemented by 2 C.F.R. part 1200, while thisoffer is valid and throughout the period of any contract that may arise from this offer. The bidder orproposer further agrees to include a provision requiring such compliance in its lower tier coveredtransactions.

Contract Clause: 14 – LOBBYING RESTRICTIONS

Lobbying Restrictions

The undersigned certifies, to the best of his or her knowledge and belief, that:

1. No Federal appropriated funds have been paid or will be paid, by or on behalf of the undersigned, toany person for influencing or attempting to influence an officer or employee of an agency, a Member ofCongress, an officer or employee of Congress, or an employee of a Member of Congress in connectionwith the awarding of any Federal contract, the making of any Federal grant, the making of any Federalloan, the entering into of any cooperative agreement, and the extension, continuation, renewal,amendment, or modification of any Federal contract, grant, loan, or cooperative agreement.

2. If any funds other than Federal appropriated funds have been paid or will be paid to any person forinfluencing or attempting to influence an officer or employee of any agency, a Member of Congress, anofficer or employee of Congress, or an employee of a Member of Congress in connection with thisFederal contract, grant, loan, or cooperative agreement, the undersigned shall complete and submitStandard Form-LLL, “Disclosure Form to Report Lobbying,” in accordance with its instructions.

3. The undersigned shall require that the language of this certification be included in the awarddocuments for all sub-awards at all tiers (including subcontracts, sub-grants, and contracts under grants,loans, and cooperative agreements) and that all subrecipients shall certify and disclose accordingly.

This certification is a material representation of fact upon which reliance was placed when thistransaction was made or entered into. Submission of this certification is a prerequisite for making orentering into this transaction imposed by section 1352, title 31, U.S. Code. Any person who fails to filethe required certification shall be subject to a civil penalty of not less than $10,000 and not more than$100,000 for each such failure.

__________________________ Signature of Contractor's Authorized Official

__________________________ Name and Title of Contractor's Authorized Official

__________________________ Date

Contract Clause: 15 – NO GOVERNMENT OBLIGATION TO THIRD PARTIES

The CITY and Contractor acknowledge and agree that, notwithstanding any concurrence by the FederalGovernment in or approval of the solicitation or award of the underlying Contract, absent the expresswritten consent by the Federal Government, the Federal Government is not a party to this Contract andshall not be subject to any obligations or liabilities to the CITY, Contractor or any other party (whether ornot a party to that contract) pertaining to any matter resulting from the underlying Contract. TheContractor agrees to include the above clause in each subcontract financed in whole or in part withFederal assistance provided by the FTA. It is further agreed that the clause shall not be modified, exceptto identify the subcontractor who will be subject to its provisions.

Contract Clause: 18 – PROGRAM FRAUD AND FALSE OR FRAUDULENT STATEMENTS AND RELATEDACTS

The Contractor acknowledges that the provisions of the Program Fraud Civil Remedies Act of 1986, asamended, 31 U.S.C. § 3801 et seq. and U.S. DOT regulations, "Program Fraud Civil Remedies," 49 C.F.R.part 31, apply to its actions pertaining to this Project. Upon execution of the underlying contract, theContractor certifies or affirms the truthfulness and accuracy of any statement it has made, it makes, itmay make, or causes to be made, pertaining to the underlying contract or the FTA assisted project forwhich this contract work is being performed. In addition to other penalties that may be applicable, theContractor further acknowledges that if it makes, or causes to be made, a false, fictitious, or fraudulentclaim, statement, submission, or certification, the Federal Government reserves the right to impose thepenalties of the Program Fraud Civil Remedies Act of 1986 on the Contractor to the extent the FederalGovernment deems appropriate.

The Contractor also acknowledges that if it makes, or causes to be made, a false, fictitious, or fraudulentclaim, statement, submission, or certification to the Federal Government under a contract connectedwith a project that is financed in whole or in part with Federal assistance originally awarded by FTAunder the authority of 49 U.S.C. chapter 53, the Government reserves the right to impose the penaltiesof 18 U.S.C. § 1001 and 49 U.S.C. § 5323(l) on the Contractor, to the extent the Federal Governmentdeems appropriate.

The Contractor agrees to include the above two clauses in each subcontract financed in whole or in partwith Federal assistance provided by FTA. It is further agreed that the clauses shall not be modified,except to identify the subcontractor who will be subject to the provisions

Contract Clause: 20 – RECYCLED PRODUCTS

Recovered Materials

The Contractor agrees to provide a preference for those products and services that conserve naturalresources, protect the environment, and are energy efficient by complying with and facilitatingcompliance with Section 6002 of the Resource Conservation and Recovery Act, as amended, 42 U.S.C. §6962, and U.S. Environmental Protection Agency (U.S. EPA), “Comprehensive Procurement Guideline forProducts Containing Recovered Materials,” 40 C.F.R. part 247.

Contract Clause: 21 – SAFE OPERATION OF MOTOR VEHICLES

Seat Belt Use

The Contractor is encouraged to adopt and promote on-the-job seat belt use policies and programs forits employees and other personnel that operate company-owned vehicles, company- rented vehicles, orpersonally operated vehicles. The terms “company-owned” and “company-leased” refer to vehiclesowned or leased either by the Contractor or CITY.

Distracted Driving

The Contractor agrees to adopt and enforce workplace safety policies to decrease crashes caused bydistracted drivers, including policies to ban text messaging while using an electronic device supplied byan employer, and driving a vehicle the driver owns or rents, a vehicle Contactor owns, leases, or rents,or a privately-owned vehicle when on official business in connection with the work performed under thisagreement.

Contract Clause: 23 – SEISMIC SAFETY

The contractor agrees that any new building or addition to an existing building will be designed andconstructed in accordance with the standards for Seismic Safety required in Department ofTransportation (DOT) Seismic Safety Regulations 49 C.F.R. part 41 and will certify to compliance to theextent required by the regulation. The contractor also agrees to ensure that all work performed underthis contract, including work performed by a subcontractor, is in compliance with the standards requiredby the Seismic Safety regulations and the certification of compliance issued on the project.

Contract Clause: 25 – TERMINATION

Termination for Convenience (General Provision)

The CITY may terminate this contract, in whole or in part, at any time by written notice to the Contractorwhen it is in the CITY’s best interest. The Contractor shall be paid its costs, including contract close-outcosts, and profit on work performed up to the time of termination. The Contractor shall promptlysubmit its termination claim to CITY to be paid the Contractor. If the Contractor has any property in itspossession belonging to CITY, the Contractor will account for the same, and dispose of it in the mannerCITY directs.

Termination for Default [Breach or Cause] (General Provision)

If the Contractor does not deliver supplies in accordance with the contract delivery schedule, or if thecontract is for services, the Contractor fails to perform in the manner called for in the contract, or if the

Contractor fails to comply with any other provisions of the contract, the CITY may terminate thiscontract for default. Termination shall be effected by serving a Notice of Termination on the Contractorsetting forth the manner in which the Contractor is in default. The Contractor will be paid only thecontract price for supplies delivered and accepted, or services performed in accordance with themanner of performance set forth in the contract.

If it is later determined by the CITY that the Contractor had an excusable reason for not performing,such as a strike, fire, or flood, events which are not the fault of or are beyond the control of theContractor, the CITY, after setting up a new delivery of performance schedule, may allow the Contractorto continue work, or treat the termination as a Termination for Convenience.

Opportunity to Cure (General Provision)

The CITY, in its sole discretion may, in the case of a termination for breach or default, allow theContractor [an appropriately short period of time] in which to cure the defect. In such case, the Noticeof Termination will state the time period in which cure is permitted and other appropriate conditions.

If Contractor fails to remedy to CITY's satisfaction the breach or default of any of the terms, covenants,or conditions of this Contract within [10 days] after receipt by Contractor of written notice from CITYsetting forth the nature of said breach or default, CITY shall have the right to terminate the contractwithout any further obligation to Contractor. Any such termination for default shall not in any wayoperate to preclude CITY from also pursuing all available remedies against Contractor and its sureties forsaid breach or default.

Waiver of Remedies for any Breach

In the event that CITY elects to waive its remedies for any breach by Contractor of any covenant, term orcondition of this contract, such waiver by CITY shall not limit CITY’s remedies for any succeeding breachof that or of any other covenant, term, or condition of this contract.

Termination for Convenience (Professional or Transit Service Contracts)

The CITY, by written notice, may terminate this contract, in whole or in part, when it is in the CITY’sinterest. If this contract is terminated, the CITY shall be liable only for payment under the paymentprovisions of this contract for services rendered before the effective date of termination.

Termination for Default (Supplies and Service)

If the Contractor fails to deliver supplies or to perform the services within the time specified in thiscontract or any extension, or if the Contractor fails to comply with any other provisions of this contract,the CITY may terminate this contract for default. The CITY shall terminate by delivering to the Contractora Notice of Termination specifying the nature of the default. The Contractor will only be paid thecontract price for supplies delivered and accepted, or services performed in accordance with themanner or performance set forth in this contract.

If, after termination for failure to fulfill contract obligations, it is determined that the Contractor was notin default, the rights and obligations of the parties shall be the same as if the termination had beenissued for the convenience of the CITY.

Termination for Default (Transportation Services)

If the Contractor fails to pick up the commodities or to perform the services, including delivery services,within the time specified in this contract or any extension, or if the Contractor fails to comply with anyother provisions of this contract, the CITY may terminate this contract for default. The CITY shallterminate by delivering to the Contractor a Notice of Termination specifying the nature of default. TheContractor will only be paid the contract price for services performed in accordance with the manner ofperformance set forth in this contract.

If this contract is terminated while the Contractor has possession of CITY goods, the Contractor shall,upon direction of the CITY, protect and preserve the goods until surrendered to the CITY or its agent.The Contractor and CITY shall agree on payment for the preservation and protection of goods. Failure toagree on an amount will be resolved under the Dispute clause. If, after termination for failure to fulfillcontract obligations, it is determined that the Contractor was not in default, the rights and obligations ofthe parties shall be the same as if the termination had been issued for the convenience of the CITY.

Termination for Default (Construction)

If the Contractor refuses or fails to prosecute the work or any separable part, with the diligence that willensure its completion within the time specified in this contract or any extension or fails to complete thework within this time, or if the Contractor fails to comply with any other provision of this contract, CITYmay terminate this contract for default. The CITY shall terminate by delivering to the Contractor a Noticeof Termination specifying the nature of the default. In this event, the CITY may take over the work andcompete it by contract or otherwise, and may take possession of and use any materials, appliances, andplant on the work site necessary for completing the work. The Contractor and its sureties shall be liablefor any damage to the CITY resulting from the Contractor's refusal or failure to complete the work withinspecified time, whether or not the Contractor's right to proceed with the work is terminated. Thisliability includes any increased costs incurred by the CITY in completing the work.

The Contractor's right to proceed shall not be terminated nor shall the Contractor be charged withdamages under this clause if:

1. The delay in completing the work arises from unforeseeable causes beyond the control and withoutthe fault or negligence of the Contractor. Examples of such causes include: acts of God, acts of CITY, actsof another contractor in the performance of a contract with CITY, epidemics, quarantine restrictions,strikes, freight embargoes; and

2. The Contractor, within [10] days from the beginning of any delay, notifies CITY in writing of the causesof delay. If, in the judgment of CITY, the delay is excusable, the time for completing the work shall beextended. The judgment of CITY shall be final and conclusive for the parties, but subject to appeal underthe Disputes clause(s) of this contract.

If, after termination of the Contractor's right to proceed, it is determined that the Contractor was not indefault, or that the delay was excusable, the rights and obligations of the parties will be the same as ifthe termination had been issued for the convenience of CITY.

Termination for Convenience or Default (Architect and Engineering)

The CITY may terminate this contract in whole or in part, for the CITY’s convenience or because of thefailure of the Contractor to fulfill the contract obligations. The CITY shall terminate by delivering to the

Contractor a Notice of Termination specifying the nature, extent, and effective date of the termination.Upon receipt of the notice, the Contractor shall (1) immediately discontinue all services affected (unlessthe notice directs otherwise), and (2) deliver to the CITY ‘s Contracting Officer all data, drawings,specifications, reports, estimates, summaries, and other information and materials accumulated inperforming this contract, whether completed or in process. CITY has a royalty-free, nonexclusive, andirrevocable license to reproduce, publish or otherwise use, all such data, drawings, specifications,reports, estimates, summaries, and other information and materials.

If the termination is for the convenience of the CITY, the CITY’s Contracting Officer shall make anequitable adjustment in the contract price but shall allow no anticipated profit on unperformed services.

If the termination is for failure of the Contractor to fulfill the contract obligations, the CITY maycomplete the work by contact or otherwise and the Contractor shall be liable for any additional costincurred by the CITY.

If, after termination for failure to fulfill contract obligations, it is determined that the Contractor was notin default, the rights and obligations of the parties shall be the same as if the termination had beenissued for the convenience of CITY.

Termination for Convenience or Default (Cost-Type Contracts)

The CITY may terminate this contract, or any portion of it, by serving a Notice of Termination on theContractor. The notice shall state whether the termination is for convenience of CITY or for the defaultof the Contractor. If the termination is for default, the notice shall state the manner in which theContractor has failed to perform the requirements of the contract. The Contractor shall account for anyproperty in its possession paid for from funds received from the CITY, or property supplied to theContractor by the CITY. If the termination is for default, the CITY may fix the fee, if the contract providesfor a fee, to be paid the Contractor in proportion to the value, if any, of work performed up to the timeof termination. The Contractor shall promptly submit its termination claim to the CITY and the partiesshall negotiate the termination settlement to be paid the Contractor.

If the termination is for the convenience of CITY, the Contractor shall be paid its contract close-out costs,and a fee, if the contract provided for payment of a fee, in proportion to the work performed up to thetime of termination.

If, after serving a Notice of Termination for Default, the CITY determines that the Contractor has anexcusable reason for not performing, the CITY, after setting up a new work schedule, may allow theContractor to continue work, or treat the termination as a Termination for Convenience.

Contract Clause: 26 – VIOLATION AND BREACH OF CONTRACT

Rights and Remedies of the CITY

The CITY shall have the following rights in the event that the CITY deems the Contractor guilty of abreach of any term under the Contract.

1. The right to take over and complete the work or any part thereof as agency for and at the expense ofthe Contractor, either directly or through other contractors;

2. The right to cancel this Contract as to any or all of the work yet to be performed;

3. The right to specific performance, an injunction or any other appropriate equitable remedy; and

4. The right to money damages.

Rights and Remedies of Contractor

Inasmuch as the Contractor can be adequately compensated by money damages for any breach of thisContract, which may be committed by the CITY, the Contractor expressly agrees that no default, act oromission of the CITY shall constitute a material breach of this Contract, entitling Contractor to cancel orrescind the Contract (unless the CITY directs Contractor to do so) or to suspend or abandonperformance.

Remedies

Substantial failure of the Contractor to complete the Project in accordance with the terms of thisAgreement will be a default of this Agreement. In the event of a default, the CITY will have all remediesin law and equity, including the right to specific performance, without further assistance, and the rightsto termination or suspension as provided herein. The Contractor recognizes that in the event of a breachof this Agreement by the Contractor before the CITY takes action contemplated herein, the CITY willprovide the Contractor with sixty (60) days written notice that the CITY considers that such a breach hasoccurred and will provide the Contractor a reasonable period of time to respond and to take necessarycorrective action.

Disputes

Disputes arising in the performance of this Contract that are not resolved by agreement of the partiesshall be decided in writing by the authorized representative of the CITY. This decision shall be final andconclusive unless within [10] days from the date of receipt of its copy, the Contractor mails or otherwisefurnishes a written appeal to the Director of Public Works at the CITY. In connection with any suchappeal, the Contractor shall be afforded an opportunity to be heard and to offer evidence in support ofits position. The decision of the Director of Public Works at the CITY shall be binding upon the Contractorand the Contractor shall abide be the decision.

Performance during Dispute

Unless otherwise directed by CITY, Contractor shall continue performance under this Contract whilematters in dispute are being resolved.

Claims for Damages

Should either party to the Contract suffer injury or damage to person or property because of any act oromission of the party or of any of its employees, agents or others for whose acts it is legally liable, aclaim for damages therefor shall be made in writing to such other party within a reasonable time afterthe first observance of such injury or damage.

Remedies

Unless this Contract provides otherwise, all claims, counterclaims, disputes and other matters inquestion between the CITY and the Contractor arising out of or relating to this agreement or its breach

will be decided by arbitration if the parties mutually agree, or in a court of competent jurisdiction withinthe State in which the CITY is located.

Rights and Remedies

The duties and obligations imposed by the Contract documents and the rights and remedies availablethereunder shall be in addition to and not a limitation of any duties, obligations, rights and remediesotherwise imposed or available by law. No action or failure to act by the CITY or Contractor shallconstitute a waiver of any right or duty afforded any of them under the Contract, nor shall any suchaction or failure to act constitute an approval of or acquiescence in any breach thereunder, except asmay be specifically agreed in writing.

Appendix A

Samples of Existing CNG System Information

lwheelock
Text Box
1'-0"
lwheelock
Text Box
15'-9"
lwheelock
Text Box
31'-0"
lwheelock
Text Box
46'-0" Elec. Panel
lwheelock
Line
lwheelock
Rectangle
lwheelock
Oval
lwheelock
Oval
lwheelock
Oval
lwheelock
Oval
lwheelock
Line
lwheelock
Line
lwheelock
Line
lwheelock
Line
lwheelock
Arrow
lwheelock
Rectangle
lwheelock
Callout
Sidewalk
lwheelock
Rectangle
lwheelock
Line
lwheelock
Line
lwheelock
Line
lwheelock
Line
lwheelock
Arrow
lwheelock
Arrow
lwheelock
Text Box
12'-9"
lwheelock
Text Box
34'-0" to Meter
lwheelock
Text Box
25'-5" to Meter Defueling and Conduit through Slab
lwheelock
Text Box
17'-0"
lwheelock
Line
lwheelock
Arrow
lwheelock
Text Box
19'-0" Slab
lwheelock
Line
lwheelock
Callout
1'-4" Slab to Fence
lwheelock
Arrow
lwheelock
Line
lwheelock
Text Box
6'-0" Fence to Defueling Pole
lwheelock
Oval
lwheelock
Callout
5 Conduit Stubs start at 18'-7" Spaced 6", 6", 6" and 4"
lwheelock
Oval
lwheelock
Callout
Existing - total 6 storage tanks
lwheelock
Callout
Existing Control Panel
lwheelock
Rectangle

Appendix B

2004 CNG Fueling Infrastructure Design Analysis

Freepo r t , ME 04032 • 5 Depo t S t ree t , Su i t e 23 • 207 .869 .8006 • Fax 207 .869 .8015 A n c h o r a g e , A K 9 9 5 0 3 • 3 3 3 5 A r c t i c B l v d . , S u i t e 1 0 0 • 9 0 7 . 5 6 3 . 3 8 3 5 • F a x 9 0 7 . 5 6 3 . 3 8 1 7

CNG Fueling Infrastructure

City of Burlington, Vermont

Final Submission

June 2004

Under Contract to:

Hoyle, Tanner & Associates, Inc. 184 South Winooski Avenue Burlington, Vermont 05401

EEI Project No.: 04-3607

PREPARED BY: Alan M. Wironen, P.E., Project Manager

Ricky A. Young, P.E., Project Civil Engineer

SUBMITTED BY: Stephen S. Brooks, P.E.

Managing Principal

ENTERPRISE ENGINEERING, INC.

TABLE OF CONTENTS

CNG Fueling Infrastructure TABLE OF CONTENTS - i City of Burlington, Vermont May 2004 EEI Project No.: 04-3607 Design Analysis Final.doc

1. INTRODUCTION ......................................................................................................................... 1 2. BASIS OF DESIGN ....................................................................................................................... 1

2.1. Project Site................................................................................................................................... 1 2.2. Gas Supply................................................................................................................................... 1 2.3. Compressor Station ..................................................................................................................... 3 2.4. CNG Storage ............................................................................................................................... 3 2.5. Dispenser ..................................................................................................................................... 4 2.6. Maintenance Garage .................................................................................................................... 4

3. ENGINEERS OPINION OF PROBABLE COST ...................................................................... 5

APPENDIX DRAWINGS ............................................................................................................................................... A PROJECT CORRESPONDENCE............................................................................................................B EQUIPMENT LITERATURE.................................................................................................................. C

CNG Fueling Infrastructure Page 1 City of Burlington, Vermont May 2004 EEI Project No.: 04-3607 Design Analysis Final.doc

1. INTRODUCTION

The City of Burlington in conjunction with the University of Vermont is preparing National Environmental Policy Act submission documents in support of a Federal Transportation Act (FTA) grant application for the construction of a Compressed Natural Gas (CNG) fueling station and necessary vehicle maintenance garage modifications to accommodate the CNG vehicles.

Enterprise Engineering, Inc. (EEI) is providing the feasibility study CNG system design, working as a subconsultant to Hoyle, Tanner & Associates, Inc.(HTA).

2. BASIS OF DESIGN

2.1. Project Site

The public works garage site is bounded by Pine Street to the East, Lakeside Avenue to the south and a wetland area to the north. The parcel occupied by the public works facility is located over a hazardous waste site and there is a five foot deep limit on excavation to avoid exposure to hazardous materials. The site is underlain by soft granular fill containing cinders, silt, and fine sands and the maximum recommended bearing capacity is 500 psf.

There were discussions concerning various locations for siting the proposed CNG equipment and dispenser. The preferred option was to use the existing fueling island for the proposed CNG dispenser. During a site investigation the area adjacent to the fueling islands was reviewed for placement of the compressor equipment. Due to the proximity of the existing above ground fuel storage tanks, tank dike, equipment building, access road, and setback criteria, the area north of the dispenser island was found to be unsuitable. Further site investigation identified an area adjacent to the parking lot that has easy access to the gas supply main on Pine Street, three phase power and meets offset criteria. This area will place the compressor equipment approximately 230 feet from the dispenser.

The area north and east of the garage is paved. There is a fuel dispenser area with canopy, four east-west fueling lanes, and six dispensers for issuing gasoline and diesel fuel. The northeast dispenser is currently out-of-service.

There is a 50 foot setback requirement from the wetland that this project will not impact.

2.2. Gas Supply

Vermont Gas has a network of underground natural gas mains throughout the City of Burlington. In the vicinity of the public works garage, gas mains are located on the near side of both Pine Street and Lakeside Avenue. Vermont Gas stated that system pressures normally vary between 70 psig to 40 psig and will be no less than 30 psig and there is adequate gas supply for this CNG project.

To supply natural gas for this project a low pressure gas main will be routed underground to the compressor station. The gas main alignment will run under the grassed are between the upper and lower parking lots north of the Pine Street entrance. This will reduce the amount of excavation through paved areas and is less costly to construct.

Initially up to five CNG transit buses are anticipated to use the CNG fast fill system. Vendor literature indicates the CNG storage capacity of a 35 foot long transit bus is approximately 18,000 scf. Historical information from the London Transit bus system indicates that typical bus refueling consists of less than 10,000 scf. Onsite discussions with Burlington Public Works Department (DPW) personnel took place

CNG Fueling Infrastructure Page 2 City of Burlington, Vermont May 2004 EEI Project No.: 04-3607 Design Analysis Final.doc

regarding the intention to have the buses refuel when they are no less than half empty to allow continued bus operation if the CNG compressor/dispenser system was out-of-service. This leads to bus fill volumes of approximately 9,000 scf.

The anticipated peak fueling schedule for the buses is normally between the hours of 9:00 pm and 3:00 am.

It is likely that buses will refuel at the end of a work shift. We anticipate multiple buses will end work at the same time. With this in mind the assumed maximum CNG demand will be approximately 27,000 scf (three half full buses) in a 90 minute period.

The three high pressure cylinders for this system have a capacity of 36,621 scf, however because the fueling process is based on pressure differential, only one third of this amount is usable. Therefore CNG demand between 0 and 12,000 scf will be supplied from the high pressure storage cylinders, and demand over 12,000 scf will be supplied directly from the compressor.

The vehicle fueling times depend on the volume required and gas system pressure. At an inlet pressure of 60 psig the CNG compressor has a capacity of 260scfm that decreases to 190 scfm at 40 psig inlet pressure. With a bus fill volume of 9,000 scf being fueled directly from the compressor, the fill times will be approximately 34 minutes at 60 psig inlet pressure and 47 minutes at 40 psig inlet pressure. Buses fueling directly from the storage cylinders will likely be filled in less than 20 minutes.

The above scenario can be represented graphically as follows using the Monday demand data provided by Burlington PWD.

-10

-5

0

5

10

15

20

13:0

0

15:0

0

17:0

0

19:0

0

21:0

0

23:0

0

TIME

GA

S VO

LUM

E (s

cf x

100

0)

DEMANDSTORAGE

NOTES: 1. Maximum demand occurs on Monday thru Wednesday per Burlington PW email of 04/14/04. 2. Assumes demand takes place at start of time period provided by Burlington PW and is instantaneous. 3. Fuel demand exceeds storage capacity when filling 2 buses. Fuel demand in excess of 12,000 scf is supplied

directly from the compressor. 4. Vermont Gas (VG) supply volume is well in excess of the CNG facility demand. VG has indicated that the

supply from the Pine Street main is typically 60 psig with a minimum pressure of 30 psig.

1 Bus Fueling 3 Buses Fueling

CNG Fueling Infrastructure Page 3 City of Burlington, Vermont May 2004 EEI Project No.: 04-3607 Design Analysis Final.doc

When bus fueling is completed the compressor will continue to run until the pressure in the storage cylinders is topped off. At an inlet pressure of 40 psig, it will take approximately 63 minutes to supply 12,000 scf to top off the storage cylinders (46 minutes @ 60 psig).

2.3. Compressor Station

The CNG compressor equipment will be located outdoors and will conform to the NFPA 52 criteria for siting. This includes locating the equipment:

1. Not less than 10 feet from nearest building, property line, or ignition source

2. Not less than 10 feet from nearest public street

3. Not less than 20 feet from above ground tanks containing flammable or combustible liquids

The compressor station location shown on the site plan is a minimum of 10 feet from the edge of the paved parking area. This location is also outside of the 50 foot wetland setback.

The low pressure gas main will be routed to the compressor station through an underground pipe from the existing main on the west side of Pine Street. Construction of the pipeline tie-in will not affect traffic on Pine Street but will require excavation below the sidewalk.

The Compressor station will consists of a gas dryer unit, multi-stage gas compressor and high pressure storage cylinders. The compressor station and will be surrounded with a chain link security fence. A gas meter and ancillary equipment will be located adjacent to the compressor station outside of the fencing to allow access by gas company personnel.

The equipment will be pre-assembled, skid mounted, requiring field installed piping and wiring between units. A reinforced concrete slab-on-grade will be constructed to support the equipment and will impose less than 500 psf of bearing pressure on the soil.

2.4. CNG Storage

The compressed gas will be stored in high pressure cylinders with required pressure relief and isolation valves. The cylinders will be arranged in a cascade system using a minimum of three cylinders separated by automatic switching valves where the valve sequence is automatically controlled by a control panel. The system will have three pressures; low, medium and high. When vehicles are fueled the gas is drawn from the low pressure cylinder first until the pressure in the vehicle and low pressure cylinder equalize, then the low pressure cylinder valve is closed and the medium pressure boosts the vehicle pressure to equilibrium, and the vehicle is finally topped off with the high pressure cylinder.

COMPRESSOR STATION

UNDERGROUND GAS PIPING TO

DISPENSER

CNG Fueling Infrastructure Page 4 City of Burlington, Vermont May 2004 EEI Project No.: 04-3607 Design Analysis Final.doc

When pressure in the high pressure cylinder reaches a preset limit the compressor starts and fills the vehicle directly. When the last vehicle is fueled the compressor fills the cylinders using a priority system where the high pressure cylinder is filled first, medium second and low pressure third. The compressor will automatically shut off when all cylinders are at maximum pressure.

2.5. Dispenser

The location of one proposed CNG dispenser will be on an existing concrete island where the existing out-of-service dispenser will be removed. The dispenser will have electronic controls and will be installed in compliance with NFPA 52. The dispenser will be able to communicate with the public works existing fuel management (RTA) system.

CNG piping will run underground between the compressor and dispenser outside of the paved parking area. The piping to the dispenser will consist of six ½ inch diameter stainless steel pipes; two low, two medium and two high pressure pipes from the valve sequencing control panel. Underground wiring will also run between the compressor station and the dispenser.

The dispenser requires installation of a purge fan that needs to be located a minimum of 5 feet outside of the area classified as hazardous (dispenser) but no more than 60 feet away. The purge fan may be mounted on one of the canopy columns.

2.6. Maintenance Garage

In order to provide space for maintenance and repair of the CNG vehicles, the public works maintenance garage will need to be renovated to meet the requirements of NFPA 52 and NFPA 88B.

1. Interior walls or partitions shall be continuous from floor to ceiling with a fire resistance rating of at least 2 hours. The garage currently meets this requirement.

2. Continuous ventilation of five air changes per hour or ventilation activated by a continuous gas monitoring system when gas concentration reaches no more than 20% of the lower flammable limit. The garage ventilation system must be modified to meet this requirement.

3. The area within 18 inches of the ceiling shall be classified as Class 1, Division 2 except where ventilation of at least four air changes per hour is provided. Existing electric systems must be modified to meet this criterion.

4. Open flame heating equipment with exposed surfaces having a temperature in excess of 750 degrees is not permitted. The garage currently meets this requirement.

The maintenance garage is currently monitored for carbon monoxide (CO) and nitrogen dioxide (NO2) with a programmable logic control (PLC) alarm panel. To maintain comfortable working temperatures during winter months and reduce heating costs, it will be less costly to provide additional gas monitors on

PROPOSED CNG DISPENSER

CNG Fueling Infrastructure Page 5 City of Burlington, Vermont May 2004 EEI Project No.: 04-3607 Design Analysis Final.doc

the garage ceiling and tie into an emergency exhaust system connected to the existing alarm PLC rather than provide continuous air changes required by NFPA. The existing PLC alarm panel has capacity for an additional 30 inputs. The proposed gas detector system consists of methane detectors and a control panel that will interface with the existing alarm panel. The CNG control panel includes a self calibration capability, eliminating the need to perform manual calibration of each sensor.

During a site investigation of the garage it appeared the majority of the ceiling mounted equipment is below the 18 inch hazardous classification zone and will not need to be rated for Class 1, Division 2 application. However, there are several receptacles, junction boxes, conduit and other minor equipment that need modification or relocation outside the classified area. Modification may include upgrading to rated equipment, and addition of conduit seals. The effort to relocate this electrical equipment is likely less than that to provide modifications and seal offs on conduit where there is a change in area hazard classifications.

The garage has an existing emergency ventilation fan that is connected to the alarm panel and activates during CO and NO2 alarm conditions. During alarm conditions, the alarm panel also activates the garage door openers to raise the doors and provide additional ventilation of the space.

NFPA requires a ventilation rate of 1 scfm per 12 scf of room volume or 22,200 scfm for the garage space. Facility records indicate the existing exhaust fan is Greenheck GB-300 with a capacity of ~10,500 scfm. To provide the required capacity an additional roof mounted exhaust fan is required.

Both the new and existing exhaust fans will need new intake ducting at the ceiling peak to remove gases from the 18 inch area between each of the structural frames. The new fan will also require a roof penetration for the exhaust duct and tie-ins to the existing electric system and controls.

3. ENGINEERS OPINION OF PROBABLE COST

Cost estimating is provided by HTA with input from EEI. This information is forwarded to HTA under separate cover.

Freepo r t , ME 04032 • 5 Depo t S t ree t , Su i t e 23 • 207 .869 .8006 • Fax 207 .869 .8015 A n c h o r a g e , A K 9 9 5 0 3 • 3 3 3 5 A r c t i c B l v d . , S u i t e 1 0 0 • 9 0 7 . 5 6 3 . 3 8 3 5 • F a x 9 0 7 . 5 6 3 . 3 8 1 7

Appendix A

Drawings

Freepo r t , ME 04032 • 5 Depo t S t ree t , Su i t e 23 • 207 .869 .8006 • Fax 207 .869 .8015 A n c h o r a g e , A K 9 9 5 0 3 • 3 3 3 5 A r c t i c B l v d . , S u i t e 1 0 0 • 9 0 7 . 5 6 3 . 3 8 3 5 • F a x 9 0 7 . 5 6 3 . 3 8 1 7

Appendix B

Project Correspondence

Freepo r t , ME 04032 • 5 Depo t S t ree t , Su i t e 23 • 207 .869 .8006 • Fax 207 .869 .8015 A n c h o r a g e , A K 9 9 5 0 3 • 3 3 3 5 A r c t i c B l v d . , S u i t e 1 0 0 • 9 0 7 . 5 6 3 . 3 8 3 5 • F a x 9 0 7 . 5 6 3 . 3 8 1 7

Appendix C

Equipment Literature

Appendix C

ANGI Submittal Dated 9-4-15

Ariel PerformanceCompany: Ariel Corporation Customer:Quote: Inquiry:

7.7.2.2d Case 1: Min Project: City of Burlington

Compressor Data: Driver Data:Elevation,ft: 200.00 Barmtr,psia: 14.589 Ambient,°F: 105.00 Type: ElectricFrame: JGQ/2 Stroke, in: 3.00 Rod Dia, in: 1.125 Mfg:Max RL Tot, lbf: 20000 Max RL Tens, lbf: 10000 Max RL Comp, lbf: 11000 Model:Rated RPM: 1800 Rated BHP: 280.0 Rated PS FPM: 900.0 BHP: 250Calc RPM: 1785.0 BHP: 134 Calc PS FPM: 892.5 Avail: 250Disch Temp Services Service 1 Gas Model VMGStage Data: 1 (SG) 2 3 4Target Flow, SCFM 500.000 500.000 500.000 500.000Flow Calc, SCFM 295.604 295.603 295.604 295.609BHP per Stage 32.7 29.8 34.2 31.8Specific Gravity 0.5900 0.5901 0.5901 0.5901Ratio of Sp Ht (N) 1.2758 1.2695 1.2765 1.2834Comp Suct (Zs) 0.9919 0.9823 0.9563 0.8764Comp Disch (Zd) 0.9895 0.9805 0.9660 1.0203Pres Suct Line, psig 30.00 N/A N/A N/APres Suct Flg, psig 30.00 131.51 358.65 1277.43Pres Disch Flg, psig 135.75 367.63 1291.67 4545.15Pres Disch Line, psig N/A N/A N/A 4500.00Pres Ratio F/F 3.372 2.616 3.500 3.529Temp Suct, °F 60.00 125.00 125.00 125.00Temp Clr Disch, °F 125.00 125.00 125.00 125.00Cylinder Data: Throw 2 Throw 2 Throw 1 Throw 1Cyl Model 8SP-HE 4-3/8SP-CE 3-5/8SG-CE 1-3/4SG-FS-

HECyl Bore, in 8.000 4.375 3.625 1.750Cyl RDP (API), psig 400.0 850.0 2318.2 5545.5Cyl MAWP, psig 440.0 935.0 2550.0 6100.0Cyl Action HE CE CE HECyl Disp, CFM 155.8 43.5 28.9 7.5Pres Suct Intl, psig 25.21 115.81 339.56 1269.11Temp Suct Intl, °F 67 130 131 130Pres Disch Intl, psig 149.43 413.65 1365.73 4636.18Temp Disch Intl, °F 256 299 333 323HE Suct Gas Vel, FPM 10942 N/A N/A 2665HE Disch Gas Vel, FPM 9771 N/A N/A 4863HE Spcrs Used/Max 0/2 N/A N/A N/AHE Vol Pkt Avail, % No Pkt N/A N/A No Pkt

Vol Pkt Used, % No Pkt N/A N/A No PktHE Min Clr, % 19.32 N/A N/A 24.32HE Total Clr, % 19.32 N/A N/A 37.25CE Suct Gas Vel, FPM N/A 11527 7851 N/ACE Disch Gas Vel, FPM N/A 11527 8023 N/ACE Spcrs Used/Max N/A 0/2 N/A N/ACE Min Clr, % N/A 16.57 22.02 N/ACE Total Clr, % N/A 16.57 30.12 N/ASuct Vol Eff HE/CE, % 62.1/N/A N/A/75.6 N/A/43.3 44.5/N/ADisch Event HE/CE, ms 5.0/N/A N/A/7.3 N/A/4.9 4.2/N/ASuct Pseudo-Q HE/CE 9.8/N/A N/A/9.8 N/A/6.1 0.9/N/AGas Rod Ld Comp, % 43.9 C 43.9 C 98.4 C 98.4 CGas Rod Ld Tens, % 56.0 T 56.0 T 68.5 T 68.5 TGas Rod Ld Total, % 52.1 52.1 88.3 88.3Xhd Pin Deg/%Rvrsl lbf 168/59.6 168/59.6 89/39.3 89/39.3Flow Calc, SCFM 295.604 295.603 295.604 295.609Cyl BHP 32.7 29.8 34.2 31.8

08/25/2015 16:50:49 Note: BOLD=Out of Limits, ITALIC=Special Appl, BOLD=Review Base: 14.70 psia, 60.0 °F Page: 1 of 1File: J:\08 - ENGINEERING\JOBS\50200-50299\50298 City of Burlington, Vt\Engineering Detail\50298 Ariel Run.RUN

CNG/GNC Case:1 - Pkg:1

Ariel PerformanceCompany: Ariel Corporation Customer:Quote: Inquiry:

7.7.2.2d Case 1: Design Project: City of Burlington

Compressor Data: Driver Data:Elevation,ft: 200.00 Barmtr,psia: 14.589 Ambient,°F: 105.00 Type: ElectricFrame: JGQ/2 Stroke, in: 3.00 Rod Dia, in: 1.125 Mfg:Max RL Tot, lbf: 20000 Max RL Tens, lbf: 10000 Max RL Comp, lbf: 11000 Model:Rated RPM: 1800 Rated BHP: 280.0 Rated PS FPM: 900.0 BHP: 250Calc RPM: 1785.0 BHP: 190 Calc PS FPM: 892.5 Avail: 250

Services Service 1 Gas Model VMGStage Data: 1 (SG) 2 3 4Target Flow, SCFM 500.000 500.000 500.000 500.000Flow Calc, SCFM 475.078 475.079 475.087 475.079BHP per Stage 50.8 42.2 49.5 41.8Specific Gravity 0.5900 0.5903 0.5903 0.5903Ratio of Sp Ht (N) 1.2740 1.2707 1.2784 1.2798Comp Suct (Zs) 0.9869 0.9726 0.9406 0.8568Comp Disch (Zd) 0.9832 0.9705 0.9559 1.0058Pres Suct Line, psig 55.00 N/A N/A N/APres Suct Flg, psig 55.00 206.59 487.17 1547.18Pres Disch Flg, psig 211.59 497.17 1563.09 4545.15Pres Disch Line, psig N/A N/A N/A 4500.00Pres Ratio F/F 3.250 2.314 3.144 2.920Temp Suct, °F 60.00 125.00 125.00 125.00Temp Clr Disch, °F 125.00 125.00 125.00 125.00Cylinder Data: Throw 2 Throw 2 Throw 1 Throw 1Cyl Model 8SP-HE 4-3/8SP-CE 3-5/8SG-CE 1-3/4SG-FS-

HECyl Bore, in 8.000 4.375 3.625 1.750Cyl RDP (API), psig 400.0 850.0 2318.2 5545.5Cyl MAWP, psig 440.0 935.0 2550.0 6100.0Cyl Action HE CE CE HECyl Disp, CFM 155.8 43.5 28.9 7.5Pres Suct Intl, psig 47.49 182.55 461.04 1536.88Temp Suct Intl, °F 67 129 130 129Pres Disch Intl, psig 232.50 561.03 1655.52 4641.81Temp Disch Intl, °F 249 281 316 289HE Suct Gas Vel, FPM 10942 N/A N/A 2665HE Disch Gas Vel, FPM 9771 N/A N/A 4863HE Spcrs Used/Max 0/2 N/A N/A N/AHE Vol Pkt Avail, % No Pkt N/A N/A No Pkt

Vol Pkt Used, % No Pkt N/A N/A No PktHE Min Clr, % 19.32 N/A N/A 24.32HE Total Clr, % 19.32 N/A N/A 37.25CE Suct Gas Vel, FPM N/A 11527 7851 N/ACE Disch Gas Vel, FPM N/A 11527 8023 N/ACE Spcrs Used/Max N/A 0/2 N/A N/ACE Min Clr, % N/A 16.57 22.02 N/ACE Total Clr, % N/A 16.57 30.12 N/ASuct Vol Eff HE/CE, % 63.6/N/A N/A/79.4 N/A/51.0 57.8/N/ADisch Event HE/CE, ms 5.2/N/A N/A/7.9 N/A/5.5 5.2/N/ASuct Pseudo-Q HE/CE 9.9/N/A N/A/10.0 N/A/6.2 0.9/N/AGas Rod Ld Comp, % 65.3 C 65.3 C 97.5 C 97.5 CGas Rod Ld Tens, % 74.3 T 74.3 T 78.9 T 78.9 TGas Rod Ld Total, % 73.1 73.1 93.0 93.0Xhd Pin Deg/%Rvrsl lbf 135/70.8 135/70.8 152/52.0 152/52.0Flow Calc, SCFM 475.078 475.079 475.087 475.079Cyl BHP 50.8 42.2 49.5 41.8

08/25/2015 16:47:06 Note: BOLD=Out of Limits, ITALIC=Special Appl, BOLD=Review Base: 14.70 psia, 60.0 °F Page: 1 of 1File: J:\08 - ENGINEERING\JOBS\50200-50299\50298 City of Burlington, Vt\Engineering Detail\50298 Ariel Run.RUN

CNG/GNC Case:1 - Pkg:1

Ariel PerformanceCompany: Ariel Corporation Customer:Quote: Inquiry:

7.7.2.2d Case 2: Future Design Project: City of Burlington

Compressor Data: Driver Data:Elevation,ft: 200.00 Barmtr,psia: 14.589 Ambient,°F: 105.00 Type: ElectricFrame: JGQ/2 Stroke, in: 3.00 Rod Dia, in: 1.125 Mfg:Max RL Tot, lbf: 20000 Max RL Tens, lbf: 10000 Max RL Comp, lbf: 11000 Model:Rated RPM: 1800 Rated BHP: 280.0 Rated PS FPM: 900.0 BHP: 250Calc RPM: 1785.0 BHP: 221 Calc PS FPM: 892.5 Avail: 250

Services Service 1 Gas Model VMGStage Data: 1 (SG) 2 3 4Target Flow, SCFM 500.000 500.000 500.000 500.000Flow Calc, SCFM 585.063 585.064 585.054 585.063BHP per Stage 61.7 49.4 58.4 46.0Specific Gravity 0.5900 0.5903 0.5903 0.5903Ratio of Sp Ht (N) 1.2755 1.2736 1.2811 1.2793Comp Suct (Zs) 0.9841 0.9671 0.9323 0.8492Comp Disch (Zd) 0.9799 0.9653 0.9524 0.9984Pres Suct Line, psig 70.00 N/A N/A N/APres Suct Flg, psig 70.00 251.52 563.02 1710.41Pres Disch Flg, psig 256.52 573.02 1727.11 4545.15Pres Disch Line, psig N/A N/A N/A 4500.00Pres Ratio F/F 3.205 2.208 3.015 2.643Temp Suct, °F 60.00 125.00 125.00 125.00Temp Clr Disch, °F 125.00 125.00 125.00 125.00Cylinder Data: Throw 2 Throw 2 Throw 1 Throw 1Cyl Model 8SP-HE 4-3/8SP-CE 3-5/8SG-CE 1-3/4SG-FS-

HECyl Bore, in 8.000 4.375 3.625 1.750Cyl RDP (API), psig 400.0 850.0 2318.2 5545.5Cyl MAWP, psig 440.0 935.0 2550.0 6100.0Cyl Action HE CE CE HECyl Disp, CFM 155.8 43.5 28.9 7.5Pres Suct Intl, psig 60.84 222.42 532.67 1698.91Temp Suct Intl, °F 67 129 130 128Pres Disch Intl, psig 281.70 647.32 1830.26 4644.74Temp Disch Intl, °F 248 275 310 272HE Suct Gas Vel, FPM 10942 N/A N/A 2665HE Disch Gas Vel, FPM 9771 N/A N/A 4863HE Spcrs Used/Max 0/2 N/A N/A N/AHE Vol Pkt Avail, % No Pkt N/A N/A No Pkt

Vol Pkt Used, % No Pkt N/A N/A No PktHE Min Clr, % 19.32 N/A N/A 24.32HE Total Clr, % 19.32 N/A N/A 37.25CE Suct Gas Vel, FPM N/A 11527 7851 N/ACE Disch Gas Vel, FPM N/A 11527 8023 N/ACE Spcrs Used/Max N/A 0/2 N/A N/ACE Min Clr, % N/A 16.57 22.02 N/ACE Total Clr, % N/A 16.57 30.12 N/ASuct Vol Eff HE/CE, % 64.2/N/A N/A/80.8 N/A/54.0 63.9/N/ADisch Event HE/CE, ms 5.3/N/A N/A/8.2 N/A/5.8 5.8/N/ASuct Pseudo-Q HE/CE 9.9/N/A N/A/10.0 N/A/6.3 0.9/N/AGas Rod Ld Comp, % 77.9 C 77.9 C 96.9 C 96.9 CGas Rod Ld Tens, % 85.0 T 85.0 T 85.3 T 85.3 TGas Rod Ld Total, % 85.3 85.3 95.9 95.9Xhd Pin Deg/%Rvrsl lbf 138/77.8 138/77.8 163/57.3 163/57.3Flow Calc, SCFM 585.063 585.064 585.054 585.063Cyl BHP 61.7 49.4 58.4 46.0

08/25/2015 16:47:39 Note: BOLD=Out of Limits, ITALIC=Special Appl, BOLD=Review Base: 14.70 psia, 60.0 °F Page: 1 of 1File: J:\08 - ENGINEERING\JOBS\50200-50299\50298 City of Burlington, Vt\Engineering Detail\50298 Ariel Run.RUN

CNG/GNC Case:2 - Pkg:1

Ariel PerformanceCompany: Ariel Corporation Customer:Quote: Inquiry:

7.7.2.2d Case 3: Max Project: City of Burlington

Compressor Data: Driver Data:Elevation,ft: 200.00 Barmtr,psia: 14.589 Ambient,°F: 105.00 Type: ElectricFrame: JGQ/2 Stroke, in: 3.00 Rod Dia, in: 1.125 Mfg:Max RL Tot, lbf: 20000 Max RL Tens, lbf: 10000 Max RL Comp, lbf: 11000 Model:Rated RPM: 1800 Rated BHP: 280.0 Rated PS FPM: 900.0 BHP: 250Calc RPM: 1785.0 BHP: 249 Calc PS FPM: 892.5 Avail: 250

Services Service 1 Gas Model VMGStage Data: 1 (SG) 2 3 4Target Flow, SCFM 500.000 500.000 500.000 500.000Flow Calc, SCFM 688.457 688.460 688.458 688.457BHP per Stage 72.0 55.9 66.6 48.7Specific Gravity 0.5900 0.5903 0.5903 0.5903Ratio of Sp Ht (N) 1.2768 1.2760 1.2832 1.2782Comp Suct (Zs) 0.9814 0.9622 0.9250 0.8442Comp Disch (Zd) 0.9769 0.9609 0.9502 0.9923Pres Suct Line, psig 84.00 N/A N/A N/APres Suct Flg, psig 84.00 293.24 633.17 1864.18Pres Disch Flg, psig 298.37 643.17 1881.54 4545.15Pres Disch Line, psig N/A N/A N/A 4500.00Pres Ratio F/F 3.174 2.137 2.927 2.427Temp Suct, °F 60.00 125.00 125.00 125.00Temp Clr Disch, °F 125.00 125.00 125.00 125.00Cylinder Data: Throw 2 Throw 2 Throw 1 Throw 1Cyl Model 8SP-HE 4-3/8SP-CE 3-5/8SG-CE 1-3/4SG-FS-

HECyl Bore, in 8.000 4.375 3.625 1.750Cyl RDP (API), psig 400.0 850.0 2318.2 5545.5Cyl MAWP, psig 440.0 935.0 2550.0 6100.0Cyl Action HE CE CE HECyl Disp, CFM 155.8 43.5 28.9 7.5Pres Suct Intl, psig 73.29 259.41 598.86 1851.58Temp Suct Intl, °F 67 129 130 128Pres Disch Intl, psig 327.56 727.18 1994.66 4647.35Temp Disch Intl, °F 247 271 306 258HE Suct Gas Vel, FPM 10942 N/A N/A 2665HE Disch Gas Vel, FPM 9771 N/A N/A 4863HE Spcrs Used/Max 0/2 N/A N/A N/AHE Vol Pkt Avail, % No Pkt N/A N/A No Pkt

Vol Pkt Used, % No Pkt N/A N/A No PktHE Min Clr, % 19.32 N/A N/A 24.32HE Total Clr, % 19.32 N/A N/A 37.25CE Suct Gas Vel, FPM N/A 11527 7851 N/ACE Disch Gas Vel, FPM N/A 11527 8023 N/ACE Spcrs Used/Max N/A 0/2 N/A N/ACE Min Clr, % N/A 16.57 22.02 N/ACE Total Clr, % N/A 16.57 30.12 N/ASuct Vol Eff HE/CE, % 64.7/N/A N/A/81.8 N/A/56.3 68.6/N/ADisch Event HE/CE, ms 5.3/N/A N/A/8.4 N/A/6.0 6.3/N/ASuct Pseudo-Q HE/CE 10.0/N/A N/A/10.1 N/A/6.3 0.9/N/AGas Rod Ld Comp, % 89.7 C 89.7 C 96.4 C 96.4 CGas Rod Ld Tens, % 94.8 T 94.8 T 91.4 T 91.4 TGas Rod Ld Total, % 96.7 96.7 98.7 98.7Xhd Pin Deg/%Rvrsl lbf 156/83.5 156/83.5 168/61.5 168/61.5Flow Calc, SCFM 688.457 688.460 688.458 688.457Cyl BHP 72.0 55.9 66.6 48.7

08/25/2015 16:48:45 Note: BOLD=Out of Limits, ITALIC=Special Appl, BOLD=Review Base: 14.70 psia, 60.0 °F Page: 1 of 1File: J:\08 - ENGINEERING\JOBS\50200-50299\50298 City of Burlington, Vt\Engineering Detail\50298 Ariel Run.RUN

CNG/GNC Case:3 - Pkg:1

Basic!Connects all ANGI PLC-

controlled devices via provided ethernet switch!

!!!

Improved!With proper firewall

configuration by customer!! !

!!!!

Optimal!With customer supplied

network infrastructure!!!!

Extended Capability

!!!

1 of 3

p 608 563 2800 w angienergy.com!305 W Delavan Dr Janesville, WI USA 53546

Monitoring!The CP400 will monitor all PLCs for proper operation

Logging!Continuous time-based logging of system operating parameters Continuous event-based logging of system events Logs archived locally for 7 days !Webpage!Local web server display real-time and logged data, accessible only to devices connected directly to CP400

Monitoring with Email and SMS Alert Delivery!Alerts will be sent to ANGI mail server, then distributed to customer supplied list of personnel

Logging with Extended Retention Log files are uploaded to ANGI network daily for long term retention!

Additional Webpage Accessibility !With a static IP address, the local web server can accessed from anywhere in the customer network

Remote Support and DiagnosticsThe CP400 can initiate a secure VPN connection to the ANGI network, allowing our customer service to troubleshoot connected devices

Remote Access to Webpage!With a public static IP, the local web server can be accessed from anywhere

Customer Access to PLCs!With a static IP addresses for each device, remote programming and monitoring can be extended to customer systems

Remote Features!With VPN these features can be extended beyond the local network

CP400!data sheet

Data sent from the CP400 back to ANGI is analyzed daily for use in reporting, troubleshooting, and service purposes

ANGI may provide access to this extended data network through web portals for some major customers. This feature may require additional cost/subscriptions

!!**It is critical that the customer supplies the site connectivity information requested as early as possible to ensure proper configuration of the CP400 prior to shipping**

!

!Standard

Connectivity

Needed For CP400!

!!!!!!!!!

Cellular Connectivity

Needed For CP400-C!

!!!!!!!!!!

2 of 3

p 608 563 2800 w angienergy.com!305 W Delavan Dr Janesville, WI USA 53546

!!!!1. Ensure the site has internet connectivity provided by Ethernet connection to the

location of CNG equipment!!2. Static IP address, subnet mask, gateway to be assigned to the CP400!

I would like the CP400 to be configured as DHCP Static IP Address for CP400: _____._____._____._____ Subnet Mask for CP400: _____._____._____._____ Default Gateway for CP400: _____._____._____._____ !

3. Ensure required outbound ports are open thru site firewall for CP400 communications!

a. Ports 500, 4500, & 443 open to 71.87.12.230 & 71.87.12.231 for remote diagnostics & support

b. Port 21 open to 71.87.12.234 for data collection c. Port 25 open to 71.87.12.227 for sending alert emails

1.Obtain a cellular data plan from carrier of your choice!!What carrier will be used:__________________________ !2.Ship SIM card to ANGI or provide provisioning codes for CDMA connection!!Date SIM card will be shipped:_________ ____________

CDMA Provisioning Codes:________________________ !**It is the customerès responsibility to obtain the cellular data plan, and provide a working SIM card or provisioning codes to ANGI for testing prior to shipping

the CP400-C.**

!Verified by:____________________________________ Date: _____________

We recommend consulting the site’s IT support group when filling out this form & scheduling a conference call with ANGI IT support to address any specific technical details. Please contact your ANGI project manager for coordination of a conference call. Please only fill out 1 of the follow sections

CP400!Compatibility Survey

Will the CP400 be monitoring an ANGI dispenser? YES / NO

CP400-C!Compatibility Survey

This section is only required for customers

who do not have an ethernet connection

available on site and have purchased the option cellular connectivity

model CP400-C

!!

Contact Personnel!

!!!!!!!!!!!!!!!!!!!!!!!!!!!!

3 of 3

Email AlertsName Email Address

Text Message AlertsName Phone Number Cellular Carrier

IT Support ContactsName Position Email Address Phone Number

On Site Contacts (For Routine Maintenance)Name Position Email Address Phone Number

MODE - REMOTE

STATUS - RUNNING

COMP LOADED

RUN HOURS - 1024

MODE - REMOTE

STATUS - RUNNING

COMP LOADED

RUN HOURS - 1024

TTL SALE

TTL VOL

PRES

PRICE

The CP-400 Communication Panel includes:

Router w/VPN Firewall capabilitiesData Collector16-Port Ethernet Switch

The Router w/VPN Firewall will separate the equipment network and the customer facility network. The customer will need to provide fixed IP addresses for any IP devices that they would like remote connectivity to.The customer facility will be able to use a web browser to access the Data Collector FTP screens to view live equipment data, and retrieve equipment log files for data base archival. It will also establish remote VPNtunnels with the ANGI facility if an Ethernet path is available over the internet for data base archive and remote equipment PLC access in the case of remote troubleshooting. An additional VPN can be configured forcustomer usage.The Data Collector will gather equipment data on a scheduled selectable time (default is 2 minute) and log them. This data can be retrieved from the Data Collector in .csv form or via the Compact Flash card. The DataCollector will also manage email and SMS text messages for warning and fault conditions of the site equipment.The Ethernet Switch is used to gather all cables from each equipment controller to the Data Collector.

TTL SALE

TTL VOL

PRES

PRICE

Appendix D

Building Permit Form

ISD

1

BUILDING (BP)/STRUCTURAL

PERMIT APPLICATION TO BE COMPLETED BY ALL PERSONS SEEKING A PERMIT FOR CONSTRUCTION WITHIN THE CITY LIMITS PURSUANT TO

CHAPTERS 8 CODES OF ORDINANCES. (SEE INSTRUCTIONS ON BACK BEFORE COMPLETING)

802-863-9094 X-3 www.burlingtonvt.gov/dpw

IDENTIFICATION Please Print or Type

JOB SITE LOCATION: STREET NUMBER AND STREET ADDRESS

PROPERTY OWNER NAME

PROPERTY OWNER’S ADDRESS (IF DIFFERENT FROM JOB SITE LOCATION)

PERMIT TYPE (PLEASE CHECK ALL THAT APPLY)

NEW CONSTRUCTION SINGLE FAMILY MULTIFAMILY COMMERCIAL REMODELING DEMOLITION ASBESTOS SIDING ROOFING FENCE OUT BUILDING OTHER__________________________

CONSTRUCTION PLANS MUST

BE ATTACHED. SEE REVERSE SIDE

SUB-TRADES (PLEASE CHECK ALL THAT APPLY TO THIS PROJECT) ZONING PERMIT NUMBER HERE

ELECTRICAL (EP) PLUMBING (PP)

HVAC / MECHANICAL (MP) SPRINKLER (SS)

FIRE ALARM (AL) SUPPRESSION (SU)

DESCRIPTION OF YOUR WORK ** CONSTRUCTION PLANS / SPECIFICATIONS REQUIRED **

CONTRACTORS BUSINESS NAME

DATE CONSTRUCTION WORK WILL BEGIN

ESTIMATED COST OF BUILDING ONLY

DO NOT INCLUDE SUBTRADES COST

$

CONTRACTOR ADDRESS (IF DIFFERENT FROM PROPERTY ADDRESS) CITY/TOWN STATE ZIP CODE

CONTACT PERSON TELEPHONE# EMAIL

APPLICATIONS MUST BE COMPLETE SIGNED AND PAID FOR PRIOR TO CONSTRUCTION. INCOMPLETE

APPLICATIONS WILL NOT BE PROCESSED.

I further certify that this document has been examined by me, and is, to the best of my knowledge and belief, true, correct, and complete.

DO NOT SEND PAYMENT WITH YOUR PERMIT APPLICATIONS

SIGN HERE ►

Signature of Owner or Authorized Representative Title Date

***METHODS ON SUBMITTING APPLICATIONS MAY BE FOUND ON REVERSE SIDE ***

ISD 1-5 INSTRUCTIONS Page 2

A CLEAN WORK SITE IS A SAFE WORK SITE.

The purpose of this permit application form is to expedite your request for the permit(s) necessary for your project. There is additional information regarding permits issued by other City departments. Please provide as much information as possible when filing out this form. After completing this form, it will be forwarded to the inspector who will be reviewing the application, plans and processing the permit. The inspector will direct any questions to the contact person indicated on the form, and notify that individual when the permit has been issued and ready for pick-up. The pick-up area will be the DPW Customer Service desk where the applicant will be required to sign and pay the permit fees.

JOB SITE LOCATION: This is the physical address where

the permitted activity is occurring.

PROPERTY OWNER NAME: Name of the person or entity

that actually owns the property located at the job site.

PROPERTY OWNER ADDRESS: The address of the

property owner if the property owner does not occupy the property located at the job site.

PERMIT TYPE: Please check the appropriate box your

project will apply too. If you check “Other”, please indicate the permit type in the blank provided.

LAND-USE PERMITS: A zoning permit is required when

changes take place to the structure (including change of use) or lot coverage. Contact the Planning and Zoning Department at 865-7188. Note: Every Zoning (Land use) Permit must have a Building (life safety/structural) Permit attached. Please make note that every open permit needs to be closed by way of approved inspections by that department’s discipline.

DESCRIPTION OF WORK: Describe what work you are

doing in this area. Also see Construction Plans.

CONTRACTOR BUSINESS NAME AND ADDRESS:

The contractor may be you or another licensed professional. If you are self-contracting, leave this section blank.

DATE CONSTRUCTION WORK WILL BEGIN: Please

indicate the date that you will be on the job and starting the work.

ESTIMATED COST OF PROJECT: Estimated cost of

project shall mean total time and materials (T&M) for that specific trade. Each trade (i.e., building, electrical, plumbing, heating, etc.) will have their own ECC and when combined adds up to the grand total cost of the project.

Apply only the T&M amounts allocated to complete your trade and specific part of the project. DO NOT include any other cost when indicating your Estimated Cost of the project.

CONTACT PERSON: The contact person for the project is

the person whom the inspectors will contact and the one who

is identified in doing the job. The telephone number is one where that person can usually be reached during normal business hours.

*CONSTRUCTION PLANS: Supporting plans documents

and specifications on how it is being built, (e.g., plan view, cross section, elevations, floor plans, etc.) respective to structural and life safety codes need to be attached. For those projects that do not require plans such as replacement windows, kitchen remodels, etc., please use descriptive language to identify what and where the work is taking place. MAXIMUM SIZE OF CONSTRUCTION PLANS: 11”X17” OR PDF OR DISK…PLEASE! Professional seals must accompany those plans provided by State of VT Registered Engineers and Architects. Descriptive language for interior remodel may be acceptable.

PERMIT FEES BASED ON ESTIMATED COST OF

PROJECT: A minimum permit fee of $30.00 (includes the $10

recording fee) will be applied to every permit equal to and less than $2354.00. The fee will increase at a rate of $8.50 for every $1,000.00 from that point thereafter. An additional $10 recording fee will be added to those permits where a Certificate of Occupancy is required. All fees are subject to change per Vermont State Statue, Title 32 Chapter 17 §1671.

AFTER THE PERMIT IS ISSUED: Types of Inspections

for your project are located in the bottom left hand corner of your blue permit copy. If you have any questions regarding the type and timing of these inspections, please contact the inspector. Note: to avoid additional fees, fines, or legal action, do not start your project(s) without first securing your permit(s).

YELLOW PERMIT CARD: The yellow permit card is

required to be displayed so that it in full view from the street at all times during construction. The back of the card may have a checklist for inspector’s signature to include phone numbers of the inspectors that helps streamline your project in the absence of another inspector. The inspector will bring this card back to Customer Service and they will use it to close out your permits and keep it on file. DO NOT lose this card.

METHODS ON SUBMITTING PERMIT

APPLICATIONS:

Us Mail to; Inspection Services Division, DPW, 645 Pine St, Suite A, Burlington, VT 05401, Fax: (802) 863-0466, Drop Off at above street address or Email directly at [email protected]

FORM OF PAYMENT: Check, credit card or cash. Please make all checks payable to: DPW/ISD

DO NOT SEND ANY TYPE OF PAYMENT WITH

THE PERMIT APPLICATIONS

DPW/ISD Customer Service (802) 863-9094 x 3

Please contact Customer Service directly for

property/permit activity and all other general questions. Revised 9-11-13, 11-4-13, 03-10-16

Appendix E

Planning & Zoning Permit Form

April 2014

Department of Planning and Zoning 149 Church Street, City Hall Burlington, VT 05401-8415

Phone: (802) 865-7188 Fax: (802) 865-7195

www.burlingtonvt.gov/pz

Zoning Permit Application Use this form for ALL zoning permit applications. See the relevant checklist for specific requirements.

PROJECT LOCATION ADDRESS: ____________________________________________________

PROPERTY OWNER*:________________________________ *If condominium unit, written approval from the Association is also required

APPLICANT:_____________________________

POSTAL ADDRESS: _______________________

POSTAL ADDRESS: _______________________

CITY, ST, ZIP: ____________________________

CITY, ST, ZIP: ____________________________

DAY PHONE: _____________________________

DAY PHONE: ____________________________

EMAIL: __________________________________

EMAIL: __________________________________

SIGNATURE: _____________________________ I am the owner. In addition, I duly authorize the applicant (if noted) to act on my behalf for all matters pertaining to this zoning permit application.

SIGNATURE: ____________________________

Description of Proposed Project:______________________________________________________ __________________________________________________________________________________

__________________________________________________________________________________

Existing Use of Property: Single Family Multi Family: #___ Units Other:_____________ Proposed Use of Property: Single Family Multi Family: #___ Units Other:_____________ • Does your project involve new construction, addition, alteration, renovation, or repair to a

structure that is heated or cooled? Yes No (If yes, the Vermont Residential Building Energy Standards (VRBES) apply. Visit the P&Z Office, Public Service Board or PSB website for details)

• Will 400 sq ft or more of land be disturbed, exposed and/or developed? Yes No (If yes, you will need to submit the ‘Erosion Prevention and Sediment Control Plan’ questionnaire, with a site plan)

• For Single Family & Duplex, will total impervious area be 2500 sq ft or more? Yes No (If yes, you will need to submit the ‘Stormwater Management Plan’ questionnaire, with a site plan)

• Are you proposing any work within or above the public right of way? Yes No (If yes, you will need to receive prior approval from the Department of Public Works)

Estimated Construction Cost (value)*: $________________ (*Estimated cost a typical contractor would charge for all materials and labor, regardless of who physically completes the work)

Within 30 days of submission, the permit application will be reviewed for completeness, and, if complete, will be processed administratively or referred to a board for review. All permit approvals or denials are subject to an appeal period (15 days for administrative permit; 30 days for board permit). A building (and/or electrical, mechanical, plumbing, curb cut) permit will also be required. Contact the Department of Public Works at 802-863-9094 to inquire. Please ask for assistance if you have any questions about filling out this form. Call the Planning and Zoning at 802-865-7188, or visit the office in the lower level of City Hall, 149 Church Street.

Office Use Only: Zone: _______ Eligible for Design Review? _______ Age of House _______ Lot Size _________

Type: SN___ AW___ FC___ BA___ COA 1___ COA 2___ COA 3___ CU___ MA___ VR___ HO___ SP___ DT___ MP___

Check No. _______________ Amount Paid _______________ Zoning Permit # ________________________

Department of Planning and Zoning 149 Church Street, City Hall Burlington, VT 05401-8415

Phone: (802) 865-7188 Fax: (802) 865-7195

www.burlingtonvt.gov/pz

COA Level II Review Application Checklist

Use this checklist for all applications for zoning permits eligible for Design Review with a construction cost of more

than $24,000 - See Sec. 3.2.2 of the Zoning Ordinance.

In order for your application to be considered complete, the following information must be provided as applicable:

A completed application form, signed by the property owner;

The application fee (see below), in cash or check (no cards). Checks to be made out to the ‘City of Burlington’ (There will also be a fee to request the Final Certificate of Occupancy when the project is complete);

Photographs of the subject property, showing the location of the project (and neighboring properties if applicable);

A full size site plan of the subject property (with an additional copy at 11x17 size), that is accurate and to scale, indicating the location and dimensions of all existing structures, walkways, driveways, and other significant features; and all proposed changes with all dimensions; distances from the front, side and rear property lines to each proposed new structure and/or site improvement, which shall include the following as applicable:

Identifying information including the record owner of land, north arrow, date (including any revision dates) and scale (recommended at a scale of 1” = 8, 10, 16, 20, 40 feet);

Property lines and abutting streets;

Rights of way or easements affecting the property;

Existing natural features of the site including water courses and applicable buffers, wetlands and applicable buffers, floodplains, trees and other vegetation, etc;

Existing and proposed setbacks to property lines and/or public rights-of-way;

Existing and proposed contours at no more than 5-foot intervals;

Location of existing and proposed utilities and facilities (water, sewer, electric, telephone, fire hydrant);

Location of existing and proposed buildings;

Height of proposed buildings and how measured (refer to Sec. 5.2.6);

Location and number of parking spaces pursuant to the requirements of Article 8, and the type of barriers used to define parking areas (bollards, curbs, etc.); and,

Information regarding any applicable zoning overlay districts as defined in Article 4, Part 5.

A coverage calculation table showing the square foot area of all existing and proposed structures and hard surfaces (walkways, driveways etc), with a total percentage coverage calculation based on lot size (see ‘Site Plans Design Review Guide’ for an example of this table);

Building elevations (drawings to scale with color rendering if possible) for all proposed and/or modified

buildings and any related buildings (full size with an additional copy of each elevation at 11x17 size).

Elevations of each exterior façade shall indicate all architectural details, window and door openings with

dimensions and trim details, and materials, siding (wood clapboard, brick, etc.), roof, trim, colors to be used.

Elevations must show all roof-mounted equipment, ground-mounted equipment, building-mounted signs

and/or sign bands, and building-mounted light fixtures;

Specification sheets (also known as cut sheets) from the manufacturer or retailer for all new windows, doors, mechanical equipment, lighting etc;

At least two architectural wall cross-sections (one front wall and one side wall), at a scale of 1 inch equals 1

foot , illustrating the relief (e.g. projections and setbacks) of the architectural features shown in the building

elevations;

COA Level II Review Application Checklist p. 2

July 2013

At least one color-rendered perspective drawing from a realistic public vantage point showing the proposed

building(s) and landscaping after five to seven years of growth;

A detailed plan for new landscaping (with an additional copy at 11x17 size) that clearly identifies species by

Latin name, readily understood symbol, and common name, and which shows all screening of parking,

dumpsters, and ground mounted mechanical/electrical equipment. The landscape plan should be

accompanied by a brief statement of the landscape concepts and objectives. Where appl icable, information

should be submitted indicating streetscape design;

If the project involves disturbing 400 sq ft or more of land (removing or adding anything that will create exposed soil) an ‘Erosion Prevention and Sediment Control Plan’ will be required. Please complete the EPSC Questionnaire and provide an EPSC site plan indicating locations of control such as silt fences, hay bales etc. (Some projects may require further permanent stormwater control measures as required by the City Stormwater Plan Engineer).

Please Note: Applications involving building features, cornices, canopies or similar projections that project over the public Right of Way will require a separate approval from either the City Council or Church Street Marketplace prior to installation. This can take up to four weeks so please visit the Clerk/Treasurers Office or the Church Street Marketplace to obtain the appropriate information and application form as soon as possible.

Applications involving a COA Level II Review should closely follow the Development Review Standards found

in Article 6.

Application Fee:

1. $110 and;

2. $2/$1,000 of estimated construction cost

Development Review Fee (required before permit is picked up):

$4.50/$1,000 of estimated construction cost

Appendix F

Burlington Standard Erosion Prevention & Sediment Control Plan Form

*impervious = any surface off of which water runs off rather than infiltrates, including, but not limited to rooftops and paved/unpaved (gravel/packed dirt)driveways, walkways and patios

Nov 2015 (standard form ver.4 )

Burlington Department of Public WorksStormwater Program

234 Penny Lane (Water Plant)Burlington, VT 05401

PH: 802-863-4501 Email: [email protected]

Standard Erosion Prevention & Sediment Control (EPSC) Plan

This questionnaire and associated EPSC plan sheets are required for projectson properties other than single family (R1) or duplexes (R2) that require a level II or III Certificate of Appropriatenessor Major Impact zoning applications and involve 5000 sq. ft. or more of earth disturbance; orany activity where a zoning permit is not required but where the project involves 10,000 sq. ft. or more of earthdisturbance; orif requested by the Stormwater Program due to project characteristics such as slope, soils or proximity to drainagestructures or waterbodies.

Please note that you must submit EPSC plan and detail sheets as outlined in section A below.All projects involving redevelopment or addition of impervious surface must submit the stormwater managementscreening project (attached) for evaluation or meet with the Stormwater Program to determine the stormwatermanagement requirements for your project.

1. Project Location__________________________________________________________________________________

2. Zoning Permit Address (if different from above): ________________________________________________________

3. Brief Project Description (i.e. building construction, subdivision, site work)

_______________________________________________________________________________________________

________________________________________________________________________________________________

4. Owner Name:__________________________________________

5. Owner Mailing Address:________________________________________________________________________

6. Owner Phone:_________________________ 6. Owner email: ________________________________________

7. Contractor Name:_____________________________________________ Contractor not known at this time

8. Contractor Phone:________________________ 9. Contractor Email:_____________________________________

10. Estimated Project Start Date_______________ Estimated End Date______________

11. Area of Land Disturbance ___________ sq. ft.

12. Total proposed (existing + new) amount of impervious: ___________ sq. ft.

14. Does your project require a State Construction Stormwater Permit (9020 or INDC) ? Yes No (You will be required to submit proof of your authorization to discharge prior to initiation of earth disturbance).

A. REQUIRED PLAN SHEETS:15. Plan sheet(s) MUST BE ATTACHED showing the following:

Limits of disturbance Direction of stormwater flow on site Location of stockpiles (if any) Location of sediment control BMP’s (silt fence etc.) Location of stabilized construction entrances Stabilization measures Phasing plan (if appropriate)

Nov 2015 (standard form ver.4 )

16. Detail sheet MUST BE ATTACHED and include details for all EPSC measures listed on the EPSC Plan Sheet.Additionally, notes must be included related to:

Daily inspection of roadways and sweeping as necessary Dewatering measures (if applicable) Temporary site stabilization requirements Final site stabilization requirements Winter site stabilization (for disturbance after November 1) Inspection requirements

B. EPSC QUESTIONNAIRE (See last page for typical solutions to these questions)

A) Do you anticipate the need for any dewatering of excavations during the construction? Yes NoIf yes, please indicate which plan sheet has details for how dewatering operations will be managed to prevent

the discharge of sediment laden water. Sheet(s): _____________________

B) Will excavated soil be stockpiled on the site? Yes No If yes, show locations and EPSC measures for the

stockpile on plan sheet(s)

If no, where is the ultimate disposal of excess soil? __________________________________________________

C) Do you plan to park construction vehicles on or disturb City owned property like the greenbelt area? Yes No

If yes, tell us how you agree to repair all disturbances or damage to City owned property and provide a written

approval from the City allowing construction vehicles to park on City owned property.

____________________________________________________________________________________________

____________________________________________________________________________________________

If no, then please monitor all construction and visitor vehicles and advise all not to park on City owned property.

D) Will stockpiles or disturbed soils be present and/or exposed after Nov. 1st of any construction year? Yes No

If yes, tell us how you plan to stabilize any stockpile and/or disturbed soils.

_____________________________________________________________________________________________

______________________________________________________________________________________________

Do you agree to abide by the following conditions?

Y N Applicant will call 863-4501 or email [email protected] at least 24 hours prior to initiating earthdisturbance and submit the name and contact (cell phone and email) of the erosion control coordinator forthe project

Y N Applicant will post the attached notice in a visible location

Y N I acknowledge that it is the responsibility of the owner and his/her representatives to ensure that:o sediment does not enter surface water bodies (streams, ditches, ponds, lakes, wetlands etc.)o sediment does not enter City conveyance infrastructure (catch basins, sewers etc.) ando All sediment must be removed from the city ROW (sidewalks and roadways) by the end of each work day.

Y N Sediment control measures will be installed prior to the initiation of earth disturbance.

Nov 2015 (standard form ver.4 )

Y N During the non-winter construction season (April 15 – November 1): After an initial 14 day period of initialdisturbance, temporary or permanent stabilization (mulching, erosion control matting or tarps for stockpiles, orother approved method) of exposed areas and stockpiles will occur at the end of each work day unless:

o Earthwork is to continue in the area within the next 24 hours and there is NO liquid precipitationforecast for the next 24 hours; or

o If work is occurring in a self contained excavation (no outlet) with a depth of 2 feet or greater (e.g.house foundation excavation or utility trenches.

Y N During the winter construction period from November 1 to April 15, any new disturbance must be temporarilyor permanently stabilized (mulching, erosion control matting or tarps for stockpiles, or other approved method)will occur at the end of each work day unless:

o Earthwork is to continue in the area within the next 24 hours and there is NO liquid precipitationforecast for the next 24 hours; or

o If work is occurring in a self-contained excavation (no outlet) with a depth of 2 feet or greater (e.g.house foundation excavation or utility trenches)

Y N The perimeter of the site and all BMPs will be inspected at the end of each workday to ensure that sedimentwill not leave the site. If sediment has travelled beyond the site boundary, it shall be swept up or otherwiseremoved and deposited on-site in an upgradient area at the end of each work day.

Y N The owner and his/her representatives shall abide by the best management practices (BMPs) indicated in thisplan and conditions and in the Vermont DEC Low Risk Site Handbook for Erosion Prevention and SedimentControl (2006). Contact 802-863-4501 for a hard copy or go to the web:http://vtwaterquality.org/stormwater/docs/construction/sw_low_risk_site_handbook.pdf

Y N If soils will be exposed after November 1st and winter construction has not been permitted the project willnotify DPW prior to October 15th and ensure that sediment control is installed PRIOR to soil freezing. If theproject is completed during the winter months, an additional inspection will be required to ensure that the siteis buttoned up for the winter.

Y N Within 48 hours of reaching final grading, the exposed soil will be seeded and mulched or covered with erosioncontrol matting (for slopes steeper than 3:1 or high wind prone areas). Erosion control matting is preferred.

Y N The owner will contact DPW to schedule a stabilization inspection when site work is finished and stabilizationmeasures (seeding and mulching or matting) have been installed.

AGREEMENT

By filling out and signing this plan, I agree to abide by the terms and conditions outlined above. Failure to follow this plan

can result in a stop work order by the City of Burlington, fines, or both.

By: Owner Contractor

__________________________________ _____________________________________ ____________Name Signature DateAdditional Conditions of Approval:___________________________________________________________________________________________

___________________________________________________________________________________________

___________________________________________________________________________________________

___________________________________________________________________________________________

Nov 2015 (standard form ver.4 )

AN EROSION PREVENTIONAND

SEDIMENT CONTROL PLANFOR THE PROJECT AT:

HAS BEEN FILED WITH THE CITY OF BURLINGTONSTORMWATER MANAGEMENT PROGRAM IN ACCORDANCE

WITH CHAPTER 26 OF THE BURLINGTON CODE OF ORDINANCES

THIS REQUIRES THAT MEASURES BE INSTALLED OR TAKEN TOPREVENT SEDIMENT FROM LEAVING THE SITE AND ENTERING

WATERWAYS AND IMPACTING CITY INFRASTRUCTURE(RIGHT OF WAY AND STORMDRAINS)

FOR QUESTIONS OR TO REPORT SEDIMENT LEAVING THE SITE CALL 802-863-4501

This notice to be posted in full view at all times during earthdisturbance. Additional conditions on attached.

Plan Approved by: ______________________________________ Date:_____________ Burlington Stormwater Program

Nov 2015 (standard form ver.4 )

TYPICAL SOLUTIONS TO PREVENT OR CONTROL SEDIMENT AND EROSION

STOCKPILESCover small stockpiles with a tarp when not being used.Install silt fencing or other appropriate devices around the stockpiles to filter sediment.Cover stockpiles with straw or other approved mulching material.Plan to remove any unusable material as soon as possible from the site to an approved location.Plant grass and mulch stockpiles that will be on site for more than 14 days.Cover, vegetate or install erosion matting on stockpiles that will remain disturbed over the winter.

DISTURBED AREASMaintain vegetated buffers around disturbed areas.Install silt fencing or other appropriate device to filter sediment washing off from disturbed areas.Remember that the bottom of the silt fence must be “keyed in” (dug into ground) to work correctly.To prevent sediment from running off your site via your driveway (or other paved areas where youcan’t install silt fence) use a row of hay bales or tube sand.Cover disturbed areas as soon as possible with straw or other approved mulching material. Useerosion control matting in high wind, traffic or slopes steeper than 3:1 (horizontal to vertical), andfollow the manufacturer’s guidelines staple the matting down.Plant grass and mulch or use erosion control matting all disturbed areas that will remained exposedfor more than 14 days.Cover, vegetate or install erosion matting on areas that will remain disturbed over the winter.Protect ditches, catch basins or water bodies off-site by using silt fencing, gravel check dams or otherapproved sediment control methods.

CONSTRUCTION VEHICLESDo not park construction vehicles on City owned green space. Vehicles disturb vegetation andcompact the soil, thereby reducing its ability to infiltrate stormwater. Any green belt disturbancewill need to be permanently stabilized with grass seed and erosion control matting.Prevent sediment from leaving the project by cleaning the tires of vehicles, or use clean gravel atproject access points to clean tires.Sweep city streets, sidewalks and bikepaths daily or as needed to remove sediment transported fromthe project.

RESOURCES

The Vermont Handbook for Erosion Prevention and Sediment Control at:http://vtwaterquality.org/stormwater/docs/construction/sw_low_risk_site_handbook.pdf

The City of Burlington Stormwater Program Page athttp://www.burlingtonvt.gov/DPW/Stormwater-Management

Stormwater Management PlanPre-Screening

Pre-Screen V1 ( 11/17/2015)

Please provide the following information to the Stormwater Program ([email protected], ph: 863-4501) inorder to determine what the requirements will be for your project.

General Informationo Project Address:

o Owner:

o Engineer:

o Brief project description:

Stormwater Management Plano Impervious1 change summary

Condition Type Total Impervious (s.f.)Existing Conditions Existing Impervious

Proposed

Total Proposed (1+2+3)1) New2

2) Existing to Remain3) Redeveloped

Net New Total Proposed – Existing

If available at this time:Existing conditions: description of existing conditions, description of existing stormwater system, existingdrainage issues, current connectivity to City system

Proposed Conditions: description of proposed conditions, brief description of proposed stormwater system,proposed method of discharge to receiving water or City system (overland flow, direct connection via pipe,existing or new manhole or CB)

1 Impervious = any surface off of which water runs off rather than infiltrates, including, but not limited to rooftops and paved/unpaved(gravel/packed dirt) driveways, walkways and patios2 Impervious where there is not currently impervious

Appendix G

Wetland Permit Information

Department of Environmental Conservation · Watershed Management Division Wetlands Program · 1 National Life Drive · Montpelier VT · 05620-3522 · (802) 490-6100

VT WETLANDS PROGRAM 

PERMIT APPLICATION CHECKLIST*

General Is the application form the most recent version 

(download from website)?  

Is the application signed and dated by the applicant, 

representative and/or landowner(s)?   

Is the name and contact information on the applica‐

tion for all parties? 

Is the fee correct?  Is the check addressed to the State 

of Vermont? 

Are all the fields in the application form filled out?  

Is the list of abutters included in the Individual Permit 

application (Step 13.5)? 

Do you know what other permits/approvals you may 

need? 

Wetland Has the wetland been delineated and did the delinea‐

tion occur within the past five years? 

Has a District Wetland Ecologist visited the site to 

review the wetland delineation and site conditions? 

Are all 10 functions and values evaluated and docu‐

mented as appropriate in the Individual Permit appli‐

cation? 

If multiple wetlands are involved, have the wetland 

supplement sheet(s) been completed? 

Project Description Are impacts divided into temporary and permanent 

wetland impacts (temporary and permanent impacts 

should be discussed in Step 12 of the permit applica‐

tion)? 

Is avoidance and minimization described in Step 12.4 

of the application?  

Does this description include the square‐

footage of wetland and buffer zone 

“preserved” based on avoidance and minimi‐

zation measures? 

If wetland impacts are necessary because of town zon‐

ing or because a neighbor will not grant a right‐of‐

way, do you have documentation to verify this? 

Is a re‐vegetation plan needed/included?  Planting 

plans should be included for temporary impacts, and 

for stabilization measures. 

Are there native species in the planting plans? 

Does the planting plan propose to replace the pre‐

existing vegetative strata (trees, shrubs, herbs)? 

Are stormwater treatment, erosion control methods, 

and long term/short term limits of disturbance dis‐

cussed in the context of avoidance/minimization and 

cumulative/ongoing impacts (Step 11)? 

Are additional photographs and ACOE forms 

attached if available (Steps 13.3 & 13.4)? 

Site/Project Plans Does the plan include a scale, a legend, a directional 

arrow, abutting property boundaries, existing struc‐

Before completing an application, an 

applicant should contact a Permit 

Specialist to determine if they require 

additional permits for their project. 

Webpage: dec.vermont.gov/environmental-

Phone: 800-974-9559 

CONTACT THE PERMIT SPECIALIST IN YOUR AREA

*This checklist is intended to provide the applicant guidance for common application material needs. For complex projects, Wetland Staffmay request additional information before considering the application technically complete.

assistance/permits

Department of Environmental Conservation · Watershed Management Division Wetlands Program · 1 National Life Drive · Montpelier VT · 05620-3522 · (802) 490-6100

5 April 2016

tures, wetland boundaries, buffer zone 

boundaries, name of delineator, and date 

of delineation?   

Is the plan at an appropriate scale 

(maximum recommended scale 1” = 40’)? 

For surveyed plans, is the wetland sur‐

veyed accurately (flag numbers shown)? 

Are existing conditions (culverts, con‐

tours, roads, buildings) accurately depict‐

ed?  

Are the wetlands and buffer zones and 

impact areas within wetlands and buffer 

zones shown clearly on the plan and in 

the legend? 

Does the plan include other bodies of 

water such as streams or ponds? 

Are both the long term and short term 

erosion control measures, and mainte‐

nance shown on the plan?   

Are stormwater best management prac‐

tices addressed in the project plan, in‐

cluding water quality and quantity? 

Are the short term (building envelopes, 

construction limits) and long term (yards, 

clearance distances, well, septic) limits of 

disturbance shown on the plan?   

Do the plans describe how these 

limits will be demarcated in the 

field? Measures may include silt 

fences, snow fences, or other ap‐

proved alternatives. 

Are permanent memorialization measures 

described and depicted on plans? Measures may 

include split rail fencing, large boulders or other 

approved alternatives. 

Are impacts from road shoulders included? 

Are temporary impacts from utilities included? 

Are re‐graded contours included? 

Do the project plan and description match up? 

Do final site plans reference the permit? 

Submission For information on application fees, distribution and 

notification requirements, and application sequence 

follow the Vermont Wetland Program Permit Applica‐

tion Instructions found on our website.  

The application should be mailed and sent electronical‐

ly (CD preferred for large files). The current mailing 

address can be found on the application. If you have 

further questions, submit an inquiry to the VT Wet‐

lands Program.  

Links Wetlands Program Website and Contact Page dec.vermont.gov/watershed/wetlands/contact

General and Individual Permit Application 

Figure 1. Project map showing class II wetland, 50-ft wetland buffer, wetland delineation points, wetland buffer and impact area, silt fence and limits of con-struction, 14-ft minimum road width, 50-ft contour line, and river or stream.

Delineated by Penny Wort on July 26, 2013 

1250 ft2 

Wetland  

Impact 

2100 ft2 

Buffer  

Impact 

Appendix H

Mechanical Permit Form

ISD

4

MECHANICAL/HVAC (MP)

PERMIT APPLICATION TO BE COMPLETED BY ALL PERSONS SEEKING A PERMIT FOR CONSTRUCTION WITHIN THE CITY LIMITS PURSUANT TO

CHAPTERS 8 CODE OF ORDINANCES. (SEE INSTRUCTIONS ON BACK BEFORE COMPLETING)

www.burlingtonvt.gov/dpw

IDENTIFICATION Please Print or Type

JOB SITE LOCATION: STREET NUMBER AND STREET ADDRESS

PROPERTY OWNER NAME

PROPERTY OWNER’S ADDRESS (IF DIFFERENT FROM JOB SITE LOCATION)

REQUIRED BUILDING PERMIT NUMBER

(IF APPLICABLE, FOR THIS PROJECT)

PERMIT TYPE (CHECK ALL THAT APPLY) HAVE YOU OBTAINED A ZONING PERMIT (IF APPLICABLE) BOILER HYDRONIC STEAM DIRECT VENT POWER VENT FURNACE SPACE HEATER HVAC OTHER __________________

**NOTICE** ELECTRICAL CONTROL WIRING PERMIT REQUIREMENT (IF APPLICABLE)

YES ( Please Attach Copy of Permit ) NO

DESCRIPTION OF YOUR WORK

CONTRACTOR NAME (IF DIFFERENT FROM PROPERTY OWNER) DATE CONSTRUCTION WORK WILL BEGIN ESTIMATED COST OF PROJECT

CONTRACTOR ADDRESS (IF DIFFERENT FROM PROPERTY ADDRESS) CITY/TOWN STATE ZIP CODE

CONTACT PERSON TRADE LICENSE # (if applicable) TELEPHONE #

THE PERMITS ATTACHED TO THE APPLICATIONS MUST BE SIGNED AND PAID FOR WITHIN THREE

BUSINESS DAYS OR THE PERMIT WILL BE PULLED AND CANCELLED.

I further certify that this document has been examined by me, and is, to the best of my knowledge and belief, true, correct, and complete.

DO NOT SEND PAYMENT WITH YOUR PERMIT APPLICATIONS

SIGN HERE ►

Signature of Owner or Authorized Representative Title Date

ISD-1(08/09) After you complete this form, mail it to: Inspection Services Division, DPW, Box 849, Burlington, VT 05402-0849; or fax to: 863-0466

ISD 1-5 INSTRUCTIONS Page 2

The purpose of Form ISD 1-5, Application for Permit, is to expedite your request for the permit(s) necessary for your project that are issued by the Department of Public Works. There is additional information regarding permits issued by other City departments. Please provide as much information as possible when filing out this form.

After completing this form, it will be forwarded to the inspector who will be reviewing the application, plans and processing the permit. The inspector will direct any questions to the contact person indicated on the form, and notify that individual when the permit has been issued and ready for pick-up. The pick-up area will be the DPW Customer Service desk where the applicant will be required to sign and pay the permit fees. Please note: the permits must be signed and paid for with in three business days or the permit will be pulled and canceled.

In the IDENTIFICATION section, enter:

JOB SITE LOCATION: This is the physical address when the permitted activity is occurring.

PROPERTY OWNER NAME: This is the name of the person or entity that actually owns the property located at the job site.

PROPERTY OWNER ADDRESS: The address of the property owner If the property owner does not occupy the property located at the job site.

PERMIT TYPE: This is the type of permit you need for your project. Check the appropriate box; if you check “Other”, please indicate the permit type in the blank provided.

ZONING PERMIT: A zoning permit is required when changes take place to the structure (including change of use) or lot coverage. Contact the Planning and Zoning Department at 865-7188 to obtain information on obtaining a zoning permit. Inspections by both the Planning and Zoning Department and the Public Works inspector are required to close out your project.

DESCRIPTION OF WORK: This is a description of the work you expect to perform at the job site.

CONTRACTOR NAME AND ADDRESS: The contractor may be you or another licensed professional. If you are self-contracting, leave this section blank.

DATE CONSTRUCTION WORK WILL BEGIN: Please indicate the date that you will be on the job and starting the work.

ESTIMATED COST OF PROJECT: Estimated cost of construction (ECC) shall mean total time and materials (T&M). Each trade (i.e., building, electrical, plumbing, heating, etc.) will have their own ECC and when combined adds up to the grand total cost of the project. When filling out your permit application for your specific trade, apply only the T&M amounts allocated to

complete that specific part of the project on that application. At the end of the project, all amendments (added cost made to complete the project) need to be captured and recorded by way of amending your original permit’s ECC. CONTACT PERSON: The contact person for the project is the person whom the inspectors will contact and the one who is identified in doing the job. The telephone number is one where that person can usually be reached during normal business hours.

PERMIT FEES: The permit fee is based on the estimated cost of the project at the rate of $8.50 for every $1,000.00 of construction cost, with a minimum permit fee of $30.00, which includes a $10 recording fee. An additional $10 recording fee will be added when a Certificate of Occupancy is required. All fees are subject to change per Vermont State Statue, Title 32 Chapter 17 §1671. AFTER THE PERMIT IS ISSUED: Once your plans have been reviewed, your permit processed, and secured by way of signature and payment made at the DPW Customer Service desk, your project may begin. The inspector will have checked off the appropriate boxes indicating the types of inspections required for that project. If you have any questions regarding the type and timing of these inspections, please contact the inspector. Note: to avoid additional fees, fines, or legal action, do not start your project(s) without first securing your permit(s). YELLOW PERMIT CARD: The yellow permit card is required to be displayed so that it in full view from the street at all times during construction. Depending on project scope, the back of the card may have a checklist for inspector site visits attached. It also provides the inspectors’ telephone numbers.

Finally, in the space marked:

SIGN HERE: Sign your name, and enter your title and the date in the space provided. Send your completed form to:

INSPECTION SERVICES DIVISION DEPARTMENT of PUBLIC WORKS POST OFFICE BOX 849 645 PINE STREET, SUITE A BURLINGTON, VT 05402-0849 www.burlingtonvt.gov/dpw TELEPHONE (802) 863-9094 FAX (802) 863-0466 ***DO NOT SEND ANY TYPE OF PAYMENT WITH

THE PERMIT APPLICATION (S) AND USE ONLY

ONE APPLICATION FOR EACH TRADE.***

Rev. 8/10/12

Appendix I

Electrical Permit Form

ISD 2

ELECTRICAL (EP) PERMIT APPLICATION

TO BE COMPLETED BY ALL PERSONS SEEKING A PERMIT FOR CONSTRUCTION WITHIN THE CITY LIMITS PURSUANT TO CHAPTERS 8 CODE OF ORDINANCES. (SEE INSTRUCTIONS ON BACK BEFORE COMPLETING)

www.burlingtonvt.gov/dpw

IDENTIFICATION Please Print or Type

JOB SITE LOCATION: STREET NUMBER AND STREET ADDRESS

PROPERTY OWNER NAME

PROPERTY OWNER’S ADDRESS (IF DIFFERENT FROM JOB SITE LOCATION)

REQUIRED BUILDING PERMIT NUMBER

(IF APPLICABLE, FOR THIS PROJECT) PERMIT TYPE (CHECK ALL THAT APPLY) HAVE YOU OBTAINED A ZONING PERMIT (IF APPLICABLE)

GENERAL ELECTRICAL ELECTRICAL MAINTENANCE ELECTRICAL CONTROL WIRING OTHER ___________________

YES ( Please Attach Copy of Permit ) NO

DESCRIPTION OF YOUR WORK

CONTRACTOR NAME (IF DIFFERENT FROM PROPERTY OWNER) DATE CONSTRUCTION WORK WILL BEGIN ESTIMATED COST OF PROJECT

CONTRACTOR ADDRESS (IF DIFFERENT FROM PROPERTY ADDRESS) CITY/TOWN STATE ZIP CODE

CONTACT PERSON TRADE LICENSE # (if applicable) TELEPHONE #

THE PERMITS ATTACHED TO THE APPLICATIONS MUST BE SIGNED AND PAID FOR WITHIN THREE BUSINESS DAYS OR THE PERMIT WILL BE PULLED AND CANCELLED.

I further certify that this document has been examined by me, and is, to the best of my knowledge and belief, true, correct, and complete.

DO NOT SEND PAYMENT WITH YOUR PERMIT APPLICATIONS

SIGN HERE Signature of Owner or Authorized Representative Title Date

ISD-1(08/09) After you complete this form, mail it to: Inspection Services Division, DPW, Box 849, Burlington, VT 05402-0849; or fax to: 863-0466

ISD 1-5 INSTRUCTIONS Page 2 The purpose of Form ISD 1-5, Application for Permit, is to expedite your request for the permit(s) necessary for your project that are issued by the Department of Public Works. There is additional information regarding permits issued by other City departments. Please provide as much information as possible when filing out this form. After completing this form, it will be forwarded to the inspector who will be reviewing the application, plans and processing the permit. The inspector will direct any questions to the contact person indicated on the form, and notify that individual when the permit has been issued and ready for pick-up. The pick-up area will be the DPW Customer Service desk where the applicant will be required to sign and pay the permit fees. Please note: the permits must be signed and paid for with in three business days or the permit will be pulled and canceled. In the IDENTIFICATION section, enter: JOB SITE LOCATION: This is the physical address when the permitted activity is occurring.

PROPERTY OWNER NAME: This is the name of the person or entity that actually owns the property located at the job site.

PROPERTY OWNER ADDRESS: The address of the property owner If the property owner does not occupy the property located at the job site.

PERMIT TYPE: This is the type of permit you need for your project. Check the appropriate box; if you check “Other”, please indicate the permit type in the blank provided.

ZONING PERMIT: A zoning permit is required when changes take place to the structure (including change of use) or lot coverage. Contact the Planning and Zoning Department at 865-7188 to obtain information on obtaining a zoning permit. Inspections by both the Planning and Zoning Department and the Public Works inspector are required to close out your project.

DESCRIPTION OF WORK: This is a description of the work you expect to perform at the job site.

CONTRACTOR NAME AND ADDRESS: The contractor may be you or another licensed professional. If you are self-contracting, leave this section blank.

DATE CONSTRUCTION WORK WILL BEGIN: Please indicate the date that you will be on the job and starting the work.

ESTIMATED COST OF PROJECT: Estimated cost of construction (ECC) shall mean total time and materials (T&M). Each trade (i.e., building, electrical, plumbing, heating, etc.) will have their own ECC and when combined adds up to the grand total cost of the project. When filling out your permit application for your specific trade, apply only the T&M amounts allocated to

complete that specific part of the project on that application. At the end of the project, all amendments (added cost made to complete the project) need to be captured and recorded by way of amending your original permit’s ECC. CONTACT PERSON: The contact person for the project is the person whom the inspectors will contact and the one who is identified in doing the job. The telephone number is one where that person can usually be reached during normal business hours. PERMIT FEES: The permit fee is based on the estimated cost of the project at the rate of $8.50 for every $1,000.00 of construction cost, with a minimum permit fee of $30.00, which includes a $10 recording fee. An additional $10 recording fee will be added when a Certificate of Occupancy is required. All fees are subject to change per Vermont State Statue, Title 32 Chapter 17 §1671. AFTER THE PERMIT IS ISSUED: Once your plans have been reviewed, your permit processed, and secured by way of signature and payment made at the DPW Customer Service desk, your project may begin. The inspector will have checked off the appropriate boxes indicating the types of inspections required for that project. If you have any questions regarding the type and timing of these inspections, please contact the inspector. Note: to avoid additional fees, fines, or legal action, do not start your project(s) without first securing your permit(s). YELLOW PERMIT CARD: The yellow permit card is required to be displayed so that it in full view from the street at all times during construction. Depending on project scope, the back of the card may have a checklist for inspector site visits attached. It also provides the inspectors’ telephone numbers. Finally, in the space marked:

SIGN HERE: Sign your name, and enter your title and the date in the space provided. Drop off, send in or fax your completed form to:

INSPECTION SERVICES DIVISION DEPARTMENT of PUBLIC WORKS POST OFFICE BOX 849 645 PINE STREET, SUITE A BURLINGTON, VT 05402-0849 www.burlingtonvt.gov/dpw TELEPHONE (802) 863-9094 FAX (802) 863-0466 ***DO NOT SEND ANY TYPE OF PAYMENT WITH THE PERMIT APPLICATION (S) AND USE ONLY ONE APPLICATION FOR EACH TRADE.*** Revised 8/10/12