Top Banner
Addendum 1 - 1 L:\PROJECTS\Erie International Airport\0 - ERIE On-call NTP 2015-07-01\160695 - ERI Fence replacement project - 13\3.0 Design\Addendum 1\Addendum Narrative 2017-06-23.docx ADDENDUM ADDENDUM NO. 1 June 23, 2017 As a prospective bidder, note the following revisions to the Contract Documents for the captioned project: I. REVISONS TO GENERAL PROVISIONS: 1. Remove Section 105 – Mobilization. II. REVISIONS TO DAVIS BACON WAGE RATES: 1. Delete in their entirety Attachment 2 to the Special Provisions, the Davis Bacon Wage Rates issued with the Project Manual and replace with the attached Davis Bacon Wage Rates, General Decision Number PA170004, Publication Date 6/16/2017. III. REVISIONS TO BID FORMS: 1. Delete the Bid Schedule issued with the Original Bid Documents in its entirety and replace with the attached Bid Schedule – Addendum 1. IV. REVISIONS TO DRAWINGS AND SPECIFICATIONS: (a) Revisions to the Drawings: Sheet No. Description 1. G-002 Replace sheet in its entirety with the attached. 2. G-003 Replace sheet in its entirety with the attached. 3. C-120 Replace sheet in its entirety with the attached. 4. C-121 Replace sheet in its entirety with the attached. 5. C-123 Replace sheet in its entirety with the attached. (b) Revisions to the Technical Specifications: 6. Item MC-001 Paragraph 001-3.1, after the first sentence Add the following: “Each unit shall include the covering of all three sides of the existing towers.”
33

ADDENDUM ADDENDUM NO. 1 June 23, 2017

Jan 28, 2022

Download

Documents

dariahiddleston
Welcome message from author
This document is posted to help you gain knowledge. Please leave a comment to let me know what you think about it! Share it to your friends and learn new things together.
Transcript
Page 1: ADDENDUM ADDENDUM NO. 1 June 23, 2017

Addendum 1 - 1L:\PROJECTS\Erie International Airport\0 - ERIE On-call NTP 2015-07-01\160695 - ERI Fence replacement project - 13\3.0 Design\Addendum 1\Addendum Narrative 2017-06-23.docx

ADDENDUM

ADDENDUM NO. 1

June 23, 2017

As a prospective bidder, note the following revisions to the Contract Documents for the

captioned project:

I. REVISONS TO GENERAL PROVISIONS:

1. Remove Section 105 – Mobilization.

II. REVISIONS TO DAVIS BACON WAGE RATES:

1. Delete in their entirety Attachment 2 to the Special Provisions, the Davis Bacon

Wage Rates issued with the Project Manual and replace with the attached Davis

Bacon Wage Rates, General Decision Number PA170004, Publication Date

6/16/2017.

III. REVISIONS TO BID FORMS:

1. Delete the Bid Schedule issued with the Original Bid Documents in its entirety and

replace with the attached Bid Schedule – Addendum 1.

IV. REVISIONS TO DRAWINGS AND SPECIFICATIONS:

(a) Revisions to the Drawings:

Sheet No. Description

1. G-002 Replace sheet in its entirety with the attached.

2. G-003 Replace sheet in its entirety with the attached.

3. C-120 Replace sheet in its entirety with the attached.

4. C-121 Replace sheet in its entirety with the attached.

5. C-123 Replace sheet in its entirety with the attached.

(b) Revisions to the Technical Specifications:

6. Item MC-001 Paragraph 001-3.1, after the first sentence Add

the following: “Each unit shall include the

covering of all three sides of the existing

towers.”

Page 2: ADDENDUM ADDENDUM NO. 1 June 23, 2017

Addendum 1 - 2L:\PROJECTS\Erie International Airport\0 - ERIE On-call NTP 2015-07-01\160695 - ERI Fence replacement project - 13\3.0 Design\Addendum 1\Addendum Narrative 2017-06-23.docx

7. Item MC-002 Add specification Item MC-002 Maintenance

and Protection of Airfield Traffic During

Construction.

8. Item MC-003 Add specification Item MC-003 Mobilization

9. Item 408-0867 Replace section 0867.4 with the following: “No

separate measurement or payment will be made

for the placement of compost filter sock. Costs

associated with the placement of compost filter

sock shall be considered incidental to the item of

work requiring its performance. The amount of

filter sock required will be determined by the

contractor’s schedule and methods of

construction.”

END OF ADDENDUM NO. 1

Page 3: ADDENDUM ADDENDUM NO. 1 June 23, 2017

General Decision Number: PA170004 06/16/2017 PA4

Superseded General Decision Number: PA20160004

State: Pennsylvania

Construction Types: Heavy and Highway

Counties: Allegheny, Armstrong, Beaver, Bedford, Blair, Butler, Cambria, Cameron, Centre, Clarion, Clearfield, Clinton, Crawford, Elk, Erie, Fayette, Forest, Franklin, Fulton, Greene, Huntingdon, Indiana, Jefferson, Lawrence, McKean, Mercer, Mifflin, Potter, Somerset, Venango, Warren, Washington and Westmoreland Counties in Pennsylvania.

HEAVY AND HIGHWAY CONSTRUCTION PROJECTS (excluding sewer grouting projects and excluding sewage and water treatment plant projects)

Note: Under Executive Order (EO) 13658, an hourly minimum wage of $10.20 for calendar year 2017 applies to all contracts subject to the Davis-Bacon Act for which the contract is awarded (and any solicitation was issued) on or after January 1, 2015. If this contract is covered by the EO, the contractor must pay all workers in any classification listed on this wage determination at least $10.20 (or the applicable wage rate listed on this wage determination, if it is higher) for all hours spent performing on the contract in calendar year 2017. The EO minimum wage rate will be adjusted annually. Additional information on contractor requirements and worker protections under the EO is available at www.dol.gov/whd/govcontracts.

Modification Number Publication Date 0 01/06/2017 1 02/03/2017 2 02/17/2017 3 03/03/2017 4 04/07/2017 5 04/14/2017 6 04/21/2017 7 05/05/2017 8 06/02/2017 9 06/09/2017 10 06/16/2017

BOIL0013-005 01/01/2017

CENTRE, FRANKLIN, POTTER, CLINTON, FULTON, HUNTINDON AND MIFFLIN COUNTIES

Rates Fringes

BOILERMAKER......................$ 44.26 33.02 ---------------------------------------------------------------- BOIL0154-004 01/01/2017

Page 1 of 16

6/20/2017https://www.wdol.gov/wdol/scafiles/davisbacon/PA4.dvb?v=10

Page 4: ADDENDUM ADDENDUM NO. 1 June 23, 2017

ALLEGHENY, ARMSTRONG, BEAVER, BEDFORD, BLAIR, BUTLER, CAMBRIA, CAMERON, CLARION, CLEARFIELD, CRAWFORD, ELK, FAYETTE, FOREST, GREENE, INDIANA, JEFFERSON, LAWRENCE, MCKEAN, MERCER, SOMERSET, VENANGO, WARREN, WASHINGTON AND WESTMORELAND COUNTIES

Rates Fringes

BOILERMAKER......................$ 40.90 27.27 ---------------------------------------------------------------- BOIL0744-003 07/01/2008

ERIE COUNTY

Rates Fringes

BOILERMAKER......................$ 35.34 18.48 ---------------------------------------------------------------- BRPA0005-033 05/01/2016

MIFFLIN COUNTY

Rates Fringes

Bricklayer, Stonemason...........$ 30.81 15.71 ---------------------------------------------------------------- BRPA0005-046 05/01/2016

FRANKLIN COUNTY

Rates Fringes

Bricklayer, Stonemason...........$ 32.21 14.18 ---------------------------------------------------------------- BRPA0005-071 05/01/2014

CLINTON COUNTY

Rates Fringes

BRICKLAYER.......................$ 31.35 13.85 ---------------------------------------------------------------- BRPA0009-004 12/01/2015

BEDFORD, BLAIR,CAMBRIA, CENTRE COUNTY (Halfmoon, Huston, Patton, Rush,Taylor and Worth Townships),FULTON, HUNTINGDON, and SOMERSET COUNTIES

Rates Fringes

Bricklayer, Stonemason & Marble Setter....................$ 28.39 17.43 ---------------------------------------------------------------- BRPA0009-006 05/01/2014

CLEARFIELD, FOREST, JEFFERSON, VENANGO, AND CLARION (Except Brady, Madison, Perry, Porter, Redbank, and Tobe Townships) COUNTIES

Page 2 of 16

6/20/2017https://www.wdol.gov/wdol/scafiles/davisbacon/PA4.dvb?v=10

Page 5: ADDENDUM ADDENDUM NO. 1 June 23, 2017

Rates Fringes

Bricklayer, Stonemason...........$ 28.85 16.09 Marble mason.....................$ 19.42 9.80 ---------------------------------------------------------------- BRPA0009-023 06/01/2016

BEAVER COUNTY

Rates Fringes

BRICKLAYER.......................$ 29.31 20.06 ---------------------------------------------------------------- BRPA0009-025 12/01/2015

BUTLER, LAWRENCE, AND MERCER COUNTIES

Rates Fringes

BRICKLAYER.......................$ 29.20 19.29 ---------------------------------------------------------------- BRPA0009-032 06/01/2014

FAYETTE (Jefferson & Washington Twps), GREENE (Except Cumberland, Dunkirk, Greene, Monongahelia Twps), INDIANA, AND WESTMORELAND (Rostraver Twp) COUNTIES

Rates Fringes

BRICKLAYER.......................$ 31.14 17.62 ---------------------------------------------------------------- BRPA0009-033 06/01/2014

ARMSTRONG, CLARION (Brady, Madison, Perry, Tobe, Porter, Redbank Twps), FAYETTE (Except Jefferson & Washington Twps), GREENE (Cumberland, Dunkirk, Greene, Monongahelia Twps), INDIANA, AND WESTMORELAND (Except Rostrave Twp) COUNTIES

Rates Fringes

BRICKLAYER.......................$ 30.39 17.74 ---------------------------------------------------------------- BRPA0009-034 11/01/2016

ERIE COUNTY

Rates Fringes

BRICKLAYER.......................$ 27.62 18.74 ---------------------------------------------------------------- BRPA0009-058 12/01/2016

ALLEGHENY, WASHINGTON (Cross Creek, Hanover, Jefferson, Mt Pleasant, Nottingham, Peters, Robinson, Smith, Union Twps) COUNTIES

Page 3 of 16

6/20/2017https://www.wdol.gov/wdol/scafiles/davisbacon/PA4.dvb?v=10

Page 6: ADDENDUM ADDENDUM NO. 1 June 23, 2017

Rates Fringes

BRICKLAYER.......................$ 31.44 20.32 ---------------------------------------------------------------- BRPA0009-059 06/01/2016

CAMERON, ELK, McKEAN, POTTER AND WARREN COUNTIES

Rates Fringes

BRICKLAYER.......................$ 26.81 17.90 ---------------------------------------------------------------- CARP2235-005 01/01/2017

Rates Fringes

PILEDRIVERMAN Piledriverman (welder)......$ 33.70 17.95 Piledriverman...............$ 32.75 17.95 ---------------------------------------------------------------- CARP2235-006 01/01/2016

Rates Fringes

Diver............................$ 48.10 17.37 Tender...........................$ 32.03 17.37 ---------------------------------------------------------------- CARP2274-001 01/01/2017

Rates Fringes

CARPENTER (ALLEGHENY, ARMSTRONG, BEAVER, BUTLER, ERIE, FAYETTE, GREENE, LAWRENCE, MERCER, WASHINGTON, AND WESTMORELAND COUNTIES) Carpenters (Welders)........$ 33.35 17.14 Carpenters..................$ 32.40 17.14 CARPENTER (BEDFORD, BLAIR, CAMBRIA, CAMERON, CENTRE, CLARION, CLINTON, CLEARFIELD, CRAWFORD, ELK, FOREST, FRANKLIN, FULTON, HUNTINGDON, INDIANA, JEFFERSON, MCKEAN, MIFFLIN, POTTER, SOMERSET, VENANGO, AND WARREN COUNTIES) Carpenters (Welders)........$ 33.10 17.14 Carpenters..................$ 32.15 17.14 ---------------------------------------------------------------- ELEC0005-006 12/23/2016

ALLEGHENY, ARMSTRONG, BEDFORD, BLAIR, BUTLER CAMBRIA, CAMERON, CENTRE (Remainder), CLARION, CLEARFIELD, ELK, FAYETTE, FULTON, GREENE, HUNTINGDON, INDIANA, JEFFERSON, MCKEAN, SOMERSET, VENANGO, WASHINGTON, AND WESTMORELAND COUNTIES

Rates Fringes

ELECTRICIAN......................$ 39.26 24.43

Page 4 of 16

6/20/2017https://www.wdol.gov/wdol/scafiles/davisbacon/PA4.dvb?v=10

Page 7: ADDENDUM ADDENDUM NO. 1 June 23, 2017

---------------------------------------------------------------- ELEC0056-004 06/05/2017

ERIE, FOREST AND WARREN COUNTIES

Rates Fringes

ELECTRICIAN......................$ 32.43 3%+20.22 ---------------------------------------------------------------- ELEC0126-005 05/30/2016

ALLEGHENY, ARMSTRONG, BEAVER, BEDFORD, BLAIR, CAMBRIA, CENTRE, CLARION, CLEARFIELD, FAYETTE, FULTON, GREENE, HUNTINGDON, INDIANA, JEFFERSON, SOMERSET, WASHINGTON AND WESTMORELAND

Rates Fringes

Line Construction: Groundman...................$ 26.87 26.25%+10.50 Lineman.....................$ 44.78 26.25%+10.50 Truck Driver................$ 29.10 26.25%+10.50 Winch Truck Operator........$ 31.34 26.25%+10.50 ---------------------------------------------------------------- ELEC0126-007 05/30/2016

FRANKLIN AND MIFFLIN COUNTIES

Rates Fringes

Line Construction: Groundman...................$ 26.27 26.25%+10.50 Lineman.....................$ 43.78 26.25%+10.50 Truck Driver................$ 28.46 26.25%+10.50 Winch Truck Operator........$ 30.65 26.25%+10.50 ---------------------------------------------------------------- ELEC0143-007 06/01/2016

FRANKLIN and MIFFLIN COUNTIES

Rates Fringes

ELECTRICIAN......................$ 29.75 21.91 ---------------------------------------------------------------- ELEC0712-003 12/26/2016

CRAWFORD, BEAVER, LAWRENCE AND MERCER COUNTIES

Rates Fringes

ELECTRICIAN......................$ 36.55 22.61 ---------------------------------------------------------------- ELEC0812-008 06/01/2015

CLINTON COUNTY

Rates Fringes

ELECTRICIAN......................$ 32.79 17.28 ----------------------------------------------------------------

Page 5 of 16

6/20/2017https://www.wdol.gov/wdol/scafiles/davisbacon/PA4.dvb?v=10

Page 8: ADDENDUM ADDENDUM NO. 1 June 23, 2017

ELEC0812-009 06/01/2015

POTTER COUNTY

Rates Fringes

ELECTRICIAN......................$ 34.01 17.32 ---------------------------------------------------------------- ELEC0812-011 06/01/2015

CENTRE COUNTY (Burnside, Curtin, Liberty, Howard, Marion, Walker, Miles, Haines Townships)

Rates Fringes

ELECTRICIAN......................$ 32.79 17.28 ---------------------------------------------------------------- ELEC1319-004 09/04/2016

BUTLER, CAMERON, CLINTON, CRAWFORD, ELK, ERIE, FOREST, LAWRENCE, MCKEAN, MERCER, VENANGO, WARREN AND POTTER COUNTIES

Rates Fringes

Line Construction: Equipment Operator..........$ 54.43 19.20 Groundmen...................$ 33.75 10.69 Linemen.....................$ 54.43 20.70 Truck Driver................$ 35.38 10.82 ---------------------------------------------------------------- ENGI0066-016 01/01/2017

Rates Fringes

Power equipment operators: (ALLEGHENY, ARMSTRONG, BEAVER, BLAIR, BUTLER, CAMBRIA, CENTRE, CLARION, CLEARFIELD, CRAWFORD, ERIE, ELK, FAYETTE, GREENE, INDIANA, JEFFERSON, LAWRENCE, MCKEAN, MERCER, SOMERSET, VENANGO, WARREN, WASHINGTON, AND WESTMORELAND COUNTIES) GROUP 1.....................$ 30.69 19.98 GROUP 2.....................$ 30.43 19.98 GROUP 3.....................$ 26.78 19.98 GROUP 4.....................$ 26.32 19.98 GROUP 5.....................$ 26.07 19.98 Power equipment operators: (BEDFORD, CAMERON, CLINTON, FOREST, FRANKLIN, FULTON, HUNTINGDON, MIFFLIN, AND POTTER COUNTIES) GROUP 1.....................$ 30.40 19.98 GROUP 2.....................$ 30.12 19.98 GROUP 3.....................$ 26.48 19.98 GROUP 4.....................$ 25.99 19.98

Page 6 of 16

6/20/2017https://www.wdol.gov/wdol/scafiles/davisbacon/PA4.dvb?v=10

Page 9: ADDENDUM ADDENDUM NO. 1 June 23, 2017

GROUP 5.....................$ 25.78 19.98

POWER EQUIPMENT OPERATORS CLASSIFICATIONS

GROUP 1 - Asphalt Paving Machine (Spreader), Autograde (C.M.I. and similar); Backfiller, Compactor with Blade, Backhoe - 360 and 180 degree Swing; Cableway; Caisson Drill (similar to Hugh Williams), Central Mix Plant; Cooling Plant; Concrete Paving Mixer, Concrete Pump (self- propelled); Cranes; Cranes (boom or mast over 101ft.$.50 per each additional 50 feet inclusive of jib), Cranes (Tower Stationary- Climbing Tower Crane); Derrick; Derrick Boat; Dozer(greater than 25,000 lbs.); Dragline; Dredge; Dredge Hydraulic; Elevating Grader; Franki Pile Machine; Gradall (remote control or otherwise),Grader (power-fine grade); Hllift (4 cy. and over); Hoist 2 Drums or more (in one unit); Hydraulic Boom Truck with pivotal cab (single motor-Pitman or similar), (Boom and Mast over 101 feet will be paid an additional 50 feet inclusive of jib if used;) Kocal; Mechanic, Locomotive (std. Gauge); Metro-chip Harvester or similar; Milling Machine (Roto Mill or similar); Mix Mobile; Mix Mobile (with Self Loading Attachment), Mucking Machine (tunnel); Pile Driver Machine; Pipe Extrusion Machine; Prespliter Drill (self contained); Refrigeration Plant (soil Stablization) Rough Terrain Crane (25 ton over) (Boom and Mast over 101 feet will be paid an additional 50 feet inclusive of jib if used); Rough Terrain Crane (under 25 ton), Scrapers; Shovel-Power; Slip form Paver (C.M.I. and similar); Trenching Machine (30,000 lbs. and over), Trenching Machine (under 30,000 lb.), Tunnell Machine (Mark XXI Jarva or similar), Vermeer Saw, Whirley, Mechanic, Compactor with blade

GROUP 2: Asphalt plant operator; auger (tractor mtd.); auger (truck mtd.); belt loader (euclid or similar); boring machine; cable placer or layer; Directional drill over 3,000 lbs thrust; concrete batch plant (electronically synchronized); concrete belt placer (C.M.I. and similar); concrete finishing machine and spreader, concrete mixer (over 1 cy.) concrete pump (stationary); core drill (truck or skid mtd. - similar to penn drill), dozer (25,000 lbs or less); Ditch Witch Saw, force feedloader; fork lift (lull or similar); grader - power; grease unit opertor (head); guard rail post driver (truck mounted) guard rail post driver (skid type); hilift (under 4 cy.); skid steer loader; hydraulic boom truck (non-pivotal cab); job work boat (powered), jumbo operator; locomotive (narrow guage); minor equipment operator (accumulative four units); mucking machine; multi-head saw (groover); overhead crane; roller -power- asphalt; ross carrier; side boom or tractor mounted boom; shuttle buggy (asphalt), stone crusher (screening-washing plants); stone spreader (self propelled) truck mounted drill (davey or similar); welder and repairman; well point pump operator; bidwell concrete finishing machine (or similar).

GROUP 3: Broom Finisher (C.M.I. or similar); Compactors/Rollers (static or vibratory (Self-propelled) on dirt or stone; Curb Builder; Minor Equipment Opertor (two or three units); Multi-head Tie Tamper; Pavement Breaker

Page 7 of 16

6/20/2017https://www.wdol.gov/wdol/scafiles/davisbacon/PA4.dvb?v=10

Page 10: ADDENDUM ADDENDUM NO. 1 June 23, 2017

(self-propelled or ridden); Soil Stablizer Machine; Tire Repairman; Tractor (snaking and hauling); Well Driller and Horizontal: Winch or "A" Frame Truck (when hoisting and lowering).

GROUP 4: Ballast Regulator; Compressor; Concrete Mixer (1 cy. & under with skip); Concrete Saw (Ridden or selp-propelled); Conveyor; Elevator (Material hauling only); Fork-lift (Ridden or self-propelled); Form Line Machine; Generator; Groute Pump; Heater (Machinical); Hoist (single Drum); Ladavator, Light Plant; Mulching Machine; Personnel Boat (Powered), Pulverizer, Pumps, Seeding Machine, spray Cure Machine (powered Driven); Subgrader; Tie Puller; Tugger; Welding Machine (Gas or Diesel).

GROUP 5: Deck Hand; Farm Tractor; Fireman on Boiler; Oiler; Power Broom; Side Delivery Shoulder Spreader (attachment);

---------------------------------------------------------------- IRON0003-001 06/01/2016

ALLEGHENY, FAYETTE, WESTMORELAND, CAMBRIA, INDIANA, ARMSTRONG, BUTLER, BEAVER, CLARION, AND WASHINGTON COUNTIES

Rates Fringes

IRONWORKER.......................$ 33.18 28.73 ---------------------------------------------------------------- IRON0003-007 06/01/2016

BLAIR, CAMERON, CENTRE, CLEARFIELD, CLINTON, ELK, JEFFERSON, MCKEAN, AND POTTER COUNTIES

Rates Fringes

IRONWORKER.......................$ 27.81 26.89 ---------------------------------------------------------------- IRON0003-011 06/01/2016

CRAWFORD, ERIE, FOREST, AND WARREN COUNTIES

Rates Fringes

IRONWORKER.......................$ 28.70 26.89 ---------------------------------------------------------------- IRON0207-002 06/01/2015

LAWRENCE, MERCER, AND VENANGO COUNTIES

Rates Fringes

IRONWORKER.......................$ 28.06 22.41 ---------------------------------------------------------------- IRON0404-008 07/01/2016

FRANKLIN (Remainder), HUNTINGDON (Remainder), AND MIFFLIN COUNTIES

Page 8 of 16

6/20/2017https://www.wdol.gov/wdol/scafiles/davisbacon/PA4.dvb?v=10

Page 11: ADDENDUM ADDENDUM NO. 1 June 23, 2017

Rates Fringes

IRONWORKER, STRUCTURAL...........$ 30.02 28.88 ---------------------------------------------------------------- IRON0549-002 12/01/2012

GREENE COUNTY

Rates Fringes

IRONWORKER.......................$ 30.45 16.04 ---------------------------------------------------------------- IRON0568-004 11/01/2015

BEDFORD, FRANKLIN (Southwest 1/3), FULTON, HUNTINGDON (Western 2/3), AND SOMERSET COUNTIES

Rates Fringes

IRONWORKER Sheeter, Bucker-Up..........$ 29.13 17.45 Structural, Ornamental, Reinforcing, Machinery Mover, Rigger & Machinery Erector, Welder, Fence Erector.....................$ 28.88 17.45 ---------------------------------------------------------------- LABO1058-001 01/01/2017

Rates Fringes

LABORER (BEDFORD, CAMERON, CENTRE, CLINTON, CRAWFORD, FOREST, FRANKLIN, FULTON, HUNTINGDON, JEFFERSON, MIFFLIN, AND POTTER COUNTIES) GROUP 1.....................$ 24.75 20.95 GROUP 2.....................$ 24.91 20.95 GROUP 3.....................$ 25.40 20.95 GROUP 4.....................$ 25.85 20.95 GROUP 5.....................$ 26.26 20.95 GROUP 6.....................$ 23.10 20.95 GROUP 7.....................$ 25.75 20.95 GROUP 8.....................$ 27.25 20.95 Laborers: (ALLEGHENY, ARMSTRONG, BEAVER, BLAIR, BUTLER, CAMBRIA, CLARION, CLEARFIELD, ELK, ERIE, FAYETTE, GREENE, INDIANA, LAWRENCE, MCKEAN, MERCER, SOMERSET, VENANGO, WARREN, WASHINGTON, AND WESTMORELAND COUNTIES) GROUP 1.....................$ 24.85 20.95 GROUP 2.....................$ 25.01 20.95 GROUP 3.....................$ 25.40 20.95 GROUP 4.....................$ 25.85 20.95 GROUP 5.....................$ 26.26 20.95

Page 9 of 16

6/20/2017https://www.wdol.gov/wdol/scafiles/davisbacon/PA4.dvb?v=10

Page 12: ADDENDUM ADDENDUM NO. 1 June 23, 2017

GROUP 6.....................$ 23.10 20.95 GROUP 7.....................$ 25.85 20.95 GROUP 8.....................$ 27.35 20.95

LABORERS CLASSIFICATIONS

GROUP 1: Asphalt curb sealer; Asphalt tamper; Batcherman (weigh) Blaster,Boatman, Brakeman, Change house attendant, Coffer dam, Concrete curing pitman, Puddler, Drill Runner's helper (Includes Drill Mounted on Truck, Track, or similar and Davey Drill Spots, Clean up, helps to maintain), Electric Brush and or Grinder, Fence Construction (Including Fence Machine Operator) Form stripper and Mover, Gabion (Erectors and Placers) Hydro jet blaster nozzleman; Landscape laborer, Manually moved emulusion sprayer, Radio actuated traffic control operator Rip rap work, scaffolds and Runways, Sheeters and Shorers (includes lagging) structural concrete Top Surfacer, Walk Behind Street Sweeper, and Wood Chipper; water boy

GROUP 2: Air tool operator (all types); Asphalt, batch & concrete plant operator (manually operated) Burner, Caisson; men (open air); Carryable pumps; Chain saw operator including attachments, Cribbing, (concrete or steel); Curb machine operator (asphalt or concrete walk behind); Diamond head Core Drller, Drill runner's helper (tunnel) Fork Lift, (walk behind), Form Setter (Road Forms Line man) Highway Slab reinforcement placers (including joint and Basket Setters) Hydraulic pipe pusher; Liner plates (Tile or Vitrified Clay) Mechanical compacting equipment operators, Mechanical joint sealer, Dope pot and Tar Kettle, Mortar mixer (hand or machine) Muckers, Brakemen & all other Labor, (Includes installation of utility lines) Pipe Layers /Fusion /Heating Iron (Regardless of materials) Portable Single Unit Conveyor, Post Hole Auger, (2 or 4 cycle hand operated) Power wheelbarrows and buggies, Rail porter or similar; Sand blaster;Signal Man,Vibrator operator, All RAILROAD TRACK WORK TO INCLUDE THE FOLLOWING: adzing machine, ballast Router, Bolting Machine, Power Jacks, Rail Drills, Railroad Brakeman,Rail Saws, Spike Drivers (Manually or hand held tool) Spike Pullers Tamping Machine, Thermitweld

GROUP 3: Asphalt Luteman/Raker,Blacksmith, Blaster, Brick, stone and block pavers and block cutters (wood, belgian and asphalt); Cement mortar lining car pusher; Cement mortar mixer (pipe relining); Cement mortar pipe reliners; concrete saw operator (walk behind); Curb cutters and setters; Elevated roadway drainage construction; erector of overhead signs, Form setter (road forms-lead man); Grout machine operator; Gunite or dry pack gun (nozzle and machine man); Manhole or catch basin builder (Brick block concrete or any prefabrication) Miners and drillers (including lining, supporting and form workmen, setting of shields, miscellaneous equipment and jumbos); Multi-plate pipe (aligning and securing); Placing wire mesh on gunite projects; Wagon drill operators (air track or similar); Walk behind ditching machine (trencher or similar);crown screed adjuster and welder

Page 10 of 16

6/20/2017https://www.wdol.gov/wdol/scafiles/davisbacon/PA4.dvb?v=10

Page 13: ADDENDUM ADDENDUM NO. 1 June 23, 2017

GROUP 4: Reinforcing Steel Placer (Bending, aligning, and securing, Cadweld)

GROUP 5:High Burner, (Any burning not done from deck), Welder (Pipeline)

GROUP 6: Uniformed Flagperson, Watchman

GROUP 7: Toxic/Hazardous Waste Removal Laborer Levels C & D

GROUP 8: Toxic/Hazardous Waste Removal Laborer Levels A & B

---------------------------------------------------------------- PAIN0021-019 05/01/2014

CLINTON COUNTY

Rates Fringes

Painters: Bridge......................$ 32.25 15.80 Brush & Roller..............$ 25.95 15.80 Spray.......................$ 27.95 15.80 ---------------------------------------------------------------- PAIN0021-024 05/01/2016

FRANKLIN COUNTY

Rates Fringes

PAINTER Brush.......................$ 23.47 12.70 ---------------------------------------------------------------- * PAIN0057-014 06/01/2017

ALLEGHENY, FAYETTE, GREENE, WASHINGTON COUNTIES

Rates Fringes

Painters: Bridge......................$ 33.95 18.43 Brush & Roller..............$ 27.50 18.43 Spray.......................$ 27.50 18.43 ---------------------------------------------------------------- PAIN0057-015 06/01/2016

ARMSTRONG, BEAVER, BEDFORD, BLAIR, BUTLER,CAMBRIA, CENTRE, CLARION, CLEARFIELD, ELK, FULTON, HUNTINGTON, INDIANA, JEFFERSON, LAWRENCE, MERCER, MIFFLIN, SOMERSET, VENANGO AND WESTMORELAND COUNTIES

Rates Fringes

Painters: Bridge......................$ 33.68 17.35 Brush and Roller............$ 27.38 17.35 Spray.......................$ 27.38 17.35 ---------------------------------------------------------------- PAIN0057-022 05/01/2017

Page 11 of 16

6/20/2017https://www.wdol.gov/wdol/scafiles/davisbacon/PA4.dvb?v=10

Page 14: ADDENDUM ADDENDUM NO. 1 June 23, 2017

Rates Fringes

Painters: (ERIE, McKEAN, AND WARREN (Including Columbus and Freehold twps) COUNTIES) Bridges,Stacks,Towers.......$ 24.37 17.22 Brush and Roller............$ 21.87 17.22 Spray and Sandblasting......$ 22.62 17.22 ---------------------------------------------------------------- PAIN0057-027 06/01/2016

CAMERON, CRAWFORD, POTTER, WARREN, (Excluding Columbus and Freehold twps)

Rates Fringes

PAINTER Brush and Roller............$ 25.99 16.67 ---------------------------------------------------------------- PLAS0526-002 01/01/2017

Rates Fringes

CEMENT MASON/CONCRETE FINISHER...$ 30.14 19.40 ---------------------------------------------------------------- PLUM0027-001 06/01/2017

ALLEGHENY, ARMSTRONG, GREENE (Except extreme Eastern portion), WASHINGTON (Except extreme Eastern portion) and WESTMORELAND (City of Arnold and City of New Kensington Only) COUNTIES

Rates Fringes

Plumbers and Pipefitters (Bridge Drain Pipe)..............$ 39.20 21.27 ---------------------------------------------------------------- PLUM0047-005 05/01/2013

BEAVER, BUTLER, MCKEAN, MERCER, VENANGO, CLARION, LAWRENCE, FOREST, WARREN, CRAWFORD, AND ERIE COUNTIES

Rates Fringes

Plumbers and Pipefitters (Bridge Drain Pipe)..............$ 38.52 20.11 ---------------------------------------------------------------- PLUM0354-005 06/01/2012

BEDFORD, BLAIR, CAMBRIA, CAMERON, CLEARFIELD, ELK, FAYETTE, GREENE (Extreme Eastern portion), HUNTINGDON, INDIANA, JEFFERSON, SOMERSE, WASHINGTON (Extreme Eastern portion), AND WESTMORELAND COUNTIES

Rates Fringes

Page 12 of 16

6/20/2017https://www.wdol.gov/wdol/scafiles/davisbacon/PA4.dvb?v=10

Page 15: ADDENDUM ADDENDUM NO. 1 June 23, 2017

Plumbers and Pipefitters (Bridge Drain Pipe)..............$ 35.54 19.97 ---------------------------------------------------------------- TEAM0040-001 01/01/2017

Rates Fringes

TRUCK DRIVER (ALLEGHENY, ARMSTRONG, BEAVER, BLAIR, BUTLER, CAMBRIA, CENTRE, CLARFIELD, CRAWFORD, ERIE, FAYETTE, GREENE, INDIANA, JEFFERSON, LAWRENCE, MCKEAN, MERCER, SOMERSET, VENANGO, WARREN, WASHINGTON, AND WESTMORELAND) GROUP 1.....................$ 28.10 17.42 GROUP 2.....................$ 28.24 17.50 GROUP 3.....................$ 28.71 17.80 Truck drivers: (BEDFORD, CAMERON, CLAIRON, CLINTON, ELK, FOREST, FRANKLIN, FULTON, HUNTINGDON, MIFFLIN, AND POTTER COUNTIES) GROUP 1.....................$ 27.93 17.32 GROUP 2.....................$ 28.10 17.42 GROUP 3.....................$ 28.57 17.71

FOOTNOTES: A. Hazardous/toxic waste material/work level A & B receive additional $2.50 per hour above classification rate

B. Hazardous/toxic waste materials/Work level C & D receive $1.00 per hour above classification

TRUCK DRIVERS CLASSIFICATIONS

GROUP 1 - Single Axle (2 axles including steering axle); Includes partsman and warehoueman

GROUP 2 - Tandem - Tri-Axle - Semi-Tractor Trailer (combination) (3 axles or more including steering axle)

GROUP 3 - Specialty Vehicles; Heavy equipment whose capacity exceeds that for which state licenses are issued specifically refers to units in excess of eight (8) feet width (such as Euclids, Atley Wagon, Payloder, Tournawagons, and similar equipment when not self loaded); Tar and Asphalt Distributors Trucks, Heavy Duty Trailer, such as Low Boy, High Boy

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

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

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

Note: Executive Order (EO) 13706, Establishing Paid Sick Leave for Federal Contractors applies to all contracts subject to the

Page 13 of 16

6/20/2017https://www.wdol.gov/wdol/scafiles/davisbacon/PA4.dvb?v=10

Page 16: ADDENDUM ADDENDUM NO. 1 June 23, 2017

Davis-Bacon Act for which the contract is awarded (and any solicitation was issued) on or after January 1, 2017. If this contract is covered by the EO, the contractor must provide employees with 1 hour of paid sick leave for every 30 hours they work, up to 56 hours of paid sick leave each year. Employees must be permitted to use paid sick leave for their own illness, injury or other health-related needs, including preventive care; to assist a family member (or person who is like family to the employee) who is ill, injured, or has other health-related needs, including preventive care; or for reasons resulting from, or to assist a family member (or person who is like family to the employee) who is a victim of, domestic violence, sexual assault, or stalking. Additional information on contractor requirements and worker protections under the EO is available at www.dol.gov/whd/govcontracts.

Unlisted classifications needed for work not included within the scope of the classifications listed may be added 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 be prevailing for the cited type(s) of construction in the area covered by the wage determination. The classifications 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 union average rate (weighted union average rate).

Union Rate Identifiers

A four letter classification abbreviation identifier enclosed in dotted lines beginning with characters other than "SU" or "UAVG" denotes that the union classification and rate were prevailing for that classification in the survey. Example: PLUM0198-005 07/01/2014. PLUM is an abbreviation identifier of the 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 Local 0198. The next number, 005 in the example, is an internal number used in processing the wage determination. 07/01/2014 is the effective date of the most current negotiated rate, which in this example is July 1, 2014.

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

Survey Rate Identifiers

Classifications listed under the "SU" identifier indicate that no one rate prevailed for this classification in the survey and the published rate is derived by computing a weighted average rate based on all the rates reported in the survey for that

Page 14 of 16

6/20/2017https://www.wdol.gov/wdol/scafiles/davisbacon/PA4.dvb?v=10

Page 17: ADDENDUM ADDENDUM NO. 1 June 23, 2017

classification. As this weighted average rate includes all rates reported in the survey, it may include both union and non-union rates. Example: SULA2012-007 5/13/2014. SU indicates the rates are survey rates based on a weighted average calculation of rates and are not majority rates. LA indicates the State of Louisiana. 2012 is the year of survey on which these classifications and rates are based. The next number, 007 in the example, is an internal number used in producing the wage determination. 5/13/2014 indicates the survey completion date for the classifications 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 those classifications; 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. OH indicates the state. The next number, 0010 in the example, is an internal number used in producing the wage determination. 08/29/2014 indicates the survey completion date for the classifications and rates under that identifier.

A UAVG rate will be updated once a year, usually in January of each year, to reflect a weighted average of 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 with the Wage and Hour Regional Office for the area in which the survey was conducted because those Regional Offices have responsibility for the Davis-Bacon survey program. If the response from this initial contact 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 contact should be with the Branch of Construction Wage Determinations. Write to:

Branch of Construction Wage Determinations Wage and Hour Division

Page 15 of 16

6/20/2017https://www.wdol.gov/wdol/scafiles/davisbacon/PA4.dvb?v=10

Page 18: ADDENDUM ADDENDUM NO. 1 June 23, 2017

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) can request review and reconsideration from the Wage and Hour Administrator (See 29 CFR Part 1.8 and 29 CFR 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 any information (wage payment data, project description, area practice material, etc.) that the requestor considers relevant to the issue.

3.) If the decision of the Administrator is not favorable, an interested party may appeal directly to the Administrative 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

Page 16 of 16

6/20/2017https://www.wdol.gov/wdol/scafiles/davisbacon/PA4.dvb?v=10

Page 19: ADDENDUM ADDENDUM NO. 1 June 23, 2017

Erie International Airport Tom Ridge FieldRehabilitate Wildlife Deterrent (AOA) Fence

Bid Schedule

Item Description Unit Quantity Unit Price in Figures Unit Price Written Total

MC‐003 MOBILIZATION LS 1

L‐119‐5.1INSTALL SOLAR OBSTRUCTION LIGHT ON PROPOSED TOWER

EA 3

5MC‐001

F‐162‐5.1 WILDLIFE DETERRENT FENCE 4,400

INSTALL ANTI‐CLIMB DEVICE ON EXISTING TOWER

P‐610‐5.1 RELOCATE EXISTING SIGN ON NEW FOUNDATION EA 1

F‐162‐5.2 20' DOUBLE‐LEAF VEHICLE SWING GATE EA 1

EA

F‐162‐5.3 DEMOLITION OF EXISTING AOA FENCE LF 4,500

LF

10.1 - Addendum 1

Page 20: ADDENDUM ADDENDUM NO. 1 June 23, 2017

PENNSYLVANIA ACT 287, as amended

PA ONE-CALL

1-800-242-1776

REVISION

DESCRIPTIONDATE BY

PROJECT TITLE

CONFORMED

PROJECT TITLE

PROJECT TITLE

1

1

1

1

1

XXXXX

XXXXX XXXXX

DRAWING TITLE

DRAWING TITLE

DRAWING TITLE

DESIGNED

DRAWN

CHECKED

APPROVED

DATE

DATE

DATE

DATE DATE: JUNE 2017

PROJECT NO:

PROJECT NO: DATE:

OF

X

X

SHEET

OF

NOTES

CODED NOTES

COPY THIS FOR TITLE TEXT

ITEMS TO COPY TO BORDER

SCALE IN FEET

050 25 50

XXX

XXXX

DETAIL TITLE

NTS

XXXX

CA

XXXX

CA

DETAIL TITLE

NTS

XXX

XXXX

XXX

XXXX

02550 50

0510 10

HORIZONTAL

VERTICAL

PROJECT NO: 160695

ERIE

ERIE, PENNSYLVANIA

INTERNATIONAL AIRPORT

REHABILITATE WILDLIFE

DETERRENT (AOA) FENCE FIGURE

FIGURE

XX

SHEET

OF

95% SUBMISSION

9

100 AIRSIDE DRIVE

AIRSIDE BUSINESS PARK

MOON TOWNSHIP, PA 15108

TEL: (412) 269-6300

NORTH

PROPOSED TEXT

EXISTING TEXT

2.91

16/23/2017 ADDENDUM # 1MJO

1

ITEM # ITEM DESCRIPTION QTY UNIT ASBUILTP-610.5.1 RELOCATE EXISTING SIGN ON NEW FOUNDATION 1 EAF-162-5.1 WILDLIFE DETERRENT FENCE 4,400 LFF-162-5.2 20' DOUBLE-LEAF VEHICLE SWING GATE 1 EAF-162.5.3 DEMOLITION OF EXISTING AOA FENCE 4,500 LFL-119-5.1 INSTALL SOLAR OBSTRUCTION LIGHT ON PROPOSED FENCE 3 EAMC-001 INSTALL ANTI-CLIMB DEVICE ON EXISTING TOWER 5 EAMC-003 MOBILIZATION 1 LS

AutoCAD SHX Text
C2
AutoCAD SHX Text
%%uSECTION
AutoCAD SHX Text
%%uDETAIL
AutoCAD SHX Text
X
AutoCAD SHX Text
XX
AutoCAD SHX Text
%%ULIST OF ABBREVIATIONS
AutoCAD SHX Text
X
AutoCAD SHX Text
XX
AutoCAD SHX Text
%%ULEGEND:
AutoCAD SHX Text
IN PAVEMENT TAXIWAY EDGE LIGHT
AutoCAD SHX Text
RUNWAY CENTERLINE LIGHT
AutoCAD SHX Text
S
AutoCAD SHX Text
P
AutoCAD SHX Text
C
AutoCAD SHX Text
ELEVATED RUNWAY EDGE LIGHT
AutoCAD SHX Text
ELEVATED TAXIWAY EDGE LIGHT
AutoCAD SHX Text
IN PAVEMENT RUNWAY EDGE LIGHT
AutoCAD SHX Text
ELEVATED RUNWAY GUARD LIGHT
AutoCAD SHX Text
ELEVATED STOP BAR LIGHT
AutoCAD SHX Text
TAXIWAY CENTERLINE LIGHT
AutoCAD SHX Text
POWER CONDUIT
AutoCAD SHX Text
CONTROL CONDUIT
AutoCAD SHX Text
ELECTRICAL MANHOLE/HANDHOLE
AutoCAD SHX Text
AIRFIELD GUIDANCE SIGN
AutoCAD SHX Text
ABANDONED LIGHT BASE W/COVER
AutoCAD SHX Text
PAPI LIGHT HOUSING ASSEMBLY
AutoCAD SHX Text
IN PAVEMENT SURFACE SENSOR
AutoCAD SHX Text
WIND CONE
AutoCAD SHX Text
APPROACH LIGHT
AutoCAD SHX Text
XXXX
AutoCAD SHX Text
EXISTING MAJOR CONTOUR
AutoCAD SHX Text
EXISTING MINOR CONTOUR
AutoCAD SHX Text
EXISTING UTILITIES HAVE BEEN PLOTTED FROM AVAILABLE INFORMATION AND THE LOCATIONS MUST BE CONSIDERED APPROXIMATE. OTHER UTILITIES MAY EXIST WHICH ARE NOT SHOWN. IT SHALL BE THE CONTRACTOR'S RESPONSIBILITY TO ASCERTAIN THE PHYSICAL LOCATION OF ALL UTILITY LINES PRIOR TO THE START OF CONSTRUCTION.
AutoCAD SHX Text
REQUIRES NOTIFICATION TO UTILITY COMPANIES PRIOR TO ANY DIGGING, DRILLING, BLASTING OR EXCAVATING. CONTRACTOR SHALL CONTACT:
AutoCAD SHX Text
PRIOR TO START OF WORK.
AutoCAD SHX Text
@AT AT ACEADVANCED CONTROL SYSTEM ADVANCED CONTROL SYSTEM ALSF-2APPROACH LIGHTING SYSTEM WITH APPROACH LIGHTING SYSTEM WITH SEQUENCED FLASHERS AMPAMPRE AMPRE APPROXAPPROXIMATELY APPROXIMATELY ARFFAIRPORT RESCUE AND FIRE FIGHTING AIRPORT RESCUE AND FIRE FIGHTING AWGAMERICAN WIRE GAUGE AMERICAN WIRE GAUGE BASELINE BMPBEST MANAGEMENT PRACTICES BEST MANAGEMENT PRACTICES CENTERLINE CLRCLEAR CLEAR CMPCORRUGATED METAL PIPE CORRUGATED METAL PIPE CVMCONSTANT VOLTAGE MONITOR CONSTANT VOLTAGE MONITOR CYCUBIC YARD CUBIC YARD DIADIAMETER DIAMETER EEASTING EASTING EAEACH EACH ERIERIE INTERNATIONAL AIRPORT ERIE INTERNATIONAL AIRPORT ELELEVATION ELEVATION ELEVELEVATION ELEVATION ERAAERIE REGIONAL AIRPORT AUTHORITY ERIE REGIONAL AIRPORT AUTHORITY FAAFEDERAL AVIATION ADMINISTRATION FEDERAL AVIATION ADMINISTRATION FODFOREIGN OBJECT DEBRIS FOREIGN OBJECT DEBRIS GALGALLON GALLON HDPEHIGH DENSITY POLYETHYLENE HIGH DENSITY POLYETHYLENE HRSHOURS HOURS HzHERTZ HERTZ ININCH INCH INCINCORPORATED INCORPORATED KVKILOVOLT KILOVOLT KWKILOWATT KILOWATT LFLINEAR FOOT (FEET) LINEAR FOOT (FEET) LHALIGHT HOUSE ASSEMBLY LIGHT HOUSE ASSEMBLY LSLUMP SUM LUMP SUM MAXMAXIMUM MAXIMUM MHzMEGAHERTZ MEGAHERTZ MINMINIMUM MINIMUM #NUMBER NUMBER NNORTHING NORTHING NADNORTH AMERICAN DATUM NORTH AMERICAN DATUM NAVDNORTH AMERICAN VERTICAL DATUM NORTH AMERICAN VERTICAL DATUM NONUMBER NUMBER NTSNOT TO SCALE NOT TO SCALE OFFOFFSET OFFSET PAPENNSYLVANIA PENNSYLVANIA PACSPRIMARY AIRPORT CONTROL STATION PRIMARY AIRPORT CONTROL STATION PAPIPRECISION APPROACH PATH INDICATOR PRECISION APPROACH PATH INDICATOR PCCPORTLAND CEMENT CONCRETE PORTLAND CEMENT CONCRETE PCUPAPI CONTROL UNIT PAPI CONTROL UNIT PENNDOTPENNSYLVANIA DEPARTMENT OF PENNSYLVANIA DEPARTMENT OF TRANSPORTATION PIPOINT OF INTERSECTION POINT OF INTERSECTION PT POINT OF TANGENCY POINT OF TANGENCY PVCPOLYVINYL CHLORIDE POLYVINYL CHLORIDE PVCPOINT OF VERTICAL CURVE POINT OF VERTICAL CURVE PVIPOINT OF VERTICAL INTERSECTION POINT OF VERTICAL INTERSECTION REILRUNWAY END IDENTIFIER LIGHTS RUNWAY END IDENTIFIER LIGHTS RGSRIGID GALVANIZED STEEL RIGID GALVANIZED STEEL ROFARUNWAY OBJECT FREE AREA RUNWAY OBJECT FREE AREA RPUREMOTE PROCESSING UNIT REMOTE PROCESSING UNIT RSARUNWAY SAFETY AREA RUNWAY SAFETY AREA RTRIGHT RIGHT RVRRUNWAY VISUAL RANGE RUNWAY VISUAL RANGE RWRUNWAY RUNWAY SACSSECONDARY AIRPORT CONTROL STATION SECONDARY AIRPORT CONTROL STATION SY SQUARE YARD SQUARE YARD TDZTOUCHDOWN ZONE TOUCHDOWN ZONE TWTAXIWAY TAXIWAY TYPTYPICAL TYPICAL VVOLT(S) VOLT(S) VCVERTICAL CURVE LENGTHVERTICAL CURVE LENGTH
AutoCAD SHX Text
TDZ LIGHT
AutoCAD SHX Text
METHOD OF IDENTIFYING DETAILS AND SECTIONS
AutoCAD SHX Text
IDENTIFIES DETAIL
AutoCAD SHX Text
SHEET NUMBER WHERE DETAIL IS REFERENCED
AutoCAD SHX Text
ADDITIONAL SHEET REFERENCES
AutoCAD SHX Text
IDENTIFIES SECTION
AutoCAD SHX Text
INDICATES DIRECTION OF VIEW
AutoCAD SHX Text
SHEET NUMBER WHERE SECTION IS REFERENCED
AutoCAD SHX Text
E
AutoCAD SHX Text
ELECTRICAL MANHOLE/HANDHOLE
AutoCAD SHX Text
E
AutoCAD SHX Text
INLET
AutoCAD SHX Text
M
AutoCAD SHX Text
STORM MANHOLE
AutoCAD SHX Text
DUCT MARKER
AutoCAD SHX Text
D
AutoCAD SHX Text
2
AutoCAD SHX Text
G-002
AutoCAD SHX Text
INDEX OF DRAWINGS, GENERAL NOTES, LEGEND AND ABBREVIATION
AutoCAD SHX Text
1
AutoCAD SHX Text
G-001
AutoCAD SHX Text
TITLE SHEET
AutoCAD SHX Text
2
AutoCAD SHX Text
G-002
AutoCAD SHX Text
INDEX OF DRAWINGS/GENERAL NOTES/LEGEND AND ABBREVIATION
AutoCAD SHX Text
3
AutoCAD SHX Text
G-003
AutoCAD SHX Text
PROJECT LAYOUT PLAN
AutoCAD SHX Text
6
AutoCAD SHX Text
C-122
AutoCAD SHX Text
FENCING LAYOUT PLAN - 3
AutoCAD SHX Text
GEOMETRY
AutoCAD SHX Text
8
AutoCAD SHX Text
C-500
AutoCAD SHX Text
MISCELLANEOUS DETAILS - 1
AutoCAD SHX Text
DRAWING INDEX
AutoCAD SHX Text
DRAWING NUMBER
AutoCAD SHX Text
SHEET NUMBER
AutoCAD SHX Text
DRAWING TITLE
AutoCAD SHX Text
9
AutoCAD SHX Text
C-501
AutoCAD SHX Text
MISCELLANEOUS DETAILS - 2
AutoCAD SHX Text
4
AutoCAD SHX Text
C-120
AutoCAD SHX Text
FENCING LAYOUT PLAN - 1
AutoCAD SHX Text
5
AutoCAD SHX Text
C-121
AutoCAD SHX Text
FENCING LAYOUT PLAN - 2
AutoCAD SHX Text
6/2017
AutoCAD SHX Text
L:\PROJECTS\Erie International Airport\0 - ERIE On-call NTP 2015-07-01\160695 - ERI Fence replacement project - 13\3.0 Design\Drawings\Plot
AutoCAD SHX Text
6/2017
AutoCAD SHX Text
6/2017
AutoCAD SHX Text
GBV
AutoCAD SHX Text
DMS
AutoCAD SHX Text
6/2017
AutoCAD SHX Text
MJO
AutoCAD SHX Text
GBV
AutoCAD SHX Text
GENERAL NOTES: 1.THIS PROJECT IS SUBJECT TO ALL INSPECTIONS PROVIDED IN THE CONTRACT DOCUMENTS THIS PROJECT IS SUBJECT TO ALL INSPECTIONS PROVIDED IN THE CONTRACT DOCUMENTS AND TO INSPECTIONS BY REPRESENTATIVES OF ERAA, FAA, AND PENNDOT BUREAU OF AVIATION. 2.ACCESS TO THE SITE - THE CONTRACTOR'S ACCESS POINTS TO THE SITE WILL BE ACCESS TO THE SITE - THE CONTRACTOR'S ACCESS POINTS TO THE SITE WILL BE VERIFIED AT THE PRE-CONSTRUCTION MEETING. PROPOSED ACCESS POINTS TO THE AOA ARE SHOWN ON THE PROJECT LAYOUT PLAN. 3.HAUL ROUTES - LOCATION OF HAUL ROUTES ON THE AIRPORT SITE SHALL BE FURTHER HAUL ROUTES - LOCATION OF HAUL ROUTES ON THE AIRPORT SITE SHALL BE FURTHER DEFINED AT THE PRE-CONSTRUCTION MEETING. IT SHALL BE THE CONTRACTOR'S RESPONSIBILITY TO COORDINATE OFF-SITE HAUL ROUTES (STATE HIGHWAYS, COUNTY ROADS, OR LOCAL ROADS) WITH THE APPROPRIATE OWNER WHO HAS JURISDICTION OVER THE AFFECTED ROUTE. ON-SITE HAUL ROUTES SHALL BE MAINTAINED BY THE CONTRACTOR AND SHALL BE RESTORED TO THE PRE-CONSTRUCTION CONDITION UPON COMPLETION OF USE AS A HAUL ROUTE. THE BEFORE AND AFTER CONDITION OF ON-SITE HAUL ROUTES SHALL BE JOINTLY INSPECTED BY THE CONTRACTOR AND THE ENGINEER PRIOR TO COMMENCING WORK. 4.THE CONTRACTOR'S LAYDOWN AREA, STAGING AREA, AND TOPSOIL STOCKPILE AREA WILL THE CONTRACTOR'S LAYDOWN AREA, STAGING AREA, AND TOPSOIL STOCKPILE AREA WILL BE VERIFIED AT THE PRE-CONSTRUCTION MEETING. PROPOSED LAYDOWN, STAGING AND TOPSOIL STOCKPILE AREAS ARE SHOWN ON THE PROJECT LAYOUT PLAN. PROJECT LAYOUT PLAN. . 5.THE EXISTING CONDITIONS SHOWN ON THESE PLANS WERE DEVELOPED FROM RECORD THE EXISTING CONDITIONS SHOWN ON THESE PLANS WERE DEVELOPED FROM RECORD PLANS AND ARE THE ANTICIPATED CONDITIONS AT THE COMMENCEMENT OF CONSTRUCTION. PRIOR TO BID, THE CONTRACTOR SHALL VERIFY ALL EXISTING CONDITIONS. THE CONTRACTOR SHALL NOTIFY THE ENGINEER PRIOR TO BID OF ANY DISCREPANCIES BETWEEN THE BID DOCUMENTS AND THE EXISTING CONDITIONS. 6.THE APPROXIMATE LOCATIONS OF KNOWN AIRPORT UNDERGROUND UTILITIES ARE SHOWN THE APPROXIMATE LOCATIONS OF KNOWN AIRPORT UNDERGROUND UTILITIES ARE SHOWN ON THE PLANS AND ARE NOT WARRANTED TO BE CORRECT. PRIOR TO ANY EXCAVATION THE CONTRACTOR SHALL CALL THE PENNSYLVANIA ONE CALL SYSTEM, INC. AT 1800-242-1776. THE CONTRACTOR MUST VERIFY THE EXACT LOCATION OF UTILITIES PRIOR TO THE START OF CONSTRUCTION. IN THE EVENT THAT THE CONTRACTOR DAMAGES A UTILITY, THE ENGINEER MUST BE NOTIFIED IMMEDIATELY. THE REPAIR MUST BE STARTED IMMEDIATELY AND CONTINUED UNTIL SERVICE HAS BEEN FULLY RESTORED AND THE REPAIRS ARE COMPLETE. ALL SUCH REPAIRS SHALL BE AT THE CONTRACTOR'S EXPENSE AND SHALL BE INSPECTED AND APPROVED BY THE ENGINEER AND THE UTILITY OWNER PRIOR TO BACKFILL BY THE CONTRACTOR. IF REQUIRED BY THE ENGINEER, THE CONTRACTOR SHALL SUPPLY AND INSTALL A CONCRETE MARKER AT ALL APPLICABLE LOCATIONS AT NO ADDITIONAL EXPENSE TO THE OWNER. 7.DURING ALL WORK WITHIN AIRPORT PROPERTY, THE CONTRACTOR SHALL CONTINUOUSLY DURING ALL WORK WITHIN AIRPORT PROPERTY, THE CONTRACTOR SHALL CONTINUOUSLY MONITOR THE AIRCRAFT GROUND TRAFFIC ON GROUND FREQUENCY 121.9 MHZ. THE CONTRACTOR MUST MAINTAIN AT LEAST TWO (2) AVIATION BAND RADIOS CAPABLE OF TRANSMITTING AND RECEIVING A FREQUENCY OF 121.9 MHZ ON SITE FOR THE WORK EFFORT PERFORMED, AS DETERMINED BY THE ENGINEER. NO WORK MAY BEGIN WITHOUT THE REQUIRED NUMBER OF OPERATIONAL RADIOS ON SITE. 8.THE CONTRACTOR SHALL COORDINATE ALL CONSTRUCTION ACTIVITIES WITH THE ENGINEER, THE CONTRACTOR SHALL COORDINATE ALL CONSTRUCTION ACTIVITIES WITH THE ENGINEER, OTHER CONTRACTORS, AND UTILITY COMPANIES, AT OR IN CLOSE PROXIMITY TO THE SITE. 9.ANY WORK PERFORMED WITHOUT THE KNOWLEDGE AND APPROVAL OF THE ENGINEER IS ANY WORK PERFORMED WITHOUT THE KNOWLEDGE AND APPROVAL OF THE ENGINEER IS SUBJECT TO REMOVAL AND REPLACEMENT AT THE CONTRACTOR'S EXPENSE. 10.THE ENGINEER MAY SUSPEND THE WORK BY WRITTEN NOTICE WHEN, IN HIS/HER THE ENGINEER MAY SUSPEND THE WORK BY WRITTEN NOTICE WHEN, IN HIS/HER JUDGMENT, PROGRESS IS UNSATISFACTORY, WORK BEING DONE IS UNAUTHORIZED OR DEFECTIVE, WEATHER CONDITIONS ARE UNSUITABLE, OR THERE IS DANGER TO THE PUBLIC HEALTH OR SAFETY. 11.APPROVAL OF A PORTION OF THE WORK IN PROGRESS DOES NOT GUARANTEE ITS FINAL APPROVAL OF A PORTION OF THE WORK IN PROGRESS DOES NOT GUARANTEE ITS FINAL ACCEPTANCE. TESTING AND EVALUATION MAY CONTINUE UNTIL FINAL ACCEPTANCE OF A COMPLETE WORKABLE UNIT IS PROVIDED IN WRITING. 12.ACCEPTANCE OF COMPLETED WORK WILL NOT BE GIVEN UNTIL DEFECTIVE OR ACCEPTANCE OF COMPLETED WORK WILL NOT BE GIVEN UNTIL DEFECTIVE OR UNAUTHORIZED WORK IS REMOVED AND FINAL CLEAN-UP IS COMPLETE. 13.CONTRACTOR RESPONSIBLE TO KEEP PUBLIC ROADS FREE OF DEBRIS ALONG HAUL CONTRACTOR RESPONSIBLE TO KEEP PUBLIC ROADS FREE OF DEBRIS ALONG HAUL ROUTE/ACCESS ROUTE. 14.FOREIGN OBJECT DEBRIS (FOD) IS A SERIOUS SAFETY HAZARD ON THE AIRFIELD.  THE FOREIGN OBJECT DEBRIS (FOD) IS A SERIOUS SAFETY HAZARD ON THE AIRFIELD.  THE CONTRACTOR MUST TAKE ALL NECESSARY PRECAUTIONS TO PREVENT FOD ON THE AIRFIELD. 15.CONTRACTOR'S PERSONNEL SHALL PARK THE STAGING AREA. CONTRACTOR'S PERSONNEL SHALL PARK THE STAGING AREA. GENERAL PROJECT SCOPE OF WORK THE REHABILITATION OF WILDLIFE DETERRENT (AOA) FENCE WILL CONSIST OF INSTALLATION OF NEW WILDLIFE FENCE, VEHICLE SWING GATES, TOWER ANIT-CLIMB DEVICES, AND REMOVAL OF EXISTING WILDLIFE FENCE.
AutoCAD SHX Text
7
AutoCAD SHX Text
C-123
AutoCAD SHX Text
FENCING LAYOUT PLAN - 4
AutoCAD SHX Text
DETAILS
AutoCAD SHX Text
SERIAL # 2017170646-000
Page 21: ADDENDUM ADDENDUM NO. 1 June 23, 2017

WEST 20TH ST

CONRAIL RAIL ROADNORFOLK SOUTHERN RAIL ROAD

CONRAIL RAIL ROADNORFOLK SOUTHERN RAIL ROAD

ASBURY RD

CAUG

HEY

RD

LOVE

LAND

AVE

POW

ELL

AVE

R/W 6-24

T/W B

T/W

E

T/W

G T/W G

R/W 2-

20

T/W D

T/W F T/W D

T/W A

T/W C

T/W A T/W A

WEST 20TH ST

POWELL AVE

REVISION

DESCRIPTIONDATE BY

PROJECT TITLE

CONFORMED

PROJECT TITLE

PROJECT TITLE

1

1

1

1

1

XXXXX

XXXXX XXXXX

DRAWING TITLE

DRAWING TITLE

DRAWING TITLE

DESIGNED

DRAWN

CHECKED

APPROVED

DATE

DATE

DATE

DATE DATE: JUNE 2017

PROJECT NO:

PROJECT NO: DATE:

OF

X

X

SHEET

OF

NOTES

CODED NOTES

COPY THIS FOR TITLE TEXT

ITEMS TO COPY TO BORDER

SCALE IN FEET

050 25 50

XXX

XXXX

DETAIL TITLE

NTS

XXXX

CA

XXXX

CA

DETAIL TITLE

NTS

XXX

XXXX

XXX

XXXX

02550 50

0510 10

HORIZONTAL

VERTICAL

PROJECT NO: 160695

ERIE

ERIE, PENNSYLVANIA

INTERNATIONAL AIRPORT

REHABILITATE WILDLIFE

DETERRENT (AOA) FENCE FIGURE

FIGURE

XX

SHEET

OF

95% SUBMISSION

9

100 AIRSIDE DRIVE

AIRSIDE BUSINESS PARK

MOON TOWNSHIP, PA 15108

TEL: (412) 269-6300

NORTH

PROPOSED TEXT

EXISTING TEXT

2.91

KEYMAP

CONRAIL RAIL ROAD

NORFOLK SOUTHERN RAIL ROAD

CONRAIL RAIL ROAD

NORFOLK SOUTHERN RAIL ROAD

ASBURY RD

CAUGHEY RD

LOVELAND AVE

POWELL AVE

R/W 6-24

T/W B

T/W

E

T/W

G

T/W

F

T/W G

R/W 2-

20

T/W D

T/W F

T/W D

T/W A

T/W

A4

T/W C

T/W

A3

T/W A

T/W

A1

T/W A

WEST 20TH ST

SURVEY CONTROLPOINT NORTHING EASTING ELEVATION HZ/VT

ND0015 707,874.02 1,313,746.72 736.41 VTND0016 704,806.10 1,307,669.62 738.03 VTND0249 707,900.39 1,311,868.02 727.6 HZND0250 706,885.15 1,309,324.98 728.4 HZND0251 708,916.53 1,309,590.82 733.6 HZ

FENCE HEIGHTPOINT # GROUND ELEVATION FENCE ELEVATION PART 77 ELEVATION

1 724.00 733.00 734.872 734.00 743.00 731.903 733.00 742.00 731.554 736.00 745.00 741.905 736.00 745.00 740.906 736.00 745.00 764.357 735.00 744.00 743.558 734.00 743.00 734.00

N

O

R

T

H

16/23/2017 ADDENDUM # 1MJO

1

AutoCAD SHX Text
PROPOSED FENCE INSTALLATION
AutoCAD SHX Text
POINT # 1
AutoCAD SHX Text
POINT # 2
AutoCAD SHX Text
POINT # 3
AutoCAD SHX Text
POINT # 5
AutoCAD SHX Text
POINT # 4
AutoCAD SHX Text
POINT # 6
AutoCAD SHX Text
POINT # 7
AutoCAD SHX Text
ND0016
AutoCAD SHX Text
ND0250
AutoCAD SHX Text
ND0251
AutoCAD SHX Text
ND0249
AutoCAD SHX Text
ND0015
AutoCAD SHX Text
POINT # 8
AutoCAD SHX Text
STAGING AREA
AutoCAD SHX Text
20
AutoCAD SHX Text
6
AutoCAD SHX Text
24
AutoCAD SHX Text
2
AutoCAD SHX Text
GATE 13
AutoCAD SHX Text
3
AutoCAD SHX Text
G-003
AutoCAD SHX Text
SCALE IN FEET
AutoCAD SHX Text
0
AutoCAD SHX Text
500
AutoCAD SHX Text
250
AutoCAD SHX Text
500
AutoCAD SHX Text
PROJECT LAYOUT PLAN
AutoCAD SHX Text
NOTES: 1.STATE PLANE COORDINATE HORIZONTAL STATE PLANE COORDINATE HORIZONTAL DATUM IS NAD 83 AND VERTICAL DATUM IS NAVD 88. 2.ALL AOA AND SECURITY FENCE GATES ALL AOA AND SECURITY FENCE GATES MUST BE GUARDED AT ALL TIMES WHEN OPENED. ALL GATES MUST BE CLOSED AND SECURED IMMEDIATELY AFTER VEHICLES ENTER AND EXIT THE GATES. SITE TO BE KEPT SECURE AT ALL TIMES. NO UNMANNED GAPS SHALL BE PERMITTED IN THE AOA FENCE. 3.CONCRETE SOIL, AND DEBRIS REMOVED IN CONCRETE SOIL, AND DEBRIS REMOVED IN THIS CONTRACT SHALL BE HAULED OFFSITE. 4.FOR ACCESS TO AND FROM THE AIRFIELD, FOR ACCESS TO AND FROM THE AIRFIELD, THE CONTRACTOR SHALL USE GATE 13.
AutoCAD SHX Text
6/2017
AutoCAD SHX Text
L:\PROJECTS\Erie International Airport\0 - ERIE On-call NTP 2015-07-01\160695 - ERI Fence replacement project - 13\3.0 Design\Drawings\Plot
AutoCAD SHX Text
6/2017
AutoCAD SHX Text
6/2017
AutoCAD SHX Text
GBV
AutoCAD SHX Text
DMS
AutoCAD SHX Text
6/2017
AutoCAD SHX Text
MJO
AutoCAD SHX Text
GBV
AutoCAD SHX Text
20
AutoCAD SHX Text
6
AutoCAD SHX Text
24
AutoCAD SHX Text
2
AutoCAD SHX Text
LEGEND:
AutoCAD SHX Text
SURVEY CONTROL POINT HAUL ROUTE
Page 22: ADDENDUM ADDENDUM NO. 1 June 23, 2017

CONRAIL RAIL ROAD

NORFOLK SOUTHERN RAIL ROAD

ASBU

RY R

D

R/W 6-24

REVISION

DESCRIPTIONDATE BY

PROJECT TITLE

CONFORMED

PROJECT TITLE

PROJECT TITLE

1

1

1

1

1

XXXXX

XXXXX XXXXX

DRAWING TITLE

DRAWING TITLE

DRAWING TITLE

DESIGNED

DRAWN

CHECKED

APPROVED

DATE

DATE

DATE

DATE DATE: JUNE 2017

PROJECT NO:

PROJECT NO: DATE:

OF

X

X

SHEET

OF

NOTES

CODED NOTES

COPY THIS FOR TITLE TEXT

ITEMS TO COPY TO BORDER

SCALE IN FEET

050 25 50

XXX

XXXX

DETAIL TITLE

NTS

XXXX

CA

XXXX

CA

DETAIL TITLE

NTS

XXX

XXXX

XXX

XXXX

02550 50

0510 10

HORIZONTAL

VERTICAL

PROJECT NO: 160695

ERIE

ERIE, PENNSYLVANIA

INTERNATIONAL AIRPORT

REHABILITATE WILDLIFE

DETERRENT (AOA) FENCE FIGURE

FIGURE

XX

SHEET

OF

95% SUBMISSION

9

100 AIRSIDE DRIVE

AIRSIDE BUSINESS PARK

MOON TOWNSHIP, PA 15108

TEL: (412) 269-6300

NORTH

PROPOSED TEXT

EXISTING TEXT

2.91

KEYMAP

CONRAIL RAIL ROAD

NORFOLK SOUTHERN RAIL ROAD

CONRAIL RAIL ROAD

NORFOLK SOUTHERN RAIL ROAD

ASBURY RD

CAUGHEY RD

LOVELAND AVE

POWELL AVE

R/W 6-24

T/W B

T/W

E

T/W

G

T/W

F

T/W G

R/W 2-

20

T/W D

T/W F

T/W D

T/W A

T/W

A4

T/W C

T/W

A3

T/W A

T/W

A1

T/W A

WEST 20TH ST

N

O

R

T

H

16/23/2017 ADDENDUM # 1MJO

1

1

1

1

1

AutoCAD SHX Text
PROPOSED FENCE INSTALLATION
AutoCAD SHX Text
TIE INTO EXISTING FENCE AT CORNER POST
AutoCAD SHX Text
2
AutoCAD SHX Text
RETROREFLECTIVE SIGNS ON CONCRETE BASE
AutoCAD SHX Text
1
AutoCAD SHX Text
1
AutoCAD SHX Text
1
AutoCAD SHX Text
CAUTION: PROTECT EXISTING STORM PIPE
AutoCAD SHX Text
4
AutoCAD SHX Text
C-120
AutoCAD SHX Text
MATCHLINE - SEE SHEET C-121C-121
AutoCAD SHX Text
SCALE IN FEET
AutoCAD SHX Text
0
AutoCAD SHX Text
50
AutoCAD SHX Text
25
AutoCAD SHX Text
50
AutoCAD SHX Text
FENCING LAYOUT PLAN - 1
AutoCAD SHX Text
6/2017
AutoCAD SHX Text
L:\PROJECTS\Erie International Airport\0 - ERIE On-call NTP 2015-07-01\160695 - ERI Fence replacement project - 13\3.0 Design\Drawings\Plot
AutoCAD SHX Text
6/2017
AutoCAD SHX Text
6/2017
AutoCAD SHX Text
GBV
AutoCAD SHX Text
DMS
AutoCAD SHX Text
6/2017
AutoCAD SHX Text
MJO
AutoCAD SHX Text
GBV
AutoCAD SHX Text
20
AutoCAD SHX Text
6
AutoCAD SHX Text
24
AutoCAD SHX Text
2
AutoCAD SHX Text
RELOCATE SIGNS ON NEW FOUNDATION
AutoCAD SHX Text
FRANGIBLE COUPLINGS (TYP.)
AutoCAD SHX Text
REMOVE EXISTING FOUNDATION, BACKFILL, TOPSOIL, SEED, AND MULCH (INCIDENTAL TO SIGN RELOCATION)
AutoCAD SHX Text
NOTES: 1.NEW FOUNDATION SHALL MATCH DIMENSIONS NEW FOUNDATION SHALL MATCH DIMENSIONS OF EXISTING FOUNDATION (APPROX. 2'X7'). DEPTH SHALL NOT EXCEED 48". 2.FOUNDATION SHALL MEET REQUIREMENTS OF FOUNDATION SHALL MEET REQUIREMENTS OF SPECIFICATION OF P-610. 3.FINAL LOCATION TO BE FIELD COORDINATED.FINAL LOCATION TO BE FIELD COORDINATED.
AutoCAD SHX Text
SIGN RELOCATION
AutoCAD SHX Text
NOT TO SCALE
AutoCAD SHX Text
1
AutoCAD SHX Text
C-120
AutoCAD SHX Text
NOTES: 1.FENCE LAYOUT TO BE APPROVED BY FENCE LAYOUT TO BE APPROVED BY OWNER'S REPRESENTATIVE PRIOR TO COMMENCEMENT OF WORK. FENCE LOCATION MAY REQUIRE FIELD ADJUSTMENT TO AVOID CONFLICTS. 2.CONTRACTOR SHALL NOT EXCAVATE MORE CONTRACTOR SHALL NOT EXCAVATE MORE AREA THAN CAN BE BACKFILLED IN A SINGLE DAY. 3.SHOULD AN EXCAVATED AREA BE SHOULD AN EXCAVATED AREA BE REQUIRED TO REMAIN OPEN LONGER THAN A SINGLE DAY, COMPOST FILTER SOCK SHALL BE INSTALLED IN ACCORDANCE WITH ITEM 408-0867. 4.ALL DISTURBED AREAS TO BE TOPSOILED, ALL DISTURBED AREAS TO BE TOPSOILED, SEEDED, AND MULCHED IN ACCORDANCE WITH SPECIFICATIONS. NO ADDITIONAL PAYMENT WILL BE MADE FOR SOIL REPAIRS. 5.EXISTING FENCE POSTS TO BE CUT FLUSH EXISTING FENCE POSTS TO BE CUT FLUSH WITH GRADE. NO SHARP EDGES SHALL BE PERMITTED.
AutoCAD SHX Text
LEGEND:
AutoCAD SHX Text
PROPOSED FENCE EXISTING FENCE FENCE DEMOLITION PROPERTY LINE EXISTING SWALE DOUBLE SWING GATE OBSTRUCTION LIGHT TOWER
AutoCAD SHX Text
KEY NOTES:
AutoCAD SHX Text
INSTALL ANTI-CLIMB DEVICE ON EXISTING TOWER RELOCATE EXISTING SIGNS ON NEW FOUNDATION INSTALL SOLAR OBSTRUCTION LIGHT ON PROPOSED FENCE
AutoCAD SHX Text
1
AutoCAD SHX Text
3
AutoCAD SHX Text
2
AutoCAD SHX Text
1
AutoCAD SHX Text
C-120
Page 23: ADDENDUM ADDENDUM NO. 1 June 23, 2017

CONRAIL RAIL ROAD

NORFOLK SOUTHERN RAIL ROAD

R/W 6-24

R/W 2-

20

REVISION

DESCRIPTIONDATE BY

PROJECT TITLE

CONFORMED

PROJECT TITLE

PROJECT TITLE

1

1

1

1

1

XXXXX

XXXXX XXXXX

DRAWING TITLE

DRAWING TITLE

DRAWING TITLE

DESIGNED

DRAWN

CHECKED

APPROVED

DATE

DATE

DATE

DATE DATE: JUNE 2017

PROJECT NO:

PROJECT NO: DATE:

OF

X

X

SHEET

OF

NOTES

CODED NOTES

COPY THIS FOR TITLE TEXT

ITEMS TO COPY TO BORDER

SCALE IN FEET

050 25 50

XXX

XXXX

DETAIL TITLE

NTS

XXXX

CA

XXXX

CA

DETAIL TITLE

NTS

XXX

XXXX

XXX

XXXX

02550 50

0510 10

HORIZONTAL

VERTICAL

PROJECT NO: 160695

ERIE

ERIE, PENNSYLVANIA

INTERNATIONAL AIRPORT

REHABILITATE WILDLIFE

DETERRENT (AOA) FENCE FIGURE

FIGURE

XX

SHEET

OF

95% SUBMISSION

9

100 AIRSIDE DRIVE

AIRSIDE BUSINESS PARK

MOON TOWNSHIP, PA 15108

TEL: (412) 269-6300

NORTH

PROPOSED TEXT

EXISTING TEXT

2.91

KEYMAP

CONRAIL RAIL ROAD

NORFOLK SOUTHERN RAIL ROAD

CONRAIL RAIL ROAD

NORFOLK SOUTHERN RAIL ROAD

ASBURY RD

CAUGHEY RD

LOVELAND AVE

POWELL AVE

R/W 6-24

T/W B

T/W

E

T/W

G

T/W

F

T/W G

R/W 2-

20

T/W D

T/W F

T/W D

T/W A

T/W

A4

T/W C

T/W

A3

T/W A

T/W

A1

T/W A

WEST 20TH ST

N

O

R

T

H

16/23/2017 ADDENDUM # 1MJO

1

1

AutoCAD SHX Text
PROPOSED FENCE INSTALLATION
AutoCAD SHX Text
1
AutoCAD SHX Text
1
AutoCAD SHX Text
3
AutoCAD SHX Text
CONTRACTOR TO COORDINATE WORK WITHIN RWZ APPROACH WITH AIRPORT OPERATIONS. CONTRACTOR TO YIELD TO AIRCRAFT AT ALL TIMES.
AutoCAD SHX Text
5
AutoCAD SHX Text
C-121
AutoCAD SHX Text
MATCHLINE - SEE SHEET C-122C-122
AutoCAD SHX Text
MATCHLINE - SEE SHEET C-120C-120
AutoCAD SHX Text
SCALE IN FEET
AutoCAD SHX Text
0
AutoCAD SHX Text
50
AutoCAD SHX Text
25
AutoCAD SHX Text
50
AutoCAD SHX Text
FENCING LAYOUT PLAN - 2
AutoCAD SHX Text
6/2017
AutoCAD SHX Text
L:\PROJECTS\Erie International Airport\0 - ERIE On-call NTP 2015-07-01\160695 - ERI Fence replacement project - 13\3.0 Design\Drawings\Plot
AutoCAD SHX Text
6/2017
AutoCAD SHX Text
6/2017
AutoCAD SHX Text
GBV
AutoCAD SHX Text
DMS
AutoCAD SHX Text
6/2017
AutoCAD SHX Text
MJO
AutoCAD SHX Text
GBV
AutoCAD SHX Text
20
AutoCAD SHX Text
6
AutoCAD SHX Text
24
AutoCAD SHX Text
2
AutoCAD SHX Text
NOTES: 1.FENCE LAYOUT TO BE APPROVED BY FENCE LAYOUT TO BE APPROVED BY OWNER'S REPRESENTATIVE PRIOR TO COMMENCEMENT OF WORK. FENCE LOCATION MAY REQUIRE FIELD ADJUSTMENT TO AVOID CONFLICTS. 2.CONTRACTOR SHALL NOT EXCAVATE MORE CONTRACTOR SHALL NOT EXCAVATE MORE AREA THAN CAN BE BACKFILLED IN A SINGLE DAY. 3.SHOULD AN EXCAVATED AREA BE SHOULD AN EXCAVATED AREA BE REQUIRED TO REMAIN OPEN LONGER THAN A SINGLE DAY, COMPOST FILTER SOCK SHALL BE INSTALLED IN ACCORDANCE WITH ITEM 408-0867. 4.ALL DISTURBED AREAS TO BE TOPSOILED, ALL DISTURBED AREAS TO BE TOPSOILED, SEEDED, AND MULCHED IN ACCORDANCE WITH SPECIFICATIONS. NO ADDITIONAL PAYMENT WILL BE MADE FOR SOIL REPAIRS. 5.EXISTING FENCE POSTS TO BE CUT FLUSH EXISTING FENCE POSTS TO BE CUT FLUSH WITH GRADE. NO SHARP EDGES SHALL BE PERMITTED.
AutoCAD SHX Text
LEGEND:
AutoCAD SHX Text
PROPOSED FENCE EXISTING FENCE FENCE DEMOLITION PROPERTY LINE EXISTING SWALE DOUBLE SWING GATE OBSTRUCTION LIGHT TOWER
AutoCAD SHX Text
KEY NOTES:
AutoCAD SHX Text
INSTALL ANTI-CLIMB DEVICE ON EXISTING TOWER RELOCATE EXISTING SIGNS ON NEW FOUNDATION INSTALL SOLAR OBSTRUCTION LIGHT ON PROPOSED FENCE
AutoCAD SHX Text
1
AutoCAD SHX Text
3
AutoCAD SHX Text
2
AutoCAD SHX Text
1
AutoCAD SHX Text
C-120
Page 24: ADDENDUM ADDENDUM NO. 1 June 23, 2017

R/W 6-24

CONRAIL RAIL ROAD

REVISION

DESCRIPTIONDATE BY

PROJECT TITLE

CONFORMED

PROJECT TITLE

PROJECT TITLE

1

1

1

1

1

XXXXX

XXXXX XXXXX

DRAWING TITLE

DRAWING TITLE

DRAWING TITLE

DESIGNED

DRAWN

CHECKED

APPROVED

DATE

DATE

DATE

DATE DATE: JUNE 2017

PROJECT NO:

PROJECT NO: DATE:

OF

X

X

SHEET

OF

NOTES

CODED NOTES

COPY THIS FOR TITLE TEXT

ITEMS TO COPY TO BORDER

SCALE IN FEET

050 25 50

XXX

XXXX

DETAIL TITLE

NTS

XXXX

CA

XXXX

CA

DETAIL TITLE

NTS

XXX

XXXX

XXX

XXXX

02550 50

0510 10

HORIZONTAL

VERTICAL

PROJECT NO: 160695

ERIE

ERIE, PENNSYLVANIA

INTERNATIONAL AIRPORT

REHABILITATE WILDLIFE

DETERRENT (AOA) FENCE FIGURE

FIGURE

XX

SHEET

OF

95% SUBMISSION

9

100 AIRSIDE DRIVE

AIRSIDE BUSINESS PARK

MOON TOWNSHIP, PA 15108

TEL: (412) 269-6300

NORTH

PROPOSED TEXT

EXISTING TEXT

2.91

KEYMAP

CONRAIL RAIL ROAD

NORFOLK SOUTHERN RAIL ROAD

CONRAIL RAIL ROAD

NORFOLK SOUTHERN RAIL ROAD

ASBURY RD

CAUGHEY RD

LOVELAND AVE

POWELL AVE

R/W 6-24

T/W B

T/W

E

T/W

G

T/W

F

T/W G

R/W 2-

20

T/W D

T/W F

T/W D

T/W A

T/W

A4

T/W C

T/W

A3

T/W A

T/W

A1

T/W A

WEST 20TH ST

N

O

R

T

H

16/23/2017 ADDENDUM # 1MJO

1

1

1

AutoCAD SHX Text
PROPOSED FENCE INSTALLATION
AutoCAD SHX Text
GATE 13
AutoCAD SHX Text
3
AutoCAD SHX Text
TIE PROPOSED FENCE TO EXISTING HATE POST
AutoCAD SHX Text
7
AutoCAD SHX Text
C-123
AutoCAD SHX Text
MATCHLINE - SEE SHEET C-122C-122
AutoCAD SHX Text
SCALE IN FEET
AutoCAD SHX Text
0
AutoCAD SHX Text
50
AutoCAD SHX Text
25
AutoCAD SHX Text
50
AutoCAD SHX Text
FENCING LAYOUT PLAN - 4
AutoCAD SHX Text
6/2017
AutoCAD SHX Text
L:\PROJECTS\Erie International Airport\0 - ERIE On-call NTP 2015-07-01\160695 - ERI Fence replacement project - 13\3.0 Design\Drawings\Plot
AutoCAD SHX Text
6/2017
AutoCAD SHX Text
6/2017
AutoCAD SHX Text
GBV
AutoCAD SHX Text
DMS
AutoCAD SHX Text
6/2017
AutoCAD SHX Text
MJO
AutoCAD SHX Text
GBV
AutoCAD SHX Text
20
AutoCAD SHX Text
6
AutoCAD SHX Text
24
AutoCAD SHX Text
2
AutoCAD SHX Text
NOTES: 1.FENCE LAYOUT TO BE APPROVED BY FENCE LAYOUT TO BE APPROVED BY OWNER'S REPRESENTATIVE PRIOR TO COMMENCEMENT OF WORK. FENCE LOCATION MAY REQUIRE FIELD ADJUSTMENT TO AVOID CONFLICTS. 2.CONTRACTOR SHALL NOT EXCAVATE MORE CONTRACTOR SHALL NOT EXCAVATE MORE AREA THAN CAN BE BACKFILLED IN A SINGLE DAY. 3.SHOULD AN EXCAVATED AREA BE SHOULD AN EXCAVATED AREA BE REQUIRED TO REMAIN OPEN LONGER THAN A SINGLE DAY, COMPOST FILTER SOCK SHALL BE INSTALLED IN ACCORDANCE WITH ITEM 408-0867. 4.ALL DISTURBED AREAS TO BE TOPSOILED, ALL DISTURBED AREAS TO BE TOPSOILED, SEEDED, AND MULCHED IN ACCORDANCE WITH SPECIFICATIONS. NO ADDITIONAL PAYMENT WILL BE MADE FOR SOIL REPAIRS. 5.EXISTING FENCE POSTS TO BE CUT FLUSH EXISTING FENCE POSTS TO BE CUT FLUSH WITH GRADE. NO SHARP EDGES SHALL BE PERMITTED.
AutoCAD SHX Text
LEGEND:
AutoCAD SHX Text
PROPOSED FENCE EXISTING FENCE FENCE DEMOLITION PROPERTY LINE EXISTING SWALE DOUBLE SWING GATE OBSTRUCTION LIGHT TOWER
AutoCAD SHX Text
KEY NOTES:
AutoCAD SHX Text
INSTALL ANTI-CLIMB DEVICE ON EXISTING TOWER RELOCATE EXISTING SIGNS ON NEW FOUNDATION INSTALL SOLAR OBSTRUCTION LIGHT ON PROPOSED FENCE
AutoCAD SHX Text
1
AutoCAD SHX Text
3
AutoCAD SHX Text
2
AutoCAD SHX Text
1
AutoCAD SHX Text
C-120
Page 25: ADDENDUM ADDENDUM NO. 1 June 23, 2017

ERIE INTERNATIONAL AIRPORT REHABILITATE WILDLIFE

TOM RIDGE FIELD DETERRENT (AOA) FENCE

Maintenance and Protection of Airfield Traffic During Construction

MC-002-1

ITEM MC-002 MAINTENANCE AND PROTECTION OF AIRFIELD TRAFFIC DURING CONSTRUCTION

DESCRIPTION

002-1.1 GENERAL. This item shall consist of the necessary requirements to provide and maintain

devices that are required to protect airfield traffic and communicate with the Air Traffic Control Tower

(ATCT). This item shall also consist of the preparation of all necessary plans required, and includes the

coordination of all construction activities. All work shall be completed in accordance with FAA Advisory

Circular (AC) 150/5370-2, current edition.

Any violation of any provision of this item shall be considered a violation of the Contract itself and shall

be sufficient cause for halting the work without extending the duration of the job. No time extension for

the contract will be given nor any consideration for extra cost claims relative to the violations. It is the

responsibility of the Contractor to instruct, monitor, and supervise work staff so that this condition

never occurs.

MATERIALS

002-2.1 FLAGS. Flags shall be at least 3-foot square having a checkered pattern of orange and white

squares, measuring at least 1-foot by 1-foot. The fabric color for the orange and white shall be as

specified in AC 150/5210-5 current edition.

002-2.2 VEHICLE LIGHTING AND MARKING. All vehicles shall have a yellow flashing beacon

attached, specified in AC 150/5210-5, “Painting, Marking, and Lighting of Vehicles on an Airport,”

current edition.

All vehicles continuously operating within the AOA and all Contractor escort vehicles shall have a flag

attached, with a staff having a length of 4 feet and a minimum thickness of 2 inches.

002-2.3 AVIATION RADIOS. The Contractor shall provide radios capable of providing clear

communication with the ATCT on frequency 121.70 MgHz, for ground control. The number of radios

required may vary from day to day, and it is the Contractors responsibility to provide sufficient radios for

the work activities of the day, but there shall be a minimum of 2 vehicle mounted and 4 hand held

radios on site at all times.

PERSONNEL

002-3.1 GENERAL. The Contractor is responsible for the actions of all of its personnel and the

personnel of any sub-Contractors working on the project.

002-3.2 SECURITY GUARD. The Contractor shall provide a security guard at each access point to the

AOA to control traffic entering and exiting the AOA at all times that the gate is unlocked. All guards shall

obtain the appropriate security badge. Furthermore, each guard will be subject to the approval of

Operations. Security guards shall become familiar with the Airport Security Plan.

The Contractor shall provide direct and/or indirect methods of communication for the security guards to

Page 26: ADDENDUM ADDENDUM NO. 1 June 23, 2017

ERIE INTERNATIONAL AIRPORT REHABILITATE WILDLIFE

TOM RIDGE FIELD DETERRENT (AOA) FENCE

Maintenance and Protection of Airfield Traffic During Construction

MC-002-2

contact the airport. Direct access means a security guard would have immediate access to a telephone.

Indirect access means the security guard would have a radio that permits communication with an

individual who has direct access.

002-3.3 TRAFFIC MANAGER. The Contractor shall designate a traffic manager whose duty shall be

to direct all traffic on or near active runways, taxiways, aprons, and haul routes. It shall also be his/her

responsibility to ensure that paved areas remain free of debris that might damage aircraft.

PLANS

002-4.1 GENERAL. All plans are to be prepared on the Contractor’s company letterhead and signed

by the company’s representative who is authorized to do so. Each plan shall be submitted to and

approved by the Engineer prior to commencement of any work on the project, unless otherwise noted.

002-4.2 VEHICLE AND CONSTRUCTION EQUIPMENT CONTROL PLAN. This plan shall describe in

detail the Contractor’s plan to control the movements of vehicles and construction equipment within

the AOA. The plan must include material haul roads and any barricades that would be erected to

prevent unauthorized access to the AOA.

002-4.3 BADGE CONTROL PLAN. This plan shall describe in detail the Contractor’s and/or sub

Contractor’s plan to control security badges. This plan is to be submitted prior to or at the pre-

construction meeting. This plan shall include the names of each employee who will obtain a security

badge. The Contractor shall obtain badges for a sufficient number of personnel so that one badged

person is not responsible for more than 5 non-badged personnel at any time.

002-4.4 SAFETY PLAN COMPLIANCE DOCUMENT. The Contractor shall submit a Safety Plan

Compliance Document, in accordance with AC 150/2370-2, “Operational Safety on Airports During

Construction,” current edition, prior to the notice to proceed. An outline of this form has been included

as an attachment to the approved Construction Safety Phasing Plan (CSPP).

SECURITY

002-5.1 GENERAL. The airport is operated under strict security requirements, which prohibit

unauthorized persons or vehicles in the AOA. Equipment and personnel will be restricted to the limits of

work defined on the plans. Any violations by Contractor personnel will subject the Contractor to

penalties imposed by the FAA and the Owner.

002-5.2 ACCESS POINTS. The Contractor shall maintain security integrity between the public and

AOA. No vehicle shall enter the AOA except at predetermined access points. Entrance to the airfield is

subject to strict security regulations. All personnel entering the airfield must obtain and display the

proper security identification badges at all times, which are available through the Airport. All vehicles

are subject to inspection upon entering the AOA. All vehicles may be searched each time prior to

passing the security checkpoints and may be subject to random searches while operating in the AOA.

Due to these requirements, the throughput of vehicles entering the AOA at these check points may be

severely reduced, thereby possibly affecting the execution time of some construction activities. The

Contractor must account for the possible loss of time associated with these vehicle searches in his/her

bid. No additional time or compensation will be permitted for actions resulting from these vehicle

Page 27: ADDENDUM ADDENDUM NO. 1 June 23, 2017

ERIE INTERNATIONAL AIRPORT REHABILITATE WILDLIFE

TOM RIDGE FIELD DETERRENT (AOA) FENCE

Maintenance and Protection of Airfield Traffic During Construction

MC-002-3

searches.

002-5.3 BADGES / VEHICLE PASSES. All employees working in the AOA shall be required to display

the appropriate badging as indicated in the CSPP. Contractor personnel shall obtain an airport security

badge and other appropriate access media issued by the Airport. A badged person shall not be

responsible for more than 5 non-badged personnel at any time.

Vehicle passes are not required however, Contractor vehicles must display the contracting company

name and be easily identified. Contractor vehicles must remain within the work area and access routes

as depicted on the plans.

At project completion, all security badges, temporary badges, and vehicle passes shall be returned to

the Owner.

SAFETY

002-6.1 GENERAL. Before entering upon or crossing any runway or taxiway, the Contractor shall

receive proper clearance from Airport Operations and/or the ATCT. Emergencies, weather, and

operating conditions may necessitate sudden changes, both in Airport operations and in the operations

of the Contractor. Aircraft operations shall always have priority over any and all of the Contractor’s

operations. Should runways or taxiways be required for the use of aircraft, and should Airport

Operations, the ATCT, or the Engineer deem the Contractor to be too close to active runways or

taxiways, the Contractor shall suspend his operations, remove his personnel, equipment, and materials

to a safe distance, and stand by until the runways and taxiways are no longer required for use by

aircraft. There will be no compensation for delays or inefficiencies due to these changes.

Throughout the duration of the project, any practice or situations that the Engineer determines to be

unsafe or a hindrance to regular Airport operations shall be immediately rectified.

No construction personnel, equipment or other construction related material shall be permitted closer

than 93 feet from the edge of any active taxiway without prior authorization by the Engineer. No

construction personnel, equipment, or other construction related material shall be permitted closer

than 250 feet from the centerline of any active runway without prior authorization by the Engineer.

002-6.2 HAZARD MARKING. Hazard-marking shall consist of barricades and/or signs to identify and

define the limits of construction, making them visible to aircraft, personnel, or vehicles; to identify

hazards such as open structures or trenches, small areas under repair, stockpiled material, waste areas,

etc.; to prevent aircraft from taxiing onto a closed runway or taxiway; and to identify FAA, Airport, and

National Weather Service facilities, cables, power lines, instrument landing system (ILS) critical areas,

and other sensitive areas to prevent damage, interference, and facility shutdown. Hazardous areas, in

which no part of an aircraft may enter, should be indicated by the use of barricades.

The layout of all hazard markings shall be approved by the Engineer prior to the start of construction.

COORDINATION AND CONTROL OF CONSTRUCTION ACTIVITIES

002-7.1 SCHEDULING AND ACCOMPLISHMENT. Any work to be done within the operational area of

Page 28: ADDENDUM ADDENDUM NO. 1 June 23, 2017

ERIE INTERNATIONAL AIRPORT REHABILITATE WILDLIFE

TOM RIDGE FIELD DETERRENT (AOA) FENCE

Maintenance and Protection of Airfield Traffic During Construction

MC-002-4

a taxiway or runway must be done in accordance with the phasing requirements and working

restrictions detailed on the plans and CSPP. The Contractor shall notify the Engineer at least 48-hours in

advance of requested closure and the Engineer will request closures so that provisions can be made to

close the taxiway or runway to aircraft traffic. Such work shall then be prosecuted in the most

expeditious manner practicable so that the taxiway or runway can be reopened to aircraft traffic at the

earliest possible date and time.

The Contractor shall contact the Engineer each day before he begins work to coordinate the status and

nature of work to be done that day. The Contractor shall also report to the Engineer at the end of each

day to schedule the work he plans to do on the following day.

The Contractor shall submit a detailed construction schedule to the Engineer prior to beginning

construction so the Airport can issue appropriate NOTAMs. The contractor shall provide weekly updates

to the detailed construction schedule.

002-7.2 VEHICLE AND PEDESTRIAN CONTROL. Vehicle and access routes for airport construction

shall be controlled as necessary to prevent inadvertent or unauthorized entry of persons, vehicles, or

wildlife into the AOA.

All vehicles and/or construction equipment operating inside the AOA shall maintain radio contact with

the ATCT or be escorted by a vehicle maintaining radio contact with the ATCT. All Contractor personnel

operating any vehicles or construction equipment inside the AOA shall have the appropriate badge and

observe the proper procedures for communications and the use of radio frequencies. Vehicular traffic

crossing active taxiways shall be controlled by two-way radio with the ATCT, or by escort who is in

contact with the ATCT, or flaggers. Vehicular traffic crossing active runways shall be controlled by two-

way radio with the ATCT or by escort who is in contact with the ATCT. The clearance shall be confirmed

by the driver’s personal observation that no aircraft is approaching his/her position.

The Contractor will not be permitted to use any access or haul roads other than those designated on the

plans or as discussed at the Pre-Construction Meeting. The Contractor should submit specific proposed

ingress and egress routes associated with specific construction activities to the Engineer for evaluation

and approval prior to commencing construction activities. Aircraft Rescue Firefighting (ARFF) right-of-

way on access roads, haul roads, taxiways, and runways shall not be impeded at any time.

All vehicles shall be parked and serviced in the designated staging area as shown on the plans.

002-7.3 CONSTRUCTION AREA MARKING AND LIGHTING. Barricades shall be provided and erected

by the Contractor as shown on the Phasing Plans or as directed by the Engineer. All construction areas,

including closed runways and taxiways, should be clearly and visibly separated by the Contractor to

delineate active air operation areas, hazard areas, facilities, cables, and power lines. The Contractor is

responsible for maintaining the condition and visibility of all markers identifying the above mentioned

areas, and that marking and lighting aids remain in place. No barricades shall be placed closer to any

taxiway or runway than described in paragraph 002-6.1.

All barricades shall be removed from the site upon the completion of the project and become property

of the Contractor.

Page 29: ADDENDUM ADDENDUM NO. 1 June 23, 2017

ERIE INTERNATIONAL AIRPORT REHABILITATE WILDLIFE

TOM RIDGE FIELD DETERRENT (AOA) FENCE

Maintenance and Protection of Airfield Traffic During Construction

MC-002-5

002-7.4 TRENCHES AND EXCAVATIONS. Open trenches or excavations are not permitted within the

dimensions provided in paragraph 002-6.1. Open trenches and excavations at the construction site

should be prominently marked with barricades.

002-7.5 MATERIAL STOCKPILE AND EQUIPMENT STORAGE. Stockpiling of construction materials

and equipment storage is not permitted within 400 feet of an operating runway centerline or 93 feet of

an operating taxiway edge. Stockpiled materials and equipment shall be prominently marked with

barricades if within the AOA. Stockpiled materials or equipment shall not be stored near NAVAIDs,

visual or approach aids, nor shall they obstruct the ATCTs line of sight to any runway, taxiway, or apron.

The Engineer shall ensure that stockpiled construction materials and equipment do not cause degraded

or hazardous conditions to the safety of airport operations. This includes determining and verifying that

stockpiled materials and equipment are stored or parked at an approved location, that they are properly

stowed to prevent foreign object debris (FOD), attraction by wildlife, or obstruction of air operations

either by their proximity to NAVAIDs or to aircraft movement areas.

002-7.6 FOREIGN OBJECT DEBRIS (FOD) MANAGEMENT. Waste and loose materials capable of

causing damage to aircraft landing gears or propellers or capable of being ingested in jet engines shall

not be left or placed on or near active aircraft movement areas. Materials tracked onto these areas shall

be continuously removed during the construction project. It is also required that waste or loose

materials that would attract wildlife be carefully controlled and removed on a continuous basis.

A magnet of the type attached to vehicles used at airports shall be attached to the Contractor’s vehicles

used to patrol and clean the site and haul routes.

Care shall also be taken to remove any waste or loose materials that attract wildlife, such as trash and

food scraps.

002-7.7 EQUIPMENT HEIGHT. The contractor shall not be permitted to use equipment with heights

greater than 20’. Should taller equipment be required, a FAA form 7460-1 shall be submitted by the

contractor. Equipment exceeding 20’ will not be permitted until a 7460-1 determination letter is

provided to the Engineer.

002-7.8 OTHER. Open flame welding or torch cutting operations are prohibited unless adequate fire

and safety precautions are provided and have been approved for use by the Authority Fire Department.

Under no circumstances will flare pots be permitted

No burning of trees, brush, or debris will be permitted on airport property.

METHOD OF MEASUREMENT AND BASIS OF PAYMENT

002-8.1 No separate measurement or payment of this item will be made. The cost of Maintenance

and Protection of Airfield Traffic as specified in this item shall not be measured or paid for directly, but

shall be included in the various contract items.

REFERENCE DOCUMENTS

AC150/5210-5 Painting, Marking, and Lighting of Vehicles on an Airport

Page 30: ADDENDUM ADDENDUM NO. 1 June 23, 2017

ERIE INTERNATIONAL AIRPORT REHABILITATE WILDLIFE

TOM RIDGE FIELD DETERRENT (AOA) FENCE

Maintenance and Protection of Airfield Traffic During Construction

MC-002-6

AC 150/5370-2 Operational Safety on Airports during Construction

MUTCD Federal Highway Administration for Streets and Highways – 2009 Edition

END OF ITEM MC-002

Page 31: ADDENDUM ADDENDUM NO. 1 June 23, 2017

ERIE INTERNATIONAL AIRPORT REHABILITATE WILDLIFE

TOM RIDGE FIELD DETERRENT (AOA) FENCE

Mobilization

MC-003-1

ITEM MC-003 MOBILIZATION

DESCRIPTION

003-1.1 GENERAL. This work shall consist of the preparatory work and operations for the assembling

and setting up necessary for the project, such as trailers, shops, on-site batch plants, storage areas,

temporary utilities for those areas, moving in of personnel and equipment, incidentals to the project

site, and any other facilities, as required by the specifications and special requirements of the contract,

as well as by local, state, or Federal law and regulation. This item shall also include the demobilization

and restoration of the staging areas to their original conditions and an as-built survey provided to the

Engineer.

MATERIALS

003-2.1 GENERAL. The Contractor shall furnish all materials and furnishings required for this item.

These materials and furnishings will not be considered as a part of the various items of the completed

contract.

Equipment to be used for artificial or temporary lighting (power and wiring) for work during hours of

darkness shall be supplied as part of this item. The development of the construction water supply

necessary for construction (including meters and any other appurtenances necessary for all water

connections) shall be supplied as part of this item.

003-2.2 POSTED NOTICES. Prior to the commencement of construction activities the Contractor

must post the following documents in a prominent and accessible place where they may be easily

viewed by all employees of the prime Contractor and by all employees of subcontractors engaged by the

prime Contractor: Equal Employment Opportunity (EEO) Poster “Equal Employment Opportunity is the

Law” in accordance with the Office of Federal Contract Compliance Programs Executive Order 11246, as

amended; Davis Bacon Wage Poster (WH 1321) – DOL “Notice to All Employees” Poster; and Applicable

Davis-Bacon Wage Rate Determination. These notices must remain posted until final acceptance of the

work by the Owner.

003-2.3 PERMITS. The Contractor shall be responsible to obtain all appropriate permits for all

field/project offices within this project. These permits may include but are not limited to, electrical,

sanitary, potable water, fence, hydrant, and building. This item also includes OSHA required notices and

establishment of safety programs.

003-2.4 STAGING AREA. This item includes all items associated with the establishment of the

contractor’s staging area including utilities and material lay down area. No separate payment will be

made for staging area stabilization and protection necessary to meet OSHA regulatory requirements.

The contractor staging area shall be restored to its existing/pre-construction condition at the completion

of the project at no additional cost to the Owner.

003-2.5 INCIDENTALS. Items as described in the General Provisions of the contract documents such

Page 32: ADDENDUM ADDENDUM NO. 1 June 23, 2017

ERIE INTERNATIONAL AIRPORT REHABILITATE WILDLIFE

TOM RIDGE FIELD DETERRENT (AOA) FENCE

Mobilization

MC-003-2

as shop drawing submittal samples, and project site sign, etc. shall be incidental to the Mobilization pay

item.

003-2.6 CONSTRUCTION/ AS-BUILT SURVEYS. The Contractor shall provide the Engineer with an as-

built survey at the completion of the project. The survey shall include the final as-built grades of the

project as well as all utility locations. All underground utilities and infrastructure are to be surveyed

prior to backfilling, identifying both horizontal and vertical locations. Tops of all underground structures

are to be located, again providing both horizontal and vertical locations at the center of the structure.

The survey shall provide state plane data in U.S. survey feet as defined by any of the accepted U.S. State

Plane Coordinate System definitions. The Contractor shall use NAD83 and NAVD88 for horizontal and

vertical Datums respectively on top of all utilities and underground infrastructure as well as at the

center of all structures. All of the above information shall be provided to the Engineer in an electronic

3D CAD file in AutoCAD 2013 format on a compact disk (CD).

CONSTRUCTION METHODS

003-3.1 The Contractor shall provide all tools, equipment, materials, labor and work for the

construction and furnishings of the required facilities and services. All work under this item shall be

performed in a safe and workmanlike manner.

METHOD OF MEASUREMENT

003-4.1 Work performance under this item shall be measured on a per lump sum, acceptably

performed.

BASIS OF PAYMENT

003-5.1 Payment will be made at the contract lump sum price bid which shall be full compensation

for performing the work specified and the furnishing of all materials, labor, tools, equipment and

incidentals necessary to mobilize and subsequently demobilize the construction preparatory items.

003-5.2 Payment for this item will be made in 3 installments. The first payment of 25 percent of the

amount bid for mobilization but not more than 4 percent of the contract amount, excluding

mobilization, will be made on the first estimate following the partial mobilization and initiation of

construction work including placement or erection of all Contractor's and Engineer's Offices. The second

payment of 50 percent of the amount bid for mobilization but not more than 4 percent of the contract

amount, excluding mobilization, will be made on the first estimate following commencement of

construction and completion of substantial mobilization. The third payment will consist of the

remaining amount. The third and final payment will be made after demobilization has been completed,

the site has been cleared to the satisfaction of the Engineer, and the red-lined record drawings,

maintenance manuals and as-built surveys on CD have been submitted to the Engineer.

Payment will be made under:

Item MC-003 Mobilization – per lump sum

Page 33: ADDENDUM ADDENDUM NO. 1 June 23, 2017

ERIE INTERNATIONAL AIRPORT REHABILITATE WILDLIFE

TOM RIDGE FIELD DETERRENT (AOA) FENCE

Mobilization

MC-003-3

END OF ITEM MC-003