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.”
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
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Superseded General Decision Number: PA20160004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
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
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
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
---------------------------------------------------------------- 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
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
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
(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
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
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
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
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
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
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
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
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
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
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
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
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
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
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
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
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
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
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.
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
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
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
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
ERIE INTERNATIONAL AIRPORT REHABILITATE WILDLIFE
TOM RIDGE FIELD DETERRENT (AOA) FENCE
Mobilization
MC-003-3
END OF ITEM MC-003