ADDENDUM NO. 1 July 12, 2019 ERIE INTERNATIONAL …...0941‐0001 reset post mounted signs, type...

23
Addendum 1- Page 1 I:\170807 Erie Airport Rental Parking Canopy\06_Construction\Bidding\Addenda\ERI Parking Lot - Addendum 1.docx ADDENDUM NO. 1 July 12, 2019 ERIE INTERNATIONAL AIRPORT PARKING LOT RECONFIGURATION AND CANOPY PROJECT As a prospective bidder, note the following revisions to the Contract Documents for the PARKING LOT RECONFIGURATION AND CANOPY PROJECT at ERIE INTERNATIONAL AIRPORT, TOM RIDGE FIELD, ERIE, PENNSYLVANIA: I. REVISIONS TO THE CONTRACT DOCUMENTS: Project Manual, Bid Documents: 1. Instructions to Bidders, Paragraph 15, Subcontracts, a.: Delete paragraph “a.” in its entirety and replace with the following: a. The Contractor shall provide a list of all subcontractors and the work to be performed by each subcontractor with his bid, as a matter of responsiveness, or within 5 calendar days after the bid opening, as a matter of responsibility, on the provided form, see General Provisions, Attachment 4. The Contractor shall notify the Owner in writing, accompanied with his/her bid, of the names of all Subcontractors proposed for the Work and the extent and character of the Work to be performed by each Subcontractor. No Subcontractor shall be permitted to perform any Work on the Project unless and until the Owner has notified the Contractor in writing that such Subcontractor has been approved. Following the review of bids by the Owner and identification of the lowest responsive and responsible bidder/offeror, the Contractor, within 5 calendar days of bid opening, shall submit an experience statement with pertinent information as to similar projects and other evidence of qualification for any and/or all Subcontractors. The Contractor shall refer to the General Provisions, Section 20 Proposal Requirements and Conditions, for the information required for each Subcontractor. If the Owner, after due investigation has reasonable objections to any proposed Subcontractor, other person or organization, the Owner may before giving the Notice of Intent to Award request the apparent Successful Bidder to submit an acceptable substitute without an increase in Bid price. If the apparent Successful Bidder declines to make any such substitution, the Contract shall not be awarded to such Bidder, but his declining to make any such substitution will not constitute grounds for sacrificing his Bid Security. Any Subcontractor, other person or organization so listed and to whom the Owner does not make written objection prior to the giving of the Notice of Intent to Award will be deemed acceptable to the Owner.

Transcript of ADDENDUM NO. 1 July 12, 2019 ERIE INTERNATIONAL …...0941‐0001 reset post mounted signs, type...

Page 1: ADDENDUM NO. 1 July 12, 2019 ERIE INTERNATIONAL …...0941‐0001 reset post mounted signs, type beach2 0962‐1000 4" white waterborne pavement markings lf 1,923 0962‐1004 24" white

Addendum 1- Page 1 I:\170807 Erie Airport Rental Parking Canopy\06_Construction\Bidding\Addenda\ERI Parking Lot - Addendum 1.docx

ADDENDUM NO. 1 July 12, 2019

ERIE INTERNATIONAL AIRPORT PARKING LOT RECONFIGURATION AND CANOPY PROJECT

As a prospective bidder, note the following revisions to the Contract Documents for the PARKING LOT RECONFIGURATION AND CANOPY PROJECT at ERIE INTERNATIONAL AIRPORT, TOM RIDGE FIELD, ERIE, PENNSYLVANIA:

I. REVISIONS TO THE CONTRACT DOCUMENTS:

Project Manual, Bid Documents: 1. Instructions to Bidders, Paragraph 15, Subcontracts, a.: Delete paragraph “a.” in its

entirety and replace with the following:  

a. The Contractor shall provide a list of all subcontractors and the work to be performed by each subcontractor with his bid, as a matter of responsiveness, or within 5 calendar days after the bid opening, as a matter of responsibility, on the provided form, see General Provisions, Attachment 4. The Contractor shall notify the Owner in writing, accompanied with his/her bid, of the names of all Subcontractors proposed for the Work and the extent and character of the Work to be performed by each Subcontractor. No Subcontractor shall be permitted to perform any Work on the Project unless and until the Owner has notified the Contractor in writing that such Subcontractor has been approved.

Following the review of bids by the Owner and identification of the lowest responsive and responsible bidder/offeror, the Contractor, within 5 calendar days of bid opening, shall submit an experience statement with pertinent information as to similar projects and other evidence of qualification for any and/or all Subcontractors. The Contractor shall refer to the General Provisions, Section 20 Proposal Requirements and Conditions, for the information required for each Subcontractor.

If the Owner, after due investigation has reasonable objections to any proposed Subcontractor, other person or organization, the Owner may before giving the Notice of Intent to Award request the apparent Successful Bidder to submit an acceptable substitute without an increase in Bid price. If the apparent Successful Bidder declines to make any such substitution, the Contract shall not be awarded to such Bidder, but his declining to make any such substitution will not constitute grounds for sacrificing his Bid Security. Any Subcontractor, other person or organization so listed and to whom the Owner does not make written objection prior to the giving of the Notice of Intent to Award will be deemed acceptable to the Owner.

Page 2: ADDENDUM NO. 1 July 12, 2019 ERIE INTERNATIONAL …...0941‐0001 reset post mounted signs, type beach2 0962‐1000 4" white waterborne pavement markings lf 1,923 0962‐1004 24" white

Addendum 1- Page 2 I:\170807 Erie Airport Rental Parking Canopy\06_Construction\Bidding\Addenda\ERI Parking Lot - Addendum 1.docx

2. Instructions to Bidders, Paragraph 17, Disadvantaged Business Enterprise Requirements: Delete 2nd paragraph in its entirety and replace with the following:

The Contractor shall submit the DBE Participation Form, found in General Provisions, Attachment 5, for each DBE on the project with his bid, as a matter of responsiveness, or within 5 calendar days of bid opening, as a matter of responsibility. In addition, proof of DBE Certification in Pennsylvania (PA Unified Certification Program – www.paucp.com) shall be submitted with the bid, as a matter of responsiveness, or within 5 calendar days of bid opening, as a matter of responsibility, for each subcontractor proposed to contribute to the DBE Commitment for the project. Failure to provide these documents shall render the bid nonresponsive.

3. Instructions to Bidders, Paragraph 18, Required Documents: Delete this paragraph in

its entirety and replace with the following:

The documents listed below must be completed and submitted, as indicated, with every bid, complete and submit the Submission Checklist in General Provisions, Attachment 6 with the bid.

Document  Prime 

Bidder Proposed 

Subcontractors

Form of Bid  X   

Bid Guaranty  X   

Non‐Collusion Affidavit  X   

Buy American Certificate  X  X * 

Certification of Offeror/Bidder Regarding Tax Delinquency and Felony Convictions 

X  X * 

Contractor’s Certification of Eligibility  X   

Statement of Bidder Indicating Previous Experience in Contracts Subject to the Equal Opportunity Clause 

X   

Bidder’s Qualifications  X   

List of Subcontractors and proposed work for each  X   

DBE Participation Form  X  X *  

Proof of DBE Certification in PAUCP    X * 

Submission Checklist  X    

  * Note: Information to be submitted with bid, as a matter of responsiveness, or within 5 calendar days of bid opening, as a matter of responsibility. Failure to provide these documents shall render the bid unresponsive.

4. Bid Schedule: Delete the Bid Schedule in its entirety and replace with the attached Bid

Schedule.

5. Buy American Certificate: Delete the BUY AMERICAN CERTIFICATE in its entirety and replace with the attached BUY AMERICAN CERTIFCATE.

Page 3: ADDENDUM NO. 1 July 12, 2019 ERIE INTERNATIONAL …...0941‐0001 reset post mounted signs, type beach2 0962‐1000 4" white waterborne pavement markings lf 1,923 0962‐1004 24" white

Addendum 1- Page 3 I:\170807 Erie Airport Rental Parking Canopy\06_Construction\Bidding\Addenda\ERI Parking Lot - Addendum 1.docx

Project Manual, General Provisions: 1. Section 20, Proposal Requirements and Conditions, Paragraph 20-02 Qualifications

of bidders: delete the following verbiage from the 2nd paragraph “and a list of equipment”.

2. Section 80 Execution and Progress, Paragraph 80-04 Limitation of operations: Delete the 3rd paragraph of 80-04 in its entirety and replace with the following:

Phasing of the project shall be such that the Contractor shall have access to Area A for the duration of the project. All pavement parking areas must be restored to the pre-existing condition upon completion of the project. Vehicle access through Gate B1 must be maintained at all times. Work cannot be performed on Gates B2 and B3 at same time as vehicle access must be maintained through Gate B2 or B3 at all times. The Contractor shall coordinate with the Owner and RPR to ensure that adequate parking remains available for employees and tenants during the construction work.

Project Manual, Attachments to General Provisions: 1. Attachment 6, Submission Checklist: Delete the Submission Checklist in its entirety

and replace with the attached Submission Checklist.

Drawings: 1. Sheet G-002: Phasing Notes, General, add the following as note 5:

Phasing of the project shall be such that the Contractor shall have access to Area A for the duration of the project. All pavement parking areas must be restored to the pre-existing condition upon completion of the project. Vehicle access through Gate B1 must be maintained at all times. Work cannot be performed on Gates B2 and B3 at same time as vehicle access must be maintained through Gate B2 or B3 at all times. The Contractor shall coordinate with the Owner and RPR to ensure that adequate parking remains available for employees and tenants during the construction work.

2. Sheet G-003: Delete sheet in its entirety and replace with the attached G-003. 3. Sheet C-103: Delete sheet in its entirety and replace with the attached C-103. 4. Sheet C-203: Delete sheet in its entirety and replace with the attached C-203. 5. Sheet C-301: Delete sheet in its entirety and replace with the attached C-301. 6. Sheet ES101: Delete sheet in its entirety and replace with the attached ES101. 7. Sheet ES102: Delete sheet in its entirety and replace with the attached ES102. 8. Sheet ES104: Delete sheet in its entirety and replace with the attached ES104.

II. ADDITIONAL INFORMATION:

1. Pre-bid meeting sign-in sheet has been attached.

Page 4: ADDENDUM NO. 1 July 12, 2019 ERIE INTERNATIONAL …...0941‐0001 reset post mounted signs, type beach2 0962‐1000 4" white waterborne pavement markings lf 1,923 0962‐1004 24" white

Addendum 1- Page 4 I:\170807 Erie Airport Rental Parking Canopy\06_Construction\Bidding\Addenda\ERI Parking Lot - Addendum 1.docx

III. THE FOLLOWING QUESTIONS AND RESPONSES WERE

RECEIVED/PROVIDED DURING THE BIDDING PROCESS AND ARE TO BE INCORPORATED INTO THE CONTRACT DOCUMENTS:

1. Can some of the below submission requirements be removed from the bid

requirements and be submitted within 48 hours of being the apparent low?

Response: Subcontractor information submittal requirements have been revised.

END OF ADDENDUM NO. 1

Page 5: ADDENDUM NO. 1 July 12, 2019 ERIE INTERNATIONAL …...0941‐0001 reset post mounted signs, type beach2 0962‐1000 4" white waterborne pavement markings lf 1,923 0962‐1004 24" white

ERIE INTERNATIONAL AIRPORT

PARKING LOT RECONFIGURATION AND CANOPY PROJECT 

C‐1 GENERAL CONSTRUCTION

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

0350-0106 SUBBASE 6" DEPTH (NO. 2A) SY 1,377

SY 793

0201‐0001 CLEARING AND GRUBBING LS 1

4203‐0001 CLASS 1 EXCAVAITON INCLIDES SAWCUTTING CY 925

0411‐0581

SUPERPAVE ASPHALT MIXTURE DESIGN, WMA 

WEARING COURSE, PG 64‐22, 3 TO < 10 MILLION 

ESALS, 9.5 MM MIX, 1 1/2"

SY 1,377

0212‐0001 GEOTEXTILE CLASS 1 LF 434

0311‐0420

SUPERPAVE ASPHALT MIXTURE, WMA BASE COURSE, 

PG‐64‐22. 0.3 TO < 3 MILLION ESALs, 25.0 MM MIX, 3" 

DEPTH

0411‐6450

SUPERPAVE ASPHALT MIXTURE DESIGN, WMA BINDER 

COURSE, PG 64‐22, 3 TO < 10 MILLION ESALS, 19.0 

MM MIX, 3" DEPTH

SY 1,377

0460‐0004 BITUMINOUS TACK COAT (NTT/CNTT) GAL 249

SET 1

0605‐2780 TYPE M CONCRETE TOP UNIT AND GRATE SET 4

0605‐2850 STANDARD INLET BOX, HEIGHT </= 10' EACH 3

0411‐1591

SUPERPAVE ASPHALT MIXTURE DESIGN, WMA 

WEARING COURSE (LEVELING), PG 64‐22, 3 TO < 10 

MILLION ESALS, 9.5 MM

TON 114

0605‐2710 TYPE C CONCRETE TOP UNIT AND GRATE

0606‐0050 GRADE ADJUSTMENT OF EXISTING INLETS SET 1

12.1 Addendum 1

Page 6: ADDENDUM NO. 1 July 12, 2019 ERIE INTERNATIONAL …...0941‐0001 reset post mounted signs, type beach2 0962‐1000 4" white waterborne pavement markings lf 1,923 0962‐1004 24" white

ERIE INTERNATIONAL AIRPORT

PARKING LOT RECONFIGURATION AND CANOPY PROJECT 

C‐1 GENERAL CONSTRUCTION

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

0608‐0001 MOBILIZATION LS 1

0610‐0001 6" PAVEMENT BASE DRAIN LF 423

0623‐0001 CONCRETE MEDIAN BARRIER LF 216

0623‐0109 END TRANSITION, CONCRETE MEDIAN BARRIER EACH 4

0630‐0001 PLAIN CEMENT CONCRETE CURB LF 915

0676‐0001 CEMENT CONCRETE SIDEWALK SY 169

0686‐0020 CONSTRUCTION SURVEYING, TYPE B LS 1

0695‐0004DETECTABLE WARNING SURFACE, POLYMER 

COMPOSITESF 10

0802‐0001 TOPSOIL FURNISHED AND PLACED CY 94

0804‐0001SEEDING AND SOIL SUPPLEMENTS ‐ FORMULA B, 

INCLUDING MULCHLB 36

0860‐0000 INLET FILTER BAG FOR TYPE M INLET EACH 3

0860‐0002 INLET FILTER BAG FOR TYPE C INLET EACH 4

0865‐0001 SILT BARRIER FENCE, 18" HEIGHT LF 253

12.2 Addendum 1

Page 7: ADDENDUM NO. 1 July 12, 2019 ERIE INTERNATIONAL …...0941‐0001 reset post mounted signs, type beach2 0962‐1000 4" white waterborne pavement markings lf 1,923 0962‐1004 24" white

ERIE INTERNATIONAL AIRPORT

PARKING LOT RECONFIGURATION AND CANOPY PROJECT 

C‐1 GENERAL CONSTRUCTION

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

0901‐0001MAINTENANCE AND PROTECTION OF TRAFFIC 

DURING CONSTRUCTIONLS 1

0931‐0001 POST MOUNTED SIGNS, TYPE B SF 27

0937‐0203BARRIER MOUNTED DELINEATOR, SIDE‐MOUNT TYPE 

O, (W/B)EACH 42

0937‐0205BARRIER MOUNTED DELINEATOR, TOP‐MOUNT TYPE 

P, (W/B)EACH 21

0937‐0300FLEXIBLE DELINEATOR POST, SURFACE‐MOUNT TYPE 

SM‐1, WHITE POST WITH WHITE SHEETINGEACH 5

0941‐0001 RESET POST MOUNTED SIGNS, TYPE B EACH 2

0962‐1000 4" WHITE WATERBORNE PAVEMENT MARKINGS LF 1,923

0962‐1004 24" WHITE WATERBORNE PAVEMENT MARKINGS LF 24

0962‐1005 4" YELLOW WATERBORNE PAVEMENT MARKINGS LF 4,467

0962‐1030WHITE WATERBORNE PAVEMENT LEGEND, 

"HANDICAP SYMBOL", 3'‐3" X 2'‐11"EACH 5

0962‐1060WHITE WATERBORNE PAVEMENT LEGEND, 

"STRAIGHT ARROW", 12'‐0" X 1'‐8"EACH 3

0962‐1061WHITE WATERBORNE PAVEMENT LEGEND, "RIGHT 

ARROW", 12'‐0" X 3'‐0"EACH 4

9062‐1062WHITE WATERBORNE PAVEMENT LEGEND, "LEFT 

ARROW", 12'‐0" X 3'‐0"EACH 1

12.3 Addendum 1

Page 8: ADDENDUM NO. 1 July 12, 2019 ERIE INTERNATIONAL …...0941‐0001 reset post mounted signs, type beach2 0962‐1000 4" white waterborne pavement markings lf 1,923 0962‐1004 24" white

ERIE INTERNATIONAL AIRPORT

PARKING LOT RECONFIGURATION AND CANOPY PROJECT 

C‐1 GENERAL CONSTRUCTION

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

0963‐0004 4" PAVEMENT MARKING REMOVAL LF 3,809

0963‐0010PAVEMENT MARKING REMOVAL (LEGENDS AND 

SYMBOLS)EACH 6

0971‐0001 REMOVE POST MOUNTED SIGNS, TYPE B EACH 4

9000‐0001 REMOVE POST MOUNTED SIGNS EACH 13

9000‐0002 CONCRETE BARRIER POST MOUNTED SIGNS, TYPE D EACH 5

9000‐0003RESET CONCRETE BARRIER POST MOUNTED SIGNS, 

TYPE DEACH 2

9000‐0004 BOLLARD EACH 23

9000‐0005 CHAIN GATE EACH 1

9000‐0006 LOCATED EXISTING UNDERGROUND UTILITIES DOLLAR 15,000

9000‐0007

15" CORRUGATED GALVANIZED STEEL PIPE, TYPE l, (2 

2/3" X 1/2" CORRUGATIONS), 16 GAGE INCLUDES 

EXCAVATION & BACKFILL

LF 34

9000‐00084” DUCTILE IRON PIPE INCLUDES EXCAVATION & 

BACKFILLLF 4

Div 01 GENERAL CONDITIONS LS 1

Div 01 TEMPORARY FACILITIES LS 1

12.4 Addendum 1

Page 9: ADDENDUM NO. 1 July 12, 2019 ERIE INTERNATIONAL …...0941‐0001 reset post mounted signs, type beach2 0962‐1000 4" white waterborne pavement markings lf 1,923 0962‐1004 24" white

ERIE INTERNATIONAL AIRPORT

PARKING LOT RECONFIGURATION AND CANOPY PROJECT 

C‐1 GENERAL CONSTRUCTION

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

1EACHMETAL BUILDING SYSTEMDiv 13

10EACHCANOPY DRILLED SHAFT FOUNDATIONSDiv 03

10EACHENCASEMENT OF CANOPY COLUMNSDiv 03

12.5 Addendum 1

Page 10: ADDENDUM NO. 1 July 12, 2019 ERIE INTERNATIONAL …...0941‐0001 reset post mounted signs, type beach2 0962‐1000 4" white waterborne pavement markings lf 1,923 0962‐1004 24" white

ERIE INTERNAITONAL AIRPORT

PARKING LOT RECONFIGURATION AND CANOPY PROJECT

C1A GENERAL CONSTRUCTION BID ALTERNATE 1

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

DIV 01 GENERAL CONDITIONS LS 1

DIV 13 METAL BUILDING SYSTEM ‐ SOFFIT AND FASCIA LS 1

12.6

Page 11: ADDENDUM NO. 1 July 12, 2019 ERIE INTERNATIONAL …...0941‐0001 reset post mounted signs, type beach2 0962‐1000 4" white waterborne pavement markings lf 1,923 0962‐1004 24" white

ERIE INTERNATIONALAIRPORT

PARKING LOT RECNFIGURATION AND CANOPY PROJECT

C‐2 ELECTRICAL CONSTRUCTION

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

Div 11SITE ‐ PROVIDE AND INSTALL PARKING GATE 

EQUIPMENT, CARD READERS, AND CONTROL SYSTEMLS 1

DIV 01 GENERAL CONDITIONS LS 1

Div 26

Div 26

SITE ‐ ELECTRICAL POWER DISTRIBUTION AND 

COMMUNICATIONS

INTERIOR ELECTRICAL POWER

1LS

Div 26CANOPY LIGHTING,POWER, AND GROUNDING 

SYSTEMLS 1

1

1LS

Div 26 SITE ‐ PARKING LOT LIGHTING LS

12.7

Page 12: ADDENDUM NO. 1 July 12, 2019 ERIE INTERNATIONAL …...0941‐0001 reset post mounted signs, type beach2 0962‐1000 4" white waterborne pavement markings lf 1,923 0962‐1004 24" white

ERIE INTERNATIONAL AIRPORT

PARKING LOT RECONFIGURATION AND CANOPY PROJECT

BID SCHEDULE SUMMARY

Bid Cost Written Total

C1 GENERAL CONSTRUCTION

C1A GENERAL CONSTRUCTION BID ALTERNATE 1

C2 ELECTRICAL CONSTRUCTION

In case of a conflict between written amounts and numbered amounts, written amounts govern.

Contractor Name:

Signature of Contractor's Authorized Representative:

Title:

Contractor's Address:

Contractor's Phone:

Contractor's Fax:

EIN #:

Cost in Figures

*NOTE:  IF ANY ITEM IDENTIFIED ON THE BID FORM HAS ZERO ($0) DOLLARS OR NOT APPLICABLE (N/A) ASSOCIATED WITH IT; IT IS PRESUMED THAT THE BIDDER IS 

NOT CHARGING FOR THIS ITEM BUT IS LEGALLY BOUND BY IT ACCORDING TO THE CONTRACT DOCUMENTS.

12.8 Addendum 1

Page 13: ADDENDUM NO. 1 July 12, 2019 ERIE INTERNATIONAL …...0941‐0001 reset post mounted signs, type beach2 0962‐1000 4" white waterborne pavement markings lf 1,923 0962‐1004 24" white

BIDDERS MUST COMPLETE AND SUBMIT THIS DOCUMENT IN ORDER FOR BID TO BE RESPONSIVE

Buy American Certificate    Page 18   

BUY AMERICAN CERTIFICATE  The contractor agrees to comply with 49 USC § 50101, which provides that Federal funds may not be obligated unless all steel and manufactured goods used in AIP‐funded projects are produced in the United States, unless the FAA has issued a waiver for the product; the product is listed as an Excepted Article, Material or Supply in Federal Acquisition Regulation subpart 25.108; or is included in the FAA Nationwide Buy American Waivers Issued list.   A bidder or offeror must submit the appropriate Buy America certification (below) with all bids or offers on AIP funded projects. Bids or offers that are not accompanied by a completed Buy America certification must be rejected as nonresponsive.  

Certificate of Buy American Compliance for Manufactured Products  (Non‐building construction projects, equipment acquisition projects) 

 As a matter of bid responsiveness, the bidder or offeror must complete, sign, date, and submit this certification statement with their proposal.  The bidder or offeror must indicate how they intend to comply with 49 USC § 50101 by selecting one on the following certification statements.  These statements are mutually exclusive.  Bidder must select one or the other (not both) by inserting a checkmark () or the letter “X”.  

  1. Bidder or offeror hereby certifies that it will comply with 49 USC § 50101 by: 

a) Only installing steel and manufactured products produced in the United States, 

or; 

b) Installing manufactured products for which the FAA has issued a waiver as 

indicated by inclusion on the current FAA Nationwide Buy American Waivers 

Issued listing, or; 

c) Installing products listed as an Excepted Article, Material or Supply in Federal 

Acquisition Regulation Subpart 25.108. 

By selecting this certification statement, the bidder or offeror agrees: 1. To provide to the Owner evidence that documents the source and origin of the 

steel and manufactured product.   

2. To faithfully comply with providing US domestic product 

3. To furnish US domestic product for any waiver request that the FAA rejects 

4. To refrain from seeking a waiver request after establishment of the contract, 

unless extenuating circumstances emerge that the FAA determines justified.  

2. The bidder or offeror hereby certifies it cannot comply with the 100% Buy American 

Preferences of 49 USC § 50101(a) but may qualify for either a Type 3 or Type 4 waiver 

under 49 USC § 50101(b).  By selecting this certification statement, the apparent 

bidder or offeror with the apparent low bid agrees: 

Page 14: ADDENDUM NO. 1 July 12, 2019 ERIE INTERNATIONAL …...0941‐0001 reset post mounted signs, type beach2 0962‐1000 4" white waterborne pavement markings lf 1,923 0962‐1004 24" white

BIDDERS MUST COMPLETE AND SUBMIT THIS DOCUMENT IN ORDER FOR BID TO BE RESPONSIVE

Buy American Certificate    Page 19   

1. To the submit to the Owner within 5 calendar days of the bid opening and upon 

request, a formal waiver request and required documentation that support the 

type of waiver being requested.   A waiver is not guaranteed and is subject to 

review and concurrence by the FAA.  If a waiver is not agreed to it may be 

grounds for your bid being deemed non‐responsive. 

2. That failure to submit the required documentation within the specified 

timeframe is cause for a non‐responsive determination may result in rejection 

of the proposal. 

3. To faithfully comply with providing US domestic products at or above the 

approved US domestic content percentage as approved by the FAA. 

4. To refrain from seeking a waiver request after establishment of the contract, 

unless extenuating circumstances emerge that the FAA determines justified.  

Required Documentation  

Type 3 Waiver ‐ The cost of the item components and subcomponents produced in the United States is more that 60% of the cost of all components and subcomponents of the “item”. The required documentation for a type 3 waiver is: a) Listing of all product components and subcomponents that are not comprised of 

100% US domestic content (Excludes products listed on the FAA Nationwide Buy 

American Waivers Issued listing and products excluded by Federal Acquisition 

Regulation Subpart 25.108; products of unknown origin must be considered as 

non‐domestic products in their entirety) 

b) Cost of non‐domestic components and subcomponents, excluding labor costs 

associated with final assembly at place of manufacture. 

c) Percentage of non‐domestic component and subcomponent cost as compared to 

total “item” component and subcomponent costs, excluding labor costs 

associated with final assembly at place of manufacture.   

Type 4 Waiver – Total cost of project using US domestic source product exceeds the total project cost using non‐domestic product by 25%. The required documentation for a type 4 of waiver is: a) Detailed cost information for total project using US domestic product 

b) Detailed cost information for total project using non‐domestic product 

 False Statements:  Per 49 USC § 47126, this certification concerns a matter within the jurisdiction of the Federal Aviation Administration and the making of a false, fictitious or fraudulent certification may render the maker subject to prosecution under Title 18, United States Code. 

 

Date     Signature  

Company Name    Title 

Page 15: ADDENDUM NO. 1 July 12, 2019 ERIE INTERNATIONAL …...0941‐0001 reset post mounted signs, type beach2 0962‐1000 4" white waterborne pavement markings lf 1,923 0962‐1004 24" white

BIDDERS MUST COMPLETE AND SUBMIT THIS DOCUMENT IN ORDER FOR THE BID TO BE RESPONSIVE

Firm Name of Bidder/Offeror:

Contact Person: Phone:

Document

REQUIRED SUBMITTED REQUIRED SUBMITTED

Form of Bid X

Bid Guaranty X

Non‐Collusion Affidavit X

Buy American Certificate (for Bidder/Offeror and 

Subcontractors)X X *

Certification of Offeror/Bidder Regarding Tax 

Delinquency and Felony Convictions (for 

Bidder/Offeror and Subcontractors)

X X *

Contractor’s Certification of Eligibility X

Statement of Bidder Indicating Previous Experience 

in Contracts Subject to the Equal Opportunity ClauseX

Bidder's Qualifications: Evidence of Bidder's 

Qualifications in accordance with General Provisions 

Section 20.

X

List of Subcontractors and proposed work for each 

(completed by the Bidder)X

DBE Participation Form (Completed and signed by 

both Bidder/Offeror and DBE Firm (1 for each DBE 

Firm))

X X *

Proof of DBE Certification in PAUCP (for each DBE 

firm)X *

Submission Checklist X

Prime Bidder Proposed Subcontractors

Submission Checklist

Required Documents

* Note: Information to be submitted with bid, as a matter of responsiveness, or within 5 calendar days of bid 

opening, as a matter of responsibility.  Failure to provide these documents shall render the bid unresponsive.

Page 16: ADDENDUM NO. 1 July 12, 2019 ERIE INTERNATIONAL …...0941‐0001 reset post mounted signs, type beach2 0962‐1000 4" white waterborne pavement markings lf 1,923 0962‐1004 24" white
Page 17: ADDENDUM NO. 1 July 12, 2019 ERIE INTERNATIONAL …...0941‐0001 reset post mounted signs, type beach2 0962‐1000 4" white waterborne pavement markings lf 1,923 0962‐1004 24" white
Page 18: ADDENDUM NO. 1 July 12, 2019 ERIE INTERNATIONAL …...0941‐0001 reset post mounted signs, type beach2 0962‐1000 4" white waterborne pavement markings lf 1,923 0962‐1004 24" white
Page 19: ADDENDUM NO. 1 July 12, 2019 ERIE INTERNATIONAL …...0941‐0001 reset post mounted signs, type beach2 0962‐1000 4" white waterborne pavement markings lf 1,923 0962‐1004 24" white
Page 20: ADDENDUM NO. 1 July 12, 2019 ERIE INTERNATIONAL …...0941‐0001 reset post mounted signs, type beach2 0962‐1000 4" white waterborne pavement markings lf 1,923 0962‐1004 24" white

CB

PC

PT

X

X

X

X

X

X

X

X

X

X

X

X

C

B

GATE

GATE

DESIGNED

DRAWN

CHECKED

APPROVED

DATE

DATE

DATE

DATE DATE: JUNE 2019PROJECT NO: 170807

PARKING LOT RECONFIGURATION AND CANOPY

6/2019

6/2019

6/2019

6/2019

OF

40

SHEET

ERIE INTERNATIONAL AIRPORT

ERIE, PENNSYLVANIA

MICHAEL BAKER INTERNATIONAL INC.

100 AIRSIDE DRIVE

AIRSIDE BUSINESS PARK

MOON TOWNSHIP, PA 15108

412-269-6300

REVISION

DESCRIPTIONDATE BY

GENERAL NOTES1. SEE DWG E-001 FOR ELECTRICAL NOTES AND

SYMBOLS.2. ALL CONCRETE PADS, BOLLARDS ASSOCIATED WITH

GATES ARE RESPONSIBLE OF THE ELECTRICALCONTRACTOR.

3. REFER TO DWG C-107 FOR ADDITIONALINFORMATION ON INDUCTION LOOPS.

4. PROVIDE 1 1/4" CONDUIT FROM CENTRAL FIBERDISTRIBUTION CENTER LOCATED IN THE TERMINALBUILDING TO NEW GATE LOCATION. EXTEND A6-FIBER OM4 TIGHT BUFFER OUTDOOR RATEDCABLE FROM ACCESS GATE LOCATION TO CENTRALFIBER DISTRIBUTION CENTER LOCATED INBASEMENT LEVEL OF THE TERMINAL BUILDING.PROVIDE NEW GATE CONTROL FROM MAGNETICACCESS. PROVIDE ALL ASSOCIATED WIRING ANDLABOR NECESSARY FOR PROPER GATEFUNCTIONALITY.

NEW MAGNETICGATE A1 (PC1-1)

NEW MAGNETICGATE A2 (PC1-3)

CARDREADER

SCALE:ELECTRICAL SITE PLAN

1"=20'-0"1

ELECTRICAL AND TELECOMMUNICATIONS

SITE PLAN - AREA A

PER DETAIL 4SHEET E-502

RJC

JCW

KAS

33

SCALE IN FEET

20 10 0 20

ORM

ES101

NORTH

2 SETS OF 2#10AWG+ GND, 2"C

CANOPY

(4) 22 AWG FROM GATECONTROL TO CARD READER

PNL-PC1

GENERAL NOTE 4

Page 21: ADDENDUM NO. 1 July 12, 2019 ERIE INTERNATIONAL …...0941‐0001 reset post mounted signs, type beach2 0962‐1000 4" white waterborne pavement markings lf 1,923 0962‐1004 24" white

X

X

X

X

X

X

X

X

STA 16+02.57, 66.87' RT1 EA TYPE C TOP UNIT AND GRATE1 EA STANDARD INLET BOX, HEIGHT </= 10'TG ELEV 725.75'INV ELEV 723.19' OUT TO EXISTING PIPE

ENTR

ANC

E

ENTRANCE

EXIT

EXIT

GVJ

J

J

HH

HH

X

X

X

X

X

X

X

X

ENTRANCE

EXIT

HH

DESIGNED

DRAWN

CHECKED

APPROVED

DATE

DATE

DATE

DATE DATE: JUNE 2019PROJECT NO: 170807

PARKING LOT RECONFIGURATION AND CANOPY

6/2019

6/2019

6/2019

6/2019

OF

40

SHEET

ERIE INTERNATIONAL AIRPORT

ERIE, PENNSYLVANIA

MICHAEL BAKER INTERNATIONAL INC.

100 AIRSIDE DRIVE

AIRSIDE BUSINESS PARK

MOON TOWNSHIP, PA 15108

412-269-6300

REVISION

DESCRIPTIONDATE BY

NORTH

GENERAL NOTES1. SEE DWG E-001 FOR ELECTRICAL NOTES AND

SYMBOLS.2. DISABLE CARD READER AND ADD IN ASPHALT LOOP

TO PROVIDE ENTRY AND EXIT.3. ALL CONCRETE PADS, BOLLARDS ASSOCIATED WITH

GATES ARE RESPONSIBLE OF THE ELECTRICALCONTRACTOR.

4. REFER TO DWG C-107 FOR ADDITIONALINFORMATION ON INDUCTION LOOPS.

5. PROVIDE 1 1/4" CONDUIT FROM CENTRAL FIBERDISTRIBUTION CENTER LOCATED IN THE TERMINALBUILDING TO NEW GATE LOCATION. EXTEND A6-FIBER OM4 TIGHT BUFFER OUTDOOR RATEDCABLE FROM ACCESS GATE LOCATION TO CENTRALFIBER DISTRIBUTION CENTER LOCATED INBASEMENT LEVEL OF THE TERMINAL BUILDING.PROVIDE NEW GATE CONTROL FROM MAGNETICACCESS. PROVIDE ALL ASSOCIATED WIRING ANDLABOR NECESSARY FOR PROPER GATEFUNCTIONALITY.

EXISTING MAGNETICGATE B1

CARD READER B3

NEW CARD READER D1 ANDMAGNETIC GATE CONTROL B3

MAGNETIC GATEB2 (PC1-7)

SPDPNL-PC1

LCP-PC1

SEE SHEET E-101

GUARD SHACKDISCONNECT SWITCH100A FUSED

DETAILS 3 SHEET E-502 (TYPOF 3)

SCALE:ELECTRICAL SITE PLAN

1"=25'-0"

ELECTRICAL AND TELECOMMUNICATIONS

SITE PLAN - AREA B

SCALE IN FEET

25 12.5 0 25

34

RJC

JCW

KAS

1

ORM

ES102

(2) - 2#10AWG + GND, 2"C

(1) - 2#10AWG + GND, 2"C

(4) 22 AWG FROM GATECONTROL TO CARDREADER

(1) 3/4" C EXISTING FOR COMM(1) 2" PVC WITH (2) 2AWG + (1)GND FOR POWER

REFER DETAIL 2 ON SHEET E-501AND DETAIL 3 ON SHEET E-502

SCALE IN FEET

10 5 0 10

SCALE:ELECTRICAL SITE ENLARGED PLAN

1"=10'-0"2

SEE ENLARGED PLAN ONTHIS SHEET.

(1) 3/4" C EXISTING FOR COMM(1) 2" PVC WITH (2) 2AWG + (1) GND FOR POWER

KEYNOTES#1. TAP INTO EX. 2"C. INSERT 20 AMP IN-LINE FUSES

FOR LINE AND NEUTRAL #10 AWG CONDUCTORSFEEDING GATE AND CARD READER. PROVIDE (1)2" CONDUIT ENCASED IN CONCRETE. SIMILAR TOSHEET E-501 DETAIL 5.

11 1/4" COMMUNICATIONS

CONDUIT FED FROM BUILDING

EXISTING CARDREADER. REFER TO

NOTE 2.

Page 22: ADDENDUM NO. 1 July 12, 2019 ERIE INTERNATIONAL …...0941‐0001 reset post mounted signs, type beach2 0962‐1000 4" white waterborne pavement markings lf 1,923 0962‐1004 24" white

CO

ABANDONED 6" TILE

RENTAL CAR PARKING

AIRFIELD MAINTENANCEAND FIRE STATION

LONG TERM PARKING

N17°4

0'20"E

N52°28'08"E

J

J

J

DESIGNED

DRAWN

CHECKED

APPROVED

DATE

DATE

DATE

DATE DATE: JUNE 2019PROJECT NO: 170807

PARKING LOT RECONFIGURATION AND CANOPY

6/2019

6/2019

6/2019

6/2019

OF

40

SHEET

ERIE INTERNATIONAL AIRPORT

ERIE, PENNSYLVANIA

MICHAEL BAKER INTERNATIONAL INC.

100 AIRSIDE DRIVE

AIRSIDE BUSINESS PARK

MOON TOWNSHIP, PA 15108

412-269-6300

REVISION

DESCRIPTIONDATE BY

N

O

R

T

H

N

O

R

T

H

EXISTING DISTRIBUTIONPANEL DPNE

2 SETS OF 2 - #10 AWG +GND, 2" C

NEW MAGNETIC GATE D1

NEW CARD READER D1

GENERAL NOTES1. SEE DWG E-001 FOR ELECTRICAL NOTES AND

SYMBOLS.2. ALL CONCRETE PADS, BOLLARDS ASSOCIATED WITH

GATES ARE RESPONSIBLE OF THE ELECTRICALCONTRACTOR.

3. REFER TO DWG C-107 FOR ADDITIONALINFORMATION ON INDUCTION LOOPS.

3. PROVIDE 1 1/4" CONDUIT FROM GATE LOCATION TOFIBER CABINET LOCATION IN FIREHOUSE BUILDING.EXTEND A 6-FIBER OM4 TIGHT BUFFER OUTDOORRATED CABLE FROM ACCESS GATE LOCATION TOEXISTING FIBER DISTRIBUTION CABINET LOCATED INFIREHOUSE ELECTRICAL ROOM. PROVIDE NEW GATECONTROL FROM MAGNETIC ACCESS. PROVIDE ALLASSOCIATED WIRING AND LABOR NECESSARY FORPROPER GATE FUNCTIONALITY.

KEYNOTES#1. ROUTE CONDUIT THROUGH EQUIPMENT ROOM,

ROUTING THROUGH OUTSIDE WALL UNDERNEATHPAVEMENT AND CURB TO MAGNETIC GATE ANDCARD READER.

2. ROUTE CONDUIT UP TO CEILING. ROUTE AS CLOSETO EXISTING STRUCTURE AS POSSIBLE TO AVOIDINTERFERENCES.

SCALE:ELECTRICAL SITE PLAN

1"=10'-0"1

ELECTRICAL AND TELECOMMUNICATIONS

SITE PLAN - AREA D

2

DPNE-5,7

1

SCALE IN FEET

10 5 0 10

35

RJC

JCW

KAS

ORM

ES104

2#10AWG + GND, 2"C

(4) 22 AWG FROM GATECONTROL TO CARD READER

NEW GATECONTROL

GENERAL NOTE 3

Page 23: ADDENDUM NO. 1 July 12, 2019 ERIE INTERNATIONAL …...0941‐0001 reset post mounted signs, type beach2 0962‐1000 4" white waterborne pavement markings lf 1,923 0962‐1004 24" white