addendum no. 1 july 12, 2019 erie international …...0941‐0001 reset post mounted signs, type...
TRANSCRIPT
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.
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.
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.
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
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
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
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
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
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
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
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
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
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:
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
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.
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
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.
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