addendum no. 2 · i-09-033-b contents: addendum no. 2 text, pages 1 through 12 attachments:...

17
ADDENDUM NO. 2 November 10, 2009 Indianapolis International Airport Indianapolis, Indiana Belly Cargo/GSE Maintenance Building IAA Project No. I-09-033-B Contents: Addendum No. 2 Text, Pages 1 through 12 Attachments: Instructions to Bidders – page IB-5 Plan Sheets – Base Bid C205 – Underdrain Table, dated 11/10/09 FA100 – Fire Alarm Floor Plan – Area A, dated 11/10/09 FA101 – Fire Alarm Floor Plan – Area B, dated 11/10/09 FA102 – Fire Alarm Wiring Diagram, dated 11/10/09

Upload: others

Post on 14-Oct-2020

2 views

Category:

Documents


0 download

TRANSCRIPT

Page 1: ADDENDUM NO. 2 · I-09-033-B Contents: Addendum No. 2 Text, Pages 1 through 12 Attachments: Instructions to Bidders – page IB-5 Plan Sheets – Base Bid C205 – Underdrain Table,

ADDENDUM NO. 2

November 10, 2009

Indianapolis International Airport Indianapolis, Indiana

Belly Cargo/GSE Maintenance Building

IAA Project No. I-09-033-B

Contents: Addendum No. 2 Text, Pages 1 through 12 Attachments: Instructions to Bidders – page IB-5 Plan Sheets – Base Bid

C205 – Underdrain Table, dated 11/10/09 FA100 – Fire Alarm Floor Plan – Area A, dated 11/10/09 FA101 – Fire Alarm Floor Plan – Area B, dated 11/10/09 FA102 – Fire Alarm Wiring Diagram, dated 11/10/09

Page 2: ADDENDUM NO. 2 · I-09-033-B Contents: Addendum No. 2 Text, Pages 1 through 12 Attachments: Instructions to Bidders – page IB-5 Plan Sheets – Base Bid C205 – Underdrain Table,

Addendum No. 2 Indianapolis International Airport

Belly Cargo/GSE Maintenance Building November 10, 2009

Page 2 of 12

TO: All Planholders of Record The following addendum items modify, change, delete from or add to, the requirements of the contract documents for this project. The articles contained in the addendum take precedence over the requirements of the previously published contract documents. Where any article of the contract specifications or any detail of the contract drawings is modified or any paragraph, subparagraph or clause thereof is modified or deleted by the articles contained in this addendum, the unaltered provisions of that article, paragraph, subparagraph or clause shall remain in effect. ITEM NO. 1 SPECIFICATIONS VOLUME 1 OF 2, GENERAL PROVISIONS GP 60-03 CERTIFICATION OF COMPLIANCE

Delete: Second to last paragraph of the section. Insert: Revised second to last paragraph of the section as follows:

Allowance of the use of materials determined to be ‘equal’ to those materials originally specified, must be given by the Engineer six (6) days prior to the opening of bids.

INSTRUCTIONS TO BIDDERS Delete: Paragraph 9. Insert: Revised Paragraph 9 as follows:

If a Bidder finds discrepancies in or omissions from the Contract Documents, or if he is in doubt as to their meaning, he shall at once notify the Owner in writing. Such notification must be made no later than 12:00 noon, local time, on Thursday, November 12, 2009. Neither the Owner, Engineer, Construction Manager or Designer will accept telephone calls regarding questions about the Contract Documents. All inquiries must be in writing. All interpretations of the Contract Documents will be issued by addenda to all bidders. All addenda issued shall be acknowledged on the forms and will become a part of the Contract. The Owner will not be responsible for any other explanation or interpretation of the Contract Documents.

Delete: Page IB-5, Bidder’s Questions, revised 10/30/09. Insert: Page IB-5, Bidder’s Questions, revised 11/10/09 (attached). (The latest time and date for receipt of questions is revised.)

Page 3: ADDENDUM NO. 2 · I-09-033-B Contents: Addendum No. 2 Text, Pages 1 through 12 Attachments: Instructions to Bidders – page IB-5 Plan Sheets – Base Bid C205 – Underdrain Table,

Addendum No. 2 Indianapolis International Airport

Belly Cargo/GSE Maintenance Building November 10, 2009

Page 3 of 12 ITEM NO. 2 SPECIFICATIONS VOLUME 2 OF 2, TECHNICAL PROVISIONS F-162 CHAIN-LINK FENCE, Paragraph 162-2.3.

Delete: Paragraph 162-2.3. Insert: Revised Paragraph 162-2.3 as follows:

162-2.3 POSTS, RAILS AND BRACES. Posts, rails, and braces furnished for use in conjunction with zinc-coated steel fabric or with aluminum-coated steel fabric shall be of zinc-coated steel or acrylic-coated steel pipe. The dimensions for the posts shall be in accordance with the following schedule, adopted from Tables I through VI of Fed. Spec. RR-F-191/3. Terminal Post Line Post Fence Height Size Wall Thickness Size Wall Thickness 10’ 4.00” O.D. 0.226” 2.875” O.D. 0.160” 14’ 4.00” O.D. 0.226” 4.00” O.D. 0.226” Line posts, rails and braces shall conform to the requirements of: Galvanized Steel Pipe ASTM F1083 Tables containing gate post sizes are shown on the plans.

Section 03450 – Plant Precast Architectural Concrete

Delete: Paragraph 1.04.B.5.b. Insert: Revised Paragraph 1.04.B.5.b as follows:

b. Do not proceed with remaining work until workmanship, color, and finish are approved by Owner.

Section 16721 – Fire Alarm Systems Delete: Paragraph 2.1.A. Insert: Revised Paragraph 2.1.A. as follows:

A. Manufacturers: Subject to compliance with requirements, provide products by one of the following. Fire alarm panel shall be compatible with fire alarm system in main terminal.

1. Edwards EST 2. Approved equal

Page 4: ADDENDUM NO. 2 · I-09-033-B Contents: Addendum No. 2 Text, Pages 1 through 12 Attachments: Instructions to Bidders – page IB-5 Plan Sheets – Base Bid C205 – Underdrain Table,

Addendum No. 2 Indianapolis International Airport

Belly Cargo/GSE Maintenance Building November 10, 2009

Page 4 of 12 Delete: Paragraph 2.2.B. Insert: Revised Paragraph 2.2.B. as follows:

B. Combination Addressable Photoelectric Smoke/Thermal Detectors: Include the following features and characteristics:

1. Detector Sensitivity: Between 2.5- and 3.5-percent-per-foot

smoke obscuration when tested according to UL 268. 2. Sensor: An infrared detector light source with matching silicon cell

receiver. 3. Rate-compensated/fixed-temperature type with plug-in base and

alarm indication lamp. Detectors shall have a communication transmitter and receiver with unique identification and capability for status-reporting to the FACP.

Insert: New Paragraph 2.6.K. as follows:

K. Contractor shall install a fire alarm control panel in Telecomm Room 511 at the new Belly Cargo Building. Panel shall be manufactured by “Edwards EST-3” with “3-FIB MV” communication card and single mode fiber module “PHS”. This panel shall be monitored by a fire alarm panel in the main terminal and an annunciator in the operation center “AOC/EOC”. This shall be achieved by connecting new fire alarm panel fiber communications card to new fiber lines being installed by Contractor in IT Room 510 at the new Belly Cargo Building. Contractor shall be responsible for all conduit, patch cords, terminations and programming of fire alarm systems in each building.

Delete: Paragraph 2.7 Remote Annunciator in its entirety. Insert: Revised Paragraph 2.7 as follows:

2.7 OMITTED

Delete: Paragraph 3.3.E. Insert: Revised Paragraph 3.3.E as follows:

E. System Wiring: For the low-voltage portion of the fire alarm system, install minimum No. 16 AWG copper conductors for initiation devices and minimum #14 AWG copper conductors for notification, power supply and miscellaneous applications. All low voltage portion of wiring shall be installed in E.M.T. conduit. Install in conduit in walls and in inaccessible ceilings and where routed exposed. Take voltage drop into account and increase size of wires where required. For line-voltage wiring, install No. 12 AWG size with insulation rated 75 deg C minimum.

Page 5: ADDENDUM NO. 2 · I-09-033-B Contents: Addendum No. 2 Text, Pages 1 through 12 Attachments: Instructions to Bidders – page IB-5 Plan Sheets – Base Bid C205 – Underdrain Table,

Addendum No. 2 Indianapolis International Airport

Belly Cargo/GSE Maintenance Building November 10, 2009

Page 5 of 12 ITEM NO. 3 PLAN SHEETS – BASE BID PLAN SHEET C205 – UNDERDRAIN TABLE

Delete: Plan Sheet C205, issued 10/16/09. Insert: Plan Sheet C205, revised 11/10/09 (attached). (Locations of Underdrain Run Nos. 1, 21, and 22 revised).

PLAN SHEET C400 – FENCING DETAILS – SWING GATE DETAIL

Delete: Leader pointing to hinge gate post reading ‘4” O.D. GATE POST’. Insert: Leader pointing to hinge gate post reading ‘6-5/8” O.D. GATE POST

WITH 0.280” WALL THICKNESS’.

PLAN SHEET C401 – PAVEMENT MARKING DETAILS – ROADWAY CENTERLINE MARKING DETAIL

Delete: Leader pointing to centerline marking reading ‘6” BLACK BACKGROUND (TYPICAL)’.

PLAN SHEET E102 – ELECTRICAL ONE-LINE DIAGRAM

Delete: Leader pointing to Customer Meter for Panel House HH01 reading “EMON 300 SERIES SUBMETER (TYP)”.

Insert: Leader pointing to Customer Meter for Panel House HH01 reading

“EMON 3000 SERIES SUBMETER, MODEL 480200CQ, WITH SET RATE PULSE OUTPUT MODULE (TYP). SEE NOTE 3.”

Insert: New Note 3 as follows:

“3. PROVIDE EMON SOFTWARE FOR THE CUSTOMER METERING SYSTEM, TO AUTOMATICALLY READ METERS, STORE INFORMATION, CREATE, AND PRINT BILLS. SOFTWARE TO INCLUDE PHONE SUPPORT, FACTORY START-UP, OWNER TRAINING, AND NO ON-GOING SOFTWARE MAINTENANCE FEES.”

PLAN SHEET FA100 – FIRE ALARM FLOOR PLAN – AREA A Delete: Plan Sheet FA100, issued 10/16/09. Insert: Plan Sheet FA100, revised 11/10/09 (attached). (Entire sheet revised).

Page 6: ADDENDUM NO. 2 · I-09-033-B Contents: Addendum No. 2 Text, Pages 1 through 12 Attachments: Instructions to Bidders – page IB-5 Plan Sheets – Base Bid C205 – Underdrain Table,

Addendum No. 2 Indianapolis International Airport

Belly Cargo/GSE Maintenance Building November 10, 2009

Page 6 of 12 PLAN SHEET FA101 – FIRE ALARM FLOOR PLAN – AREA B

Delete: Plan Sheet FA101, issued 10/16/09. Insert: Plan Sheet FA101, revised 11/10/09 (attached). (Entire sheet revised). PLAN SHEET FA102 – FIRE ALARM WIRING DIAGRAM

Delete: Plan Sheet FA102, issued 10/16/09. Insert: Plan Sheet FA102, revised 11/10/09 (attached). (Entire sheet revised). ITEM NO. 4 BIDDER QUESTIONS Question 1: The Special Provisions [Technical Provision F-162] call for 2-7/8” OD terminal

posts for 10’ high fence but a drawing detail shows a 4” OD terminal post. What is supposed to be installed?

Answer 1: See Item No. 2 Specifications Volume 2 of 2, Technical Provisions above. Question 2: Specifications Vol. 2 – Standard Technical Provisions – at the end of each

individual section, under this heading, there is a subsection, “Basis of Payment”. This subsection reads, “Payment will be made under:” and units to follow. Since the bid is one lump sum price, how are these unit prices in these sections going to be utilized?

Answer 2: See Special Provision SP-28. Question 3: Fence along east side of concrete pavement is to be 1’ off of pavement edge.

There is an underdrain shown along pavement edge that will interfere with the excavation of the fence post holes. The fence needs to be moved at least three feet further east so that fence post excavation does not get into pipe underdrain or stone backfill for same. The standard rat wall would have to be used at the moved fence location.

Answer 3: See Item No. 3 Plan Sheets – Base Bid above. Question 4: Can two widths of chain link fabric be overlapped to make 14’ fabric? Most

suppliers have a special set up charge for minimum quantities of special products. 14’ fabric is a non-standard product.

Answer 4: No, see Special Provision SP-19.

Page 7: ADDENDUM NO. 2 · I-09-033-B Contents: Addendum No. 2 Text, Pages 1 through 12 Attachments: Instructions to Bidders – page IB-5 Plan Sheets – Base Bid C205 – Underdrain Table,

Addendum No. 2 Indianapolis International Airport

Belly Cargo/GSE Maintenance Building November 10, 2009

Page 7 of 12 Question 5: The 4” OD hinge post for the 16’ swing gate is too small. The hinge post needs to

be at least 6 5/8” OD. The latch post can be 4” OD. Answer 5: See Item No. 3 Plan Sheets – Base Bid above. Question 6: Is the interior fence to be wire mesh partition type or chain link type? The drawing

detail calls for the mesh to be attached to channel frames with the frames being welded to the support structure. This more describes a modified wire mesh construction. Chain link type fence is not constructed with channel frames, etc. If it is to be chain link fence, can standard installation methods be used where the fabric would be stretched and secured to the support posts and rails? This is what the specifications call for.

Answer 6: Interior fence to be chain link type. Mesh is to be attached to support posts and

rails. There are channel frames required for wire mesh doors and high speed doors.

Question 7: Can ¾” diameter wedge type anchor bolts be used to secure post plates to floor

instead of the 5/8” diameter adhesive type anchors? The wedge type anchor bolt will provide for an immediate securing of the post to the floor rather than having to wait for the adhesive to set.

Answer 7: No, provide anchor as shown on drawings. Question 8: The drawing detail shows a galvanized plate welded to the post. Can the weld be

primed and painted with a zinc rich type product? Answer 8: No, plate and post to be galvanized in one piece. Question 9: Two drawing details show 9 gauge wire mesh and two other details show 6

gauge wire mesh. What is to be used? Answer 9: Interior fence to be 9 gauge wire mesh. Question 10: Why would a five year warranty be required on the interior fence and only a two

year warranty be required on the high speed rolling doors? Answer 10: Provide two year warranty for the interior fence and five year warranty for the

high speed rolling doors and the overhead coiling grills. Question 11: Cut section 7/S201 on page S100 doesn’t make sense. Is this correct reference?

If not, what area does 7/S201 refer to? Answer 11: Section cut 7/S201 shows how the grade beams frame into the footing. It is a

typical section at each footing.

Page 8: ADDENDUM NO. 2 · I-09-033-B Contents: Addendum No. 2 Text, Pages 1 through 12 Attachments: Instructions to Bidders – page IB-5 Plan Sheets – Base Bid C205 – Underdrain Table,

Addendum No. 2 Indianapolis International Airport

Belly Cargo/GSE Maintenance Building November 10, 2009

Page 8 of 12 Question 12: Will this project be subject to the new City of Indianapolis Pre-Permit Plan

Review? If so, is the GC responsible for review cost & permit cost? Answer 12: No. Not applicable. Question 13: At what elevation below grade are the strip footings? Answer 13: See plan sheets S100 Foundation Framing Plan and S200 Foundation Details. Question 14: Will a wall footing schedule be provided? Answer 14: A wall footing schedule is not needed. The section cuts show the wall footing to

be 2’-0” wide along with the required reinforcing. Question 15: Item #5 of the pre-bid meeting agenda allows for the maximum amount of work

that can be subcontracted to be 85%. Can this limit be extended to 90%? Answer 15: No, the limit will not be extended to 90%. Question 16: Spec. 03450 – Plant Precast Architectural Concrete, Section 1.04.A.6 – “Color

and finish to match adjacent AOC/EOC facility.”

A. Is there an arch. precast concrete mix design available from the AOC/EOC facility?

Answer 16A: No.

B. If not, could you provide a sample number from the 2nd Edition of the PCI Arch. Precast Color and Texture Selection guide to use as a basis for the bid?

Answer 16B: Field verify existing AOC/EOC facility. Precast shall be bid as:

White Cement 100% Limestone #11 Rock Limestone #13 Light Sand Blast

C. Is it the intent that local fine and coarse aggregates are acceptable?

Answer 16C: Precast to match existing AOC/EOC facility.

D. What is the finish required on the precast panels (sandblast [light, medium, or heavy], acid etched, or retarded finish)?

Answer 16D: Light sand blast.

E. What finish will be required on the form liner section of the precast panels? Answer 16E: See Technical Provision 03450, Paragraph 2.03.C.3.a. Interior Finishes.

Page 9: ADDENDUM NO. 2 · I-09-033-B Contents: Addendum No. 2 Text, Pages 1 through 12 Attachments: Instructions to Bidders – page IB-5 Plan Sheets – Base Bid C205 – Underdrain Table,

Addendum No. 2 Indianapolis International Airport

Belly Cargo/GSE Maintenance Building November 10, 2009

Page 9 of 12 Question 17: What are the exterior precast finish details? Answer 17: See Technical Provision 03450, Paragraph 2.03.C.3.b. Exterior Finishes. Question 18: What size precast mockup is required? Answer 18: Cast a 4 ft wide by 8 ft tall mockup of precast panels showing all items as called

for in the specifications and drawings. Question 19: Is Fabcon an acceptable manufacturer? Answer 19: Not at this time. Documentation has not been received that would support any

request to have Fabcon listed as an acceptable manufacturer. See General Provision 60-03.

Question 20: Specification Section 16211-2, Section 2.3. Will these meters tie into the same

BAS that all the previous Class 3000 meters have tied into at this jobsite? The spec is not specific on this detail. This required so the correct communication option is selected so proper pricing can be obtained.

Answer 20: See Item No. 3 Plan Sheets – Base Bid above. Question 21: Where do the step down in footing elevations occur at the East and West walls? Answer 21: The footing will step up starting at the northeast and northwest corners of the

building until the bottom of footing reaches -3’-0”. Question 22: Along the North wall there is three different wall section that reflect the walls

width from 8”, 10”, and 11” wide. Can the North wall all be the same width? Answer 22: The wall width may be uniform along the north wall. If the Contractor chooses to

construct a uniform thickness, the thickness shall be 11”. Question 23: On drawing S100 there are two section cuts, 3/S201 for two short interior stubs

walls. Another cut is 2/S201 in one area. Are the other areas that look similar that have no section cuts either 2/S201 or 3/S201?

Answer 23: The interior walls shall follow Section 2/S201, while the walls that connect to the

exterior wall shall follow 3/S201. There are two (2) locations on seven (7) walls which require 3/S201.

Question 24: Exterior truck ramp detail 6/S201 indicates rebar in the ramp slab while 4/S201

shows WWM. Which reinforcement is required in the ramp slabs? Answer 24: Exterior truck ramp shall be reinforced per detail 6/S201, #5 @ 12” E.W. Question 25: What is the thickness of the building slab on grade No. 53 stone fill? Answer 25: Building slab is 6” over 6” of INDOT 303 No. 53 aggregate.

Page 10: ADDENDUM NO. 2 · I-09-033-B Contents: Addendum No. 2 Text, Pages 1 through 12 Attachments: Instructions to Bidders – page IB-5 Plan Sheets – Base Bid C205 – Underdrain Table,

Addendum No. 2 Indianapolis International Airport

Belly Cargo/GSE Maintenance Building November 10, 2009

Page 10 of 12 Question 26: Soil stabilization is shown on the site details. Has this work be[en] done in the

early site release package? Is the cost of lime stabilization to be included in our bid?

Answer 26: Soil stabilization will not be performed by earthwork contractor (IAA Project No. I-

09-033-A). See Plan Sheet G107 – Site Work Schedule of Values, Line Item 36. Question 27: SP-10 indicates sub grade left +0.1’ for building pad and pavements. Are the

areas outside the building pad and pavements also left +0.1’, i.e. landscaped/seeded areas?

Answer 27: No. Question 28: What is the extent of the erosion control that has been installed by Early site

package and will they leave in place, remove or will next package maintain and eventually remove?

Answer 28: See General Provision 20-06, Special Provision SP-10, and the Pre-Bid Meeting

Summary contained in Addendum No. 1. The successful Contractor of IAA Project No. I-09-033-B shall be responsible for removing any and all remaining erosion control measures installed in the previous bid package (I-09-033-A). The installation of new erosion control measures to conform with the current set of bid documents (plans and specifications) is required. Reuse and/or maintenance of the existing erosion control measures is prohibited.

Question 29: Are all pipe bollards galvanized as the drawing detail indicates or only the ones

on the exterior? Answer 29: See Plan Sheet A502, Detail 3, for bollard details. Question 30: Do all spoils get removed from airport property? If not what is spoils location? Answer 30: See Special Provision SP-7. Question 31: Is the Owner providing material testing? Answer 31: Materials testing is the responsibility of the Contractor. The Owner will perform

acceptance testing. Question 32: Specs say Indianapolis Water will make the tap on the water line for the project.

Will there still be a tap fee cost? Answer 32: No. Question 33: Is it acceptable to bank pour footings? Answer 33: A bank pour for the footings is acceptable provided the footing is increased in

size by 2” on each side.

Page 11: ADDENDUM NO. 2 · I-09-033-B Contents: Addendum No. 2 Text, Pages 1 through 12 Attachments: Instructions to Bidders – page IB-5 Plan Sheets – Base Bid C205 – Underdrain Table,

Addendum No. 2 Indianapolis International Airport

Belly Cargo/GSE Maintenance Building November 10, 2009

Page 11 of 12 Question 34: Specifications Vol. 1, Section [GP] 60-12 Temporary Light and Heat – with the

project beginning in January, there may be a possibility of thawing the ground to excavate and to heat for concrete curing. Adding an allowance for this cost would keep an even bidding spread and save the airport money if not used. Just a suggestion.

Answer 34: An allowance will not be added for this cost. Question 35: [Technical Provision] Section 5500 Misc. Metals – are exterior pipe bollards

required to be galvanized? Answer 35: See Plan Sheet A502, Detail 3, for bollard details. ITEM NO. 5 REQUESTS FOR “OR EQUAL” DETERMINATION Request 1: Technical Provision 03300 Cast-in-Place Concrete, Paragraph 2.07.A.

Plastic Vapor Retarder. Proposed substitution: Viper VaporCheck II 15 mil (14’ x 140’) Class A Vapor Barrier Manufacturer: Insulation Solutions, Inc. 401 Truck Haven Road East Peoria, IL 61611 Determination 1: Proposed material or assembly is equal to material or assembly

specified. Request 2: Technical Provision 03450 Plant Precast Architectural Concrete,

Paragraph 1.03.A. Manufacturer Qualification. Proposed addition as an approved manufacturer: Kerkstra Precast Inc. 3373 Busch Drive Grandville, MI 49418 616-224-6176 Determination 2: Kerkstra Precast Inc. is added to the list of approved manufacturers.

Page 12: ADDENDUM NO. 2 · I-09-033-B Contents: Addendum No. 2 Text, Pages 1 through 12 Attachments: Instructions to Bidders – page IB-5 Plan Sheets – Base Bid C205 – Underdrain Table,
Page 13: ADDENDUM NO. 2 · I-09-033-B Contents: Addendum No. 2 Text, Pages 1 through 12 Attachments: Instructions to Bidders – page IB-5 Plan Sheets – Base Bid C205 – Underdrain Table,

REPRODUCTION WARNING: This document contains sensitive security documentation. The information contained in this document must be maintained in a confidential manner to prevent compromising civil aviation security. Unauthorized duplication or release may result in civil penalty or other action. For U.S. government agencies, public availability to be determined under 49 U.S.C. 114. Return to IAA after use.

Revised Per Addendum No. 2

Dated 11/10/09

IB-5

BIDDER'S QUESTIONS INDIANAPOLIS AIRPORT AUTHORITY INDIANAPOLIS INTERNATIONAL AIRPORT

Belly Cargo/GSE Maintenance Building, Project No. I-09-033-B Please state your questions in the spaces provided below. The questions should be faxed to (317) 487-4128, or e-mailed to [email protected]. Per Instructions to Bidders, Item 9, all questions must be received not later than 12:00 noon, local time, on Thursday, November 12, 2009. NAME: COMPANY:

NO.

QUESTION

Page 14: ADDENDUM NO. 2 · I-09-033-B Contents: Addendum No. 2 Text, Pages 1 through 12 Attachments: Instructions to Bidders – page IB-5 Plan Sheets – Base Bid C205 – Underdrain Table,
Page 15: ADDENDUM NO. 2 · I-09-033-B Contents: Addendum No. 2 Text, Pages 1 through 12 Attachments: Instructions to Bidders – page IB-5 Plan Sheets – Base Bid C205 – Underdrain Table,
Page 16: ADDENDUM NO. 2 · I-09-033-B Contents: Addendum No. 2 Text, Pages 1 through 12 Attachments: Instructions to Bidders – page IB-5 Plan Sheets – Base Bid C205 – Underdrain Table,
Page 17: ADDENDUM NO. 2 · I-09-033-B Contents: Addendum No. 2 Text, Pages 1 through 12 Attachments: Instructions to Bidders – page IB-5 Plan Sheets – Base Bid C205 – Underdrain Table,