1996 Change order No. 2CITY o OF
INANCE DEPARTMENT
PURCHASING DEPARTMENT
To: City ClerlVMayoi
/99k �
The item(s) noted below is/are attached and forwarded to your office for the following action(s):
R
Development Order
F-1
Mayor's signature
F]
Final Plat (original mylars)
E]
Recording
❑
Letter of Credit
Fj
Rendering
❑
Maintenance Bond
Safe keeping (Vault)
❑
Ordinance
Deputy City Manager
Ej
Performance Bond
❑
Payment Bond
n
Resolution
❑
City Manager Signature
EJ
❑
City Clerk Attest/Signature
E]
City Attorney/Signature
Once completed, please:
❑ Return originals to Purchasing- Department
❑ Return copies
EJ
Special Instructions:
L-,Ktie y 13oja4zi4e,v-
From Date
SharePoint—Finance—Purchasing_Forms - 2018.doc
CHANGE ORDER FORM
Change Order No. 2
Project Name: Seawall Construction- W. Seminole Blvd. RiverWalk Phase III
IFB 17/18-53
Owner: City of Sanford
Contractor: Wharton -Smith, Inc.
Agreement Date: November 6, 2018
This Change Order is necessary to cover changes in the Work to be performed under
the Agreement. The Agreement, General Conditions, Supplementary Conditions, and
Technical Specifications contained in the Project Manual apply to and govern all Work
under this Change Order.
THE FOLLOWING CHANGES ARE MADE TO THE CONTRACT DOCUMENTS:
1. Original Contract Price
2. Current Contract Price (Adjusted by Previous Change Orders)
3. Total Proposed Change in Contract Price
4. New Contract Price (Item 2 + Item 3)
5. Original Contract Time (Notice to Proceed to Substantial Completion)
6. Current Contract Time (Adjusted by Previous Change Orders)
7. Current Subst. Completion Date (Adjusted by Previous Change Orders)
8. Total Proposed Change in Contract Time
9. New Contract Time (Item 6 + Item 8)
10. New Contract Substantial Completion Date (Item 7 + Item 8)
11. Current Final Completion Date (Adjusted by Previous Change Orders)
12. Current Contract Time From Substantial Completion to Final Completion
13. Total Proposed Change in Contract Time Subst. to Final Completion
14. New Contract Time to Subst. Final Completion (Item 12 + Item 13)
15. New Contract Final Completion Date (Item 11 + Item 14)
Sea Wall Construction (IFB 17/18-53)
W. Seminole Blvd. RiverWalk Ph. III
Page 1 of 5
$13,734,631.01
$9,868,639.87
($18,344.24)
$9,850,295.63
275 Days
275 Days
10/13/2019
9 Days
284 Days
10/22/2019
12/12/2019
60 Days
0 Days
60 Days
12/21/2019
CHANGE ORDER NO. 2
ITEM 1
Description of Change:
Reason for Change:
Change in Contract Price:
Change in Contract Time:
ITEM 2
Description of Change
Reason for Change:
Change in Contract Price
Change in Contract Time
ITEM 3
Description of Change
Reason for Change:
Change in Contract Price
Change in Contract Time:
CHANGES ORDERED
Flowable Fill Revision
This is a Value Engineering Cost Savings, Deduct Pay Item 12
Flowable Fill of 2577 CY at $217.70/CY Total ($561,012.90) and
add Item 12A #57 Stone Capped with Flowable Fill at a Lump
Sum Price of $480,045.90.
($80,967.00)
0 Days
RWM Repair
During construction, it was discovered that there was a leak in
one of the pipe joints in the existing 20" RWM which required
repair.
$6,520.50
0 Days
Add Hydro -Seeding
This is a Value Engineering Cost Savings. Add Pay Item Hydro -
seeding 40,000SY at $2.64/SY for $105,600.00. See item 3
attached.
$105,600.00
0 Days
Sea Wall Construction (IFB 17/18-53)
W. Seminole Blvd. Riverwalk Ph. III
Page 2 of 5
CHANGE ORDER NO. 2
ITEM 4
Description of Change: Add S -9A with Connections
Reason for Change: Add Storm Structure S -9A and additional RCP for connection.
See item 4 attached.
Change in Contract Price: $20,142.47
Change in Contract Time: 0 Days
ITEM 5
Description of Change: Repair Two Existing 6'x6' Box Culverts
Reason for Change: This is a Value Engineering Cost Savings: the existing 6'x6' Box
culverts are structurally sound and need only surface repair.
Therefore, this item is for the rehabilitation of two existing 6'X6'
box culverts between S-17 to S-19 and S-19 to S-20. See item 5
attached.
Change in Contract Price: ($85,952.01))
Change in Contract Time: 0 Days
ITEM 6
Description of Change: Repair Three Existing 6'x6' Box Culverts
Reason for Change: This is a Value Engineering Cost Savings: the existing smaller
Box culverts are structurally sound and need only surface repair.
Therefore, this item is for the rehabilitation of three existing small
box culverts between S -9A to S-10, S-13 to S-14 and S-15 to S-
16. See item 6 attached.
Change in Contract Price: ($10,298.96)
Change in Contract Time: 0 Days
Sea Wall Construction (IFB 17/18-53)
W. Seminole Blvd. RiverWalk Ph. III
Page 3 of 5
CHANGE ORDER NO. 2
ITEM 7
Description of Change: Contract Time Extension
Reason for Change: This item adds three (3) days for the Martin Luther King Holiday
weekend and six (6) days for abnormal rain and recovery after
the rain that occurred on 2/13/19, 2/14/19, 4/6/19, 4/8/19, 5/6/19,
and 5/13/19.
Change in Contract Price: $0.00
Change in Contract Time: 9 Days
ITEM 8
Description of Change: Add 42" Pickett Handrail
Reason for Change: Proximity of Future Trail Requires Pickett Handrail in some
areas.
Change in Contract Price: $26,610.76
Change in Contract Time: 0 Days
Sea Wall Construction (IFB 17/18-53)
W. Seminole Blvd. RiverWalk Ph. III
Page 4 of 5
CHANGE ORDER NO. 2
APPROVAL AND CHANGE ORDER AUTHORIZATION
ACKNOWLEDGMENTS
The aforementioned change, and work affected thereby, is subject to all provisions of the
original Agreement and specifically changed by this Change Order; and
It is expressly understood and agreed that the approval of the Change Order shall have no
effect on the original Agreement other than matters expressly provided herein.
WITNESS to CONTRACTOR: Wharton -Smith, Inc.
Contractor
n
"4I ` Darin A. Crafton, Executi Vice President
' Printed Name and Ti of Officer
06/25/19
Date
ATTEST:
(Signature)
Date
(Seal)
Sea Wall Construction (IFB 17118-53)
W. Seminole Blvd. RiverWalk Ph. III
By (Signature)
Date
By (Signature)
Page 6 of 5
CHANGE ORDER NO. 2
ATTEST
Sea Wall Construction UF8 17/18-53
VV.Seminole Blvd. Riverwalk Ph. III
City of Sanford
Owner
Thomas George, Deputy City Manager
Printed Name 8ndTUi8
CHANGE ORDER SUMMARY - CHANGE ORDER NO'2
Item
No.
Description
Changeinl
Contract Price
Ch n:ge in
Contra t Time
3
Flowable Fill Revision
RWM Repair
Add Hydro -,Seeding
($80,967.00)
$6,520.50
$105,600.00
0 Days
0 Days
0 Days
5
Repair Two Existing 6'x6' Box Culverts
($85,952.01)
0 Da s
6
Repair Three Existing 6'x6' Box
Culverts
($10,298.96)
0 Days
7
Contract Time Extension
$000
9 Days
8 —
Add 42" Pickett Handrail
$26,61 "076
O-Duays
TOTAL
($18,344.24)
19 Days
WAIVER This Change Order constitutes full and mutual accord and satisfaction for the
adjustment of the Contract Price and Contract lFirne as g result of increases or decreases in
coot and time ofperformance caused directly and indirectly from the change. Acceptance of
this Waiver constitutes an agreement between OWNER and CONTRACTOR that the ~{�honOe
Order represents an equitable adjustment to the Agreement and that {�C}NTRA~-'- aha{/
waive all rights to file e Contract ClaimClaimorc|oinn of any nature on this Change (]rder. �Execution
of this Change Order oho!/ constitute (�ONTF�\CT[)'a complete acceptance and satisfaction ^~^~`
n-~~ution
that it is entitled to no more costs or time (direct' indirect, impact, etc.) pursuant to this Change
Sea Wall Construction (IFB17h8-53)
W. Seminole Blvd. RiverWalk Ph. III
Page 5 of 5
CHANGE ORDER NO. 2
ATTACHMENTS
F
Breakdown of Costs
Copy of Price Information (items 2, 3, 4, 5, 6, & 8)
Sea Wall Construction (IFB 17/18-53) CHANGE ORDER NO. 2
W. Seminole Blvd. RiverWalk Ph. III
Bid Item Summary
01"N
IFB 17/18-53 Riverwalk Phase III Seawall
:t!z RFP 006 - Repair Existing Reclaim Leaks
RFP 006 - Existing Reuse Line Leak Repairs Page 1
ITEM 3
Bid Item Summary
IF13 17/18-63 Riverwalk Phase III Seawall
RFP 002 - RFI #002 - HYDROSEEDING
# IDESCRIPTION
1 The change Proposal includes all labor ma!enal equipment & supervision to hydroseed in lieu of srdding per Rf- I to I NOTES
2 3/18/2019
3 Rev, 1
4
5
6
7
8
9
10
11
12 The Contract Time Extension due to this change order is 0 calendar days.
13
141 PAY FDOT UNIT
ITEM ITEM DESCRIPTION UNITS QTY
PRICE TOTAL
15
16 HYDROSEEDING SY 40,000.00 S2.64 g 105,600.00
17
181
91
20 1
21
221
231
24
25
26
27 FINAL QUOTE TOTAL
28 TOTAL
29 $ 105,600.00
30 106 600.00
RCP 002 - RFI#002 Hydroseeding Revi Page 1
ITEM 4
Bid Item Summary
fill*
44:> IFB 17118-63 Riverwalk Phase III Seawall
RFP 006 - RFI #006 - S-9 Storm Changes
# 1DESCRIPTION
ping per p�j 900r,
I The charge PrOPOS,11 Mcludes al fabor rnalena3 eqtmnefl sap erv;sicnl 10 install afld'Oral 5�0m Slluclwc and pt NOTES
2
3
4
5
6
7
8
9 poi
10
11
12 The Contract Time Extension due to this is 0 calendar days.
13
PAY- FDOT_
UNII 1
141 ITEM ITEM DESCRIPTION UNITS CITY PRICE TOTAL
151
161 $
171 430-175-124 PIPE CULVERT ROUND 24" LF 14,00 53549 S 7,49686
20 430-175-13D PIPE CULVERT ROUND 30' _LF
6.00 S 565,56 5 3 393.36
18 36 425-2-91 MANHOLE EA 1.00 S 9,252.25 S 9252-25
19
20
21
22
23 $
24
25 5
26
27
28
29
30
31
32
331
34
5
36
371
381
391
40
41
42
43
AA FINAL QUOTE TOTAL
45 TOTAL
46 20,142.47
47, 20142.47
RFP 005 - RFI#005 S-9 Storm Changes Page 1
Project Name Sanford Riverwalk Seawall Phase III
RFI Number: #005 Title / Subject: S-9 Storm Tie-ins
Reference Specification: NIA Reference Drawing: Sheet 107 Assigned Reviewer.
QUESTIONS
The 24' RCP installation is installed at a different location and angle than shown on the plans. Please attached sketch showing
installing additional 24" Pipe and an additional manhole per the field review. Sketch has the inverts as shot in the field. Please
confirm how to proceed.
Submitted By D. Scott Jamison
hadon- math, Inc - ntractor
3/4/19
Date Submitted to Engineer
RESPONSE
Contractor is directed to install Structure S -9A per attached sketch (as modified by EOR). Structure 9-A should be a Type C DBI with Alt -B J -
Bottom (8'x3'). Top of structure has been lowered to elevation 7.5010 allow Contractor to maintain a small depression area that is intended to
intercept roadway run-off prior to entering adjacent private pond (Regatta Shores pond).
Responded By Matthew C. Cushman, P.E., E.O.R.
Copies to: 08-020-C90D
03/12/2019
Date Returned to Contractor
Wharton -Smiffi, Inc.,
C(INSTRUCTION GROLIP
JOB NAME- Sanford Riverwalk Phase III JOB NO. 18-122
SKETCH NO. 1 OF SCALE NTS
BY Dillon LeClair DATE 3/7/19
RFI #5 - 24" Storm Line Tie-in
S-9 Top EL
Type i NE EL -1. 11
SE EL �5
Top EL 8 50 FOO
NE El- -1.o8 I SW EL -111
SW EL -0'.347, Xt�8'E'Rfl
9
750 MONROE ROAD * SANFORD, FL 32771 - (407) 321-8410
ffs]
Type C DBI w/ eft -
t'"
_
B J -Bottom 18'x3')
ITEM 5
Bid Item Summary
IFI3 17/18-53 Riverwalk Phase III Seawall
RFP 003 - RFI #003 - VWBOX CULVETS
#
I
DESCRIPTION
1
NOTES
The change proposal is to shot trete existing box culverts between 5-17 toS-13and S-19 and—S-20 in lieu of replacing per RF 14003
2
The below scope still has "s renloving 4voxiarnetiv 1 v to install
place concrete ' ver the attached shop dra,.ving , SY
Credit of 13_
in(, sheePile wall and replacing -,"th Pre -Cast Culvert and poured in
for the paving for section between S-1 7 to S -l- leaving !3-3 SY for jlja
3
area All labor materials equipment & supervision reqiiire"I' In clean
Video sandblast shotc!ete (1' thiel: with fibers per abac!ed
n
4
niatenali and re -video,
5
6
7
10
The Contract Time Extension due to thischancreorder is 0 calendar days.
13H8
14ITEM
PAY— FIDOT—
ITEM DESCRIPTION
--UNrr
UNITS QTY
—
PRICE TOTAL
15
16 400-4-11 CONCRETE CL IV BOX CULVI
CY (133,rj5) S
1,819.63 S (242101.77)
161
17 415-1-1 REINFORCING STEEL
TN
171
34 110-4-10 REMOVAL OF EXISTING CO
LF "50,0011
Over Quantity
440.85 $ (22042-50)
181
39 160 TYPE B STABILIZATION
SY <x'.55} S
21,77 $ (5,737.48)
19
40 285-709 OPTIONAL BASE - BASE GRO
SY f251,00) S
27.22 S (6.832-22)
20
It
41 334-1-13 SUPERPAVE ASPHALTIC CO
TN 4,,� 94;� S
217.70 (8,913-59)
21
3,37-7-80
42 ASPH CONC FC, TRAFFIC C
TN 13,46 5; S
217 70 $ (2971-20)
22.1
231
DESILTING
SY 75,00
302.65 5 22 698, 75
241
CEMENTISOUS COATING
SF 3 888.00
2725 S 105.948.00
251
VIDEO
EA 2,00 S
4,000.00 S 8,00000
26]
271
Ir
COFERDAM /WATER CONT F
EA 200 S
11.000.00 S 22 000.00
281
29
DEWATERING
EA 2.00
—22
�000.0() $ 44 000,()0
301
311
321
331
374
35
361
371
381
391
40
41
42
43
444
FINAL QUOTE TOTAL
TOTAL
45
$ (85,952.01)
46
47
(86,962.01)1
RCP 003 - RF1#003 Box Culverts Revl Page 1
Project Name Sanford Riverwalk Seawall Phase III
RFI Number: #003
Title / Subject: Box Culvert
Reference Specification: NIA
Reference Drawing: Sheet 111(SI 7-S18)
Sheet 112(S19 -S20) Sheet 113 (S21 -S22)
Assigned Reviewer:
QUESTIONS
Due to the current condition observed of the 6'x6' box culverts, please confirm that all should be video tapped to document their
current condition, desilted, and rehabilitated in lieu of removal and replacement. Portions for the seawall tie-in will still be
removed and replaced. A deductive change order request will be generated based on the reports and the rehabilitation method.
Submitted By D. Scott Jamison
Wharton -Smith, Inc - Contractor
1/24119
Date Submitted to Engineer
RESPONSE
Please proceed with video of the 3 box culverts including dewatering and desilting.
The determination on how to proceed with repair versus replace will be determined after review of the video and repair proposal.
Based on preliminary review the City anticipates two of the box culverts will be suitable for repair and the third will be determined after review.
Responded By David Terwilleger, CPH Project Manager
1/24/2019
Date Returned to Contractor
Copies to: 08-020-C10D
k� 4
Fes" n
n
Z w rr' ,,r-n
5z U2 114
^ II
In
� ii 1t ii
N 11 > II
I M
t!7
I_L70-I n Q
00
_ 1 1 _
w
i m
U Q
z
1 u i w � C->i m ( v�
1 N I Q� Q NzJim
m CD
I- I P-
,
W,r.I,.Ir J J J
N it �" ii Q
~ I m 1 U.1 G2
I1 �_? .�
II -- 11 I 11 i V) Q tW
O \ (1 II
O O 1 V I r h! 11 it ,1 d
cr- Z
d�¢ Q
1 m 1 CL LVV) wmrno
1 m i v) ZoCI w
x (=:i w
llXwll w �C)t
I u 1 O I I O _' I I t.a.,.
1 m i N IIZ�11 W
1-- _•I IIX�11 Z J jE Z
I N I i l w 11 C
I m l lL i\�_U Qo
Z , d
- - p
N i
C14U-
N zIZ
1 1- o ¢ c0-5i w
_ v 0- wn v
I i �
0 1 1 v co
I ! CV m n. O
II 11 � X
O i CL OW
N II 1( O
II �I 11 r= Z Z
II > 1 O Nl-
it
Ln C>
IWC \�.J.1
MTS cc
o�
=
Zw
�
�
X lu-
W
PRODUCT No. 1228-21,122-9-80,1229-88,1229-83,1229-87
PRODUCT DESCRIPTION
QUIKRETE' Shotcrete Mixes are specially designed for machine applications to repair
above- or below -grade concrete and mortar.
PRODUCT NAMES
QUIKRETEI' Shotcrete #1228-21
QUIKRETE" Shotcrete MS #1229-80
QUIKRETEO Shotcrete MS Coarse #1229-82
OUIKRETE6 Shotcrete MS with Polypropylene Fibers #1229-86
QUIKRETEI�'Shotcrete MS — AR Fiberglass Reinforced #1229-83
QUIKRETEs Shotcrete MS — Steel Fiber Reinforced #1229-87
PRODUCT USE
QUIKRETE® Shotcrete Mixes are structural repair materials for bridges,
tunnels, parking garages, ramps, beams, piers, sewer pipes and dams. They
can be used for structural concrete in vertical, horizontal and overhead
surfaces. QUIKRETE® Shotcrete is a well proportioned blend of Portland
cement and concrete sand suitable for general -use construction. Shotcrete
MS is a 1 -component, dry process shotcreting material containing microsilica.
Advantages include high strength, improved sulphate resistance, high
adhesion, low permeability, low rebound and low sag. Shotcrete MS can be
placed at a greater single pass thickness than conventional shotcrete. Other
performance levels are also available to meet specific jobsite requirements,
including coarse aggregate versions.
SIZES
•QUIKRETE@ Shotcrete products are packaged in both 3000 Ib (1362 kg)
bulk bags and in 50 Ib (22.7 kg) bags
am
Applied at %" (13 mm) thickness, each 50 Ib (22.7 kg) bag will cover
approximately 9 ft2 (0.84 m2).
TECHNICAL DATA
APPLICABLE STANDARDS
ASTM International
-ASTM G42 Standard Test Method for Obtaining and Testing Drilled Cores
and Sawed Beams of Concrete (AASHTO T24)
ASTM C78 Standard Test Method for Flexural Strength of Concrete (Using
Simple Beam with Third Point Loading)
-ASTM C109 Standard Test Method for Compressive Strength of Hydraulic
Cement Mortars (Using Z -in, or 150 mm] Cube Specimens
-ASTM C666 Standard Test Method for Resistance of Concrete to Rapid
Freezing and Thawing
*ASTM C882 Standard Test Method for Bond Strength of Epoxy Resin
Systems Used with Concrete By Slant Shear
-ASTM 01012 Standard Test Method for Electrical Indication of Concrete's
Ability to Resist Chloride Ion Penetration
-ASTM C1202 Standard Test Method for Electrical Indication of Concrete's
Ability to Resist Chloride ion Penetration
-ASTM C1399 Standard Test Method for Obtaining Average Residual -
Strength of Fiber Reinforced Concrete
Shotcrete
03 37 13
-ASTM C1480 Standard Specification for Packaged, Pre -Blended, Dry,
Combined Materials for Use in Wet or Dry Shotcrete Applications
-ASTM C1583 Standard Test Method For Tensile Strength of Concrete
Surfaces and the Bond Strength or Tensile Strength of Concrete Repair and
Overlay Materials by Direct Tension (PulloffMethod)
PHYSICAL /CHEMICAL PROPERTIES
The performance of dry process shotcrete cannot be duplicated in the
laboratory. In spite of that fact, laboratory data are important for quality
control purposes and for making comparisons between formulations.
QUIKRETE Shotcrete products have been extensively tested both in the
laboratory and in the field. The greatly enhanced performance in the field
shows the benefits of low waterlcement ratio and high compaction. The field
test data are offered only as an example of what can be achieved with
qualified operators using proper techniques. The quality of dry process
shotcreting is very dependent on the skills of the operator. Table 1 shows
typical laboratory data for shotcretes with and without fibers. Expected field
results for Shotcrete MS with fibers compared to QUIKRETE Shotcrete are
shown in Tables 2 & 3. All of the Quikrete Shotcrete products in Tables 1
through 3 comply with the requirements of ASTM C1480 Type FA (Fine
Aggregate), Grade GU (General Utility). Additionally, Shotcrete MS complies
with Grades SR (Sulfate -Resistant) and LP (Low Permeability). QUIKRETE
Shotcrete MS with
Steel Fibers complies with Grade FR (Fiber- Reinforced), Class 11.
QUIKRETE also offers custom designs to meet other types and grades of
ASTM C1480, as well as job specific specifications. Consult a local
QUIKRETE representative for details.
INSTALLATION
EQUIPMENT
QUIKRETE Shotcrete MS is normally applied using dry process shotcrete
machinery. Dry process shotcrete is a very efficient method for making
repairs to horizontal, vertical and overhead surfaces. The process allows for
the placement of the repair material at a very low water/cement ratio with a
high degree of compaction. The result is a repair that is superior to other
methods of placement of repair material. QUIKRETE Shotcrete MS can also
be applied using wet process shotcrete machinery. The performance will be
enhanced by the appropriate choice of admixtures. Consult a local
QUIKRETE representative for details.
www.quikrete.com
SURFACE PREPARATION
PREPARATORY WORK
QUIKRETE recommends that job mock-ups be prepared by the contractor
and tested prior to beginning a project.
METHODS
QUIKRETE recommends that American Concrete Institute (ACI) Committee
506 procedures be followed for surface preparation, equipment, nozzleman
certification and shotcrete placement and curing procedures. Refer to the
following publications:
• ACI 506R-90 Guide to Shotcrete
• ACI 506.2-95 Specifications for Shotcrete
• ACI 506.1 R-98 Committee Report on Fiber Reinforced Shotcrete
• ACI CP -60 Craftsman Workbook for ACI Certification of Shotcrete
Nozzleman
APPLICATION
APPLICATION OVER CONCRETE SURFACES
Remove all spalled, severely cracked, deteriorated, loose and unsound
concrete from existing concrete surface by chipping, water blasting or other
mechanical methods. Adequate pre -wetting of the concrete substrates should
be done prior to shotcreting. Surfaces should be damp with no glistening
water.
APPLICATION OVER MASONRY SURFACES
Prepare as required for concrete surfaces. However, prevention of water
absorption from the shotcrete into the masonry surface is
critical. Surface should be pre -dampened with no glistening water.
WARRANTY
The QUIKRETE® Companies warrant this product to be of merchantable
quality when used or applied in accordance with the instructions herein. The
product is not warranted as suitable for any purpose or use other than the
general purpose for which it is intended. Liability under this warranty is
limited to the replacement of its product (as purchased) found to be defective,
or at the shipping companies' option, to refund the purchase price. In the
event of a claim under this warranty, notice must be given to The
QUIKRETE® Companies in writing. This limited warranty is issued and
accepted in lieu of all other express warranties and expressly excludes
liability for consequential damages.
The QUIKRETE® Companies
One Securities Centre
3490 Piedmont Rd., NE, Suite 130Atlanta, GA 30305
(404) 634-9100 • Fax: (404) 842-1425
TABLE 2 - TYPICAL FIELD TEST RESULTS
General Properties
Result
Water content 1 bag
-2/3 gal (5.2 L) t 50 Ib (22.7 kg)
Unit WeighUBulk Density
149 pcf (2387 kg/m3)
Absorption
7.3%
Rebound
2-3%
Freeze Thaw Resistance,
C666
% Loss
3.2%, 300 cycles
Durability Factor
100
.....-..___
TABLE 3 TYPICAL FIELD APPLIED PHYSICAL PROPERTIES
Shotcrete Shotcrete MS
Rapid Chloride Permeability Test, C1202
Coulombs 12,000 < 500
Rating high very low
Compressive Strength, C 42
1 day 3000 psi (20.7 MPa) 3200 psi (22.0 MPs)
7 days 6000 psi (41.3 MPa) 6900 psi (47.5 MPa)
28 days 8000 psi (55.1 MPa) 9000 psi (62.0 MPa)
Flexural Strength, C 78
7 days 700 psi (4.8 MPa) 900 psi (6.2 MPa)
28 days 1000 psi (6.9 MPa) 1100 psi (7.6 MPa)
4' (100 mm) cubes sawed from a 4'x 2x 2' (100x600x600 mm) panel
2 4'x4`x15' (100x100x380 mm) beams sawed from a 4` x 2'x 2' (100x600x600 mm) panel
TABLE 1 TYPICAL LABORATORY TEST RESULTS'
Shotcrete
Shotcrete MS
Shotcrete MS
Shotcrete MS
Shotcrete with Steel Fibers
Compressive strength, ASTM C709
Coarse
with Polypropylene Fibers
1 day
1500 psi (10.3 MPa)
1750 psi (12.1 MPa)
1750 psi (12.1 MPa)
1750 psi (12.1 MPa)
2500 psi (17.2 MPa)
7 days
3050 psi (21.0 MPa)
3500 psi (24.1 MPa)
3500 psi (24.1 MPa)
3500 psi (24.1 MPa)
4000 psi (27.6 MPa)
28 days
Flexural strength, ASTM C78
5075 psi (35.0 MPa)
5500 psi (37.9 MPa)
5500 psi (37.9 MPa)
5500 psi (37.9 MPa)
7000 psi (48.3 MPa)
1 day
250 psi (1.7 MPa)
350 psi (2.4 MPa)
350 psi (2.4 MPa)
350 psi (2.4 MPa)
450 psi (3.1 MPa)
7 days
500 psi (3.4 MPa)
600 psi (4.1 MPa)
600 psi (4.1 MPa)
600 psi (4.1 MPa)
700 psi (4.8 MPa)
28 days
Residual strength, ASTM C1399
600 psi (4.1 MPa)
700 psi (4.8 MPa)
700 psi (4.8 MPa)
700 psi (4.8 MPa)
1000 psi (6.9 MPa)
28 days
Sulfate expansion, ASTM C1012
45 psi (0.3 MPa)
290 psi (2 MPa)
< 0.05% at 180 days
-
-
<0.1°kat1yr
-
-
Bond strength, ASTM 0882
7 days
1100 psi (7.6 MPa)
28 days
2200 psi (15.2 MPa)
",Laboratory testing is conducted tn accordance with
ASTM C1480.
Refer to Kww.qurkrete. Coln for the most current technical data, MSDS, and guide specrrrcations
www.quikrete.com