Loading...
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