16
61-152 ADDENDUM NO. 2 FEBRUARY 18, 2021 REHABILITATION OF BRIDGE NO. 00783 SKIFF STREET OVER ROUTE 15 FEDERAL AID PROJECT NO. N/A STATE PROJECT NO. 61-152 TOWN OF HAMDEN ADDENDUM NO. 2 This Addendum addresses the following questions and answers contained on the CT DOT QUESTIONS AND ANSWERS WEBSITE FOR ADVERTISED CONSTRUCTION PROJECTS”: Question and Answer Nos. 3, 4, 5, 8, 13, 14, 16, 17, 18, 20, 21, 22, 23, 24, 25, 26, 28, 29, 30, 31 SPECIAL PROVISIONS NEW SPECIAL PROVISIONS The following Special Provisions are hereby added to the Contract: ITEM NO. 0822072A TEMPORARY PRECAST CONCRETE BARRIER CURB (PINNED) ITEM NO. 0822073A RELOCATED TEMPORARY PRECAST CONCRETE BARRIER CURB (PINNED) REVISED SPECIAL PROVISIONS The following Special Provisions issued with the originally advertised Contract Special Provisions are hereby deleted in their entirety and replaced with the like-named Special Provisions added in Addendum No. 1: ITEM NO. 1500046A CONCRETE ENCASED UTILITY CONDUIT - 4” PVC (4X2) ITEM NO. 1500170A PRECAST CONCRETE ELECTRICAL JUNCTION CHAMBER TYPE A The following Special Provisions are hereby deleted in their entirety and replaced with the attached like-named Special Provisions: NOTICE TO CONTRACTOR RIGHTS OF WAY RESTRICTIONS ITEM NO. 0503889A JACKING EXISTING SUPERSTRUCTURE ITEM NO. 0601088A CONCRETE FORM LINERS ITEM NO. 0602054A WELDED WIRE FABRIC - GALVANIZED 1

FEBRUARY 18, 2021 REHABILITATION OF BRIDGE NO. 00783 SKIFF … · 2021. 2. 18. · 61-152 ADDENDUM NO. 2 FEBRUARY 18, 2021 REHABILITATION OF BRIDGE NO. 00783 SKIFF STREET OVER ROUTE

  • Upload
    others

  • View
    2

  • Download
    0

Embed Size (px)

Citation preview

Page 1: FEBRUARY 18, 2021 REHABILITATION OF BRIDGE NO. 00783 SKIFF … · 2021. 2. 18. · 61-152 ADDENDUM NO. 2 FEBRUARY 18, 2021 REHABILITATION OF BRIDGE NO. 00783 SKIFF STREET OVER ROUTE

61-152 ADDENDUM NO. 2

FEBRUARY 18, 2021

REHABILITATION OF BRIDGE NO. 00783 SKIFF STREET OVER ROUTE 15

FEDERAL AID PROJECT NO. N/A

STATE PROJECT NO. 61-152

TOWN OF HAMDEN

ADDENDUM NO. 2

This Addendum addresses the following questions and answers contained on the “CT DOT

QUESTIONS AND ANSWERS WEBSITE FOR ADVERTISED CONSTRUCTION

PROJECTS”:

Question and Answer Nos. 3, 4, 5, 8, 13, 14, 16, 17, 18, 20, 21, 22, 23, 24, 25, 26, 28, 29, 30, 31

SPECIAL PROVISIONS

NEW SPECIAL PROVISIONS

The following Special Provisions are hereby added to the Contract:

• ITEM NO. 0822072A – TEMPORARY PRECAST CONCRETE BARRIER

CURB (PINNED)

• ITEM NO. 0822073A – RELOCATED TEMPORARY PRECAST CONCRETE

BARRIER CURB (PINNED)

REVISED SPECIAL PROVISIONS

The following Special Provisions issued with the originally advertised Contract Special

Provisions are hereby deleted in their entirety and replaced with the like-named Special

Provisions added in Addendum No. 1:

• ITEM NO. 1500046A – CONCRETE ENCASED UTILITY CONDUIT - 4” PVC

(4X2)

• ITEM NO. 1500170A – PRECAST CONCRETE ELECTRICAL JUNCTION

CHAMBER TYPE A

The following Special Provisions are hereby deleted in their entirety and replaced with the

attached like-named Special Provisions:

• NOTICE TO CONTRACTOR – RIGHTS OF WAY RESTRICTIONS

• ITEM NO. 0503889A – JACKING EXISTING SUPERSTRUCTURE

• ITEM NO. 0601088A – CONCRETE FORM LINERS

• ITEM NO. 0602054A – WELDED WIRE FABRIC - GALVANIZED

1

Page 2: FEBRUARY 18, 2021 REHABILITATION OF BRIDGE NO. 00783 SKIFF … · 2021. 2. 18. · 61-152 ADDENDUM NO. 2 FEBRUARY 18, 2021 REHABILITATION OF BRIDGE NO. 00783 SKIFF STREET OVER ROUTE

61-152 ADDENDUM NO. 2

CONTRACT ITEMS

NEW CONTRACT ITEMS

ITEM NO. DESCRIPTION UNIT QUANTITY

0822072A

0822073A

0921005

0921039

TEMPORARY PRECAST BARRIER

CURB (PINNED)

RELOCATED TEMPORARY

PRECAST BARRIER CURB

(PINNED)

CONCRETE SIDEWALK RAMP

DETECTABLE WARNING STRIP

L.F.

L.F.

S.F.

EA.

80

80

630

10

REVISED CONTRACT ITEMS

ITEM NO. DESCRIPTION ORIGINAL

QUANTITY

REVISED

QUANTITY

0203000

0503030A

0508051

0822001

0822005A

0904051A

0913960A

0921001

STRUCTURE EXCAVATION EARTH

(COMPLETE)

REMOVAL OF BRIDGE DECK

CONCRETE

SHEAR CONNECTORS (SITE NO. 1)

TEMPORARY PRECAST CONCRETE

BARRIER CURB

TEMPORARY PRECAST CONCRETE

BARRIER CURB (STRUCTURE)

3 TUBE CURB MOUNTED BRIDGE

RAIL

PROTECTIVE FENCE - CHAIN LINK

(BRIDGE)

CONCRETE SIDEWALK

2,000 C.Y.

70 C.Y.

3,640 EA.

1,210 L.F.

91 L.F.

202 L.F.

202 L.F.

6,300 S.F.

2,100 C.Y.

210 C.Y.

5,096 EA.

1,130 L.F.

182 L.F.

414 L.F.

414 L.F.

6,700 S.F.

DELETED CONTRACT ITEM

ITEM NO. DESCRIPTION ORIGINAL

QUANTITY

REVISED

QUANTITY

0822006 RELOCATED TEMPORARY

PRECAST CONCRETE BARRIER

CURB (STRUCTURE)

91 L.F. 0

2

Page 3: FEBRUARY 18, 2021 REHABILITATION OF BRIDGE NO. 00783 SKIFF … · 2021. 2. 18. · 61-152 ADDENDUM NO. 2 FEBRUARY 18, 2021 REHABILITATION OF BRIDGE NO. 00783 SKIFF STREET OVER ROUTE

61-152 ADDENDUM NO. 2

PLANS

REVISED PLANS

The following Plan Sheets are hereby deleted and replaced with the like-numbered Plan Sheets:

• DRAWING NO. REV-01 (SHEET NO. 02.01.A2)

• DRAWING NO. HWY-02 (SHEET NO. 03.02.A2)

• DRAWING NO. HWY-09 (SHEET NO. 03.09.A2)

• DRAWING NO. HWY-10 (SHEET NO. 03.10.A2)

• DRAWING NO. STR-02 (SHEET NO. 04.02.A2)

• DRAWING NO. STR-04 (SHEET NO. 04.04.A2)

• DRAWING NO. STR-19 (SHEET NO. 04.19.A2)

• DRAWING NO. STR-27 (SHEET NO. 04.27.A2)

• DRAWING NO. STR-29 (SHEET NO. 04.29.A2)

• DRAWING NO. TRA-04 (SHEET NO. 05.04.A2)

• DRAWING NO. TRA-09 (SHEET NO. 05.09.A2)

• DRAWING NO. TRA-10 (SHEET NO. 05.10.A2)

• DRAWING NO. RW-02 (SHEET NO. 06.02.A2)

• DRAWING NO. RW-03 (SHEET NO. 06.03.A2)

The Bid Proposal Form has been revised to reflect these changes.

The Detailed Estimate Sheets do not reflect these changes.

There will be no change in the number of calendar days due to this Addendum.

The foregoing is hereby made a part of the contract.

3

Page 4: FEBRUARY 18, 2021 REHABILITATION OF BRIDGE NO. 00783 SKIFF … · 2021. 2. 18. · 61-152 ADDENDUM NO. 2 FEBRUARY 18, 2021 REHABILITATION OF BRIDGE NO. 00783 SKIFF STREET OVER ROUTE

8/14/19

61-152 ITEM #0822072A

ITEM #0822073 A

ADDENDUM NO. 2

ITEM #0822072A – TEMPORARY PRECAST CONCRETE BARRIER

CURB (PINNED)

ITEM # 0822073A – RELOCATED TEMPORARY PRECAST CONCRETE

BARRIER CURB (PINNED)

Description:

Work under this item shall consist of furnishing, installing, relocating, and removing pinned

temporary concrete barrier for use on roadways to separate traffic from opposing traffic or work

areas. Pinned barriers shall be used at roadway locations where construction phase conditions

warrant a barrier system with greater resistance to lateral dynamic deflection than provided by a

non-pinned barrier system, with the locations or warrants identified in the plans.

Materials:

1. The barrier shall be precast concrete conforming to Article 8.21.02-1-7.

2. Pins and plate washers shall be ASTM F152, Grade 36 and shall be hot dip galvanized after

fabrication, in accordance with ASTM A153. All materials shall conform to the requirements

of Article M.06.02.

3. Loop bars shall conform to Article 8.22.02.

4. Threaded connection rods shall conform to Article 8.22.02

5. Non-shrink grout shall conform to Article M.03.05.

6. Barrier shall be accepted on the basis of the manufacturer's certification, as defined in

Article M.08.02.

7. Anchor pins and plate washers: The Contractor shall submit a Certified Test Report and a

Materials Certificate in conformance with Article 1.06.07 and a sample of all anchor pins

and plate washers for testing prior to their installation. The Contractor shall not install any

anchor pins prior to receipt of the approved test results and approval by the Engineer.

8. Delineators shall conform to Article M.18.07.

Construction Methods:

1. Fabrication: The barrier shall be precast concrete in conformance with the pertinent

requirements of Article 8.21.03 and the plans, except that penetrating sealer protective

compound is not required. Welding for the anchor pins shall conform to the requirements of

Article 6.03.03.

4

Page 5: FEBRUARY 18, 2021 REHABILITATION OF BRIDGE NO. 00783 SKIFF … · 2021. 2. 18. · 61-152 ADDENDUM NO. 2 FEBRUARY 18, 2021 REHABILITATION OF BRIDGE NO. 00783 SKIFF STREET OVER ROUTE

8/14/19

61-152 ITEM #0822072A

ITEM #0822073 A

ADDENDUM NO. 2

2. Installation: The barrier shall be placed as shown on the plans or as directed by the Engineer.

The barriers shall be pinned through the flexible pavement in accordance with the plans and

the following:

The Contractor shall drill or core through the bituminous pavement with a hole diameter equal

to the diameter of the anchor pin. The pin shall be driven through the drilled hole and into the

underlying subbase material until the plate washer is tight to the concrete barrier. No portion

of the pin or washer shall protrude beyond the limits of the anchor pocket.

The Contractor shall identify any underground utilities in areas of pinned barrier and shall not

install any pins that may damage utilities including drainage systems. If pinned barriers are

required at a location with such underground utility present, the Contractor shall notify the

Engineer of the potential conflict for a determination on the appropriate installation of the

pinned barrier.

3. Connection of Barrier Units: The barrier shall be joined together with threaded connection rods, washers, and heavy hex nuts in accordance with the plans.

4. Removal of Anchor Pins: All anchor pins shall be removed prior to the removal or relocation

of barrier sections. Pins shall be pulled with the applied force in a direction aligned with the

axis of the pin to minimize damage to the surrounding pavement. Pins damaged during the

removal operation shall not be reused by the Contractor unless any damage is repaired in a

manner acceptable to the Engineer.

5. Patching Anchor Holes: After removal of the barrier, holes in flexible pavement shall be filled

in with non-shrink grout or other suitable material approved by the Engineer. Non- shrink

grout shall be mixed and placed in accordance with the manufacturer's directions. The fill

material shall be finished flush with the roadway surface.

6. Delineators: Delineators shall be installed on top of the barrier in accordance with Article 8.22.03-3 and the plans.

7. General: The barrier shall be kept in good condition at all times by the Contractor during all

stages of construction. Any damaged material shall be replaced by the Contractor at his

expense.

When the barrier is no longer required, it shall be removed from the work site and become

the property of the Contractor.

8. Relocation of Barrier: If called for on the plans, the Contractor shall relocate the barrier and

its appurtenances to locations within the project limits as shown on the plans or as ordered by

the Engineer.

5

Page 6: FEBRUARY 18, 2021 REHABILITATION OF BRIDGE NO. 00783 SKIFF … · 2021. 2. 18. · 61-152 ADDENDUM NO. 2 FEBRUARY 18, 2021 REHABILITATION OF BRIDGE NO. 00783 SKIFF STREET OVER ROUTE

8/14/19

61-152 ITEM #0822072A

ITEM #0822073 A

ADDENDUM NO. 2

Method of Measurement:

Temporary pinned barrier shall be measured for payment along the centerline at the top of the barrier

and will be the actual number of linear feet of temporary pinned barrier furnished, installed, and

accepted.

Relocated temporary pinned barrier shall be measured for payment along the centerline at the top

of the barrier each time the barrier has been satisfactorily relocated and anchored as indicated on

the plans, including to and from the storage area. Storage of the temporary structure barrier will

not be measured for payment.

Delineators will be measured in accordance with 12.05.04.

Basis of Payment:

This work shall be paid for at the contract unit price per linear foot for "Temporary Precast

Concrete Barrier Curb (Pinned)", complete in place, which price shall include all furnishing,

transportation, storage, materials, reinforcing steel, connection rods, anchor pins, initial

installation, and final removal; and all equipment, tools, and labor incidental thereto. The cost of

patching anchor holes shall also be included for payment under this item. Each temporary pinned

barrier will be paid for once regardless of the number of times it is used on the project. Any

temporary barrier units that become lost, damaged or defaced shall be replaced by the Contractor

at no cost to the State.

The relocation of the temporary pinned barrier will be paid for at the contract unit price per linear foot

for “Relocated Temporary Precast Concrete Barrier Curb (Pinned)”, which price shall include

removing, transporting and re-anchoring the barrier units, and all other materials, equipment, tools,

and labor incidental thereto. The cost of furnishing additional anchor pins, and for patching anchor

holes shall also be included for payment under this item.

Delineators will be paid for in accordance with Article 12.05.05.

Pay Item

Temporary Precast Concrete Barrier Curb (Pinned)

Relocated Temporary Precast Concrete Barrier Curb (Pinned)

Pay Unit

LF

LF

6

Page 7: FEBRUARY 18, 2021 REHABILITATION OF BRIDGE NO. 00783 SKIFF … · 2021. 2. 18. · 61-152 ADDENDUM NO. 2 FEBRUARY 18, 2021 REHABILITATION OF BRIDGE NO. 00783 SKIFF STREET OVER ROUTE

Rev. 2/2/2021

61-152 NOTICE TO CONTRACTOR

ADDENDUM NO. 2

NOTICE TO CONTRACTOR – RIGHTS OF WAY RESTRICTIONS

The Contractor is hereby advised that at the time of advertising for bids and at the time of

time of advertising, time of letting/bid open, and time of contract award of the bids that not all of

the property may be acquired by the State. A complete listing of the affected properties and the

anticipated dates that they will become available is hereinafter provided. The Contractor is further

advised that limitations, as enumerated herein below, are imposed which may interfere with the

physical construction of the project. Following are statements which will set forth the restrictions on

the right of entrance to property and conditions governing construction of the project.

1) The Contractor shall not occupy properties that are unacquired, perform any work

thereon, or inhibit access thereto until the properties have been acquired and right of possession has

been obtained. If the Contractor is allowed to proceed with the physical construction of the project,

no action will be taken that will result in unnecessary inconvenience such as the discontinuance of

utilities, the prevention of ingress and egress to the property, or will result in disproportionate injury

or any action coercive in nature to occupants of residences (businesses, farms, or non-profit

organization) who have not yet moved from the right-of-way.

2) It should be anticipated that each of the properties listed herein may be considered to

have an effect upon construction operations.

3) The Contractor shall be aware that extensions of time will be granted, if necessary, for

delays in construction operations caused by continued occupancy of residences and/or properties

being unacquired beyond the estimated time period.

The following is a complete listing of properties which have not been acquired as of

February 2, 2021 with the anticipated dates such properties will be acquired and/or vacated.

Serial No. Type Name Location

1 Acquisition The Hamden Hall School Inc. (Title est. by

April 1, 2021)

STA 19+24 to STA

22+75 Right of

Baseline Present Skiff

Street.

2 Acquisition Area Cooperative Educational Services (Title

est. by April 1, 2021)

STA 22+75 to STA

24+75 Right of

Baseline Present Skiff

Street.

7

Page 8: FEBRUARY 18, 2021 REHABILITATION OF BRIDGE NO. 00783 SKIFF … · 2021. 2. 18. · 61-152 ADDENDUM NO. 2 FEBRUARY 18, 2021 REHABILITATION OF BRIDGE NO. 00783 SKIFF STREET OVER ROUTE

Rev. Date 04/20

61-152 ITEM #0503889A

ADDENDUM NO. 2

ITEM #0503889A – JACKING EXISTING SUPERSTRUCTURE

Description:

Work under this item shall include the furnishing and construction of jacking frames and other

temporary installations as necessary to jack the superstructure at the locations shown on the plans

in order to replace the existing bearings with elastomeric bearings.

The work shall be performed in accordance with these specifications, as shown on the plans and

as directed by the Engineer.

Materials:

Structural steel shapes, plates, and bars for the jacking beams and other temporary installations

shall be fabricated from structural carbon steel and from high-strength low-alloy structural steel,

meeting the requirements of ASTM A709, Grade 36 and the requirements of Subarticle M.06.02-

1 and shall be of a condition suitable for their proposed use. Welding materials shall be in

accordance with article M.06.04. Other suitable materials proposed by the Contractor for jacking

shall be in accordance with the applicable materials sections of the Standard Specifications.

High Strength Bolts shall be in accordance per M.06.02-3.

Hydraulic jacks shall be high tonnage double acting cylinder type.

All jacks shall be subject to approval by the Engineer.

Construction Methods:

The Contractor shall, prior to preparing Working Drawings, take all necessary field

measurements of the existing structure to verify existing conditions and to insure that all

temporary installations can be erected and subsequently removed as shown on the plans or the

approved working drawings, without interference with the existing structure, and to insure the

proper fit of all work to be installed under this item, and also without undue interference with

traffic, in accordance with 1.05.02.

The Contractor shall submit working drawings based on this information detailing the fabrication

of the jacking beams, temporary bracing and other temporary facilities proposed to be used in the

performance of the work.

The Contractor may salvage and reuse the jacking beams and other temporary material, exclusive

of high strength bolts, in the performance of the work at all superstructure jacking locations. The

Contractor shall furnish and use new high strength bolts at each jacking beam installation.

8

Page 9: FEBRUARY 18, 2021 REHABILITATION OF BRIDGE NO. 00783 SKIFF … · 2021. 2. 18. · 61-152 ADDENDUM NO. 2 FEBRUARY 18, 2021 REHABILITATION OF BRIDGE NO. 00783 SKIFF STREET OVER ROUTE

Rev. Date 04/20

61-152 ITEM #0503889A

ADDENDUM NO. 2

The design of the jacking framework and lift points shall be done by Service Load Method. All

allowable stresses shall be in accordance with the latest edition, including interims, of the

AASHTO Standard Specifications for Highway Bridges. The design of the jacking framework

and lift points shall be designed for 100% of the jacking framework dead load and the total

girder reactions as shown on the plans.

Jacks shall be of sufficient capacity to perform the designated jacking operation. Each jack shall

have the rated capacity clearly shown on the manufacturer’s nameplate attached to each jack. Jacks

or other lifting equipment shall have a rated capacity of at least one and a half times the total girder

reaction as shown on the plans. The Engineer may require that any lifting equipment which they

deem to be inadequate or faulty be removed from the project site.

Jacks or other lifting equipment shall be equipped with pressure gages or other load measuring

devices that will enable the applied lifting force to be monitored at all times. The jacks shall

have a locking device to allow removing the load from the piston. All jacks at each location

shall be hydraulically interconnected by means of a manifold to insure even jacking loads on the

tower columns at all times during each jacking operation.

The jacking locations shall be as shown on the plans. Jacking shall not begin until the bearing

stiffeners, on existing steel girders, as shown on the plans, are in place and the temporary jacking

frame works, etc., are completed.

The approximate girder reactions are shown on the plans.

Just before jacking, the Contractor shall measure the exact gap(s) between the bottom flange of

girders to be jacked and the top plate on temporary framework and raise each bearing point by

applying the equal lifting force at each lift point. Jacking shall be stopped when the steel girders

are lifted by 1/8 inch to 1/4 inch from original recorded gap. At no time will the Contractor be

allowed to apply a lifting force in excess of one and a half times the calculated lifting force.

The Contractor shall use extreme care during jacking operations to protect the existing structure

from damage caused by the work. Any damage to the structure caused by the Contractors’ work

under this Contract shall be immediately repaired, by the Contractor, to the satisfaction of the

Engineer, at no additional cost to the State.

Method of Measurement:

The jacking of the superstructure will be measured for payment as a unit. One jacking existing

superstructure unit is required for each abutment replacement requiring the superstructure to be

jacked.

There will be no measurement or direct payment for the jacking framework, but the cost of this

work shall be considered as included in the general cost of the work.

9

Page 10: FEBRUARY 18, 2021 REHABILITATION OF BRIDGE NO. 00783 SKIFF … · 2021. 2. 18. · 61-152 ADDENDUM NO. 2 FEBRUARY 18, 2021 REHABILITATION OF BRIDGE NO. 00783 SKIFF STREET OVER ROUTE

Rev. Date 04/20

61-152 ITEM #0503889A

ADDENDUM NO. 2

Measurement for payment for work and materials involved with removing the existing bearings

and installing new steel laminated elastomeric bearings will be as provided under the contract

item “Bearing Replacement with Elastomeric Bearing Pads”.

Basis of Payment:

This work will be paid for at the contract unit price per each for “Jacking Existing

Superstructure”, which price shall include the development of the jacking procedure, the

furnishing of all materials, equipment, tools, including installing, removing and relocating

temporary jacking frames and other temporary installations, bolt removal, drilling bolt holes,

furnishing and installing high strength bolt assemblies, disposing of removed materials not

proposed to be reused, and disposing of temporary materials when no longer needed and all

incidentals necessary to complete the work.

Pay Item Pay Unit

Jacking Existing Superstructure ea.

10

Page 11: FEBRUARY 18, 2021 REHABILITATION OF BRIDGE NO. 00783 SKIFF … · 2021. 2. 18. · 61-152 ADDENDUM NO. 2 FEBRUARY 18, 2021 REHABILITATION OF BRIDGE NO. 00783 SKIFF STREET OVER ROUTE

Rev. 06/14/2017

61-152 ITEM #0601088A

ADDENDUM NO. 2

ITEM #0601088A – CONCRETE FORM LINERS

Description: Work under this item shall include construction of textured and colored formed

concrete surfaces using simulated stone form liners and a color stain system designed to closely

duplicate the appearance of natural stone. This item shall include, but not be limited to, the

following:

1. Furnishing, installing, and removing a concrete form liner that will be used to

produce a simulated stone facing on the exposed exterior surface of the new retaining

wall to the limits shown on the plans.

2. Hand and tool finishing work after the forms are removed as necessary to remove

lines and irregularities on the finished facing that are not in keeping with the intended

“look” of the simulated stone facing.

3. Color staining of the concrete surfaces as may be required by the style of simulated

stone facing used, including test panels to establish colors and patterns of staining

before initiating this portion of the work.

4. Preparation, submittal, and approval of pattern layout drawings, maximizing re-use

and minimizing cutting of form liners, for section of the retaining wall.

Materials The concrete form liner shall conform to pattern #1203 “New England Dry Stack”

from Custom Rock International, Inc., St. Paul, Minnesota, as distributed by Connecticut

Bomanite Systems, Inc., Newtown, Connecticut or approved equal.

Form Liners - The form liners shall be reusable, made of high strength urethane and not

compressed more than 1/4-inch when concrete is placed at a rate of 10 vertical feet per hour.

Form liners shall be removable without causing deterioration of surface or underlying concrete.

Release Agent - The release agent shall be compatible with the form liners, simulated stone

masonry and with the color stain system, as recommended by the manufacturer.

Form Ties - The form ties shall be designed to separate at least 1 inch back from the finished

surface, leaving only a neat hole that can be plugged with patching material.

Color Stain - Special penetrating stain mix as provided by the manufacturer, shall achieve color

variations present in the natural stone being simulated by the pattern selected for the Project.

The stain shall create a surface finish that is breathable (allowing water vapor transmission), and

that resists deterioration from water, alkali, fungi, sunlight or weathering. The stain shall be a

water borne, low V.O.C. material less that 180 grams/liter, and shall meet the following

requirements:

1. weathering resistance – 2000 hours accelerated exposure in accordance with the 3-bulb

test of ASTM G23

11

Page 12: FEBRUARY 18, 2021 REHABILITATION OF BRIDGE NO. 00783 SKIFF … · 2021. 2. 18. · 61-152 ADDENDUM NO. 2 FEBRUARY 18, 2021 REHABILITATION OF BRIDGE NO. 00783 SKIFF STREET OVER ROUTE

Rev. 06/14/2017

61-152 ITEM #0601088A

ADDENDUM NO. 2

2. scrub test – 100 revolutions, abrasion resistance (Tabor CF-10) – 500 cycles

3. adhesion – 1.00 mm cross cuts on glass pass 3 or higher on a scale of 1 to 5 in accordance

with ASTM D3359

4. chemical resistance – ASTM D1308

Construction Methods: General: The manufacturer of the simulated stone form liners and

custom coloring systems shall demonstrate at least three (3) years of experience making custom

simulated stone form liners and color stains to create formed concrete surfaces to match natural

stone shapes, surface textures and colors. Evidence and color pictures of projects actually

constructed over the last three years shall be submitted prior to approval.

The Contractor or subcontractor who is to install the form liners and perform the work shall

demonstrate at least three (3) years of experience placing vertically formed architectural

concrete, including training in the manufacturer’s special techniques as may be required in

achieving realistic surfaces.

An authorized representative from both the form liner manufacturer and the color stain

manufacturer (if color stain is used) shall be present at the Site for installation of the facing test

panel and during placing of all structural concrete utilizing form liners.

Prior to initiating any work, a meeting shall be scheduled by the Contractor to assure full

understanding of the work by all parties involved and to coordinate the work. Included for

attendance shall be the manufacturers authorized representatives, the Contractor, the

subcontractor (installer), the Engineer and Owner.

The Contractor shall submit the following for approval by the Engineer prior to beginning the

form operations:

Photographs - Color photographs of at least three (3) similar projects recently performed

by the Contractor (or subcontractor) and at least three (3) similar projects recently

produced by the manufacturer.

Form Tie Sample - A sample, description, and demonstration of the form tie the

Contractor proposes to use.

Pattern Layout Drawings (3 copies) - Layout drawings shall be the plan, elevation, and

details showing the overall pattern, joint locations, form tie locations, weephole locations,

and any other special considerations. These drawings shall maximize re-use of form

liners and minimize cutting of form liners and shall be approved prior to installation of

the form liners.

Concrete Facing Test Panel - At least 30 days prior to placing structural concrete

requiring form liners, a concrete test panel shall be built on-Site, using the same materials

and methods of work force that will be used for the Project. Location of the test panel

12

Page 13: FEBRUARY 18, 2021 REHABILITATION OF BRIDGE NO. 00783 SKIFF … · 2021. 2. 18. · 61-152 ADDENDUM NO. 2 FEBRUARY 18, 2021 REHABILITATION OF BRIDGE NO. 00783 SKIFF STREET OVER ROUTE

Rev. 06/14/2017

61-152 ITEM #0601088A

ADDENDUM NO. 2

shall be approved by the Engineer and the concrete test panel shall conform to the

following:

1. The size of the test panel shall be 50 square feet, or larger if needed to

adequately illustrate the pattern selected.

2. The test pattern shall contain an area demonstrating simulated stone masonry

butt joint and the continuation of the pattern through an expansion joint.

3. The test panel shall include staining as may be required for the selected

pattern.

4. The test panel shall be removed when it is no longer needed, to the

satisfaction of the Engineer.

The results of the test panel shall be approved by the Engineer and no actual work shall be

performed by the Contractor prior to the Engineer’s review and acceptance of the test panel.

All work associated with the process of form lining, texturing and color staining of the hardened

concrete shall be performed in strict accordance with the manufacturer’s recommendations and

as approved by the Engineer.

The Contractor shall:

• provide, cut and install the form liners in accordance with the approved pattern

drawings for each structural component

• provide and apply manufacturer’s release agent

• hand carve top exposed texture surfaces (as applicable)

• remove form liner after concrete is sufficiently set to avoid damage

• patch, grind or bush hammer form liner seams as required

• power wash hardened concrete just prior to staining

• power wash and patch form liners as may be required before re-use

Form Liners: Design and pattern of the form lined concrete surfaces shall follow the

manufacturer’s standard drawing and the approved pattern layout drawings. The completed

color and formed concrete surfaces shall match the pattern, color and texture of the approved test

panel and shall accurately simulate the appearance of real stone, demonstrating the colors that

may be apparent due to aging, rusting, and staining from oxidation, soil and/or vegetation.

All form liners shall be placed with less than 1/4 inch separation between form liners. Form

liners shall be securely attached to the forms with wood or sheet metal screws, securely bolted

through the forms with bolts secured into threaded inserts in the back of the form liners, or

securely bolted through the form liner and forming system with flat head bolts inserted in a

pattern joint, all according to manufacturer’s recommendations for the pattern and form liner

used. Construction adhesives maybe used but not on re-usable form liners.

13

Page 14: FEBRUARY 18, 2021 REHABILITATION OF BRIDGE NO. 00783 SKIFF … · 2021. 2. 18. · 61-152 ADDENDUM NO. 2 FEBRUARY 18, 2021 REHABILITATION OF BRIDGE NO. 00783 SKIFF STREET OVER ROUTE

Rev. 06/14/2017

61-152 ITEM #0601088A

ADDENDUM NO. 2

Release of Form Liners: Only manufacturer recommended form release agents shall be utilized

and shall be applied to the form liners before the concrete is placed. Release agents shall be

applied in strict accordance with release agent manufacturer recommendations. Hand-charged

sprayers will only be allowed if a thin uniform coating of release agent is obtained on the form

liner.

Form liners shall be removed from the wall within 24 hours of placing the concrete. The form

liners may be detached from the forms and then removed from the concrete or they may remain

attached to the forms and the entire forming system removed from the concrete. Remove the

form liners from the top, down. Curing of concrete may be accomplished with form liners and

forms placed back against the wall after the initial detachment. Curing compounds shall not be

used, as they are incompatible with the color staining material.

Care & Cleaning of Form Liners: Form liners shall be cleaned the same day they are removed

from the wall with a power wash and mild detergent. Synthetic brushed with stiff bristles may

be used on stubborn areas. Mild acid washes may also be used. Solvents shall not be used. If

necessary, patching of holes shall be performed with 100% clear silicone caulk. Form liners

shall be stored inside or under a protective, non-transparent cover in a vertical position.

Wall Patching and Preparation: After form liners are removed from the hardened concrete, the

textured uncolored surface shall be prepared for color staining. All holes larger than 3/8” in

greatest principal dimension shall be filled with concrete patching material such as Tamms

Speed-crete (or equal) mixed with latex or acrylic bonder, as approved by the manufacturer and

Engineer. All honeycombed areas shall be filled and textured to match surrounding areas. Seam

lines and other unnatural protrusions shall be ground down to match adjacent areas with a hand-

held power grinder using discs made for concrete. Grinding of seams shall be performed

immediately after removal of the form liners. Perform final bush hammering to blend defects

and ground areas into the final rock texture. In particular, the process of wall patching and

preparation shall be subject to approval of the manufacturer and Engineer.

Color Staining: All color staining shall be performed by the manufacturer, or authorized

representative, and the hardened concrete shall be a minimum of 30 days old before color

staining is applied. The Contractor shall power wash the wall to free it from laitance, dirt, oil

and other objectionable materials. After the wall has dried, the color staining process shall be

applied using colors approved by the Engineer. Color staining shall be applied in such a way

that the stones shall have individual colorations form one to the other. Water-based stains shall

be used in air temperatures ranging from 50 degrees F to 100 degrees F. Solvent-based stains

shall be used in air temperatures of 50 degrees F and below, but in no case when the temperature

of the hardened concrete is 40 degrees and falling.

All staining work shall be scheduled after adjacent earth work is completed to avoid

contamination or damaging of the surfaces. Top soil, riprap, backfill, etc. shall be placed in a

way that does not damage the surfaces after staining is complete and approved.

14

Page 15: FEBRUARY 18, 2021 REHABILITATION OF BRIDGE NO. 00783 SKIFF … · 2021. 2. 18. · 61-152 ADDENDUM NO. 2 FEBRUARY 18, 2021 REHABILITATION OF BRIDGE NO. 00783 SKIFF STREET OVER ROUTE

Rev. 06/14/2017

61-152 ITEM #0601088A

ADDENDUM NO. 2

Method of Measurement: This work will be measured for payment by the actual number of

square feet of accepted concrete patterned on cast-in-place concrete surfaces.

Basis of Payment: This work will be paid for at the Contract unit price per square foot for

“Concrete Form Liners,” complete in place, which price shall include all work and materials

incidental thereto, including form liners, release agents, form ties, color stains or additives,

pattern drawings, test panels, scaffolding, patching, preparation, cleaning, staining and all other

work, materials, tools, and labor incidental thereto.

Pay Item Unit

Concrete Form Liners s.f.

15

Page 16: FEBRUARY 18, 2021 REHABILITATION OF BRIDGE NO. 00783 SKIFF … · 2021. 2. 18. · 61-152 ADDENDUM NO. 2 FEBRUARY 18, 2021 REHABILITATION OF BRIDGE NO. 00783 SKIFF STREET OVER ROUTE

Rev. 3/19/2020

61-152 ITEM #0602054A

ADDENDUM NO. 2

ITEM #0602054A – WELDED WIRE FABRIC - GALVANIZED

Section 6.02 is supplemented and amended as follows:

6.02.05—Basis of Payment:

Add the following to 2. Welded Wire Fabric: “This work will be paid for at the Contract unit

price per square yard for "Welded Wire Fabric - Galvanized," complete in place and accepted,

including shop drawings, furnishing, fabricating and placing welded wire fabric and all materials,

equipment, tools, labor and work incidental thereto.

Pay Item Pay unit

Welded Wire Fabric – Galvanized s.y.

16