Upload
others
View
2
Download
0
Embed Size (px)
Citation preview
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
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
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
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
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
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
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
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
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
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
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
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
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
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
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
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