102
Republic of the Philippines SUBIC BAY METROPOLITAN AUTHORITY Subic Bay Freeport Zone TECHNICAL SPECIFICATIONS SECTION A – DPWH STANDARD SPECIFICATIONS FOR HIGHWAYS, BRIDGES AND AIRPORTS SECTION B - SPECIAL PROVISIONS

SUBIC BAY METROPOLITAN AUTHORITYbrms.e-subicbay.com/docs/bids/263/MfRAlv8ywaVWbPHPJexeXb... · 2019. 5. 17. · publication of the DPWH Standard Specifications, 2013 Edition, Volume

  • Upload
    others

  • View
    6

  • Download
    0

Embed Size (px)

Citation preview

  • Republic of the Philippines

    SUBIC BAY METROPOLITAN AUTHORITY Subic Bay Freeport Zone

    TECHNICAL SPECIFICATIONS

    SECTION A – DPWH STANDARD SPECIFICATIONS

    FOR HIGHWAYS, BRIDGES AND AIRPORTS

    SECTION B - SPECIAL PROVISIONS

  • Proposed Construction of New Magsaysay Bridge at Subic Bay Freeport Zone

    Technical Specifications April 2019

    Page 1

    Philipps Technical Consultants Corp.

    SECTION B SPECIAL PROVISIONS

  • Proposed Construction of New Magsaysay Bridge at Subic Bay Freeport Zone

    Technical Specifications April 2019

    Page 2

    Philipps Technical Consultants Corp.

    TABLE OF CONTENTS

    SECTION B ...................................................................................................................................................... 1

    SPECIAL PROVISIONS ..................................................................................................................................... 1

    INTRODUCTION ............................................................................................................................................. 7

    PART A – FACILITIES FOR THE ENGINEER ..................................................................................................... 10

    A.1 REQUIREMENTS ........................................................................................................................... 10 A.2 MEASUREMENT AND PAYMENT ................................................................................................. 21 PART B – OTHER GENERAL REQUIREMENTS ............................................................................................... 24

    B.1 OFFICES, SHEDS, STORES AND WORKMEN’S ACCOMMODATION FOR CONTRACTOR ............... 24 B.2 MEDICAL ROOM AND FIRST AID FACILITIES ................................................................................ 24 B.2 MOBILIZATION AND DEMOBILIZATION ....................................................................................... 24 B.3 CONSTRUCTION SAFETY AND HEALTH ........................................................................................ 25 B.4 TRAFFIC CONTROL SIGNS AND BARRICADES DURING CONSTRUCTION ..................................... 26 B.5 CONSTRUCTION AREA TRAFFIC CONTROL DEVICES .................................................................... 27 B.6 SETTING OUT ............................................................................................................................... 32 B.7 REMOVAL, RELOCATION, REPLACEMENT, IMPROVEMENT AND RECONSTRUCTION OF

    PUBLIC UTILITIES AND INCLUSION OF SITE FACILITIES ................................................................ 33 PART C- EARTHWORKS ............................................................................................................................... 36

    100.3 METHOD OF MEASUREMENT ...................................................................................................... 36 100.4 BASIS OF PAYMENT ..................................................................................................................... 36 ITEM 101 REMOVAL OF STRUCTURES AND OBSTRUCTIONS ...................................................................... 38

    101.1 DESCRIPTION ............................................................................................................................... 38 101.4 BASIS OF PAYMENT ...................................................................................................................... 38 ITEM 103 STRUCTURE EXCAVATION ........................................................................................................ 40

    103.1 DESCRIPTION ............................................................................................................................... 40 103.2 CONSTRUCTION REQUIREMENTS ................................................................................................ 40 103.3 METHOD OF MEASUREMENT ...................................................................................................... 41 ITEM 104 EMBANKMENT ..................................................................................................................... 42

    104.2 MATERIALS REQUIREMENTS ....................................................................................................... 42 104.3 CONSTRUCTION REQUIREMENTS ................................................................................................ 42 104.4 METHOD OF MEASUREMENT ...................................................................................................... 43 104.5 BASIS OF PAYMENT ..................................................................................................................... 43 ITEM 105 SUBGRADE PREPARATION ................................................................................................... 44

    105.2 MATERIAL REQUIREMENTS ........................................................................................................ 44 105.4 METHOD OF MEASUREMENT ...................................................................................................... 44 105.5 BASIS OF PAYMENT .................................................................................................................... 44 PART D SUBBASE AND BASE COURSES ..................................................................................................... 46

    ITEM 200 AGGREGATE SUBBASE COURSE ........................................................................................... 46

    200.2 MATERIAL REQUIREMENTS ......................................................................................................... 46 200.4 METHOD OF MEASUREMENT ...................................................................................................... 47 200.5 BASIS OF PAYMENT ..................................................................................................................... 47 PARTE SURFACE COURSES ...................................................................................................................... 49

  • Proposed Construction of New Magsaysay Bridge at Subic Bay Freeport Zone

    Technical Specifications April 2019

    Page 3

    Philipps Technical Consultants Corp.

    ITEM 301 BITUMINOUS PRIME COAT ......................................................................................................... 49

    301.2 MATERIAL REQUIREMENTS ........................................................................................................ 49 301.5 BASIS OF PAYMENT ..................................................................................................................... 49 ITEM 302 BITUMINOUS TACK COAT ........................................................................................................... 49

    302.2 MATERIAL REQUIREMENTS ........................................................................................................ 49 302.5 BASIS OF PAYMENT ..................................................................................................................... 49 ITEM 310 BITUMINOUS CONCRETE SURFACE COURSE (WEARING COURSE), HOT-LAID ............... 50

    310.1 DESCRIPTION ............................................................................................................................... 50 310.2 MATERIAL REQUIREMENTS ......................................................................................................... 50 310.3 CONSTRUCTION REQUIREMENTS ................................................................................................ 51 310.4 METHOD OF MEASUREMENT ...................................................................................................... 51 310.5 BASIS OF PAYMENT ..................................................................................................................... 51 ITEM 311 - PORTLAND CEMENT CONCRETE PAVEMENT ....................................................................... 52

    311.1 DESCRIPTION ............................................................................................................................... 52 311.2 MATERIALS REQUIREMENTS ....................................................................................................... 52 311.5 BASIS OF PAYMENT............................................................................................................................ 55 PART F - BRIDGE CONSTRUCTION ................................................................................................................ 57

    ITEM 400 - PILING ....................................................................................................................................... 57

    400.5 BASIS OF PAYMENT ..................................................................................................................... 57 ITEM 401 RAILINGS ...................................................................................................................................... 58

    401.2 MATERIALS REQUIREMENTS ....................................................................................................... 58 401.5 BASIS OF PAYMENT ..................................................................................................................... 58 ITEM 404 REINFORCING STEEL .................................................................................................................. 59

    404.3 CONSTRUCTION REQUIREMENTS ................................................................................................ 59 404.4 METHOD OF MEASUREMENT ...................................................................................................... 59 404.5 BASIS OF PAYMENT ..................................................................................................................... 60 ITEM 405- STRUCTURAL CONCRETE ............................................................................................................ 61

    405.1 DESCRIPTION ............................................................................................................................... 61 405.4 PRODUCTION REQUIREMENTS .................................................................................................... 61 405.5 BASIS OF PAYMENT .................................................................................................................... 62 ITEM 413 – PREFORMED SPONGE RUBBER AND CORK JOINT EXPANSION FILLER FOR CONCRETE

    PAVING AND STRUCTURAL CONSTRUCTION ............................................................................... 63

    413.1 DESCRIPTION .............................................................................................................................. 63 413.2 BASIS OF PAYMENT ..................................................................................................................... 63 ITEM SPL 1- CONSTRUCT, MAINTAIN AND REMOVAL OF TEMPORARY CRANEWAY ............................ 64

    SPL 1.1 DESCRIPTION .............................................................................................................................. 64 SPL 1.2 METHOD OF MEASUREMENT ...................................................................................................... 64 SPL 1.3 BASIS OF PAYMENT ..................................................................................................................... 64 ITEM SPL 2- CONSTRUCT, MAINTAIN AND REMOVAL OF TEMPORARY PEDESTRIAN WALKWAY ........ 65

    SPL 2.1 DESCRIPTION ............................................................................................................................... 65 SPL 2.2 MATERIAL REQUIREMENTS ......................................................................................................... 65 SPL 2.3 BASIS OF PAYMENT ..................................................................................................................... 66 ITEM SPL 3- PEDESTRIAN COVERED WALKWAY .......................................................................................... 67

    SPL 3.1 DESCRIPTION ............................................................................................................................... 67

  • Proposed Construction of New Magsaysay Bridge at Subic Bay Freeport Zone

    Technical Specifications April 2019

    Page 4

    Philipps Technical Consultants Corp.

    SPL 3.2 MATERIAL REQUIREMENTS ......................................................................................................... 67 SPL 3.3 CONSTRUCTION REQUIREMENTS ................................................................................................ 67 SPL 3.4 MEASUREMENT AND PAYMENT ................................................................................................. 67 SPL3.5 BASIS OF PAYMENT ..................................................................................................................... 67 ITEM SPL 4- TEMPORARY WATER PIPE SUPPORT ........................................................................................ 68

    SPL 4.1 DESCRIPTION ............................................................................................................................... 68 SPL 4.2 MATERIAL REQUIREMENTS ......................................................................................................... 68 SPL 4.3 CONSTRUCTION REQUIREMENTS ................................................................................................ 68 SPL 4.4 MEASUREMENT AND PAYMENT ................................................................................................. 68 SPL4.5 BASIS OF PAYMENT ..................................................................................................................... 68 ITEM SPL 5- BRIDGE STEEL GATE BARRIER .................................................................................................. 69

    SPL 5.1 DESCRIPTION .............................................................................................................................. 69 SPL 5.2 MATERIAL REQUIREMENTS AND CONSTRUCTION METHOD ...................................................... 69 SPL 5.3 METHOD OF MEASUREMENT ...................................................................................................... 69 SPL 5.4 BASIS OF PAYMENT ..................................................................................................................... 69 ITEM SPL 6- MOVABLE BARRIER ................................................................................................................. 70

    SPL 6.1 DESCRIPTION .............................................................................................................................. 70 SPL 6.2 MATERIAL REQUIREMENTS AND CONSTRUCTION METHOD ...................................................... 70 SPL 6.3 METHOD OF MEASUREMENT ...................................................................................................... 70 SPL 6.4 BASIS OF PAYMENT ..................................................................................................................... 70 PART G- DRAINAGE AND SLOPE PROTECTION STRUCTURES ....................................................................... 72

    ITEM 500 - PIPE CULVERTS AND STORM DRAINS .................................................................................. 72

    500.1 DESCRIPTION ............................................................................................................................... 72 500.5 BASIS OF PAYMENT ..................................................................................................................... 72 ITEM 502 - MANHOLES, INLETS AND CATCH BASINS ............................................................................. 73

    502.5 BASIS OF PAYMENT ..................................................................................................................... 73 ITEM 510 CONCRETE SLOPE PROTECTION .................................................................................................. 74

    510.3.4 Drainage ...................................................................................................................................... 74 510.4 METHOD OF MEASUREMENT ...................................................................................................... 74 510.5 BASIS OF PAYMENT ..................................................................................................................... 74 ITEM 605 ROAD SIGN ........................................................................................................................... 76

    605.1 DESCRIPTION ............................................................................................................................... 76 605.4 MEASUREMENT AND PAYMENT ................................................................................................. 76 ITEM 741 INTERLOCKING PRECAST CONCRETE BLOCKS.............................................................................. 76

    PART I OTHER SPECIAL STRUCTURES ...................................................................................................... 78

    1.0 GENERAL SPECIFICATIONS........................................................................................................... 78 2.0 SECURING PERMITS & LICENSES AND PAYMENT OF TAXES ........................................................ 78 3.0 SITE CLEARANCE AND PREPARATION .......................................................................................... 78 4.0 LABOR AND MATERIALS .............................................................................................................. 79 5.0 SCOPE OF WORK ......................................................................................................................... 79 6.0 SPECIFICATIONS ........................................................................................................................... 79 7.0 METHOD OF MEASUREMENT AND BASIS OF PAYMENT ............................................................. 80 PART J ELECTRICAL AND AUXILIARY WORKS ........................................................................................... 82

    1.0 GENERAL CONDITIONS: ............................................................................................................... 82 2.0 GENERAL DESCRIPTION ............................................................................................................... 82

  • Proposed Construction of New Magsaysay Bridge at Subic Bay Freeport Zone

    Technical Specifications April 2019

    Page 5

    Philipps Technical Consultants Corp.

    3.0 WORK INCLUDED ......................................................................................................................... 82 4.0 CODES, INSPECTIONS, PERMITS and FEES ................................................................................... 83 5.0 RECORD DRAWINGS .................................................................................................................... 83 6.0 SHOP DRAWINGS and SAMPLES.................................................................................................. 83 7.0 COORDINATIONS ......................................................................................................................... 84 8.0 MINOR MODIFICATIONS ............................................................................................................. 84 9.0 GUARANTEES ............................................................................................................................... 84 10.0 APPROVALS, SUBSTITUTIONS, Etc. .............................................................................................. 84 11.0 FIELD TEST ................................................................................................................................... 85 12.0 CONTRACT DRAWINGS ................................................................................................................ 85 13.0 WIRES and CABLE ........................................................................................................................ 85 14.0 CONDUITS .................................................................................................................................... 86 15.0 OUTLETS, BOXES and FITTINGS ................................................................................................... 86 16.0 JUNCTION and PULL BOXES ......................................................................................................... 87 17.0 WALL SWITCHES and OUTLETS.................................................................................................... 87 18.0 PLATES ......................................................................................................................................... 87 19.0 PANELS and CABINETS ................................................................................................................. 87 20.0 INDIVIDUAL BREAKERS ................................................................................................................ 88 21.0 LOCATION OF WIRING AND OUTLETS ......................................................................................... 88 22.0 SERVICES ...................................................................................................................................... 88 23.0 LIGHTING SYSTEM ....................................................................................................................... 88 24.0 TELEPHONE SYSTEM .................................................................................................................... 89 26.0 CATV SYSTEM .............................................................................................................................. 89 27.0 CLEANING UP ............................................................................................................................... 89 28.0 PROJECT AS-BUILT PLANS AND DRAWINGS ................................................................................ 89 29.0 LAMPOST ..................................................................................................................................... 90 30.0 GENERATOR SET .......................................................................................................................... 90 ITEM SPL K OPERATING EQUIPMENT ..................................................................................................... 92

    SPL K.1 DESCRIPTION ............................................................................................................................... 92 SPL K.2 EQUIPMENT AND SYSTEM REQUIREMENTS ................................................................................ 92 SPL K.4 METHOD OF MEASUREMENT ...................................................................................................... 96 SPL K.5 BASIS OF PAYMENT ..................................................................................................................... 96 SPL L LANDSCAPING ............................................................................................................................. 98

    SPL L.1 DESCRIPTION ............................................................................................................................... 98 SPL L.2 MATERIALS REQUIREMENTS ....................................................................................................... 98 SPL L.3 METHODS OF CONSTRUCTION/LANDSCAPING ........................................................................... 98 SPL L.4 METHOD OF MEASUREMENT ...................................................................................................... 98 SPL L.5 BASIS OF PAYMENT ..................................................................................................................... 99 SPL M PROVISIONAL SUM ................................................................................................................... 101

    SPL M.1 DESCRIPTION ............................................................................................................................. 101 SPL M.2 BASIS OF PAYMENT ................................................................................................................... 101

  • Proposed Construction of New Magsaysay Bridge at Subic Bay Freeport Zone

    Technical Specifications April 2019

    Page 6

    Philipps Technical Consultants Corp.

    INTRODUCTION

  • Proposed Construction of New Magsaysay Bridge at Subic Bay Freeport Zone

    Technical Specifications April 2019

    Page 7

    Philipps Technical Consultants Corp.

    INTRODUCTION

    The Specifications describe in detail the work to be executed, the character and quality of materials, workmanship and the specific responsibilities of the Contractor that are not covered by the Conditions of Contract. It includes the Technical Specifications, the General Specifications and Supplemental Notices or Addenda, if any, and shall be read in conjunction with the Plans and all the other Contract Documents.

    The Technical Specifications comprise of:

    PART I : DPWH STANDARD SPECIFICATIONS FOR HIGHWAYS, BRIDGES AND AIRPORTS, VOLUME II, 2013 EDITION and DPWH STANDARD SPECIFICATIONS FOR PUBLIC WORKS STRUCTURES, VOLUME III, 1995 EDITION

    Pertinent notes appearing in the Contract Plans or Drawings shall also be considered as part and parcel of the Technical Specifications.

    Any further amendments to the Technical Specifications and to any other Document, if necessary, will be furnished to the Contractors by means of Supplemental Notice or Addendum.

    The Supplemental Specifications shall consist of modifications and additions to the DPWH Standard Specifications (Volumes II), to adapt the latter to actual conditions and/or requirements relative to this project. Some of these modifications and additions may actually be of general application but in the absence of a supplemental specifications adopted by the DPWH, subsequent to the publication of the DPWH Standard Specifications, 2013 Edition, Volume II – Highways, Bridges and Airports and DPWH Standard Specifications for Public Works Structures, these Supplemental Specifications have been included in the Technical Specifications of this project.

    The Supplemental Specifications for this project shall consist of modifications and additions to the DPWH Standard Specifications as follows:

    (1) Modifications in the specification of standard work items under Part A to Part I of the DPWH Standard Specifications 2013 Edition, Volume II – Highways, Bridges and Airports. These modifications are carried out without changing the “number” and “name” of each of such standard work items.

  • Proposed Construction of New Magsaysay Bridge at Subic Bay Freeport Zone

    Technical Specifications April 2019

    Page 8

    Philipps Technical Consultants Corp.

    (2) Specifications for additional items of work, respectively for Part A to Part H of the DPWH Standard Specifications.

    The Special Provisions are indicated on the Technical Specifications and shall consist of specifications for work Items that are based on applicable Department Orders issued by the DPWH or work items that are not stated in the DPWH Standard Specifications but shall be used for the project.

    The Item Number of the Special Provisions is distinguished by placing the symbol “SPL” before its designated Number.

    For Specifications of other special items of work not included in Volume II of the Technical Specifications of this project, the corresponding standard specifications shall be deemed to apply:

    • AASHTO Standard Specifications for Highway Bridges, Seventeenth Edition, 2003 • ASTM Standard Specifications

  • Proposed Construction of New Magsaysay Bridge at Subic Bay Freeport Zone

    Technical Specifications April 2019

    Page 9

    Philipps Technical Consultants Corp.

    PART A FACILITIES FOR THE

    ENGINEER

  • Proposed Construction of New Magsaysay Bridge at Subic Bay Freeport Zone

    Technical Specifications April 2019

    Page 10

    Philipps Technical Consultants Corp.

    PART A – FACILITIES FOR THE ENGINEER

    A.1 REQUIREMENTS

    A.1.1 Offices and Laboratories for the Engineer

    1. Section 1 is modified and supplemented as follows:

    Field Office, Laboratory and Living Quarters for the Engineer

    The Contractor shall provide and maintain until final completion and acceptance of the Project one (1) unit combined Field Office and Laboratory Building and One (1) unit Living Quarters for the Engineer on a rental basis, fully furnish to include the supply furniture, equipment, apparatus and appliances as specified below, including all the necessary electricity, water and drainage services for the use of the Engineer and his staff for twenty four (24) hours a day for all days of the contract period.

    The size of the Office/Laboratory Building must be at least 100 square meters and 100 square meters for the Living Quarters.

    It shall be understood that if the Contractor cannot provide the articles as described or intend to supply equipment substitutes, he should secure the approval of the Engineer, and if such approval is granted it will be on the condition that adjustment in prices shall be effected based on the submitted receipted invoices of the Contractor.

    The Offices and Laboratory Building shall be ready for occupancy and used by the Engineer within fifteen (15) calendar days of commencement of works.

    The Contractor shall furnish the Office and laboratory with, but not limited to, the following equipment and furniture:

    Field Office and Laboratory Building

    a. Office Furniture, Equipment and Supplies (to be supplied on the 1st month) a.1 Jr. Executive Table and Chair - 10 each a.2 Visitor’s Chair - 6 each a.3 Filing Cabinet, 4 drawers, fire resistant - 4 each a.4 Steel Filing Cabinet for Horizontal Plans (5 drawers) - 1 each a.5 Conference Table (10 pax capacity) - 1 each a.6 Conference Chair - 10 each a.7 Erasable White Board - 1 each a.8 Working Bench/Chair - 6 each a.9 Window Type Air Conditioner 1.5 HP - 3 each a.10 Computer with Printer - 3 each a.11 Fire Extinguisher, 10 lbs. - 2 each a.12 Water Dispenser Hot and Cold - 1 each a.13 Digital Camera with Micro SD Card - 1 each a.14 Electric Stand Fan (16” dia. Blade) - 2 each

  • Proposed Construction of New Magsaysay Bridge at Subic Bay Freeport Zone

    Technical Specifications April 2019

    Page 11

    Philipps Technical Consultants Corp.

    a.15 Cups & Saucers and Teaspoons (12 each) - 1 set a.16 Wall Clock - 1 each a.17 Form Shelves, (5 level-triple rock) - 2 each a.18 Stapler - 6 each a.19 Staple Remover - 6 each a.20 Two (2) Hole Puncher - 2 each a.21 Tape Dispenser - 4 each a.22 Incoming/Outgoing Tray - 5 each a.23 Waste Basket - 10 each a.24 Pencil Sharpener - 2 each a.25 Steel Ruler, 36 inches - 1 each a.26 Scissors - 2 each a.27 Stamp Pad with Ink - 1 set a.28 Field Book - 6 pc. a.29 Record Book - 6 pc. a.30 Cutter - 2 each a.31 Mechanical Pencil, 0.5mm - 10 each a.32 Broom (tambo) - 6 each b. Office Furniture, Equipment and Supplies b.1 Computer Printer Ink - 6 sets b.2 Disc, High Grade - 6 each b.3 Bond Paper A4 Size - 36 reams b.4 Bond Paper A3 size - 6 reams b.5 Yellow Pad - 12 pads b.6 Pencil HB - 72 each b.7 Ballpen - 72 each b.8 Sign Pen - 60 each b.9 Eraser - 12 each b.10 Correction Tape - 24 each b.11 Scotch Tape - 12 rolls b.12 Masking Tape - 12 rolls b.13 Magic Tape - 12 rolls b.14 Field Book - 24 each b.15 Staple Wire - 6 boxes b.16 Paper Clips (Big and Small) - 6 boxes b.17 Marker - 5 each b.18 Brown Envelope, long - 120 each b.19 Brown Envelope, short - 120 each b.20 Expanding Envelope, long - 120 each b.21 Letter Envelope, white - 120 each b.22 Folder, long - 120 each b.23 Fastener - 6 boxes b.24 Cutter Blade - 6 tubes b.25 Toilet Paper - 120 rolls b.26 Insect Spray - 24 can

  • Proposed Construction of New Magsaysay Bridge at Subic Bay Freeport Zone

    Technical Specifications April 2019

    Page 12

    Philipps Technical Consultants Corp.

    b.27 Toilet Deodorant - 24 each b.28 Floor Mop Rug - 24 each b.29 Mineral Water - 96 each The specification of computer and printer are as follows: Computer Desktop (branded) – 6th generation Intel Core i7 – 6700 Processor (8M Cache, up to 4.0GHz); 16GB DDR3L – 1600 DIM RAM (4GBx4); 2TB 7200 RPM SATA 6G 1st Hard Drive; SuperMulti DVDRW; HDMI, VGA and Network (RJ45) Interfaces with at least six (6) USB 3.0 Ports; 4GB NVIDIA GeForce GTX 745 DDR3 FH GFX, 23 inch IPS Monitor; Wired Multimedia Keyboard and Optical Mouse; On-board 10/100/1000Mbps (Gigabit) Ethernet Support; 7-in-1 Media Card Reader. Including software: Microsoft Window 10 Professional (64-bit) and Microsoft Office Home & Business 2016 Printer/Copier/Scanner (branded or equivalent – equivalent brand is acceptable provided it meets or exceed the specifications as stated herein) – Laser, Multifunction, USB 2.0 connectivity, speed up to 19ppm (Letter)/ 18 ppm (A4), Duty Cycle up to 10,000 pages/month, Print Resolution 600 x 600 dpi, Autofit Clone ID Card Copy, 2-duo Poster, Reduce/Enlarge/Scan to Desktop, Nuance Paper Port SE 10.0, supplied with introductory print cartridge 1,000 pages capable of printing up to A3 size.

    Living Quarters

    c. Furniture, Equipment and Supplies (to be supplied on the 1st month) c.1 Single Bed with 10 cm thick foam rubber mattress - 4 each c.2 Double Deck bed with 10 cm thick foam rubber mattress - 3 each c.3 Pairs of Polyester Pillows, 30 cm x 60 cm - 10 pairs c.4 Pillow Cases, 40 cm x 70 cm - 64 each c.5 Bed Sheets, cotton 150 cm x 200 cm - 20 each c.6 Blankets, cotton, 160 cm x 200 cm - 20 each c.7 Clothes Chest (4-part compartment of hard polyfiber - 10 each c.8 Air Conditioner, 1.50 HP - 2 each c.9 Dining Table for 10 persons, , with Chairs - 1 set c.10 Living Room Set (with side/center tables) - 1 set c.11 Colored TV, 21” LED - 1 each c.12 DVD Player - 1 each c.13 Refrigerator 10 cu.ft. - 1 each c.14 Gas Stove with two (2) burners complete with hose, - 1 unit regulator and LPG Tank c.15 Stand Fan (16” diameter blade) - 3 each c.16 Wall Clock - 1 each c.17 Fire Extinguisher, 10 lbs. - 2 each c.18 Set of Kitchen Wares for at Least 12 persons - 1 set Consisting of the following: spoons, forks, knives, cups and saucers, drinking glasses, serving plates, placemats,

  • Proposed Construction of New Magsaysay Bridge at Subic Bay Freeport Zone

    Technical Specifications April 2019

    Page 13

    Philipps Technical Consultants Corp.

    rice plates, pitchers, ash trays, casserole, frying pan and canisters c.19 Water Dispenser Hot and Cold - 1 each c.20 Emergency Light - 2 each c.21 Mop Head - 6 each c.22 Waste Baskets - 5 each c.23 Broom (Tambo) - 6 each d. Furniture, Equipment and Supplies d.1 Insect Spray - 12 cans d.2 Toilet Deodorant - 12 each d.3 Diswashing Liquid and Pad - 12 set d.4 Floor Mop Rug - 6 each d.5 Broom (Tambo) - 2 each d.6 Broom (Tingting) - 4 each d.7 Mineral Water - 90 each The furnishing and equipment provided by the Contractor shall conform to the best standard for the required types. The Contractor shall be responsible for replacing and/or restoring furnishing and equipment which become damaged from cause or become worn out , lost, misplaced or stolen. On completion of the Contract they shall be turn over to the SBMA in good working conditions except the laboratory equipment , apparatus, etc. utilized by the Contractor on rental basis, shall be turned over to the Contractor after completion of the project.

    The Contractor shall provide the following Field Office and Laboratory staff: Laboratory Technician - 1 Laboratory Encoder - 1 Admin Officer/Encoder - 1 Instrument Man - 1 Survey Aides - 2 General Services Assistant - 1 Laboratory Testing and Quality Control of Materials

    (a) All tests shall be carried out at an accredited independent testing laboratory approved

    by the Engineer except minor test to be carried out at site by the Contractor. The Contractor shall provide qualified and experienced laboratory staff to make all the necessary arrangement for the supply, collection and delivery of sample materials, for such independent laboratory to keep all records of testing made by the independent laboratory and other necessary documents regarding Quality Control of materials incorporated in the Works.

    (b) The testing equipment/apparatus and supplies provided by the approved accredited

    independent testing laboratory shall include all that is necessary to carry out the tests

  • Proposed Construction of New Magsaysay Bridge at Subic Bay Freeport Zone

    Technical Specifications April 2019

    Page 14

    Philipps Technical Consultants Corp.

    listed below and any other tests required by the Contract. Unless otherwise stated, the test shall be as specified in the latest edition of AASHTO.

    (c) The approved independent testing laboratory shall provide all the necessary equipment, appliances, etc. to carry out the under listed testing.

    (i) Soil Testing TEST REFERENCE (AASHTO unless otherwise stated)

    STANDARD METHOD TEST FOR:

    T-87 Dry Preparation of Disturbed Soil Aggregate Sample for Test

    T-88 Particle Size Analysis of Soils

    T-89 Determining the Liquid Limit of Soils

    T-90 Determining the Plastic limit and Plasticity Index of Soils

    T-92 Determining the Shrinkage Factors of Soils

    T-99 Moisture Density Relations of Soils using 2.5kg Rammer and 305 mm Drop

    T-100 Specific Gravity of Soils

    T-176 Plastic Fines in Graded Aggregates and Soils by use of the Sand Equivalent Test

    T-180 Moisture Density Relations of Soils using a 4-54kg Rammer and 457 mm Drop

    T-191 Density of Soil in Place by Sand Cone Method

    T-193 California Bearing Ratio Test

    T-203 Soil Investigation and Sampling by Auger Borings

    Determining of the Moisture Content by “Speedy Moisture-Tester” Method

    D1883 AASHTO T-193

    Test for Bearing Ratio of Laboratory Compacted Soils (CBR

    (ii) Aggregate Testing

    TEST REFERENCE (AASHTO unless otherwise stated)

    STANDARD METHOD TEST FOR:

    T-2 Sampling Stone, Slag, Gravel, Sand and Stone Block for use as Highway Materials

  • Proposed Construction of New Magsaysay Bridge at Subic Bay Freeport Zone

    Technical Specifications April 2019

    Page 15

    Philipps Technical Consultants Corp.

    T-11 Amount of Material Finer than 0.075mm (No. 200) Sieve in Aggregate

    T-19 Unit Weight of Aggregate

    T-21 Organic Impurities of Sand for Concrete

    T-27 Sieve Analysis of Fine and Coarse Aggregate

    T-84 Specific Gravity and Absorption of Fine Aggregate

    T-85 Specific Gravity and Absorption of Coarse Aggregate

    T-96 Resistance to Absorption of Coarse Aggregate by use of los Angeles Machine

    BS812 Determination of Flakiness Index of Aggregate

    (iii) Concrete Testing TEST REFERENCE (AASHTO unless otherwise stated)

    STANDARD METHOD TEST FOR:

    T-22 Compressive Strength of Cylindrical Concrete Specimens

    T-23 Making and Curing Compressive and Flexural Test Specimen in the Field

    T-24 Concrete Core Sampling

    T-26 Quality of Water to be used in Concrete

    T-97 Flexural Strength of Concrete

    T-119 Slump of Portland Cement Concrete

    T-123 Capping Cylindrical Concrete Specimens

    T-126 Making and Curing Concrete Compression and Flexure Test Specimens in the Laboratory

    (iv) Bituminous Materials Testing

    TEST REFERENCE (AASHTO unless otherwise stated)

    STANDARD METHOD TEST FOR:

    T-140 Sampling Bituminous Materials

    T-245 Resistance to Plastic Flow of Bituminous Mixture using Marshall Apparatus

    ASTM 1559 Marshall Test

  • Proposed Construction of New Magsaysay Bridge at Subic Bay Freeport Zone

    Technical Specifications April 2019

    Page 16

    Philipps Technical Consultants Corp.

    (d) To carry out the above tests, the approved independent testing laboratory shall furnish all the necessary miscellaneous field and laboratory equipment for the testing of work in the contract, including but not limited to the following: (i) SOIL TESTING EQUIPMENT

    GRADATION Quantity Unit Description

    1 each 3” x 8” diameter Brass Sieve

    1 each 2” x 8” diameter Brass Sieve

    1 each 1-1/2” x 8” diameter Brass Sieve

    1 each 1” x 8” diameter Brass Sieve

    1 each ¾” x 8” diameter Brass Sieve

    1 each ½” x 8” diameter Brass Sieve

    1 each 3/8” x 8” diameter Brass Sieve

    1 each #4 x 8” diameter Brass Sieve

    1 each #10 x 8” diameter Brass Sieve

    1 each #40 x 8” diameter Brass Sieve

    1 each #200 x 8” diameter Brass Sieve

    1 each Brass Pan, 8” x 2” diameter

    1 each Brass Cover with Ring

    1 each Steel Pan, 24” x24” x3”

    1 each Hand Operated Sieve Shaker

    1 each Triple Beam Balance, 2610gms.

    ATTERBERG LILITS Quantity Unit Description

    1 set Liquid Limit Set

    1 set Plastic Limit Set

    1 set Balance, 0.01 gram sensitivity, 310 gram capacity

  • Proposed Construction of New Magsaysay Bridge at Subic Bay Freeport Zone

    Technical Specifications April 2019

    Page 17

    Philipps Technical Consultants Corp.

    PROCTOR TESTS

    Quantity Unit Description

    1 each Standard Compaction Mold

    1 each Standard Compaction Hammer

    1 each Modified Compaction Mold

    1 each Modified Compaction Hammer

    1 each Steel Straight Edge, 12 inch

    1 each Mixing Trowel, 2.5” x 4.5” blade

    1 each Spatula, 4 inch

    1 each Trimming Knife

    1 each Heavy Duty Solution Balance, 20kg. Capacity 1 gram sensitivity

    1 dozen Moisture Can, 3 ounces

    FIELD DENSITY

    Quantity Unit Description

    1 set Sand Cone and Jug

    1 set Replacement Jug, Plastic

    1 set Density Plate

    1 each Sampling Spoon

    1 each Field Cans, 1 gallon

    1 each Steel Chisel

    1 each Sand Scoop

    1 each Ball Hammer

    1 each Field Scale, 15kg., 4.5 gram sensitivity

    (ii) CONCRETE TESTING EQUIPMENT Quantity Unit Description

    1 pc #4 X 8” diameter Brass Sieve

    1 pc #8 x 8” diameter Brass Sieve

    1 pc #12 x 8” diameter Brass Sieve

  • Proposed Construction of New Magsaysay Bridge at Subic Bay Freeport Zone

    Technical Specifications April 2019

    Page 18

    Philipps Technical Consultants Corp.

    1 pc #16 x 8” diameter Brass Sieve

    1 pc #20 x 8” diameter Brass Sieve

    1 pc #30 x 8” diameter Brass Sieve

    1 pc #50 x 8” diameter Brass Sieve

    1 pc #100 x 8” diameter Brass Sieve

    1 unit Sample Splitter, 2-1/2” opening

    1 each Cylinder Mold, 6” x 12”

    1 set Slump Cone & Base with Graduated Tamping Rod

    1 each Mixing Pan, 24” x 24” x 3”

    1 each Cement Trowel

    1 set Pycnometer Top and Jar

    1 set Density basket, 2.366 mm mesh

    1 each Yield Bucket, ½ cu.ft.

    (iii) ASPHALT CONCRETE TESTING EQUIPMENT Quantity Unit Description

    1 each Thermometer, 50º - 200ºC armoured

    1 unit Metal Containers

    1 pairs Heat Resistance Hand Gloves

    1 each Thermometer, Dial 50º-300ºC

    1 unit Marshall Stability Apparatus with Accessories

    1 unit Water Batch with Metal Thermometer, 0º-100ºC

    1 each Stability Compaction Rammer

    1 each Stability Compaction Molds with Base and Collar

    1 each Asphalt Flow Indicator

    1 each Compaction Pedestal

    1 each Flexible Spatula, 6”

    1 each Mixing Spoon

    1 unit Bench Mixer with Bowl, 10 liter capacity

    1 each Sample Extryder, 20KN capacity

  • Proposed Construction of New Magsaysay Bridge at Subic Bay Freeport Zone

    Technical Specifications April 2019

    Page 19

    Philipps Technical Consultants Corp.

    1 each Centrifuge Extractor, 1500 grams control, 220 volts, 60-cycle

    1 set Filter Disc, 100pcs/set

    1 unit Ohaus Triple Beam Balance, 0.1 gram sensitivity

    (iv) MISCELLANEOUS EQUIPMENT AND ITEMS

    Quantity Unit Description

    1 each Laboratory Oven, Double Wall, 200v/60 cycle, 24” x 25” x 34.5”

    1 unit Gas Range, 2-burner

    1 unit Graduated Cylinder, 25 cc

    1 unit Hot Plate, 12” x 24”, 220V

    3 set Vertical Capping Set

    1 each Stanley Steel Tape, 5m

    1 each Pipe Wrench, 500mm

    1 each Trowel, 150mm blade

    1 each Steel Straight Edge, 300mm long

    6 each Stainless Steel Mixing Bowl, 5 liters capacity

    2 each Plastic buckets

    1 each Shovel, Short-Handed

    1 each Pick

    6 each Paint Brush, 2.5 cm wide

    6 each Rubber mallet, 15 cm diameter

    1 each Scoop Square Mouth, Cast Aluminum 76 cm x 20 cm bowl

    2 each Hard Bristle Broom with Handle

    2 each Dial Thermometer, 0º - 250ºC

    5 pairs Heat Resistance Gloves

    Technical Publications and Reference are basic Contractor’s guide provided to the Engineer and is considered as Contractor’s property.

  • Proposed Construction of New Magsaysay Bridge at Subic Bay Freeport Zone

    Technical Specifications April 2019

    Page 20

    Philipps Technical Consultants Corp.

    It shall be understood that if the Contractor cannot provide the articles as described on time, the Engineer has the right to secure equivalent substitute on condition that the amount spent supported by the receipt on invoices, and shall be refundable from the Contractor.

    A.1.2 Vehicle for the Engineer

    Delete “listed in the special provisions” in the second line of the first paragraph.

    Delete entirely “unless otherwise specified…the property of the government.”

    Add the following paragraph:

    The Contractor shall provide and keep available at all times for the duration of the contract one (1) unit, brand new service vehicle, 14-seater Commuter Van, diesel engine, loaded with air-conditioner. The vehicle shall have its usual accessories of spare tire, early warning devices, fire extinguisher, tools, etc. During the period that the vehicle is not yet available, the Engineer may rent equivalent substitute vehicle, the cost including the supply of fuel, lubricants, salary of driver and other maintenance and repair costs shall be shouldered by the Contractor. The vehicle provided by the Contractor, after the completion of the contract shall be turned over to SBMA.

    The Contractor shall also provide and keep available at all times for the duration of the contract one (1) unit Service Vehicle for the Engineer (Rental basis), diesel engine, loaded with air-conditioner. The vehicle shall have its usual accessories of spare tire, early warning devices, fire extinguisher, tools, etc. The supply of fuel, lubricants, salary of driver and other maintenance and repair costs shall be shouldered by the Contractor.

    A.1.3 Assistance to the Engineer

    Add the following paragraph:

    The Contractor shall provide for the proper surveying activities under the contract, the following minimum personnel, equipment, instruments and apparatus:

    a) One (1) set of Total Station or equal b) One (1) set of Automatic Level, “Wild” or “Equal” c) One (1) set of 50 m Steel Tape d) Two (2) units of Range Poles e) Two (2) sets of Leveling Rods f) Two (2) units of Umbrellas g) One (1) unit Claw Hammer h) An adequate number of arrows, tension tapes, plumb bobs, and survey record books

    All equipment, instruments and apparatus to be provided shall require prior approval of the Engineer. The survey equipment, instruments and apparatus provided by the Contractor shall be on rental basis

  • Proposed Construction of New Magsaysay Bridge at Subic Bay Freeport Zone

    Technical Specifications April 2019

    Page 21

    Philipps Technical Consultants Corp.

    A.2 MEASUREMENT AND PAYMENT

    A.2.1 Measurement

    Delete this Section in its entirety and substitute the following:

    1. The Contractor will provide (on Rental Basis) and maintain a Field Office and Laboratory Office with a total area of 200 square meters. Payment will be per month.

    2. The quantities for the provision of the furniture, office equipment, supplies and appliances shall be the number of each type of furniture, office equipment, supplies and appliances as listed. Payment shall be per lump sum.

    3. Maintenance of the Field office, Laboratory and Living Quarters will be paid from the time the Engineer occupies the building until completion and acceptance of the Project. Payment shall be per month.

    4. The quantity for the purchase of the vehicle for the Engineer shall be the total number of vehicles the Contractor will provide to the Engineer. Payment shall be “Each”.

    5. The operation and maintenance of the vehicle for the Engineer shall be paid from the date the Engineer is supplied with each type of vehicle until the completion of the contract. Unit of Measurement is “Month”.

    6. Provision for the survey equipment (on Rental Basis) for the assistance to the Engineer and operation and maintenance for the said instruments shall be paid on monthly basis.

    7. The quantities for progress photographs shall be the number of photographs selected and provided as progress photographs. The unit of measurement is “Each”.

    A.2.2 Payment

    Add the following to Clause A.2.2:

    Payment will be made under:

    Pay Item No. Description Unit of Measurement

    A.1.1a Rental and Maintenance of Field Office, Laboratory Building and Living Quarters for the Engineer

    Month

    A.1.1b

    Provision of Furniture, Equipment and Supplies for Field Office, Laboratory Building and Living Quarters for the Engineer

    Lump Sum

    A.1.1c Maintenance of Field Office, Laboratory and Living Quarters for the Engineer.

    Month

    A.1.2a Provide One (1) Brand New Service Vehicle for the Engineer

    Each

    A.1.2b Provide One (1) Service Vehicle for the Engineer (Rental Basis)

    Month

    A.1.2c Operate and Maintain Service Vehicles for Month

  • Proposed Construction of New Magsaysay Bridge at Subic Bay Freeport Zone

    Technical Specifications April 2019

    Page 22

    Philipps Technical Consultants Corp.

    the Engineer

    A.1.3a Laboratory Testing and Quality Control of Materials

    Month

    A.1.3b

    A.1.4

    Provision of Survey Equipment (Rental Basis)

    Progress Photographs

    Month

    Each

  • Proposed Construction of New Magsaysay Bridge at Subic Bay Freeport Zone

    Technical Specifications April 2019

    Page 23

    Philipps Technical Consultants Corp.

    PART B OTHER GENERAL REQUIREMENTS

  • Proposed Construction of New Magsaysay Bridge at Subic Bay Freeport Zone

    Technical Specifications April 2019

    Page 24

    Philipps Technical Consultants Corp.

    PART B – OTHER GENERAL REQUIREMENTS

    B.1 OFFICES, SHEDS, STORES AND WORKMEN’S ACCOMMODATION FOR CONTRACTOR

    At the end of Section B.1 add the following:

    The selection of the site shall be the responsibility of the Contractor and shall be approved by the Engineer. It is entirely up to the Contractor to make whatever arrangements he deems necessary with the landowners regarding the use of land for the purpose of erecting camps, workshops, garages, stockpiling of materials, locations of plant, housing of labor and staff, welfare facilities, etc. All costs incurred in connection with the rental or lease of such land shall be at the Contractor’s expense.

    The Contractor shall be solely responsible for the erection, maintenance and subsequent disposal of whatever facilities he deems necessary to execute the Works.

    The Contractor shall not be permitted to erect temporary buildings or structures within the road right-of-way without prior written approval from the Engineer.

    B.2 MEDICAL ROOM AND FIRST AID FACILITIES

    Delete Section B.2 Medical Room and Facilities in its entirety and replace with the following: B.2 MOBILIZATION AND DEMOBILIZATION B.2.1 Description

    Mobilization, the Contractor shall perform all works necessary to transport equipment to the site to be used for all purpose necessary for the realization of the Works.

    Demobilization; when the Contractor has moved out equipment that is no longer necessary and has completed its functions. The area shall then be cleaned and temporary constructed offices, shops, accommodation, etc. of the Contractor shall be dismantled properly to the satisfaction of the owner and acceptable to the ENGINEER.

    B.2.2a Mobilization

    1. The Contractor shall begin mobilizing his construction equipment as soon as the site(s) of his equipment yard and other areas have been formalized.

    2. Mobilized equipment required in the contract shall be duly listed for approval and shall not be removed from the site by the Contractor without prior written approval by the ENGINEER.

    All Contractor’s mobilization costs such as planning and designing all temporary works and facilities and making submittal to the ENGINEER, recruiting and transferring staff, obtaining all Government licenses, permits, clearances, etc., clearing and grading areas for temporary and any other costs involved in preparing to carry out the permanent works shall not be paid separately.

  • Proposed Construction of New Magsaysay Bridge at Subic Bay Freeport Zone

    Technical Specifications April 2019

    Page 25

    Philipps Technical Consultants Corp.

    B.2.2b Demobilization Phase

    On completion of the Project, the Contractor shall dismantle all improvements erected on the leased areas; clear all to the satisfaction of the lot owners, rentals due fully paid and approved by the ENGINEER.

    B.2.3 Basis of Payment

    Payment for Mobilization and Demobilization shall be 75% and 25% respectively.

    Payment will be under:

    Pay Item Description Unit of Measurement B.2 Mobilization and Demobilization Lump Sum

    B.3 CONSTRUCTION SAFETY AND HEALTH B.3.1 Health and Safety Plan

    Within one month of his arrival on site the Contractor shall submit a Health and Safety Plan with operational details of his proposals to the ENGINEER for his approval.

    B.3.2 Accident Prevention Officer; Accidents

    1. Due precautions shall be taken by the Contractor, at his own cost, to ensure the safety and protection against accidents of all staff and labour engaged on the Works, local residents in the vicinity of the Works, and the public traveling through the Works.

    2. The Contractor shall have on his staff on Site a designated full-time officer qualified to promote and maintain safe working practices. This officer shall have authority to issue instructions and shall take protective measures to prevent accidents, including but not limited to the establishment of safe working practices and the training of staff and labor in their implementation.

    3. The Contractor shall be responsible for all costs including medical treatment, transport, accommodation etc. incurred by any member of the public or his labor forces whether on direct contract or sub-contract as a result of injuries or illness arising from the execution of the Works.

    B.3.3 Protective Clothing and Safety Equipment

    1. The Contractor shall at his own expense provide protective clothing and safety equipment to all staff and labor engaged on the Works to the satisfaction of the ENGINEER.

    2. If the Contractor fails to provide such clothing and equipment the Employer shall be

    entitled to provide the same and recover the cost from the Contractor.

  • Proposed Construction of New Magsaysay Bridge at Subic Bay Freeport Zone

    Technical Specifications April 2019

    Page 26

    Philipps Technical Consultants Corp.

    B.3.4 Medical and First-Aid Facilities

    The Contractor shall make an arrangement through a Memorandum of Agreement (MOA) with the nearest available clinic or hospital for all project medical needs or assistance during the whole construction duration.

    The Contractor shall at his own expense provide first aid equipment at all camps and work sites to the satisfaction of the ENGINEER, and shall ensure that at all camps and work sites where 40 or more persons are engaged on the Works there shall at all times be a person qualified in first-aid with access to appropriate first-aid equipment.

    B.3.6 Measurement and Payment

    Health and Safety will be measured and paid in accordance with the current DPWH Department Order, Series 2005: Re “Guidelines for the Implementation of DOLE D.O. No. 13, Series of 1998, Governing Occupational Safety and Health in the Construction Industry”.

    Payment will be under:

    Pay Item Description Unit of Measurement

    B.3 Construction Safety and Health Month B.4 TRAFFIC CONTROL SIGNS AND BARRICADES DURING CONSTRUCTION B.4.1 Passage of Traffic

    B.4.1.1 The Contractor shall construct and maintain detours wherever the work will interfere with traffic on existing roads, footways or other ways over which there is public or private right-of-way, until such time as permanent diversions to serve such traffic shall have been completed. No detours shall be constructed and no traffic diverted until the Contractor’s proposals have been approved by the Engineer and by the appropriate government authorities. Prior to the commencement of the construction and of the use of detours, the Contractor shall provide the Engineer with a full photographic record of the existing roads, pathways, etc. as required by the Engineer.

    B.4.1.2 No work that will in any way inconvenience the travelling public shall be started until adequate provision, satisfactory to the Engineer, shall have been made to divert or by-pass traffic in safety and comfort. No road shall be closed to the public except by permission in writing from the Engineer and the appropriate authorities. Where traffic conditions permit, single lane operation may be permitted by the Engineer. When the road under construction is being used by the travelling public, special attention shall be paid to traffic conditions so that the public can travel in comfort and safety without undue delay. Materials stored upon the roadway shall be so placed and the work shall be so conducted as to cause as little obstruction as possible to the travelling public.

    B.4.1.3 All detours shall be maintained in good condition at all times of and shall, where possible and where not specified to be a higher standard, have a total width of at least 6 meters and provided with a graveled surface having a minimum compacted thickness of 80mm. Where existing public or private roads are used as detours, the same shall be maintained in good riding condition at all times and just before completion of the Contract, such roads shall be

  • Proposed Construction of New Magsaysay Bridge at Subic Bay Freeport Zone

    Technical Specifications April 2019

    Page 27

    Philipps Technical Consultants Corp.

    restored to a condition not less satisfactory than that existing prior to the commencement of the Works.

    B.4.1.4 After receipt of the Notice to Proceed and official handing over of road sections, the Contractor shall assume the responsibility for maintaining the road sections scheduled for Construction under this Contract. This obligation shall extend also to public and private roads outside the Contract limits which are used as access or haul roads by the Contractor. Maintenance shall consist of but not limited to routine patching, repairs and correction of deformations on asphalt and concrete surfaced road, and cycling grading at the Contractor's expense. Maintenance and repair work shall be carried out in accordance with accepted practices. Any failure of the Contract in the performance of these works shall entitle the Engineer to carry out such works as deemed necessary and to charge the Contractor with the full costs thereof plus ten percent (10%) of such cost, which sum shall be deducted from any money due or which may become due to the Contractor under the Contract.

    B.4.1.5 Proper detour and construction signing and the employment of qualified flagmen will be

    the responsibility of the Contractor when required for safety of the traveling public or when directed by the Engineer's Representative.

    B.4.2 Traffic Control

    B.4.2.1 The Contractor shall at all times during the Contract provide, erect and maintain at

    his own expense such barricades, warning light, danger signals, reflectors, signs and watchmen as may be required by the authorities or deed necessary by the Engineer.

    B.4.2.2 Barricades and signs shall be constructed and used in accordance with the

    requirements of the Engineer. All barricades, fences and such other aids as are required shall be reflectorized and shall conform to the regulations of the DPWH and shall be illuminated at night by lanterns.

    B.4.2.3 The Contractor shall appoint, subject to the approval of the Engineer's Representative, a

    responsible member of his staff to inspect daily traffic aids within the site and to arrange such cleaning and repair as the Engineer considers necessary to maintain the proper effectiveness of these traffic aids at all times.

    B.4.3 Measurement and Payment

    . Except as stated otherwise, payment for the works involved in these Special Provisions are deemed to be included in pay items for other items of work included in the Contract's Bill of Quantities.

    B.5 CONSTRUCTION AREA TRAFFIC CONTROL DEVICES B.5.1 General

    Clause 75 "Public Convenience and Safety" of the 2004 DPWH Requirements and Conditions (Volume I) sets forth the Contractor's responsibilities for public convenience and public safety and the requirements concerning flagging and traffic devices.

  • Proposed Construction of New Magsaysay Bridge at Subic Bay Freeport Zone

    Technical Specifications April 2019

    Page 28

    Philipps Technical Consultants Corp.

    To quote Clause 75: "The Contractor shall at all time so conduct his work as to assure the safety and convenience of the general public and the residents near the work site and to assure the protection of persons and property. Care shall be taken to regulate the operations so as to protect visitors and campers in the National Forest or Park or other Government reservation if affected. No road shall be closed by the Contractor to the public except by written permission by the Engineer. The Contractor will provide, erect and maintain at his own cost all necessary barricades, suitable and sufficient lights, danger signals, signs and other traffic control devices, and shall take all necessary precautions for the protection of the Works and safety of the public Highways closed to traffic shall be protected by effective barricades, and obstructions shall be illuminated during the hour of darkness. Suitable warning signs shall be protected to properly control and direct traffic.

    The Contractor shall erect warning signs in advance of any place on the project where operations may interfere with the use of the road by traffic, and at all intermediate points where the new work crosses or coincides with an existing road.

    The Contractor shall furnish, erect, maintain and remove when directed any information identification signs shown on the Plans. Warning sign shall be posted, whoever, directed, during blasting operations."

    B.5.2 Flaggers

    Flaggers while on duty and assigned to traffic control or to give warning to the public that a bridge and/or highway is under construction and of any dangerous conditions to be encountered as a result thereof, shall perform their duties and shall be provided with the necessary gear so that they can be easily seen by approaching traffic. The provisions in this Sub-Clause B.5.2 shall in no way relieve the Contractor from his responsibility for providing for the safety of the public as provided in Clause 75 of the Conditions of Contract

    B.5.3 Barricades

    Barricades shall generally be used in conjunction with signs at or near hazards for the control or diversion of vehicular, pedestrian, or other traffic. Barricades shall consist of rails at least 200 mm wide mounted at a height of between 1,000 to 1,200 mm on fixed or portable posts and shall be constructed of lightweight commercial quality materials, as approved by the Engineer. The color of the rail shall be either one of the following combinations. a) Alternate diagonal black and white stripes b) Alternate diagonal black and yellow stripes

  • Proposed Construction of New Magsaysay Bridge at Subic Bay Freeport Zone

    Technical Specifications April 2019

    Page 29

    Philipps Technical Consultants Corp.

    If the barricades are displaced or are not in an upright position, from any cause, said barricades shall immediately be replaced or restored to their original location, in an upright position, by the Contractor.

    B.5.4 Flashing Lamps

    The color of the flashing lamps shall be restricted to yellow (amber). They shall not be used to delineate the limits of a hazard of trafficable route. Their use shall be limited to the following circumstances: a) Single flashing yellow (amber) lamps may be used to draw attention to a sign, barrier,

    or hazard, and shall be so located that not more than two (2) lamps are visible to approaching traffic at any one time.

    b) Yellow (amber) flashing lamps of the routing reflector type shall be used only on

    emergency or service vehicle while they actually cause an obstruction or hazard to road traffic. Permission of the relevant authority must be obtained.

    c) A lamp having twin alternate flashing yellow (amber) elements may be used for the

    same purpose and under the same conditions as the single yellow (amber) lamps described in (a) above, provided it does not conflict with any regulatory traffic control device.

    B.5.5 Non-Flashing lamps

    Non-flashing yellow (amber) lamps shall be used to define the limits of usable road on a through route, side tract or detour, and to define the limits of a hazard or non-trafficable construction area.

    B.5.6 Delineators

    At the discretion of the road authority and subject to any limitation imposed by traffic laws and regulation, a proportion of non-flashing yellow (amber) or red lamps may be replaced by portable delineators of the same color. Portable delineators, including the base, shall be composed of a material that has sufficient rigidly to remain upright when unattended and shall be either flexible or collapsible upon impact by a vehicle. The base shall be sufficient weight or shall be anchored in a manner such that said delineator shall remain in an upright position. If the portable delineators are displaced or are not in an upright position, from any cause, said delineators shall immediately be replaced or restored to their original location, in an upright position, by the Contractor. The vertical portion of the portable delineators shall be of a fluorescent orange or predominantly orange color. The posts shall not be less than 75 mm width or diameter. The minimum height shall be 900 above the traveled way. A minimum of 3-reflective bands, each not less than 75 mm wide shall be mounted a minimum of 37 mm apart and a height on the post so that one reflective band will be between 750 mm to 900 mm

  • Proposed Construction of New Magsaysay Bridge at Subic Bay Freeport Zone

    Technical Specifications April 2019

    Page 30

    Philipps Technical Consultants Corp.

    above the roadway surface. The reflective bands shall be visible at 300 meters at vision of or corrected to 20/20. Only one (1) type of portable delineator shall be used on the project. The type of portable delineator proposed for use on the project shall be submitted to the Engineer for approval prior to placement on the project.

    B.5.7 Construction Area Signs

    The term "Construction Area Signs" shall include all temporary signs required for the direction of public traffic through or around the work during construction. Construction area signs shall be selected and located in accordance with established standards and practices and as directed by the Engineer. The Contractor shall clean all construction area sign panels at the time of installation and as often thereafter as the Engineer determines to be necessary.

    Design. Standard construction area signs are shown on the Plans. A special sign may only be used if the design conforms to the following:

    a) Message shall be brief and concise as possible, using the maximum size of legend

    which can be accommodated. b) Lettering and numerals shall conform to standard alphabets. c) The shape and color of the sign shall conform to that of a standard sign used for a

    similar purpose. Some of the standard construction area signs are: a) BRIDGE WORK AHEAD - The "BRIDGE WORK AHEAD" sign shall be used to give

    advance warning of any bridge construction or repair which creates a temporary hazard.

    b) DETOUR AHEAD -The "DETOUR AHEAD" sign shall be used to given advance warning

    of a detour from the normal direction of the road. c) BRIDGE CLOSED- The "BRIDGE CLOSED" sign shall be placed on the road pavement

    where the bridge is closed to the traffic facing the sign. Usually this sign will need to be supplemented by a sign "DETOUR".

    d) DETOUR - The "DETOUR" sign shall be used to indicate the direction and point by

    which traffic should leave the through route to detour via existing roads or streets which by-pass an obstruction in the main route. On roads carrying fast or heavy traffic or where sign distance is limited, it will usually be necessary to use the advance sign "DETOUR AHEAD" in conjunction with this sign.

    The confirmatory "DETOUR" sign shall be used, if necessary as a reassurance guide

    along the route of the detour.

  • Proposed Construction of New Magsaysay Bridge at Subic Bay Freeport Zone

    Technical Specifications April 2019

    Page 31

    Philipps Technical Consultants Corp.

    e) Channelizers Channelizers may be used in conjunction with appropriate signs in order to: 1) indicate temporary traffic lane; 2) guide traffic passing personnel working in traffic; and 3) guide traffic around obstructions in the carriageway.

    Traffic Cones. Traffic Cones shall be at least 300 mm high and at least 150 mm wide at the base of the cone. They shall be of good commercial quality and fluorescent red-orange. Then used at night, a minimum of one-third of the surface area visible to approaching traffic shall be covered with yellow reflective material. Flexible or Collapsible Posts. Flexible or collapsible posts of suitable design may be used. a) in place of rigid barrier posts if the probability of their being accidentally struck

    or displaced by traffic is high; or b) in place of traffic cones if greater stability is required. Such posts shall be a minimum of 450 mm high by 50 mm wide, as seen by approaching traffic, and shall be provided with alternate bands of contrasting color. The posts shall display to traffic a retro-reflecting surface of not less than 500 sq. mm.

    B.5.8 Measurement and Payment

    B.5.8.1 Measurement

    a) Works prescribed in Section B.1 shall not be measured and paid for separately, same shall be deemed to be included in Pay Items for other Items of Work.

    b) Works prescribed in Section B.2 shall be measured and paid for on a lump sum basis.

    c) Works prescribed in Section B.3 shall be measured and paid for on a lump sum basis. d) Furnishing and installing construction area for traffic control devices as prescribed

    under Clause B.4 such as barricades, flashing lamps, non flashing lamps and other aids required which are used to fulfill the Contractor's responsibility to provide for the safety of traffic and the public during construction in accordance with the requirements of Clause 75 of the Conditions of Contract, shall not be paid for separately and shall be deemed to be included in the pay items of other work.

    Flaggers, construction area signs and channelizers shall be in accordance with the specification and as directed by the Engineer. Cost of furnishing flaggers including the necessary equipment and cost of furnishing, erecting, maintaining, moving and removing construction area signs and channelizers shall be as determined in accordance with Sub Clause 102(5), Erecting. Provisional sum (Sub-Section 4.6 of

  • Proposed Construction of New Magsaysay Bridge at Subic Bay Freeport Zone

    Technical Specifications April 2019

    Page 32

    Philipps Technical Consultants Corp.

    the Conditions of Particular Applications) and shall be charged against the Provisional Sum provided for in Item B.4 - Construction Area Traffic Control Devices.

    c) The maintenance of traffic shall include the furnishing of barricades, warning lights,

    danger signals, reflectors, signs and the posting of watchmen and/or flagmen in accordance with Section B.5, Construction Area Traffic Control Devices. This work shall be paid for on a monthly basis included in the Bid Schedule which price and payment shall constitute full compensation for furnishing and placing all materials including all labor tools and incidentals necessary to complete the works prescribed in this Item.

    B.6 SETTING OUT B.6.1 The Contractor shall set out the works in relation to survey stations, markers, reference

    pegs and benchmarks, which have been previously established. Great importance is attached to these stations and the Contractor shall safeguard and protect them from harm at all times until completion of the works. The Contractor shall be paid responsible for the establishment of any further survey stations, markers, reference pegs, and benchmarks as necessary for the proper setting out.

    B.6.2 Benchmarks and reference points shall be established by the Contractor. The stationing

    shall be scratched or clearly marked with paint on the surface of the concrete or otherwise clearly marked as to the satisfaction of the Engineer.

    B.6.3 Should the Contractor discover any error in line or level in the basic setting out, he shall at

    once notify the Engineer who will then issue amended drawings or instructions regarding the correction of the error.

    B.6.4 The Contractor shall establish temporary benchmarks at intervals along the road not

    exceeding 200 m and shall provide the Engineer with a schedule of their levels. B.6.5 The Contractor shall set out the roads line and level, the tops of cuttings and toes of

    embankments, at intervals of not more than 50 m or such lesser intervals on horizontal and curves as the Engineer may require. Reference pegs shall be provided clear of the road in such positions that the centerline or level can readily be re-established at any time.

    B.6.6 The Contractor shall after or in connection with staking out, survey the terrain along the

    alignment, shall submit to the Engineer for his approval, a profile and cross-sections generally at 20 m intervals and at intermediate points where make changes in slope occurs; cross-section intervals may be increased to 40 m in uniform terrain at the discretion of the Engineer. The Contractor shall be given by the Engineer not less than 24 hours notice of his intention to commence any setting out or surveying longitudinal profiles or cross-sections in order that arrangements can be made for checking.

    Checking of work by the Engineer shall not in any way relieve the Contractor of his responsibility under Clause 17.1 of the General Conditions of Contract. After having been approved by the Engineer, the profile and cross-sections shall form the basis for measurement and payment.

  • Proposed Construction of New Magsaysay Bridge at Subic Bay Freeport Zone

    Technical Specifications April 2019

    Page 33

    Philipps Technical Consultants Corp.

    The Contractor shall be responsible for measuring the horizontal detection angles. No extra payment shall be made for any deviation from the angular measurement shown on the Drawings.

    B.7 REMOVAL, RELOCATION, REPLACEMENT, IMPROVEMENT AND RECONSTRUCTION OF

    PUBLIC UTILITIES AND INCLUSION OF SITE FACILITIES Where removal, relocation, replacement and inclusion of public utilities and site facilities are essential to the Works under the Contract, but such works are not to be executed by the Contractor but by the respective owners of the utilities. Any damage cause by removal and relocation operation shall be replaced by utility owners. The Contractor is instructed to recognize the following stipulations: a) The Work Program to be submitted, as required by the Conditions of Contract, shall be

    the basis, reference or the factor that will determine any negotiations or working arrangements to be entered into by the SBMA with the particular water supply, telephone, electrical and other utilities and site facilities and it is therefore essential for the Contractor to provide details on the priorities and subsequences of his construction activities and operations and any particulars that may be required by the Engineer on the said program.

    b) No work shall commence on any part; portion or section of the Site of the Work that may affect or disturb the functions or the original conditions of public utilities and site facilities unless written permission has been first secured from the Engineer.

    c) No expense shall be borne by the Contractor in connection with the removal, relocation

    or inclusion of public utilities and site facilities except for the purpose of payment of any claims from the owners of the utilities as a result of any damage or injuries caused by the Contractor or any of his sub-contractors.

    d) The works to be done shall consist but not limited to:

    Pay Item

    No. Description Unit of

    Measurement B.7.1 Removal and Relocation of Existing 13.8KV Poles and

    69KV Poles (Enerzone)

    Lump Sum

    B.7.2 Removal and Relocation of Existing Water Line and Sewer Line (Subic Water)

    Lump Sum

    B.7.3 Line Revision and Pole Relocation along Columban Road (OEDC)

    Lump Sum

    B.7.4 Removal and Relocation of Existing Fibre Optic (Converge)

    Lump SUm

    B.7.5 Removal and Relocation of Existing Globe Line

    Lump Sum

    B.7.6 Removal and Relocation of Existing Freeport Cable

    Lump Sum

  • Proposed Construction of New Magsaysay Bridge at Subic Bay Freeport Zone

    Technical Specifications April 2019

    Page 34

    Philipps Technical Consultants Corp.

    B.7.7 Removal and Relocation of Existing Fiber Optic and Copper Cable Facilities (PLDT)

    Lump Sum

    B.7.8 Removal and Relocation of Existing LED Signboard (at Aguinaldo St)

    Lump Sum

    B.7.9 Removal and Relocation of Antenna

    Lump Sum

    B.7.10 Removal and Restoration of Existing Waterfalls at Olongapo (including LED Signboard)

    Lump Sum

    B.7.11 Removal and Relocation of Existing CCTV to Temporary Walkway

    Lump Sum

    B.7.12 Removal and Relocation of Existing Fire Hydrant near the

    Sentry Gate Lump Sum

    B.7.13 Removal and Restoration of Existing Fence and Pavement

    at Harbor Point Lump Sum

  • Proposed Construction of New Magsaysay Bridge at Subic Bay Freeport Zone

    Technical Specifications April 2019

    Page 35

    Philipps Technical Consultants Corp.

    PART C

    EARTHWORKS

  • Proposed Construction of New Magsaysay Bridge at Subic Bay Freeport Zone

    Technical Specifications April 2019

    Page 36

    Philipps Technical Consultants Corp.

    PART C- EARTHWORKS 100.2.3 Individual Removal of Trees or Stumps

    Add the following provisions to Subsection 100.2.3

    The Contractor, prior to any tree cutting/removal operation shall prepare inventory of trees scheduled for cutting/removal for the Engineer's approval. Trees to be cut shall be submitted in tabulated form showing as such information for easy identification as follows: • Station Limit • Description/Name/Species of Trees • Size, Diameter (in centimeter) • Distance from the centerline of the road Upon Engineer's approval of the list, the Contractor shall make a request from the Local DENR (with the approved list attached) that such number of trees will be cut/removed for the improvement of the project. No trees shall be cut/removed unless "Permit to Cut Trees" is issued by the DENR to the Contractor authorizing him to cut only such approved number of trees. Trees cut shall be disposed of in a manner conforming to the requirements Subsection 100.2.2; and with the requirements contained in the DENR permit. All fees relating to securing permits shall be to the expense of the Contractor. Individual trees intended to be removed and relocated as indicated on the drawings or as designated by the Engineer, shall be removed and relocated by the Contractor with care.

    100.3 METHOD OF MEASUREMENT

    The diameter of trees will be measured at a height of 1.4 m (50 inches) above the ground and tress less than 150 mm (6 inches) in diameter will not be measured for payment. In the measurement of trees by individual unit basis, the unit will be designated and measured in accordance with the following schedule of sizes:

    Diameter at height of 1.4 m Pay Item Designation Over 900mm diameter Large

    100.4 BASIS OF PAYMENT

    Add the following paragraph after the first paragraph and amend the second paragraph of Section 100.4 to read as follows:

    Pay Items 100(1) Clearing and Grubbing shall be paid in hectare and shall include the cost of removing all trees except those called for in Items 100(3) and 100(4) located in the areas to be cleared and grubbed. Removal of trees categorized as small and large in Items 100(3) and 100(4) shall be paid by the total number of trees removed.

    Amend the second paragraph of Section 100.4 to read as follows:

  • Proposed Construction of New Magsaysay Bridge at Subic Bay Freeport Zone

    Technical Specifications April 2019

    Page 37

    Philipps Technical Consultants Corp.

    Pay Item No. Description Unit of Measurement

    100(1) Clearing and Grubbing Hectare

    100(3)a1 Individual Removal of Trees (mall, 150mm-300mm diameter)

    Each

    100(3)a2 Individual Removal of Trees (small 301mm - 500mm diameter)

    Each

    100(3)a3 Individual Removal of

    Trees (small 501mm – 750mm diameter)

    Each

    100(4) Individual Removal of Trees (large, above 900mm diameter)

    Each

    100(5) Earth Balling and Transplanting of Trees

    Each

  • Proposed Construction of New Magsaysay Bridge at Subic Bay Freeport Zone

    Technical Specifications April 2019

    Page 38

    Philipps Technical Consultants Corp.

    ITEM 101 REMOVAL OF STRUCTURES AND OBSTRUCTIONS 101.1 DESCRIPTION

    Add the following paragraph:

    The existing covered walkway shall be dismantled carefully so as not to damage the materials. The dismantled materials shall be turned over properly to SBMA.

    101.4 BASIS OF PAYMENT

    The accepted quantities shall be paid for at the contract unit price for each pay items listed in the Bill of Quantities, which price and payment shall be full compensation for removing and disposing of all materials, labor, equipment, tools and incidentals necessary to complete the work prescribed in this item. The price shall also include the removal and disposal of the materials as provided herein this specification.

    Payment will be made under:

    Pay Item No. Description Unit of Measurement

    101(1)a Removal of Existing Magsaysay Bridge

    Lump Sum

    101(1)b Removal of Existing Welcome Arch

    Lump Sum

    101(1)c Removal of Existing SOG Office

    Lump Sum

    101(1)d Removal of Existing Locators Structures (Wimpy’s, Mini Stop and Dunkin Donuts)

    Lump Sum

    101(2)a Removal of Existing Drainage Manholes

    Each

    101(2)b Removal of Existing Light Posts

    Each

    101(3)c Removal of Existing Asphalt Concrete Pavement

    Square Meter

    101(3)d Removal of Existing Concrete Sidewalk

    Square Meter

    101(4)a2 Removal of Existing RCPC 760m dia

    Linear meter

  • Proposed Construction of New Magsaysay Bridge at Subic Bay Freeport Zone

    Technical Specifications April 2019

    Page 39

    Philipps Technical Consultants Corp.

    101(4)a3 Removal of Existing RCPC 910mm dia

    Linear Meter

    101(4)a4 Removal of Existing RCPC 1070mm dia

    Linear Meter

    101(4)b Removal of Existing Curb

    (Island) Linear Meter

    101(4)c Removal of Existing Curb and Gutter

    Linear Meter

  • Proposed Construction of New Magsaysay Bridge at Subic Bay Freeport Zone

    Technical Specifications April 2019

    Page 40

    Philipps Technical Consultants Corp.

    ITEM 103 STRUCTURE EXCAVATION

    103.1 DESCRIPTION

    The following paragraphs shall be added:

    For purpose of classification of structure excavation as basis for measurement and payment, bridge excavation shall be measured and paid differently from other structure excavations.

    Structure excavation starts after the temporary cofferdam construction is completed. The excavation shall be done mechanically and will proceed until ten (10) centimeters (minimum) higher than the abutment and pier footing designed bottom elevation. The final excavation and trimming shall be done manually to conform to the level and lines indicated in the drawings. The bottom of the excavation works shall be free from irregular mounds or any foreign materials.

    Structure excavation shall be limited to the excavation for bridges, pipe culverts, retaining walls, , manholes, drop inlets, and other structures for the whole or part of the structure as shown on the drawings. The work shall consist of excavation in earth or rock within the limits of the work as specified or shown on the drawings and backfilling of these structures with suitable material. The work shall also include disposal of surplus materials and the removal of existing stru