100% found this document useful (1 vote)
400 views

DCBCP I-2 - Volume II

Uploaded by

Edmond Bautista
Copyright
© © All Rights Reserved
We take content rights seriously. If you suspect this is your content, claim it here.
Available Formats
Download as PDF, TXT or read online on Scribd
100% found this document useful (1 vote)
400 views

DCBCP I-2 - Volume II

Uploaded by

Edmond Bautista
Copyright
© © All Rights Reserved
We take content rights seriously. If you suspect this is your content, claim it here.
Available Formats
Download as PDF, TXT or read online on Scribd
You are on page 1/ 207

Department of Public Works and Highways (DPWH)

The Republic of the Philippines Japan International Cooperation Agency

BIDDING DOCUMENTS
-Volume – II
Technical Specifications
(Section IV)

Special Provisions
and Supplemental Specifications
FOR
JICA- ASSISTED
DAVAO CITY BYPASS CONSTRUCTION PROJECT
PH-P261
PACKAGE I-2
(SOUTH AND CENTER SECTIONS)

July 2021
Davao City Bypass Construction Project
Package I-2, Sta. 0+000 to Sta. 12+800 Technical Specifications

TABLE OF CONTENT
(Package I-2)
Page

INTRODUCTION

SECTION I DPWH STANDARD SPECIFICATION

SECTION IV SPECIAL PROVISION AND SUPPLEMENTAL SPECIFICATIONS

Part A FACILITIES FOR THE


ENGINEER
........... ................................................................................................ A-1

Part B OTHER GENERAL


REQUIREMENTS
........... .................................................................................................B-1

Part
C ....... EARTHWORKS
........... ................................................................................................ C-1
Item 100 Clearing and
Grubbing .....................................................................................................
........... C-1
Item 101 Removal of Structures and Obstruction
........... .................................................................................................. C-4
Item
102 ..... Excavation .......................................................................................
........... C-6
Item 103 Structure
Excavation ..................................................................................................
........... C-8
Item
104 ..... Embankment ....................................................................................
........... C-11
Item 105 Subgrade
Preparation ..................................................................................................
........... C-16

Part D SUBBASE AND BASE


COURSE
........... ................................................................................................. D-1
Item 200 Aggregate Subbase
Course .................................................................................................. D-1

Part E SURFACE
COURSES
........... ................................................................................................. E-1

i
Davao City Bypass Construction Project
Package I-2, Sta. 0+000 to Sta. 12+800 Technical Specifications

Item 311 Portland Cement Concrete


Pavement ....................................................................................................
........... E-1

Part F BRIDGE
CONSTRUCTION
........... .................................................................................................. F-1

Item
102 ..... Excavation .......................................................................................
........... F-7
Item 103 Structure Excavation
........... .................................................................................................F-10
Item
104 ..... Embankment ....................................................................................
........... F-11
Item 302 Bituminous Tack Coat, Emulsified
Asphalt ........................................................................................................
........... F-16
Item 310 Bituminous Concrete Surface Course, Hot Laid
........... .................................................................................................F-16
Item
400 ..... Piling ...............................................................................................
........... .................................................................................................F-17
Item 401 Railings
........... .................................................................................................F-27
Item 403 Metal
Structures ....................................................................................................
........... F-28
Item 404 Reinforcing Steel
........... .................................................................................................F-28
Item 405 Structural Concrete
........... .................................................................................................F-31
Item 406 Prestressed Concrete Structures
........... .................................................................................................F-33
Item 407 Concrete Structures
........... .................................................................................................F-49
Item 412 Elastomeric Bearing Pads
........... .................................................................................................F-50
Item 413 Expansion Joint
Systems .......................................................................................................
........... F-51
Item 421 Open Caisson
Foundation ..................................................................................................
........... F-53
Item 505 Riprap and Grouted
Riprap .................................................................................................F-56
Item 515 Mechanically -Stabilized Earth (MSE) Retaining
Walls .. .................................................................................................F-57

ii
Davao City Bypass Construction Project
Package I-2, Sta. 0+000 to Sta. 12+800 Technical Specifications

Item 517 Drain Pipe


........... .................................................................................................F-57
Item
715 ..... Geotextile ........................................................................................
........... F-57

Part G DRAINAGE AND SLOPE PROTECTION


STRUCTURES
........... ................................................................................................. G-1
Item 500 Pipe Culverts and Storm
Drains .................................................................................................. G-1
Item 502 Manholes, Inlets and Catch
Basins .................................................................................................. G-8
Item 506 Stone
Masonry ......................................................................................................
........... G-9
Item 507 Rubble
Concrete ......................................................................................................
........... G-9
Item 509 Sheet
Piles ... .................................................................................................. G-9
Item 511 Gabions and
Mattresses ...................................................................................................
........... G-10
Item 517 Gabions and
Mattresses ...................................................................................................
........... G-10
Item
520 ..... Hydroseeding ...................................................................................
........... G-10
Item 600 Curb and/or
Gutter . ................................................................................................ G-11

Part H MISCELLANEOUS
STRUCTURES
........... ................................................................................................. H-1
Item 600 Curb and/or
Gutter . .................................................................................................. H-1
Item 601 Sidewalk
........... .................................................................................................. H-1
Item 602 Monuments, Markers and Guide
Posts .. .................................................................................................. H-1
Item
603 ..... Guardrail..........................................................................................
........... H-2
Item 605 Road Sign
........... .................................................................................................. H-2
Item 606 Pavement
Marking ......................................................................................................
........... H-3

iii
Davao City Bypass Construction Project
Package I-2, Sta. 0+000 to Sta. 12+800 Technical Specifications

Item 608 Topsoil


........... .................................................................................................. H-3
Item
610 ..... Sodding............................................................................................
........... H-4
Item 622 Coconet Bio-engineering
Solutions .....................................................................................................
........... H-5
Item 623 Traffic
Signalization ...............................................................................................
........... H-5
Item 624 Roadway Lighting
........... .................................................................................................. H-8
Item 1106 CCTV
System ................................................................................................ H-19

PART J TUNNEL CONSTRUCTION

Part J.1 Davao-Bukidnon


Underpass
........... ................................................................................................ J1-1
G.1 General .......................................................................................................
........... J1-1
G.2 General
Obligations ..................................................................................................
........... J1-2
G.3 Temporary
Work .. ................................................................................................. J1-4
G.4 Environmental Management and
Monitoring ..................................................................................................
........... J1-5
B.21 Temporary Bridge
........... ................................................................................................. J1-5
Item 100 Clearing and
Grubbing .....................................................................................................
........... J1-7
Item 101 Removal of Structures and
Obstructions ................................................................................................
........... J1-9
Item
102 ..... Excavation .......................................................................................
........... J1-10
Item 103 Structure
Excavation ..................................................................................................
........... J1-13
Item 200 Aggregate Subbase
Course ............................................................................................... J1-17
Item 311 Portland Cement Concrete
Pavement ....................................................................................................
........... J1-18

iv
Davao City Bypass Construction Project
Package I-2, Sta. 0+000 to Sta. 12+800 Technical Specifications

Item
401 ..... Railings............................................................................................
........... J1-20
Item 404 Reinforcing
Steel ... ............................................................................................... J2-20
Item 405 Structure
Concrete ......................................................................................................
........... J1-23
Item 407 Concrete
Structures ....................................................................................................
........... J1-25
Item 500 Pipe Culverts and Storm
Drains ............................................................................................... J1-27
Item 503 Drainage Steel Grating with
Frame . ............................................................................................... J1-31
Item 506 Stone
Masonry ......................................................................................................
........... J1-31
Item 600 Curb and
Gutter . ............................................................................................... J1-31
Item
600 ..... Sidewalk ..........................................................................................
........... J1-32
Item
605 ..... Road ................................................................................................
........... ............................................................................................... J1-32
Item 606 Pavement
Markings .....................................................................................................
........... J1-32

v
Technical Specification for the Davao City Part A
Bypass Construction Project, Package I-2, Sta. 0+000 to Sta. 12+800 Facilities for the Engineer

PART A - FACILITIES FOR THE ENGINEER

A.1 Requirements

This specification called for the above items of work shall be based on the Department
of Public Works and Memorandum dated May 07, 2019 (Amendment of Part A) of the
revised 2012 Edition of the Highways Standard Specifications for Highways, Bridges
and Airports, (Volume II).

A.1.1 Field Office, Laboratories and Living Quarters for the Engineer

Per Memorandum dated May 07, 2019 (Amendment of Part A), replace the Paragraph
of this Sub-section with the following:

Construction of Combined Field Office and Laboratory Building 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 to be erected on a designated government owned site
and hereinafter referred to as the “Engineer’s Compound”. The building shall have a
dimension of 55 m x 9.5 m (or 522.5 sq. m. floor area) which shall be constructed in
accordance with the Standard Specifications and design shown on the Construction
Drawings. The facilities shall be provided with all the necessary electricity, water,
sanitary facilities and telephone services for twenty-four (24) hours a day, for all days
of the contract period, for the exclusive use of the Engineer and his staff. The building
shall be ready for occupancy and use within six (6) months from the commencement of
the Works.

The Contractor shall obtain approval from the Engineer on the detailed layout of the
Engineer’s Compound before any work commences on its provision.

Where necessary, the Engineer’s Compound shall be fenced with barbed wire (or
equivalent) to a height as shown on the Drawings and with necessary gates as directed.
The estimated perimeter of fencing shall be determined and approved by the Engineer.
Where required, the ground shall be raised to a grade that will keep it completely free
from flooding or to prevent inundation during the rainy season. The compound shall be
provided with a parking area for at least ten (10) vehicles. Outside lighting around the
building and parking shall be installed to the satisfaction of the Engineer and be
maintained at all times. Appropriate signs shall be installed to identify the facility to
the public and visitors.

In the absence of potable water supply system within the area, the Contractor shall, after
approval of the Engineer, construct and install a 3,000 liters capacity elevated water
tank with two (2) horse power deep well pump or equivalent capacity to sufficiently
supply the requirements of the Engineer’s Compound. Should there be no main electric
line available, the Contractor shall provide an electric generator or power generating
unit of 220 volt, 10,000 watt minimum capacity to supply the power needed for the
Engineer’s Combined Field Office and Laboratory Building and Living Quarters. If
such generator is needed, it shall be housed in solid concrete bunkers to minimize the
noise of the operation and shall be located remotely from the building it is servicing.

DPWH A-1
Technical Specification for the Davao City Part A
Bypass Construction Project, Package I-2, Sta. 0+000 to Sta. 12+800 Facilities for the Engineer

All installations, fixtures, fittings and accessories shown are to be understood as


minimum requirements only and shall not restrict the Engineer from ordering the
Contractor to provide reasonable supplementary provisions. In the absence of any
details or specifications or provisions for the purpose of making alterations or
amendments to the Pay Items, the Contractor shall seek approval from the Engineer.

All facilities provided by the Contractor shall conform to the best standard of the
required types. On completion of the project, the facilities provided by the Contractor
including utilities, communication facilities, office equipment, apparatus, pieces of
furniture and furnishing, etc., shall be turned-over and become property of the
Government unless otherwise directed by the Engineer.

Provision of Field Office, Laboratory and Living Quarters Building for the
Engineer (Rental Basis)

During the six (6) months period, while the combined Field Office, Laboratory building
and the Living Quarters for the Engineer are under construction, the Contractor shall
provide temporary facilities on a rented building(s) conforming to all the requirements
and to the satisfaction of the Engineer. The cost for the provision of the Engineer’s
temporary office, laboratory and quarters shall be paid on a monthly basis as per pay
items A.1.1 (8), A.1.1 (9), & A.1.1 (10). The Contractor shall also maintain the
temporary facilities as required for the period specified.

In the event that the Contractor fails to complete and make ready for occupancy the
permanent Field Office Building, Laboratory and Quarters within the specified time, the
Contractor shall be solely responsible for the cost of rental and utility services of the
temporary building in excess of the specified time of six (6) months, if the delay is due
to his own fault.

The temporary office, laboratory and quarters shall be ready for occupancy and use
within fifteen (15) days from receipt of Notice to Proceed with sufficient furniture,
fixtures, equipment, appliances, and necessary supplies, with the Engineer’s prior
approval. All furniture, fixtures, appliances and equipment, consumables and other
items, for the use of the Engineer, shall be brand new when initially furnished and shall
conform to those indicated and specified in this Specification (SCHEDULE A, B and
C). These furniture, fixtures, equipment, appliances, etc. shall be transferred to the
permanent Field Office Building, Laboratory and Quarters at the Contractor’s cost.

The Contractor may outsource the quality tests to credited laboratories of the DPWH
for these initial six (6) months instead of the temporary laboratory with approval of the
Engineer.

Generator set shall be provided in the event of a failure in the main supply for both
temporary and proper offices. The generator shall be housed in a solid concrete bunker
to minimize the noise of operation.

All habitable rooms shall be properly insulated and shall be equipped with electric
lights, air conditioning and/or mechanical ventilation, and the supporting facilities shall
provide the necessary hot and cold water, sewer and electrical facilities, and all
maintenance, all to the satisfaction of the Engineer. The Contractor shall pay for
electricity, water consumption and other maintenance costs.

DPWH A-2
Technical Specification for the Davao City Part A
Bypass Construction Project, Package I-2, Sta. 0+000 to Sta. 12+800 Facilities for the Engineer

A.1.1.1 Furniture/Fixtures, Equipment, Appliance, Apparatus and Publications

The field offices, laboratories and living quarters shall have at least the floor area
prescribed on the Plans and shall contain the sufficient furniture/fixtures, equipment,
appliances, apparatus and publications specified in the Contract. Testing equipment
supplied in accordance with the Contract shall be located in testing laboratories as
required by the Engineer. If the Contractor cannot provide or intends to supply
equivalent substitute, the Contractor shall secure the approval of the Engineer.

These shall be brand new when initially furnished and shall conform to those indicated
and specified on the Drawings and/or Specifications under SCHEDULE A, B, C, D, E,
F ,and G as to kind, grade, type and size or as determined by the Engineer.

Table A-1: SCHEDULE A - Furniture/Fixtures and Equipment/Appliances for the


Field Office for the Engineer.

A.1a Field Office Furniture and Fixtures

Description Unit Quantity


Executive Table, Brown Oak/Black, MDF
1 each 2
L63" x W31.5" x H29.5"
Clerical Table, Black or White, MDF
2 each 14
L47.5" x W17" x H30"
Executive Chair
3 High Back with Reclining and Tilting Backrest, Swivel each 2
base and leather finish
Clerical Ergonomic Chair
4 each 14
Swivel type base with arm rest, textile or leather finish
5 Stacking chair, padded with backrest or equivalent each 14
Conference Table, Oval, Laminated Wood, Gray
6 each 1
L2805 x W1205 x H750mm
Bookshelf, 6 layer
7 each 4
100 x 24 x 180 cm
Steel Filling cabinet
8 each 8
4 drawers, Fire resistant, with lock and keys.

A.1b Field Office Equipment and Appliances

Description Unit Quantity

1 Electronic Calculator / Scientific Calculator each 6


Office Copier machine, plain paper, capable of
accommodating A3 size paper with reduction and
2 unit 2
enlarging function, with scanner including scan software
with SCSI Card or USB Connector (latest model)
Air conditioning unit, 3TR Floor Mounted inverter
3 complete with standard accessories which will operate on unit 3
220V AC
WiFi Router, up to 1625 Mbps, File transfers and video unit
4 2
conferencing

DPWH A-3
Technical Specification for the Davao City Part A
Bypass Construction Project, Package I-2, Sta. 0+000 to Sta. 12+800 Facilities for the Engineer

Description Unit Quantity

Desktop Computers (Technical Specification as required


5 set 8
by IMS)
X230 Core i7-3520M 500GB 12.5in Laptop Computer
6 (min-range) Note: (Technical Specifications as required by unit 2
IMS)
Regular Licensed Installer CD’s OEM Windows 10
7 Professional with options for Windows 7 and Antivirus unit 8
software for whole construction period
Regular Licensed Auto CAD LT for whole construction
8 unit 1
period
Regular Licensed Microsoft Project or Primavera for
9 unit 1
Schedule Control for whole construction period
10 Regular Licensed STAAD for whole construction period unit 1
11 Plain Paper Tele/ Fax Machine each 1
Digital Camera GPS Enable Camera, 20.0 mega pixels,
12 each 1
zoom lens
13 Stand Fan, 16" dia blade each 8
14 Fire Extinguisher, 10lbs. each 2
15 Venetian Blinds for all windows lot 1
16 Colored Printer with ink, A4, Legal and A3 size unit 5
65-inch Ultra HD TV (For project presentation, digital
17 project monitoring and interaction with foreign based set 1
consultant)

Table A-2: SCHEDULE B - Furniture/Fixtures and Equipment/Appliances for the


Laboratory Building for the Engineer.

The Contractor shall provide laboratory testing equipment, apparatus and all furniture,
fixtures, appliances and equipment, consumables and other items shall be brand new
when initially furnished and shall conform to those indicated and specified on the
Drawings and/or Specifications under SCHEDULE B as to kind, grade, type and size
for the use of the Engineer. Conducting all tests and quality control works shall be done
by the qualified Contractor’s Materials Engineer accredited by the DPWH and
Laboratory staff under the direct supervision of the Engineer. The area must be free
from air and noise pollution that could affect the environment and the surroundings.

The Contractor shall provide the following laboratory equipment and apparatus for the
Engineer and his staff. The work shall require all sampling and testing work that will be
carried out by the Contractor under the direction and supervision of the Engineer. The
Contractor shall also provide an independent transport vehicle for the exclusive use of
the laboratory personnel to ensure prompt delegation of duties.

The laboratory equipment and apparatus shall be brand new, of the latest design and
manufactured by a reputable manufacturer acceptable to the Employer’s Representative.
The Contractor shall submit to the Employer’s Representative for approval the proposed
manufacturer, type and models with parts performance catalogues and manufacturer’s
warranty prior to purchase of the instruments. The equipment shall be turned-over to
the DPWH after the completion of the project.

DPWH A-4
Technical Specification for the Davao City Part A
Bypass Construction Project, Package I-2, Sta. 0+000 to Sta. 12+800 Facilities for the Engineer

A.2a Laboratory Furniture and Fixtures

Description Unit Quantity


Clerical Table, Black or White, MDF
1 each 1
L47.5” x W17” x H30”
Clerical Ergonomic Chair
2 each 1
Swivel Type base with arm rest, Textile or leather finish
3 Stacking chair, padded with backrest or equivalent each 6
Laboratory working Table, dark brown non-gloss varnish
4 120cmx240cmx32cm deep, Formica top with aluminum each 1
edging solid wood legs and frames or equivalent
Bookshelf, 6 layer
5 each 1
100 x 24 x 180 cm
Steel Filing Cabinet,
6 each 1
4 drawers, Fire resistant, with lock and keys.

A.2b Laboratory Equipment and Appliances

Description Unit Quantity


Air Conditioning unit, 3TR Floor Mounted, complete with
1 unit 1
accessories which will operate on 220V AC
Desktop Computer (Technical Specification as required
2 set 1
by IMS)
Regular Licensed Installer CD’s OEM Window 10
3 Professional with options for Windows 7 and Antivirus each 1
software for whole construction period
4 Stand Fan, 16" dia blade each 2

Table A-3: SCHEDULE C - Furniture/Fixtures and Equipment/Appliances for the


Living Quarters for the Engineer at Main Office:

A.3 – Living Quarters Furniture and Appliances

Description Unit Quantity


a) LIVING ROOM
Long Sofa set with padded arm and back rest with
synthetic leather upholstery or equivalent &
1 set 2
Sofa Lounge Chairs with padded arm and backrest
synthetic leather upholstery or equivalent
40-inch LED Flat TV, Full HD, HDR Support, Adaptive each
2 1
Backlight dimming, Smart TV, Digital TV
b) DINING ROOM AND KITCHEN
Dining table, 8-persons, dark brown, non-gloss varnish
with 6mm thick glass top or equivalent & chairs with
1 set 2
backrest, KD Tanguile, dark brown, non-gloss varnish or
equivalent
Cupboard, 122cm wide by 32cm deep with 5 shelves and each
2 2
panel doors with locks and keys, painted or equivalent

DPWH A-5
Technical Specification for the Davao City Part A
Bypass Construction Project, Package I-2, Sta. 0+000 to Sta. 12+800 Facilities for the Engineer

Description Unit Quantity


Gas stove with two (2) burners complete with hose,
3 each 2
regulator and LPG tank
Electric flat iron with temperature control and foldable
4 each 2
ironing table with pad
5 Refrigerator, 8.5 cu. ft. each 1
6 Electric Airpot at least 4-liter capacity each 1
7 Hot and cold water dispenser each 1
8 Exhaust fan, window type unit 2
et of kitchenware for atleast 12 persons consisting of the
following: spoons, forks, knives, drinking glass, cups and
saucers, serving plates, placemats, table cloths, rice plates,
9 set 2
ash trays, pitchers, canisters, serving bowls, bolos, dust
pans, waste baskets, kettle, chopping boards, frying pan,
casseroles, knives and others
10 Rechargeable Lantern for emergency use each 4
11 Stand Fan, 16" diameter blade each 2
c) BEDROOM AND BATHROOM
Single Bed, 187 cm long by 90cm wide with 10cm thick
1 each 8
foam rubber mattresses or equivalent
2 Double Deck bed with 10 cm. thick foam rubber mattress each 8
Air Conditioning unit, window type with timer complete
3 with standard accessories 1.0 hp which will operate on unit 2
220V AC

Table A.4: SCHEDULE D - Provision of Laboratory Testing Equipment, Apparatus


and Publications for the Engineer

The Contractor shall provide and maintain the following Testing Laboratory Equipment
and Apparatus for the Engineer. The Contractor shall outsource the testings which are
necessary but cannot be conducted at the laboratories of the Engineer and the Contractor
if instructed so by the Engineer.

SCHEDULE D-1 MECHANICAL SIEVE ANALYSIS OF SOIL AND


ANALYSIS OF FINE AND COURSE AGGREGATE

Sieve Analysis Set, 203 mm dia. 51 mm depth, Brass AASHTO M92

Description Unit Qty


1. 3" 8 di. Brass Sieve each 1
2. 2 ½ 8 dia. Brass Sieve each 1
3. 2" 8 dia. Brass Sieve each 1
4. 1 ½ 8 dia. Brass Sieve each 1
5. 1" 8 dia. Brass Sieve each 1
6. ¾ 8 dia. Brass Sieve each 1
7. ½ 8 dia. Brass Sieve each 1
8. 3/8 8 dia. Brass Sieve each 1
9. #4 8 dia. Brass Sieve each 2
10. #8 8 dia. Brass Sieve each 2
11. #10 8 dia. Brass Sieve each 2
12. #12 8 dia. Brass Sieve each 2

DPWH A-6
Technical Specification for the Davao City Part A
Bypass Construction Project, Package I-2, Sta. 0+000 to Sta. 12+800 Facilities for the Engineer

13. #16 8 dia. Brass Sieve each 2


14. #30 8 dia. Brass Sieve each 2
15. #40 8 dia. Brass Sieve each 2
16. #50 8 dia. Brass Sieve each 2
17. #100 8 dia. Brass Sieve each 2
18. #200 8 dia. Brass Wash Sieve each 5
19. #200 8 dia. Brass Was Sieve, 4" deep for washing each 1
20. Wet Washing Sieve No. 200, 203mm dia. and 102 mm height each 2
21. Brass Pan, 8" diameter x 2" deep each 1
22. Brass Cover with ring each 1
23. Motorized Sieve Shaker for 8" sieve set 1
24. Galvanized Steel Pan, 24" x 24" x 2" each 3
25. Galvanized Steel Pan, 24" x 24" x 4" each 3
26. Volumetric Flask, 500 ml with top each 2
27. Hand operated shaker for 8" diameter sieve each 1
28. Sample Splitter, 1-1/2" opening each 1
29. Mechanical Shaker each 1
30. Sample Splitter, 2-1/2" opening each 1
31. Balance, sensitive to 0.50 gm, 20kg capacity unit 2
with set of weights to accommodate capacity of balance
32. Triple Beam Balance, 2610 grams / 0.10 gr unit 1
33. Volumetric Flask, 500 ml with top each 1
34. Drying Pans – 12” x 12” x 3” each 2
35. Sieve Brushes each 2
36. Hard bristle brushes each 2
37. Paint brush ( assorted sizes ) each 6
38. Micro Poise Balance, Japan model 120gms unit 1
39. Volumetric Flask, 500 ml with top each 1
40. Drying Pans – 12” x 12” x 3” each 2

SCHEDULE D-2 ATTERBERG LIMIT


Description Unit Qty
1. Liquid Limit Set with spatula & grooving tool set 2
2. Graduated Cylinder, 100ml each 2
3. Plastic Limit Set set 1
4. Balance, 0.01 gm. sensitivity, 1.0 kg capacity
with set weights unit 1
5. Moisture cans 150 mm dia. each 2
6. Evaporating Dish, 5" dia (porcelain) each 1
7. Aluminum Moisture Can each 1

SCHEDULE D-3 SHRINKAGE FACTOR TEST


Description Unit Qty
1. Shrinkage Limit Set set 1
Spatula
Shrinkage Disk, 45 mm dia.
Straight Edge, 300mm
Glass Container, 50 mm dia.
Glass Plate, 2 mm x 80 mm dia.
Glass Plate with Prongs
Graduated Cylinder, 25 ml

DPWH A-7
Technical Specification for the Davao City Part A
Bypass Construction Project, Package I-2, Sta. 0+000 to Sta. 12+800 Facilities for the Engineer

SCHEDULE D-4 MOISTURE DENSITY (Compaction Test)


Description Unit Qty
1. Compaction Mold, 4" dia. 1/30 cu,ft. w/ collar & base plate each 2
2. Compaction Rammer, 5.5 lbs. x 12” drop each 2
3. Compaction Mold, 6" dia. 1/13/33 cu.ft. w/ collar & base plate each 2
4. Compaction Rammer, 10 lbs. x 18” drop each 2
5. Steel Straight Edge, 12” x ½ x 1/8” each 1
6. Mixing Trowel, 2.5" x 4.5" blade" each 2
7. Spatula, 8 inches blade each 1
8. Trimming Knife each 1
9. Heavy Duty Solution Balance, 20kg capacity each 1
10. Mixing Pan, 24” x 24” x 3” set 2
11. Graduated Cylinder 1000 ml set 3
12. Graduated Cylinder 500 ml set 3

SCHEDULE D-5 SPECIFIC GRAVITY TEST


Description Unit Qty
a. Specific Gravity Test Set of Soil
1. Analytical Balance; 200 grams capacity, sensitive 0.001 gm each 1
2. Pycnometer Top and Jar each 2
3. Volumetric Flask, 100 ml each 2
4. Thermometer, range 0-100°C graduated, 1°C each 2
5. Conical mold with tamping rod each 2

b. Fine Aggregates Specific Gravity Test Set


1. Balance, capacity 2 kg. sensitivity 0.10 gm with set set 1
of weights
2. Volumetric Flask, 500 ml each 1
3. Conical Mold, Metal with Tamping Rod each 1

c. Course Aggregate Specific Gravity Test Set

1. L.A. Abrasion Machine Model unit 1


2. Balance, capacity 5 kg. sensitivity 0.50 gm with set each 1
of weights
3. Basket, mesh opening 3.35 or 2.86 mm dia., height 20 mm each 1
4. Steel container for wire basket each 2
5. Steel stand with rubber plate covering upper surface each 1

SCHEDULE D-6 SAND EQUIVALENT VALUE


Description Unit Qty
1. Sand Equivalent Base Set composed of: set 1
a. Sand reading indicator
b. Irrigator tube
c. Measuring graduated cylinder
d. Siphon assembly
e. Measuring tin 90ml, 60mm dia.
f. Funnel
g. Bottle, 4liter Enamel Tray, 345mm x 265mm x 60mm

2. Sieve 4.75 (No.4) each 1

DPWH A-8
Technical Specification for the Davao City Part A
Bypass Construction Project, Package I-2, Sta. 0+000 to Sta. 12+800 Facilities for the Engineer

Reagents
a. Anhydrous, Calcium Chloride. 500 gm each 1
b. Glycerin each 1
c. Formaldehyde each 1

SCHEDULE D-7 CALIFORNIA BEARING RATIO (CBR)


Description Unit Qty
1. Multiloader Machine, "Geotest" US, 50 KN capacity, capable set 1
Of testing soil, soil cement and asphalt (Marshall Specimen)
Complete with 50KN and 30KN proving rings, upper platen 2"
travel dial indicator and strain access 7.5" penetration piston, 1"
travel dial indicator holding fixtures. Consist also of special
hardened and ground upper swivel assemble and lower platen,
breaking head and piston for Marshall test

Items included per set:

a) (Hand Operated) with piston, holder and providing ring


50KN unit 1
a) CBR mold, 6" dia. x 7" with collar and base plate each 12
b) Slotted surcharge Weights each 3
c) Annular Surcharge Weight each 3
d) Straight edge each 1
e) Spacer Disk each 2
f) Dial Indicator Reading to 0.025 mm for penetration each 3
g) Tripod attachment each 3
h) Filter Paper, 15 cm, Box of 100 box 2

SCHEDULE D-8 DENSITY OF SOIL IN-PLACE BY SAND CONE METHOD


Description Unit Qty
1. Sand Cone and Jug each 6
2. Replacement Jug Plastic each 2
3. Density Plate each 2
4. Plastic bags, 8” x 14” pcs 15
5. Sampling Spoon each 2
6. Field Can, 1- Gallon each 12
7. Steel Chisel One – Inch width each 1
8. Ball Hammer each 1
9. Sand Scoop each 1
10. Speedy Moisture Tester with Reagents unit 1
11. Heavy Duty Balance, 20 kg. capacity, 1.0 gm sensitivity each 1

SCHEDULE D-9 SPECIFIC GRAVITY AND ABSORPTION TEST


Description Unit Qty
1. Sand absorption Cone and Tamper each 1
2. Triple Beam Balance, 2610 grams/0.10 grams each 1
3. Density Basket each 1
4. Bucket for immersing aggregates each 1

DPWH A-9
Technical Specification for the Davao City Part A
Bypass Construction Project, Package I-2, Sta. 0+000 to Sta. 12+800 Facilities for the Engineer

5. Pycnometer Top and Jar each 1


6. Volumetric Flask, 250 ml each 1
7. Volumetric Flask, 500 ml each 1
8. Tin Pans, Rectangular, 4" x 4" x 16" each 1

SCHEDULE D-10 COMPRESSION STRENGTH OF MOLDED CONCRETE


CYLINDER
Description Unit Qty
1. Compression Machine, (Wizard Basic) 1500KN capacity unit 1
50-C3123 controls with flexural machine
2. Air meter (Pressure Gauge Type) 7-L Capacity unit 1
3. Capping Set for Capping of Specimen each 1

SCHEDULE D-11 MAKING AND CURING CONCRETE COMPRESSION


AND FLEXURAL TEST SPECIMEN IN THE FIELD
Description Unit Qty
1. Mold Cylinder for Compression Test Specimen each 36
2. Mold Beam for Flexural Test each 18
3. Tamping Rod, 16mm dia., 24" long having each each 2
one end hemispherical

SCHEDULE D-12 CONCRETE CORING AND SAW CUTTING


Description Unit Qty
1. Core Drill Machine, 4” & 6” dia. with drill bit each 1
2. 4" dia., Coring bit for asphalt cored sample each 1
3. 6” dia., Coring bit each 1
4. Specimen Cutting Machine each 1
5. Concrete saw cutter machine unit 1

SCHEDULE D-13 SLUMP OF PORTLAND CEMENT CONCRETE


Description Unit Qty
1. Slump Cone w/ Base & Tamping Rod set 2
2. Mixing Pan 24" x 24" x 3" each 2
3. Cement Trowel (Rectangular) each 1
4. Armored Thermometer each 2
5. Yield Bucket, 1/10 cu. Ft each 1
6. Yield Bucket, 1/2 cu. Ft each 1
7. Vicat Apparatus each 1
8. Needle Vicat (Set of) 63-L0028/21 Controls set 1
9. Gilmore Apparatus 63-L0075 Controls each 1
10. Initial and Final Needle 1mm (Set of 6) 63-L0028/21 Controls set 1
11. Initial Needle 1. 13mm Dia. Set of 6 63-L0075 Controls each 1
12. Stainless Steel Final Needle w/ Special foot 63-L0075 each 1
Controls

DPWH A-10
Technical Specification for the Davao City Part A
Bypass Construction Project, Package I-2, Sta. 0+000 to Sta. 12+800 Facilities for the Engineer

SCHEDULE D-14 MISCELLANEOUS EQUIPMENT


Description Unit Qty
1. Laboratory Oven, Double Wall each 1
220V/60cy., 24” x 24” x 34.5”
2. Gas Range, 2 Burners, incl. LPG Tank each 1
3. Graduated Cylinder, 100ml each 1
4. Hot Plate, 12” x 24” x 220V each 1
5. Vertical capping set each 1
6. Stanley Steel Tape, 5m each 1
7. Pipe Wrench, 500mm each 1
8. Trowel, 150mm blade each 1
9. Steel Straight Edge, 300mm long each 1
10. Stainless Steel Mixing Bowl, 5lit. capacity each 2
11. Plastic Buckets each 2
12. Shovel, Long Handled each 2
13. Paint Brush, 2.5cm wide each 6
14. Rubber Mallet, 15cm diameter each 6
15. Scoop, Square Mouth, Cast Aluminum, 76 x 20cm dia. each 3
16. Hard Bristle Broom with handle each 3
17. Speedy Moisture Tester each 1
18. Organic impurities Test Set set 1
19. Sand Equivalent Test Set each 1
20. A.C. Cap 1 cu.m. each 1

SCHEDULE D-15 PUBLICATIONS


Part I AASHTO Specifications, Latest Edition each 2
Part II AASHTO Tests, Latest Edition each 2
ASTM, relevant copies set 2
Annual Book of ASTM Standards: book 1
Volume - Cement, Lime, Gypsum
Volume 4.03 - Roads and paving Materials,
ACI Manual of Concrete Practice (Recopy) book 1

Note:

Since the Engineer’s laboratory will not be ready for the initial six (6) months, the
Contractor may rent and/or use accredited laboratory and/or the laboratory of DPWH
Region XI at the request or approval of the Engineer. Separate payment shall be made
for these initial six (6) months testing and operation.

Table A-5: SCHEDULE E - Provision of Field Office Supplies and Consumables

Description Unit Quantity


a) Office Supplies (to be provided only on the 1st month)
Stapler each 5
Staple Wire Remover each 5
Two (2) Hole Puncher each 3
Tape Dispenser each 2
USB 16GB each 10
Triangle, 30 x 60 x 12” each 5
Triangle, 45 x 45 x 12” each 5

DPWH A-11
Technical Specification for the Davao City Part A
Bypass Construction Project, Package I-2, Sta. 0+000 to Sta. 12+800 Facilities for the Engineer

Description Unit Quantity


Protractor, 360 x 18” dia. each 3
Triangular scale, Metric each 3
Incoming/Outgoing Table Tray each 5
Folder, Long pc. 30
Brown Envelope, Long pc. 30
Fastener box 1
Waste Paper Bin each 5
Pencil Sharpener (table top) each 3
Steel Ruler, 36 inches each 1
Scissors each 3
First Aid Kit each 3
Set of Technical Pen w/ box, 0.1 – 0.2 Set 1
Field Book pc. 10
Record Book (100 leaves) pc. 10
Mechanical Pencil 0.5 mm each 20
T-Square, 90cm long each 1
Heavy Duty Cutter each 2
Broom each 3
Dust Pan each 3
Floor Mop (Set Handle w/ Mophead) each 1
Fire Extinguisher, 10 lbs. each 2
Wall Clock each 2

b) Office Supply (Monthly)


Bond Paper, A4 size ream 1
Bond Paper, Legal size ream 1
Copy Paper, A3 size ream 1
Yellow Pad Paper pad 1
Brown Envelope, Long pc. 20
Brown Envelope, Short pc. 20
Expanding Envelope, Long pc. 20
Letter Envelope, White pc. 20
Folder, Long pc. 50
Fastener box 2
Ink Eraser each 4
Eraser, Staedtler each 6
Mini Correction Roller 6m each 1
Magic Tape, 18 mm, 33 mm roll 1
Masking Tape,18 mm, 33 mm roll 2
Cloth Tape, 1”, 2” & 3” roll 1
Glue stick, 20 grams each 3
Pencil Lead, 0.5mm 2B, HB, F tube 4
Ballpen each 12

DPWH A-12
Technical Specification for the Davao City Part A
Bypass Construction Project, Package I-2, Sta. 0+000 to Sta. 12+800 Facilities for the Engineer

Description Unit Quantity


Sign Pen each 6
Paper Clip, 100pcs per box, 33mm box 1
Staple wire, 5000pcs per box, std size each 2
Cutter blade tube 3
Dry Battery, AA each 8
Colored Pencil, 12’s set 1
Staedtler Pencil (28, HB & F) each 3
Marker (Stabilo) pc 4
Cartridge (Computer printer/ink), colored set 5
Cartridge (Computer printer/ink), black & white each 5
Toner (Laser printer) each 1
Toner (Copy machine) each 1
Memory chips for digital camera each 1
USB 16 GB each 2
CD, Rewritable each 10
Field Book pc. 1

c) Consumable Stores (Monthly)


Toilet Paper roll 24
Insect Spray (Baygon), 350 g. each 2
Toilet Deodorant and Hygienic pc 2
Incandescent Bulb, 60 – 100W each 1
Fluorescent Tube, 20 – 40W each 1
Toilet Soap each 10
Floor Mop Rug each 1
Replenishment of First Aid Kit lot 1
Mineral Water (20 lit) each 90

d) Utilities
Electricity mo. 36
Water mo. 36
Telecommunication mo. 36

Table A-6: SCHEDULE F - Provision of Consumables for Laboratory

Description Unit Quantity


a) Laboratory Supplies (to be provided only on the 1st
month)
Fire Extinguisher, 10 lbs. each 2
b) Laboratory Consumable (monthly)
Sodium Hydroxide Solution bot. 2
Capping Compound box 1
Sodium Sulphate bot. 4
Calcium Carbide Reagent box 1
Sand Equivalent Stock Solution bot. 3

DPWH A-13
Technical Specification for the Davao City Part A
Bypass Construction Project, Package I-2, Sta. 0+000 to Sta. 12+800 Facilities for the Engineer

Description Unit Quantity


Distilled Water gal. 5
Color Standard Chart set 1
Plastic Bags, 8”x 14” 0.00035 substance each 1000
c) Utilities
Electricity mo. 36
Water mo. 36

Table A-7: SCHEDULE G - Provision of Living Quarter Supplies and Consumables

Quantity
Description Unit
a) LIVING QUARTER
1 Polyester pillows, 30cm x 60cm x 15cm pc. 24
2 Pillow cases, 40cm x 80cm pc. 48
3 Bed Sheets, Cotton, 150cm x 200cm each 24
4 Blankets, cotton, 160cm x 200cm each 24
3
7 Fire Extinguisher, 10 lbs. each
b) Consumable Items (36 months)
1 Toilet paper roll 24
2 Insect spray (Baygon) 350g each 2
3 Toilet Deodorant pc. 4
4 Incandescent bulb, 60-100W each 1
5 Fluorescent Tube, 20 – 40 W each 1
6 Toilet Soap each 12
7 Floor mop rug each 1
7 Dust Pan each 1
8 Broom each 1
9 Mineral water each 30
c) Utilities
1 Electricity mo. 36
2 Water mo. 36
3 Telecommunication mo. 36

All tests instructed by the Engineer shall be carried out at an approved independent
testing laboratory. The Contractor shall, if so approved, make all necessary
arrangements for the supply and delivery of samples to, and collection of samples from
such independent laboratory. Unless otherwise specified, the Contractor shall arrange
for one copy of the independent testing laboratory test certificate to be delivered to the
Engineer or its Representative not less than three (3) days before the materials covered
by the relevant test certificate are incorporated into the Works, and the test certificate
shall be related to the materials from which the samples were taken.

DPWH A-14
Technical Specification for the Davao City Part A
Bypass Construction Project, Package I-2, Sta. 0+000 to Sta. 12+800 Facilities for the Engineer

The Engineer shall define from the beginning of the Works, and in accordance with the
specifications, all tests to be performed for each kind of materials and/or works, together
with the corresponding frequencies to be used and amend or change such statement from
time to time during the progress of work if deemed necessary.

A.1.1.2 Operation and Maintenance

The Contractor shall be responsible for the maintenance and protection of all facilities
to be provided during the duration of the Contract including providing adequate stock
of all expendable items, such as light bulbs, light tubes, laboratory equipment and
supplies at all times to ensure proper and continuous functioning of all the Engineer's
facilities. The Contractor shall also repair and/or replace items that become defective or
damaged in any way. Should the Contractor fail to maintain, repair or replace any item
when such is required or fail to supply the materials or things necessary within the time
specified by the Engineer, the Engineer may deal with the matter himself in whatever
manner he considers most appropriate and all cost thereby incurred by the Engineer
shall be recoverable from the Contractor and may be deducted from any payment which
is due or which may become due to the Contractor. In the absence of water supply
system within the area, the Contractor shall construct and install a 3,000.00-liter
capacity pressurized or elevated water tank with well pump or equivalent, to sufficiently
supply the requirements of the Engineer's Facilities. As a stand-by source of electricity,
a power generator of 220-volt, 10,000-watt minimum capacity shall be provided by the
Contractor at the Engineer's Facilities.

All field offices, stores and testing laboratories shall be proficiently guarded at all times,
regularly and properly cleaned, adequately supplied and maintained for the duration of
the Contract. Any portable offices required in the Contract shall be dismantled, moved
and erected from time to time as directed by the Engineer.

A.l.2 Vehicles

The Contractor shall provide within 30 calendar days upon issuance of the Notice to
Proceed (NTP), the vehicles listed in the Contract for the exclusive use of the Engineer.
The vehicles shall be able to transport personnel or equipment, supplies, products and
materials. A provision in the Contract shall be provided that when the project duration
exceeds 24 months, the service vehicles being rented shall be turned over to the
Government after the completion of the project while the operation and maintenance of
the vehicles shall be the responsibility of the Contractor until it is being turned over. For
pure rental, in no instance shall the cumulative rental payment exceed the total cost of
the vehicle.

All vehicles shall comply in all respects with all relevant Philippine national or local
laws statutes and regulations. All vehicles shall carry or be fitted with the accessories as
may be prescribed by laws and have comprehensive insurance. The vehicles on delivery
shall be new and shall be driven by a competent, qualified and experienced driver who
shall be under the direct order of the Engineer.

The Contractor shall maintain the vehicle in good running condition and shall be
supplied with appropriate fuel and lubricants at all times. He shall provide equivalent
substitute vehicles during any period when the specified vehicles are taken out of service
for maintenance, repair Amendment to DPWH Standard Specification for Part A -
Facilities for the Engineer Page 3 of 9 or any other reason. Unless otherwise specified,
the vehicle shall at the end of the Contract become the property of the Government.

At the end of the paragraph of this Sub-section, add the following:

DPWH A-15
Technical Specification for the Davao City Part A
Bypass Construction Project, Package I-2, Sta. 0+000 to Sta. 12+800 Facilities for the Engineer

The vehicle shall be of latest model or as specified in the contract, with factory-installed
air conditioner and car accessories accepted and approved by the Engineer.

In case the new vehicles for the Engineer and his staff are not provided within thirty
(30) days, the Contractor shall extend the above rental vehicle at his own cost until the
new vehicles are supplied and used.

The vehicle shall be driven by a competent, qualified and experienced driver recruited
and paid for by the Contractor, including overtime payments and the like. All such
drivers shall be under the direct full-time control of the Engineer.

All drivers shall be:

 Properly licensed, with demonstrable previous experience in driving in and under


conditions prevailing on a major civil engineering construction site; able to read
and write; available to work any hour on any day of the week; have the requisite
flexibility to meet demands for their services at any time by the Engineer for any
purpose under the Contract.

The Contractor shall manage and monitor the performance of drivers to ensure the
provision and maintenance of drivers with a high level of skill and a demonstrated
ability to drive efficiently and safely. Drivers not meeting these criteria shall be
promptly replaced by the Contractor and/or when so directed by the Engineer.

A.1.2.1 Pickup Type Service Vehicle

The pickup shall be a four-wheel compact truck with a low sided open cargo hauler, and
a passenger cab (regular/single or extended/crew cab type) accommodating up to six (6)
passengers including the driver seat on split and/or bench seats with two (2) or four (4)
side doors. The pickup shall be able to carry both passengers and cargoes. The engine
displacement shall not exceed 2,500 cc for gasoline and 3,000 cc for diesel and/or shall
not have an engine exceeding four (4) cylinders.

At the end of the paragraph of this Sub-section, add the following:

The Contractor shall rent, operate and maintain the 4WD vehicles (double cabin pick-
up) with drivers for the Engineer’s use for initial thirty (30) calendar months at the
Contractor’s expense.

The Contractor shall provide and deliver to the site, within thirty (30) calendar days
after the commencement of the Works, the following vehicles, of numbers indicated in
the BOQ:

For the exclusive use of the Engineer and his staff:

a) Brand new, 4x4 Pick-up Type Service Vehicle, Double Crew 2500cc displacement
diesel powered, air-conditioned as approved by the Employer’s representative
including operation and maintenance.

A.1.2.2 Passenger Van

The van shall be a large four-wheel enclosed vehicle intended for conveying passengers
having four (4) doors (two side doors for the driver and front passenger, a passenger
side sliding door and a tailgate). The van shall accommodate 8 to 15 passengers
including the driver. The rear area shall be expandable for the equipment, supplies,

DPWH A-16
Technical Specification for the Davao City Part A
Bypass Construction Project, Package I-2, Sta. 0+000 to Sta. 12+800 Facilities for the Engineer

products, materials, etc. The engine displacement shall not exceed 2,500 cc for gasoline
and 3,000 cc for diesel and/or shall not have an engine exceeding four (4) cylinders.

At the end of the paragraph of this Sub-section, add the following:

The Contractor shall rent, operate and maintain the Van Type Service Vehicle (12-
Seater) with drivers for the Engineer’s use for initial thirty (30) calendar months at the
Contractor’s expense.

The Contractor shall provide and deliver to the site, within thirty (30) calendar days
after the commencement of the Works, the following vehicles, of numbers indicated in
the BOQ:

For the exclusive use of the Engineer and his staff:

a) Brand new Van Type Service Vehicle (12-Seater), diesel with engine displacement
of 2500cc, air conditioned on rental basis as approved by the Engineer including
operation and maintenance.

A.1.2.3 Not used

A.1.2.4 Not used

A.1.2.5 Not used

A.1.2.6 Not used

A.1.3 Assistance to the Engineer

The Contractor shall at all times during the duration of the Contract provide for the use
of the Engineer all equipment, instruments and apparatus, all information and records.
Such equipment, instruments and apparatus shall include those listed in the Contract.

The Contractor shall provide qualified and experienced office, survey and laboratory
staff/personnel for the assistance to the Engineer. The personnel/staff so appointed by
the Contractor to manage the office, survey and laboratory shall be well experienced in
the type of work to be undertaken and shall be subject to the approval and direct
supervision of the Engineer. They shall work full time and shall be responsible to the
Engineer for all works carried out. The Contractor, if requested by the Engineer, shall
immediately replace assigned personnel/staff for reasons arising from misconduct
and/or unsatisfactory performance.

At the end of the 2nd paragraph of this Sub-section, add the following:

The surveying instruments, equipment and apparatus shall be brand new, of the latest
design and manufactured by a reputable manufacturer acceptable to the Employer’s
Representative.

The Contractor shall submit to the Employer’s Representative for approval the proposed
manufacturer, type and models with parts performance catalogues and manufacturer’s
warranty prior to purchase of the instruments. The equipment shall be turned-over to
the DPWH after the completion of the project.

Table A-8: SCHEDULE H – Provide Personnel for the Assistance to the Engineer

DPWH A-17
Technical Specification for the Davao City Part A
Bypass Construction Project, Package I-2, Sta. 0+000 to Sta. 12+800 Facilities for the Engineer

The Contractor shall provide/assign the following competent, qualified and experienced
personnel for the Assistance to the Engineer. The Contractor shall submit CVs for
AutoCAD operators, laboratory technicians and instrument men for prior approval of
the Engineer. These staff are subject to a trial period of one (1) month and may require
replacement in case of insufficient capability required for the Engineer’s work.

Table A-8: SCHEDULE H – Provide Personnel for the Assistance to the Engineer

Description Unit Quantity


Field Office Personnel
CAD Operator (Auto CAD LT capable) no. 2
Secretary no. 1
Clerk/Encoder no. 2
Utilityman no. 2
Security Guard no. 2

Laboratory Personnel
Laboratory Technician no. 2
Laboratory Aides no. 2
Clerk/Encoder no. 1
Utilityman no. 1

Survey Personnel
Instrument man (Licensed Surveyor) no. 3
Level man no. 3
Survey Aide no. 6

The personnel provision under this item shall be under the direct supervision of the
Engineer to assist in all his works. The Contractor shall provide his separate teams to
conduct his own operations. The quantities for the provision of Assistance for the
Engineer shall be on a Monthly Basis.

Table A-9: SCHEDULE I – Provide Survey Instruments/Equipment for the Engineer


and his staff

Description Unit Quantity

Electronic Total Station, complete set (with tripod, 2 set 1


prism), 30x telescope magnification with 2x plug-in
camcorder NIMH GEB 111, GKL 111 charger, RS232
interface cable for data transfer, GDF 111 Tribrach, laser
plummet incorporation
Automatic Level complete with tripod 3x magnification, set 1
+/-0.80mm standard deviation, erect image telescope,
0.50m shortest focusing distance, with built-in
compensator of less than 0.30” setting accuracy, fully
waterproof and dust resistant with a horizontal circle that
can be in grads or degrees and aluminum tripod.

DPWH A-18
Technical Specification for the Davao City Part A
Bypass Construction Project, Package I-2, Sta. 0+000 to Sta. 12+800 Facilities for the Engineer

Description Unit Quantity

2 pcs - Leveling rod (5m long) aluminum


1 pc. – Light Duty Tripod (Aluminum)
Provision of Unmanned Aerial Vehicle/System
set 1
(UAV/UAS/RPA) - Multirotor Camera Drone
50m Fiber glass Tape each 2
7.5 m Pocket Tape each 2
Survey Umbrellas each 2
Range Pole pc. 4

This item shall also include the required periodic maintenance of provided survey
instruments.

The quantities for the provision of survey equipment shall be on a Lump Sum Basis.
The unit of measurement and payment is Lump Sum.

All survey instruments/equipment provided under this item as “Assistance to the


Engineer” shall be brand new and become the property of the Government upon
completion of the Contract.

A.1.4 Progress Reports

A.1.4.1 Progress Photographs

This Sub-Section A.1.4 is modified and supplemented as follows:

The Contractor shall provide a photographic record of the construction work. Such
photographs shall be taken before, during and after construction on the same angle of
reference and as directed the Engineer or under the following occasions or events:

1) When a portion of the work is difficult or impossible to inspect at the same time of
a particularoperation, where a portion will be covered by backfill, or filling materials
after completion and acceptance of the work by the Engineer.

2) When or where special or unsual features of the work or talent conditions on the site
are present.

When taking photographs, the Contractor is required to observe that:

1) An indicator, such as scale, pole or similar item shall be placed thereon to signify or
illustrate the relative dimensions of the picture.

2) Each picture shall be captioned and identified as to date, location, description of the
work in progress or completed operation or activity or presence of unsual features.

3) Each picture shall be properly referenced, and with same angle as it was taken
before, during and after construction.

All photographs shall be submitted at intervals of not less than one (1) month or as
required, taken selectively by the Engineer, which represents the progress of the works.

DPWH A-19
Technical Specification for the Davao City Part A
Bypass Construction Project, Package I-2, Sta. 0+000 to Sta. 12+800 Facilities for the Engineer

The Photographs selected by the Engineer, with copies furnished by the Contractor,
shall be compiled in albums per month with electronic files on jpeg file type and shall
be arranged in consecutive order. Each album shall show the date or month, name of the
Project on the cover and shall contain a location map of the construction site.

All photographs retained by the Engineer shall become the property of the Employer. A
set of photographs shall consist of three (3) proof prints and three (3) CDs containing
the electrical files.

The unit of measurement is per Month.

A.1.4.2 Not used

A.1.5 Communication Facility/ Equipment

The Contractor shall for the exclusive use of the Engineer within fifteen (15)
calendar days upon Commencement of the Works and maintain for the duration
of the project the following communication equipment per project office:

a) Eight (8) units Mobile Phone or equivalent (all open line) including chargers
(and car outlet car); and

b) Telephone line with internet and wifi connection (PLDT or equivalent

Failure on the part of the Contractor to provide such equipment within the
stipulated time, the Engineer shall be entitled to take such actions as he may
deemed necessary, and charge all relevant expenses to the Contractor by
deducting the amount from the Contractor’s monthly billing.

Communication facilities shall be returned to the Contractor and become the


properties of the Contractor after the completion of the Project.

A.2 Measurement and Payment

Payment as accordingly provided in the Bill of Quantities (BOQ) shall be made under:

Pay Item Unit of


Description
Number Measurement
A.1.1 Offices and Laboratory for the Engineer
Construction of Combined Field Office,
A.1.1 (1) Laboratory Building and Living Quarters for the Lump Sum
Engineer
Provision of Field Office for the Engineer (Rental
A.1.1 (8) Month
Basis)
Provision of the Engineer’s Laboratory (Rental
A.1.1 (9) Month
Basis)
Provision of Living Quarters for the Engineer
A.1.1 (10) Month
(Rental Basis)

DPWH A-20
Technical Specification for the Davao City Part A
Bypass Construction Project, Package I-2, Sta. 0+000 to Sta. 12+800 Facilities for the Engineer

Pay Item Unit of


Description
Number Measurement
Provisions of Furniture, Fixtures, Equipment and
A.1.1(11) Lump Sum
Appliances for the Field Office for the Engineer
Provision of Furniture/Fixtures, Equipment &
A.1.1(12) Appliances for the Laboratory Building Lump Sum
for the Engineer
Provision of Furniture/Fixtures, Equipment and
A.1.1(13) Appliances for the Living Quarters Lump Sum
for the Engineer
Provision of Laboratory Testing Equipment,
A.1.1(14) Lump Sum
Apparatus and Publications for the Engineer
Operation & Maintenance of Field Office
A.1.1(16) Month
for the Engineer
Operation & Maintenance of Laboratory Building
A.1.1(17) Month
for the Engineer
Operation & Maintenance of Living Quarters
A.1.1(18) Month
for the Engineer
A.1.2 Vehicles for the Engineer
Provision of 4 x 4 Pick-Up Type Service Vehicle
A.1.2(1) Unit
for the Engineer
Operation & Maintenance of 4 x 4 Pick-Up Type Vehicle-
A.1.2(5)
Service Vehicle for the Engineer Month
Provision of Van Type Service Vehicle
A.1.2(7) Unit
(12-Seater)
Operation & Maintenance of Van Type Service Vehicle-
A.1.2(9)
Vehicle (12-Seater) Month
A.1.3 Assistance to the Engineer
Provision of Field Office Staff for the Assistance
A.1.3(1) Month
to the Engineer
Provision of Survey Equipment for the Assistance
A.1.3(2) Lump Sum
to the Engineer
Provision of Survey Personnel for the Assistance
A.1.3(3) Month
to the Engineer
Provision of Laboratory Personnel for the
A.1.3(4) Month
Assistance to the Engineer
A.1.4 Photographs
A.1.4 (1) Provision of Progress Photographs Month
A.1.5 Communication Facility
Provision of Communication Facility for the
A.1.5 (1) Lump Sum
Engineer
Operation and Maintenance of Communication
A.1.5 (2) Month
Facility for the Engineer

DPWH A-21
Technical Specification for the Davao City Part B
Bypass Construction Project, Package I-2, Sta. 0+000 to Sta. 12+800 Other General Requirements

PART B - OTHER GENERAL REQUIREMENTS


The text under Part B of the General Specifications is modified to read as follows:

B.3 PERMITS AND CLEARANCES

B.3.1 General Requirements

The concerned DPWH implementing office (central, regional, district, project


management office) shall be responsible for securing all necessary permits and
clearances related to the project, which shall include but not limited to building permits,
occupancy permit, excavation permit, locational clearances and environmental
compliance certificate, etc. Contractors All Risk Insurance & Third Party Liability and
Workman’s Compensation Insurance (CARI), and other insurances required by the
Local Government Unit (LGU) among others, including payment of assessed fees as
may be required by the LGU and/or Regulating Agencies before the implementation of
the project. However, for projects implemented by DPWH but owned by other agencies,
the owner shall secure all the necessary permits and clearances.

At the end of the Paragraph of this Subsection, add the following:

This item includes taxes, permits and clearances which might be paid by the Contractor
and reimbursed by the Employer or other GOP agencies, except the following taxes
included in unit prices:

 VAT,
 Import Duties and taxes,
 Corporate income tax, and
 Personal income taxes on Japanese employees.

B.3.2 Method of Measurement

Permits and Clearances shall be measured by Lump sum.

B.3.3 Basis of Payment

The accepted quantities, measured as provided in Section B.3.2, Method of


Measurement, shall be paid for at the Contract Unit Price of the Pay Item listed below
that is included in the Bill of Quantities. The unit price shall cover full compensation
for all related services necessary to complete the Item.

Payment will be made under:

Pay Item Unit of


Description
Number Measurement
B.3 Permits and Clearances PS

B.4 Construction Survey and Staking

B.4.1 Description

This item shall consist of furnishing the necessary equipment and material to survey,
stake, calculate, and record data for the control of work in accordance with this

DPWH B-1
Technical Specification for the Davao City Part B
Bypass Construction Project, Package I-2, Sta. 0+000 to Sta. 12+800 Other General Requirements

Specification and in conformity with the lines, grades and dimensions shown on the
Plans or as established by the Engineer.

B.4.2 Construction Requirements

B.4.2.1 General

Staking activities shall be included in the construction schedule to be submitted by the


Contractor. Dates and sequence of each staking activity shall be included.

The Engineer shall set initial reference lines, horizontal and vertical control points, and
shall furnish the data for use in establishing control for the completion of each element
of the work. Data relating to horizontal and vertical alignments, theoretical slope stake
catch points, and other design data shall be furnished.

The Contractor shall be responsible for the true settling of the works or improvements
and for correctness of positions, levels, dimensions and alignment of all parts of the
works. He shall provide all necessary instruments, appliances, materials and supplies,
and labor in connection therewith. The Contractor shall provide a survey crew
supervisor at the project site whenever surveying/staking activity is in progress.

Prior to construction, the Engineer shall be notified of any missing initial reference lines,
controls, points, or stakes. The Engineer shall re-establish missing initial reference lines,
controls, points, or stakes.

The Contractor for convenient use of Government-furnished data shall perform


additional calculations. Immediate notification of apparent errors in the initial staking
or in the furnished data shall be provided.

All initial reference and control points shall be preserved. At the start of construction,
all destroyed or disturbed initial reference or control points necessary to the work shall
be replaced.

Before surveying and staking, the Contractor shall discuss and coordinate the following
with the Engineer:

1. Surveying and staking methods


2. Stake marking/concrete monuments
3. Grade control for courses of material
4. Referencing
5. Structure control
6. Any other procedures and controls necessary for the work

The Contractor shall prepare field notes in an approved format. All field notes and
supporting documentation shall become the property of the government upon
completion of the work. Construction work shall only be started after staking for the
affected work is accepted.

The construction survey and staking work may be spot-checked by the Engineer for
accuracy, and unacceptable portions of work may be rejected. Rejected work shall be
resurveyed, and work that is not within the tolerances specified in the Plans shall be
corrected. Acceptance of the construction staking shall not relieve the Contractor of
responsibility for correcting errors discovered during the work and for bearing all

DPWH B-2
Technical Specification for the Davao City Part B
Bypass Construction Project, Package I-2, Sta. 0+000 to Sta. 12+800 Other General Requirements

additional costs associated with the error, unless such error is based on incorrect data
supplied in writing by the Engineer, in which case, the expense in rectifying the same
shall be at the expense of the Government.

In the case of “change” or “changed conditions” which involve any change in stakeout,
the Contractor shall coordinate with the Engineer and facilitate the prompt
reestablishment of the field control for the altered or adjusted work.

All flagging, lath, stakes, and other staking materials shall be removed and disposed
after the project is completed.

B.4.2.2 Equipment

Survey instruments and supporting equipment capable of achieving the specified


tolerances shall be furnished.

Acceptable tools, supplies, and stakes of the type and quality normally used in highway
survey work and suitable for the intended use shall be furnished. Stakes and hubs of
sufficient length to provide a solid set in the ground with sufficient surface area above
ground for necessary legible markings shall also be furnished.

B.4.2.3 Survey and Staking Requirements

All survey, staking, recording of data, and calculations necessary to construct the project
from the initial layout to final completion shall be performed. Stakes shall be reset as
many times as necessary to construct the work.

At the end of the paragraph of the Sub-Section B.4.2.3.10, Borrow and Waste Sites,
add the following:

The Engineer will designate disposal area/waste sites. The Contractor shall conduct
topographic survey for these waste sites for layout and planning of waste material
embankments. The Contractor may propose other waste sites based on his earthwork
and hauling plan for approval of the Engineer.

At the end of the paragraph of the Sub-Section B.4.2.3.12, Miscellaneous Survey and
Staking, add the following:

m. Disposal area survey (topographic survey)

B.4.3 Method of Measurement

At the end of the paragraph of the Sub-Section B.4.3, add the following:

The survey including centerline establishments for the main road and access roads, cross
sections for main road and access road, topographic survey, etc. shall be measured as
part of miscellaneous survey and staking on “lump-sum” basis.

B.4.4 Basis of Payment

Before the 4th paragraph of this Sub-Section, insert the following:

Other related survey shall be paid under Pay Item B.4(10). Disposal area survey shall
be included in Pay Item B.4(10).

Payment will be made under:

DPWH B-3
Technical Specification for the Davao City Part B
Bypass Construction Project, Package I-2, Sta. 0+000 to Sta. 12+800 Other General Requirements

Pay Item Description Unit of


No. Measurement
B.4(1) Construction survey and staking Kilometer
B.4(5) Bridge Survey and staking Lump Sum
B.4(10) Miscellaneous survey and staking Lump Sum

SPECIAL PROVISION AND SUPPLEMENTAL SPECIFICATION FOR


SECTION PART B – FOR OTHER REQUIREMENTS:

Additional Work Items under Part B of the DPWH Standard Specification based on
D.O. No. 143, Series of 2017 Pay Item on the following subsection from B.5 to B.20.

B.5 PROJECT BILLBOARD/SIGNBOARD

B.5.1 General Requirements

The Contractor shall install two (2) Project Billboards, one near the start point and the
other near the end point of the Project, measuring 1,220 mm x 2,400 mm (4ft x 8ft)
using 12.50 mm (1/2 inch) marine plywood or tarpaulin posted on 5mm (3/16 inch)
marine plywood, in front of the Project site. Project Billboard shall be installed for
government information projects to inform the public of the implementation of the
project and to advise the road users of the on-going construction.

The Contractor shall also install two (2) Project Billboards, one near the start point and
the other near the end point of the Project, per COA Circular No 2013-004.

Upon completion of the work, all signs installed shall be removed from the site.

B.5.2 Methods of Measurement and Payment

All expenses incurred in the furnishing/installation/illumination of the signs will be paid


for each billboard installed.

Payment will be made under:

Pay Item Unit of


Description
Number Measurement
B.5 Project Billboard / Signboard Each

B.7 OCCUPATIONAL SAFETY AND HEALTH PROGRAM

B.7.1 Construction Health and Safety Plan

Prior to the Commencement of Works and mobilization, the Contractor shall submit to
the Engineer, the Construction Safety and Health Program (CSHP) he proposes to
implement for the Project in accordance with Department Order No. 13, Series of 1998,
of the Department of Labor and Employment (DOLE). The proposed CSHP shall be
approved by DPWH for implementation, subject to the concurrence of DOLE-BWC,
and which shall be fully implemented during the construction per DPWH Department
Order No. 56, Series of 2005. No Interim Payment shall be made to the Contractor
unless an approved CSHP has been in-place and good for implementation.

DPWH B-4
Technical Specification for the Davao City Part B
Bypass Construction Project, Package I-2, Sta. 0+000 to Sta. 12+800 Other General Requirements

B.7.2 Construction Safety and Health Program (CSHP)

Section 5 of the DOLE D.O NO. 13 provide that every construction project shall have
a suitable Construction Safety and Health Program (CSHP).

The Contractor’s proposed CSHP shall be in accordance with DOLE D.O. NO. 13,
series of 1998 and its Procedural Guidelines submitted during the bidding process
approved by the DPWH authority, concurred by DOLE-BWC.

The required Construction Safety and Health Program (CSHP) for specific project shall
include but not limited to the following:

1. Composition of the Safety and Health personnel responsible for the proper
implementation of CSHP;

2. Specific safety policies which shall be undertaken in the construction site,


including frequency of and persons responsible for conducting toolbox and gang
meetings;

3. Penalties and sanctions for violations of the Construction Safety and Health
Program;

4. Frequency, content and persons responsible for orienting, instructing and training
all workers at the site with regard to the Construction Safety and Health Program
which they operate; and

5. The manner of disposing waste arising from the construction.

Section 13 of DOLE D.O. No. 13 requires that the Contractor shall provide continuing
construction safety and health training to all technical personnel under his employ.

B.7.3 Construction Safety and Health Personnel

To ensure that the Construction Safety and Health Program are observed and
implemented at the start of and during construction, each site shall have an established
construction safety and health organization composed of the following personnel:

1. Project Manager/Project Engineer

The Contractor must provide for a full time Project Manager/Project Engineer, who
is tasked to observe, monitor and supervise if the enforcement of CSHP was being
followed strictly and correctly.

2. Safety Engineer/Officer

The General Contractor must provide for a full time Officer, who shall be assigned
as the General Construction Safety and Health Officer to oversee full time the
overall management of the Construction Safety and Health Program”. Furthermore,
deployment of part-time or full-time safety man depending on the number of
workers shall be complied in accordance with Rule 1033 of the OSHS and
applicable provisions under Section 7.0, Safety Personnel of DOLE D.O. 13, Series
of 1998.

3. Health Personnel

DPWH B-5
Technical Specification for the Davao City Part B
Bypass Construction Project, Package I-2, Sta. 0+000 to Sta. 12+800 Other General Requirements

The Contractor’s health personnel may be full time or part time certified first-aider,
registered nurse, physician and dentist depending on the total number of workers
conforms with Section 8.0, Emergency Occupational Health Personnel and
Facilities or DOLE D.O. 13, Series of 1998.

4. Safety Practitioner

The Contractor must provide a full time or part time Safety Practitioner, who shall
initiate and supervise safety and health training for employees.

B.7.4 Supervision, Control and Monitoring

Overall supervision, control and monitoring of the implementation of CSHP for projects
undertaken by administration/contracts shall be under the implementing office.

B.7.5 Construction Safety and Health Training

The basic Construction Safety and Health training (COSH) shall be a 40 hrs. training
course as prescribed by the DOLE-Bureau of Working Conditions (BWC). All safety
personnel involved in a construction project shall be required to complete such basic
training course.

The Contractor shall provide continuing construction safety and health training to all
technical personnel under his organization. Continuing training shall be a minimum of
16 h per year for every full-time safety personnel.

B.7.6 Construction Safety and Health Reports

The Contractor shall be required to submit a monthly construction safety and health
report to the Department of Labor and Employment (DOLE) Regional Office
concerned. The report shall include a monthly summary of all safety and health
committee meeting agreements, a summary of all accident investigations/reports and
periodic hazards assessment with the corresponding remedial measures/action for each
hazard.

In case of any dangerous occurrence or major accident resulting in death or permanent


total disability, the concerned employer shall initially notify the DOLE Regional Office
within 24 hours from occurrence. After the conduct of investigation by the concerned
construction safety and health officer, the employer shall report all permanent total
disabilities to DOLE Regional Office on or before the 20th of the month following the
date of occurrence of accident using the DOLE Employer’s Work Accident Illness
Report.

B.7.7 Personnel Protective Equipment (PPE) and Devices

The Contractor shall furnish his workers with protective equipment for eyes, face, hands
and feet, lifeline, safety belt/harness, protective shields and barriers whenever necessary
by reason of the hazardous work process or environment, chemical or radiological or
other mechanical irritants of hazards capable of causing injury or impairment in the
function of any part of the body through absorption, inhalation or physical agent.

All PPE and Devices shall be in accordance with the requirements of the Occupation
Safety and Health Standards (OSHS) and should pass the test conducted and/or
standards set by the Occupational Safety and Health Center (OSHC).

DPWH B-6
Technical Specification for the Davao City Part B
Bypass Construction Project, Package I-2, Sta. 0+000 to Sta. 12+800 Other General Requirements

For General Construction Work, the required basic PPEs for all workers shall be safety
helmet, safety gloves and safety shoes. Specialty PPEs shall be provided to workers in
addition to or in lieu of the corresponding basic PPE as the work or activity requires.
Workers within the construction project site shall be required to wear the necessary PPE
at all times. Moreover, all other persons who are either authorized or allowed to be at a
construction site shall also wear appropriate PPEs.

Construction workers who are working from unguarded surfaces 6 m or more above
water or ground, temporary or permanent floor platform, scaffold or where they are
exposed to the possibility of falls hazardous to life or limb, must be provided with safety
harnesses and life lines.

B.7.8 Signages and Barricades

Construction Safety Signages and Barricades shall be provided as a precaution and to


advice the workers and the general public of the hazards existing in the worksite.
Signages shall be posted in prominent positions at strategic location and as far as
practicable, be in the language understandable to most of the workers employed. For
road projects, it shall be in accordance with the DPWH Road Works Safety Manual.

B.7.9 Facilities

The Contractor shall provide the following welfare facilities in order to ensure humane
working conditions:

1. Adequate supply of safe drinking water;

2. Adequate sanitary and washing facilities;

3. Suitable living accommodation of workers; and

4. Separate sanitary, washing and sleeping facilities for men and women workers.

The services of a full-time registered nurse, a full-time physician, a dentist and an


infirmary or emergency hospital with one (1) bed capacity when the number of
employees exceed three hundred (300). In addition, there should be one (1) bed capacity
for every one hundred (100) employees in excess of three hundred (300).

B.7.10 Costing

The cost for the implementation of construction safety and health shall be integrated to
the overall project cost under the prescribed pay item. In consideration of the cost
involved of providing the necessary safety equipment and manpower for an effective
implementation of safety in the workplace, the following shall be used as a guide:

1. Personal Protective Equipment (PPE)

The PPEs shall be provided by the Contractor, and its cost shall be duly quantified
and made part of the overall cost of Item B.7, Occupational Safety and Health. The
use of PPEs shall conform to Section B.7.7 Personal Protective Equipment and
Devices.

2. Clinical Materials and Equipment

DPWH B-7
Technical Specification for the Davao City Part B
Bypass Construction Project, Package I-2, Sta. 0+000 to Sta. 12+800 Other General Requirements

Clinical material and equipment such as medicines, beds and linens, other related
accessories shall be to the account of the Contractors implementing the project and
shall be in accordance with the Rule 1960, Occupational Health Services of OSHS.

3. Signages and Barricades

The quantities and cost of signages and barricades necessary for a specific item of
work shall be quantified and made part of that particular pay item of work. For
general signages and barricades not included in specific pay item of work but
necessary for promoting safety in and around the construction site, the quantities
and cost shall be a separate pay item and included in the overall cost of Item B.7,
Occupational Safety and Health.

4. Facilities

Facilities such as portable toilets, waste disposal, sanitary and washing facilities,
convenient dwelling and office, adequate lighting, and other facilities related to
construction safety and health shall be in accordance with OSH Standards and
previously approved guidelines of the Department and shall be quantified and the
cost thereof be made a separate pay item under "Facilities for the Engineers" and
"Other General Requirements" as required in the DPWH Standard Specifications.

5. Salaries

Labor cost for the medical and safety personnel actually assigned in the field shall
be included in the overall cost of Item B.7, Occupational Safety and Health.
Manpower cost shall be established based on the cost of labor in the area. Duration
of employment shall be based on project duration of the particular project.

6. Safety and Health Training

Cost associated for the provision of basic and continuing construction safety and
health training to all safety and technical personnel shall be made part of the
indirect/overhead cost of the project.

B.7.11 Safety on Construction during Heavy Equipment Operation

In relation to heavy equipment operation in all construction sites, the following are
required in the different phases of the project.

1. Pre-Construction

The Contractor must ensure that appropriate certification is obtained from DOLE
duly accredited organizations for the following:

All heavy equipment operators assigned at the project site must be tested and
certified in accordance with a standard trade test prescribed by Technical Education
and Skills Development Authority (TESDA) in coordination with its accredited
organization.

All heavy equipment must be tested and certified in accordance with the standards
prepared by DOLE or its recognized organization prior to commissioning of said
equipment.

DPWH B-8
Technical Specification for the Davao City Part B
Bypass Construction Project, Package I-2, Sta. 0+000 to Sta. 12+800 Other General Requirements

2. During Construction

The Contractor must ensure that the following conditions are met or complied with:

For mobilization or transport of heavy equipment, load restrictions, height and


width clearances as imposed by Department for all roads and bridges to be utilized
during transport. Moreover, only duly certified operators are allowed to load and
unload heavy equipment to low-bed trailer.

During erection and set-up of heavy equipment, existing hazards must be avoided.
Standard checklist of steps and procedures must be observed. List of necessary
equipment, tools and materials must be available and properly utilized.

In the interest of accident prevention, duly certified mechanics and operators shall
conduct daily routine inspection of all heavy equipment deployed at the site in
accordance with standards set by TESDA in coordination with the Association of
Construction Equipment Lessors (ASCEL, Inc.). During routine inspection all
equipment which do not comply with the minimum safety standards for equipment
certification shall be immediately removed from the work site for restoration or
repair until they meet said standards or requirements. The Contractor and the
equipment owner shall maintain a separate logbook for data on maintenance,
repair, tests and inspections for each heavy equipment. Such logbook shall be used
as a necessary reference during the conduct of equipment inspection.

3. Post Operation and Post Construction

The procedures for dismantling and demobilization of heavy equipment shall


follow the same requirements as listed under provisions of mobilization or
transport of heavy equipment and erection and set-up of heavy equipment.

B.7.12 Violations and Penalties

The Contractor if found violating safety rules and regulations shall be meted sanctions
depending on the gravity of offense. The amount corresponding to non-compliance shall
be deducted from the contractor’s billing.

B.7.13 Method of Measurement

Occupational safety and health program shall be made by “month”, and/or as indicated
below in the Bill of Quantities. Such payment shall constitute full compensation for all
materials, labor, equipment, tools and incidental to the completion of the work.

B.7.14 Basis of Payment

The accepted quantities, measured as prescribed in Section B.7.13, Method of


Measurement shall be paid for at the Contract Unit Price or for the pay item listed below
that is included in the Bill of Quantities. Such payment shall be full compensation for
furnishing, maintaining and ensuring against loss of the equipment/tools.

Payment shall be made under:

Pay Item Unit of


Description
Number Measurement
B.7(1) Occupational Safety and Health Program Month

DPWH B-9
Technical Specification for the Davao City Part B
Bypass Construction Project, Package I-2, Sta. 0+000 to Sta. 12+800 Other General Requirements

In case that the performance of Contractor is not satisfactory or insufficient, the


Engineer may pay partial of unit price based on its evaluation.

B.8 TRAFFIC MANAGEMENT

B.8.1 Description

This work consists of traffic control devices (all signs, signals, markings, and other
devices used to regulate, warn or guide traffic) which control and protect public traffic
adjacent to and within the project.

It shall conform to the applicable requirements of DPWH Manuals (Part 1: Road Safety
Design Manual and Part 2: Road Signs and Pavement Markings Manual) and Manual
on Uniform Traffic Control Devices for Streets and Highways (MUTCD).

B.8.2 Construction Requirements

B.8.2.1 Accommodating Traffic during Work

Traffic shall be accommodated in accordance with the MUTCD, contract traffic control
plan, and this section. An alternate traffic control plan may be submitted for approval to
the Engineer. Alternate traffic control plans shall be submitted at least 30 days before
intended use.

Work should be performed in a manner that ensures the safety and convenience of the
public and protects the residents and property adjacent to the project. Accommodate
public traffic on roads adjacent to and within the project until the project is accepted.

B.8.2.2 Maintaining Roadways during Work

Maintain roadways as follows:

1. Construct and remove diversion roads and bridges as required by the traffic control
plan;

2. Maintain intersections with trails, roads, streets, businesses, parking lots,


residences, garages, farms, and other features;

3. Maintain a dust-free carriageway such that visibility and air quality are not affected
and a hazardous condition is not created;

4. Remove accumulations of soil and other material from the carriageway;

5. Do not allow water to pond on the carriageway; and

6. Maintain the roadway, detours, and diversions in a safe and acceptable condition.

B.8.2.3 Maintaining Roadways during non-Work Periods

The Contractor shall maintain roadways and traffic control for public traffic during
periods when work is not in progress.

B.8.2.4 Limitations on Construction Operations

When the roadway is open to public traffic, restrict operations as follows:

DPWH B-10
Technical Specification for the Davao City Part B
Bypass Construction Project, Package I-2, Sta. 0+000 to Sta. 12+800 Other General Requirements

1. Operate equipment in the direction of traffic, where practical;

2. For shoulder drop-offs of 75 mm or less, provide "Low Shoulder" warning signs.


For shoulder drop-offs in excess of 75 mm provide a 1V:3H fillet with "Shoulder
Drop-Off" warning signs. Complete the construction of shoulders adjacent to
traffic lanes to the same elevation within 14 days;

3. Provide minimum lane widths of 3 m. Use barricades, drums, or other acceptable


devices to delineate traffic lanes through areas where the edge of pavement or
intended path has been obliterated by construction operations;

4. Locate staging areas at least 9 m from the carriageway or behind acceptable traffic
barriers. Obtain approval of the location and access to staging areas. Store unused
traffic control devices at staging areas;

5. Park equipment at least 9 m from the carriageway or behind acceptable traffic


barriers;

6. Provide parking areas for employee’s personal vehicles in approved areas;

7. Provide uninterrupted two-way communications between flaggers and between


flaggers and pilot cars unless flaggers are able to see each other and communicate.
Use communications devices approved by the Engineer. Citizen band radios are
unacceptable. Make communication devices available to the Engineer as
necessary;

8. Where switching traffic to a completed lane, provide adequate personnel and


equipment to set or relocate traffic control devices;

9. Limit construction-caused delays to public traffic to a maximum of 30 minutes per


passage through the project; and

10. Maintain existing guardrails, barriers, and bridge railings until removal is
necessary for construction. Use a temporary barrier or appropriate channelizing
devices while the guardrails and bridge rails are absent. Install permanent barriers,
guardrails, and bridge rails as soon as possible to minimize risk to the public.

B.8.2.5 Night time Operations

Perform construction operations during the hours of daylight (one-half hour after sunrise
to one-half hour before sunset).

Where night operations are permitted, submit a night lighting system for approval.
Include the light types, locations, and the manner in which the lights will be moved.
Submit the proposed system at least 14 days before use. Use an independent source
other than vehicle headlights. Do not use incandescent lights. Furnish and install the
approved system to illuminate the entire work area. Position the lights so they do not
shine directly at motorists traveling from any direction. If the operation is moving, move
the lighting with the operation. Provide lighting at each flagger location. Equip vehicles
with an exterior flashing yellow dome light.

DPWH B-11
Technical Specification for the Davao City Part B
Bypass Construction Project, Package I-2, Sta. 0+000 to Sta. 12+800 Other General Requirements

B.8.2.6 Traffic Control Supervisor

The Contractor shall provide a traffic control supervisor. Furnish the traffic control
supervisor's name, address, and 24 h telephone numbers at the preconstruction
conference. During the contract, including periods of suspensions and work stoppages,
perform the following:

1. Implement the traffic control plan.

2. Coordinate traffic control operations, including those of subcontractors and


suppliers.

3. Ensure the condition, position, and applicability of traffic control devices in use.

4. Immediately correct traffic control deficiencies.

5. Coordinate traffic control maintenance operations with the Engineer.

6. Coordinate and ensure that traffic control devices are furnished, installed,
maintained, removed, stored, replaced, relocated and cleaned. Ensure unused
traffic control devices are properly handled and stored.

7. Conduct weekly traffic safety meetings for construction workers, and invite the
Engineer to these weekly meetings.

8. Submit a weekly certification that inspections and reviews were conducted and that
the traffic control devices meet contract requirements. Include the number and
types of devices in use. Report with the weekly certification, changes or corrective
actions taken to ensure the safe passage of public traffic through the project.

9. Inspect traffic control devices, including those in staging, storage, material sources,
and disposal areas, as follows:

a. Daily during daylight hours when daylight work is being performed;

b. Daily during hours of darkness when nighttime work is being performed;

10. Weekly during:

a. Daylight hours and hours of darkness when work is suspended for periods of
more than one week.

11. Additional inspections, day or night, as directed by the Engineer; and

12. Submit reports of inspections in an acceptable format within 2 days.

13. Provide temporary flagging assistance.

B.8.2.7 Detour

All detours shall be maintained in good condition at all times and shall have a total width
of at least six (6) meters and provided with graveled surface having a minimum
compacted thickness of 150 mm. The detour of major intersections, shall be prime-
coated over 200 mm aggregate base. Riding condition shall be at all times good and
dust be controlled. Such detour roads shall be removed if directed so by the Engineer.

DPWH B-12
Technical Specification for the Davao City Part B
Bypass Construction Project, Package I-2, Sta. 0+000 to Sta. 12+800 Other General Requirements

Where part-width construction is adapted, the part-width not under construction shall
be made available to public traffic under alternate one-way control. In such case, the
Contractor shall furnish flagmen, pilot car and drivers to direct traffic through the
section of road under one-way control. The length of part-width construction shall not
exceed 500 meters for each section and the distance between successive sections of part-
width construction shall not be less than 500 meters.

The Contractor shall so conduct his operations as to offer the least possible obstruction,
inconvenience and delay to traffic and shall be responsible for adequate traffic control
to achieve such an end.

Suitable warning signs, illuminated at night by electric bulbs, lanterns or flares shall be
provided to mark the places not yet available to traffic. In part-width construction, the
Contractor shall place acceptable barricades along the inside edge of the available
surface so that traffic will be confined therein while the other part-width is under
construction. One-way control shall continue until the adjoining surface is completed
and opened to traffic.

At sections where part-width traffic is in operation, and when so ordered by the


Engineer, the movements of the Contractor's equipment from one place of work to
another shall be subject to such part-width traffic control. Spillage resulting from
hauling operations along or across the roadway shall be removed immediately at the
Contractor’s expense. For further details in connection with this Item refer to Item
B.8.1.2 - Traffic Management During Construction provided hereinafter.

B.8.2.8 Education of Drivers and Assignment of Traffic Security Personnel

The Contractor shall educate drivers, including these of un-contractors and suppliers,
for safe driving, especially on public roads where school children are passing. The
Contractor shall minimize their vehicle passages during school in and out hours. The
Contactor shall assign traffic control security personnel near the schools.

B.8.2.9 Overload Control

Under Republic Act (RA) No. 8794 of 2000 or known as “An Act Imposing a Motor
Vehicle User’s Charge on Owners of All Types of Motor Vehicles and For Other
Purposes”, the maximum allowable Gross Vehicle Weight (GVW) limits are set out.
The DPWH, DOTC and DILG issued a Joint Circular in accordance with the
Implementing Rules and Regulations (IRR) of RA 8794 in 2001 and defined the
maximum GVW of trucks and trailers and their axle load limit at 13.5 tons. In addition,
weight limits have been imposed on most of the bridges. The Contractor shall be liable
to follow these act and regulation.

In case mobilization of special heavy equipment is required to mobilize, the Contractor


may require a special permission from the concerned authorities.

B.8.3 Contractor’s Liability and Responsibilities

The Contractor shall be fully liable for traffic control and safety. Approval by the
Engineer of the Contractor’s traffic control and signage proposal will, in no way be
construed as relieving the Contractor of any of his obligation or liabilities.

DPWH B-13
Technical Specification for the Davao City Part B
Bypass Construction Project, Package I-2, Sta. 0+000 to Sta. 12+800 Other General Requirements

B.8.4 Method of Measurement

All expenses incurred in the furnishing/installation/illumination of all traffic


management plan and control devices shall be made by “month”, and/or as indicated
below in the Bill of Quantities. Such payment shall constitute full compensation for all
materials, labor, equipment, tools and incidental to the completion of the work.

B.8.5 Basis of Payment

The accepted quantities, measured as provided in Section B.8.4, Method of


Measurement, shall be paid for at the Contract Unit Price of the Pay Item listed below
that is included in the Bill of Quantities. The unit price shall cover full compensation
for all related services necessary to complete the Item.

Payment will be made under:

Pay Item Unit of


Description
Number Measurement
B.8(1) Traffic Management Month

B.9 MOBILIZATION / DEMOBILIZATION

B.9.1 General Requirement

Mobilization shall mean the transport to the project site of the Contractor’s personnel,
construction plant and equipment as stipulated in the proposal and contract of the project
while demobilization shall be their subsequent removal from the site after the
completion of the project. The Contractor shall secure approval of the Engineer should
he opted to demobilize any of the major plant and/or equipment before the completion
of the project.

The work and other activities for the item, Mobilization and Demobilization shall
include but not necessarily be limited to the following:

1. The use or rental of all land required for the Contractor’s base camps and
construction facilities, including number, location, area, etc. shall be as approved
by the Engineer and shall be fully consistent with the rock, aggregate and/or
concrete production quantity, and other requirements for the Works. Also, the
operational capacity of the Construction Plant to be used by the Contractor, the
location of suitable material sources and the Contractor’s construction schedule(s)
shall be made as basis in the establishment of the Contractor’s camps.

2. The removal of the Constructional Plant from the existing site locations or port of
unloading in the Philippines and their installation to the sites where they are to be
used under this Contract.

3. The construction and maintenance of the Contractor’s base camps including


offices, living quarters, workshops, stores, etc.

4. Mobilization and Demobilization of the Contractor’s labor forces in accordance


with National Law and Regulations with certification of the Barangay Council. The
Contractor shall comply with all the relevant labor Laws applicable to the
Contractor’s Personnel, including Laws relating to their employment, health,
safety, welfare, immigration and emigration, and shall allow them all their legal

DPWH B-14
Technical Specification for the Davao City Part B
Bypass Construction Project, Package I-2, Sta. 0+000 to Sta. 12+800 Other General Requirements

rights. The Contractor shall require his employees to obey all applicable Laws,
including those concerning safety at work.

The mobilization activities of the Contractor shall include the provision of all base camp
sites, plant, buildings, facilities, equipment and vehicles which will be required for the
proper execution of the whole of the Works. This provision is regardless of the timing
or staging of hand over of the Site to the Contractor and of the intended timing or staging
of occupation or use of the base camps, plant, buildings, facilities, equipment and
vehicles throughout the Contract Period.

Demobilization from the sites occupied by the Contractor at the end of the Contract
including the removal of all installations, Constructional Plant and equipment from
Employer – owned or rented land, and the restoration of the site in accordance with the
contract, shall also be included in this Item.

B.9.2 Method of Measurement

Mobilization/demobilization shall be paid by lump sum.

B.9.3 Basis of Payment

Payment for complying with the provisions of this item shall be made in three (3)
installments, to wit:

1. Fifty (50) percent after the Contractor has totally mobilized his equipment and
plants and ready for use but not less than the number of minimum equipment listed
in the bid documents;

2. Thirty (30) percent to be paid proportionately over the duration of the Works for
which the plants and equipment are being utilized; and

3. Twenty (20) percent upon complete demobilization of plants, equipment, base


camps and the likes.

The Engineer shall be required to issue a certification in this respect before payments
are released.

The Contractor shall completely mobilize all his equipment and plants intended for early
works within forty-five (45) calendar days upon receipt of Notice to Proceed (NTP).

The payment for Mobilization and Demobilization shall be measured at contract “Lump
Sum” price under:

Pay Item Unit of


Description
Number Measurement
B.9 Mobilization / Demobilization Lump Sum

The payment for complying with the provisions of this item shall be made in accordance
with the General and Particular Conditions of Contract.

The Contractor shall completely mobilize all major equipment and plants intended for
early works within one hundred eighty (180) calendar days or as per schedule approved
by the Engineer after the Commencement of Works.

DPWH B-15
Technical Specification for the Davao City Part B
Bypass Construction Project, Package I-2, Sta. 0+000 to Sta. 12+800 Other General Requirements

B.10 DAYWORKS

B.10.1 General Requirements

For minor or incidental works, the Engineer may, if in his opinion it is necessary or
desirable, instruct that a variation shall be executed on a daywork basis. These dayworks
may include unforeseen works necessary in the execution of the project, not captured in
the detailed engineering design and not described as specific items in the bill of
quantities, like:

1. Emergency works as a result of calamity such as landslide, flooding and typhoons.

2. Urgent works brought by road accidents that affect the project.

3. Removal of temporary obstructions.

4. Other similar unforeseen works as determined by the Engineer.

The works shall then be valued in accordance with the Daywork Schedule included in
the Contract, plus a percentage to be entered by the bidder representing Contractor’s
profit, overhead/contingencies, supervision cost and other charges. Work order
necessary to cover the performance for the assistance in the revision of design to be
issued by the Engineer shall be subjected to approval of the Head of Office.

The following procedure shall then apply:

1. Before ordering goods for the works, the Contractor shall request for quotations
from at least three (3) suppliers and submit the same to the Engineer.

2. Invoices, vouchers and accounts or receipts shall be kept by the Contractor for
submission prior to payment.

3. The Contractor shall deliver each day to the Engineer accurate statements in
duplicate to include the following details of the resources used in executing the
previous day's work:

a. The names, occupants and time of Contractor's personnel.

b. The identification, type and time of Contractor's Equipment and Temporary


Works.

c. The quantities and types of Plant and Materials used.

4. One (1) copy of each statement will, as agreed, be signed by the Engineer and
returned to the Contractor. The Contractor shall then submit approved daywork
statement to be reflected into the project's Statement of Work Accomplished for
inclusion under the next Interim Payment Certificate.

B.10.2 Daywork Schedule

A Daywork Schedule should be included only if the probability of unforeseen work,


outside the items included in the Bill of Quantities, is high. To facilitate checking by the
Entity of the realism of rates quoted by the Bidders, the Daywork Schedule should
normally comprise the following:

DPWH B-16
Technical Specification for the Davao City Part B
Bypass Construction Project, Package I-2, Sta. 0+000 to Sta. 12+800 Other General Requirements

1. A list of the various classes of labor, materials, and Constructional Plant for which
basic daywork rates or prices are to be inserted by the Bidder, together with a
statement of the conditions under which the Contractor will be paid for work
executed on a daywork basis.

2. Nominal quantities for each item of daywork, to be priced by each Bidder at


daywork rates as Bid. The rate to be entered by the Bidder against each basic
daywork item should include the Contractor's profit, overheads, supervision, and
other charges.

B.10.3 Method of Measurement

Dayworks shall be measured by Provisional sum.

B.10.4 Basis of Payment

The accepted quantities, measured as provided in Section B.10.3, Method of


Measurement, shall be paid for at the Contract Unit Price of the Pay Item listed below
that is included in the Bill of Quantities. The unit price shall cover full compensation
for all related services necessary to complete the Item.

Payment shall be made under:

Pay Item Unit of


Description
Number Measurement
B.10 Dayworks PS

B.11 PROVISIONAL SUM

B.11.1 General Requirements

The Contractor warrants that each Provisional Sum included by the Engineer in the
Provisional Sums Schedule has been calculated with reasonable care and skill, taking
account of all the information reasonably available at the date of this contract, including
the nature and location of the Project Site.

For each Provisional Sum in the Provisional Sums Schedule, the Contractor has set out:

1. A detailed description of the Work to which the Provisional Sum relates.

2. A breakdown of the cost estimate for each Provisional Sum, including showing the
estimated quantities of materials involved and the unit cost to the Contractor.

3. Where the Builder proposes to charge more than the actual amount of any increase
to the Provisional Sum, how that excess amount will be worked out.

The Contractor must give the Engineer reasonable notice of when Work included in the
Provisional Sums Schedule will be done so that the Engineer can verify the actual cost
of the Work. The Contractor notice to the Engineer must state that the Provisional Sums
may vary in price. If the Engineer attends the Project Site to observe that Work, the
Contractor must allow the Engineer reasonable access to do so. The Contractor can
proceed with that Work without delay at the time specified in the Contractor’s notice
even if the Engineer does not attend the Project Site.

DPWH B-17
Technical Specification for the Davao City Part B
Bypass Construction Project, Package I-2, Sta. 0+000 to Sta. 12+800 Other General Requirements

If the actual cost to the Contractor is greater than the Provisional Sum allowed, the
excess amount, together with the Contractor’s margin specified in the Contract Details,
will be added to the Contract Price, along with the additional goods and service tax. If
the actual cost to the Contractor is less than the Provisional Sum allowed, the Contract
Price will be reduced by the difference between the Provisional Sum allowed and the
actual cost.

The Contractor and the Engineer should ensure a margin is specified in the Contract
Details.

Any addition or deduction under provisional sum will be taken into account in the next
progress payment or as agreed between the parties in writing.

B.11.2 Revised Construction Safety Guidelines for the implementation of Infrastructure


Projects During COVID-19 Public Health Crisis

Per Department Order No. 30 Series of 2021, this Section B.11 is modified and
supplemented as follows:

I. COVERAGE

The Revised Construction Safety Guidelines for the Implementation of Infrastructure


Projects During the COVID-19PublicHealth Crisis(Guidelines)shall apply to all
government and private construction projects as stated in the Omnibus Guidelines for
the Implementation of Community Quarantine in the Philippines(Omnibus Guidelines)
in areas under Enhanced Community Quarantine (ECQ), Modified Enhanced
Community Quarantine (MECQ), General Community Quarantine (GCQ), and
Modified General Community Quarantine (MGCQ).

II. TYPES OF CONSTRUCTION PROJECTS THAT MAY BE IMPLEMENTED


PURSUANT TO THE REVISED OMNIBUS GUIDELINES FOR THE
IMPLEMENTATION OF COMMUNITY QUARANTINE IN THE
PHILIPPINES

A. For areas under ECQ and MECQ, all essential public and private construction
projects shall be allowed at full operational capacity, subject to strict compliance
with these Guidelines. However, small-scale projects shall not be allowed. For this
purpose, small-scale projects are defined as those construction projects that are
intended for purely private and personal use, and which, because of scale, would
not be able to or would impractically be unable to comply with these Guidelines.

Essential public and private construction projects shall include, but will not be
limited to the following:

1.Health, quarantine, or isolation facilities for close contact exposure, suspect, and
probable cases, and confirmed COVID-19 patients;

2. Facilities for the health sector workers, including those dealing with close contact
exposure, suspect, and probable cases, and confirmed COVID-19 patients;

3. Vaccination centers or facilities or infrastructure projects necessary for the


supply, distribution, and administration of vaccines;

4. Facilities for construction personnel who perform emergency works and other
disaster risk reduction and rehabilitation works;

DPWH B-18
Technical Specification for the Davao City Part B
Bypass Construction Project, Package I-2, Sta. 0+000 to Sta. 12+800 Other General Requirements

5. Educational facilities and government structures, offices, or buildings;

6. Sewerage projects, water service facilities projects, and digital works;

7. Priority public infrastructure projects, which shall include roads, bridges, flood
control, and Active Transport facilities; and

8. Priority private infrastructure projects defined as those that refer to food


production, agriculture, fisheries, energy, housing, communication, water
utilities, manufacturing, and business process outsourcing (BPO).

B. For areas under GCQ and MGCQ:

All public and private construction projects shall be allowed, subject to strict
compliance with the herein Revised Construction Safety Guidelines.

III. REVISED CONSTRUCTION SAFETY GUIDELINES FOR THE


IMPLEMENTATION OF INFRASTRUCTURE PROJECTS DURING THE
COVID-19 PUBLIC HEALTH CRISIS

A. Prior to Deployment

1. Most-at-risk population (MARP)for COVID-19in the workplace (e.g. senior


citizens, pregnant women, individuals with underlying health conditions) and
those below 18 years of age shall continue to observe work-from-home
arrangements. Should they be needed to occasionally report to work, they may
be allowed to, provided a Certificate of Fit to Work is secured from the
Occupational Health Personnel (qualified first aider, nurse, dentist, or physician
engaged by the employer to provide occupational health services in the
establishment, project, site, or workplace). They must stay in the workplace only
for a specified number of hours and must limit physical contact inside the
premises.

2. Employers are encouraged to collaborate with the national and/or local


government testing efforts and follow the expanded testing strategy and rules, as
provided in DOH DM No. 2020-0258, DOH DM No. 2020-0258-A, and other
relevant issuances.

3. Should mandatory testing be implemented by the employer, it should not


constitute as an added cost to the employee. All individuals who are at risk
of contracting COVID-19 shall be tested, and these include the following
groupsl: (1) suspect cases, (2) individuals with relevant history of travel and
exposure (or contact), whether symptomatic or asymptomatic, and (3)
healthcare workers with possible exposure, whether symptomatic or
asymptomatic.

4. Testing of Symptomatic and Close Contacts2

a. All employees experiencing symptoms of COVID-19 and those who are


close contacts must undergo RT-PCR testing. Employers shall inform
the LGU/s having jurisdiction over the workplace and the respective
residence is of the symptomatic employees and close contacts before
testing for monitoring purposes.

DPWH B-19
Technical Specification for the Davao City Part B
Bypass Construction Project, Package I-2, Sta. 0+000 to Sta. 12+800 Other General Requirements

b. Symptomatic employees with close contact exposure shall undergo


fourteen (14) days quarantine. Upon its completion and prior to
resumption of work, the employee shall present a Certificate of
Quarantine Completion from the stepdown care facility or local health
office, per Philippine Society for Microbiology and Infectious Disease
(PSMID) Guidelines on Return-to-Work. A step-down care facility
refers to a DOH or LGU identified facility, such as Temporary Treatment
Mega Facility (TTMF), for recovering COVID-19 patients who have
been hospitalized, but have not yet been certified as COVID-free and
transferred to the TTMF.

5. Testing of Asymptomatic Employees Returning to Work

a. RT-PCR or antibody-based or antigen tests are NOT required for


asymptomatic employees returning to work.

b. Employees physically reporting to work shall be screened for


COVID-19 symptoms, including fever, cough, colds, and other
respiratory symptoms, and/or determination of travel or exposure to
COVID-19 cases within the last 14 days.

6. Asymptomatic employees, prior to physically returning to work, may be


cleared by the local health officer or Occupational Safety and Health (OSH)
physician.

7. Rapid antibody-based or antigen test kits shall not be used as stand-alone


tests to definitively diagnose or rule out COVID-19, as these must be used
in conjunction with RT-PCR. COVID-19 testing shall be in accordance
with DOH OM No. 2020-0258 and DOH OM No. 2020-0258-A.

8. Concessionaires, contractors, and subcontractors shall ensure that their


projects are compliant with DOLE D.O. No. 13, Series of 1998. Cost of
COVID-19 prevention and control measures such as, but not limited to,
testing, disinfection facilities, hand sanitizers, PPEs, signages, and proper
orientation and training, as well as the provision of finance, transportation,
food, and other services, as needed, shall be provided and be for the account
of the employers/contractors. For private construction projects, the
provisions of DOLE Labor Advisory No. 18-20 shall apply.

9. Concessionaires, contractors, and subcontractors shall provide disinfection


facilities at their respective project sites, in compliance with pertinent DOH
and IATF Guidelines, to be placed at strategic locations to ensure the safety
and welfare of all personnel. The use of disinfection tents, misting chambers,
or sanitation booths for individuals is strictly prohibited.

10. Proper information dissemination regarding COVID-19 construction


protocols, on top of existing construction safety practices, shall be
conducted by Safety Officers on all personnel.

B. During Employment

1. Bona fide IDs issued to employees by construction companies,


concessionaires, contractors, and sub-contractors allowed to operate
during the relevant community quarantine classification shall constitute as
sufficient identification and pass for persons/workers/employees of said

DPWH B-20
Technical Specification for the Davao City Part B
Bypass Construction Project, Package I-2, Sta. 0+000 to Sta. 12+800 Other General Requirements

permitted establishments/offices, pursuant to IATF Resolution No. 106-B,


S. 2021, dated 28 March 2021, and relevant IATF guidelines.

2. Construction workers are likewise exempt from the uniform curfew hours
imposed by LGUs, pursuant to Section B (15) of IATF Resolution No.
106-B, S. 2021.

3. Back offices of construction companies, concessionaires, contractors, and


subcontractors permitted to operate during the relevant community
quarantine classification, being necessary for the efficient and coordinated
implementation of priority public and private construction projects, may
adopt skeleton workforce or alternative work arrangements permitted
under ECQ and MECQ, subject to pertinent rules that may be provided
therefor by DOLE.

4. Company policies on prevention and control of COVID-19 should be


aligned with existing minimum public health standards and guidelines
issued by DOH and other regulatory agencies.

5. The employer shall conduct an inventory of works for the construction


sequencing to be followed and undertaken to uphold the required social
distancing.

6. All persons are mandated to wear full-coverage face shields together with
face masks, ear loop masks, indigenous, reusable, or do-it-yourself masks,
or other facial protective equipment which can effectively lessen the
transmission of COVID-19, whenever they go' out of their residences (and
to be worn at all times in the workplace), pursuant to existing guidelines
issued by the national government, subject to fair and humane penalties or
punishments that may be imposed by LGUs or implemented by law
enforcement agencies, respectively, and in accordance with the rules on
face masks and face shields provided under DTI-DOLE Joint
Memorandum Circular No. 20-04-A.

7. All employees must be subjected to temperature checks prior to entering


the building/site/office spaces. Proper referral to the appropriate facility
shall be done in cases of symptomatic employees.

8. All employees, upon entering the building premises/workplaces, shall be


required to accomplish the Health Declaration Form (ANNEX "A-l" of
DTI-DOLE Joint Memorandum Circular No. 20-04-A), or any digital
iteration thereof. The security staff or other responsible personnel shall
immediately screen the accomplished form and perform a temperature
check (ANNEX "B" DTI-DOLE Joint Memorandum Circular No.
20-04-A).

a. If "Yes" to any item is answered or if with aT> 37.5 degrees Celsius,


the employee shall be denied entry and referred to the workplace
isolation area for further evaluation by the Safety Officer.

b. If "No" to all items are answered and temperature is < 37.5 degrees
Celsius, the employee shall be permitted entry.

c. The security staff or other responsible personnel on duty shall


immediately give the accomplished health declaration form to the

DPWH B-21
Technical Specification for the Davao City Part B
Bypass Construction Project, Package I-2, Sta. 0+000 to Sta. 12+800 Other General Requirements

company's Human Resources (HR) Department for appropriate action


and storage.

d. Should an online health declaration form be used, the form should be


electronically submitted to HR.

e. The Health Declaration Form shall be handled and processed in


accordance with the Data Privacy Act and related issuances to ensure
that:

i. Data collected should only include such necessary data proportional


to the purpose of contract tracing;

ii. The processing of personal data shall be transparent, and the data
subjects shall be apprised of the reasons for such collection;

iii. Reasonable and appropriate security measures and safeguards shall


be implemented to protect the personal data collected;

iv. The personal data collected shall be considered highly confidential;


and

v. The personal data shall be stored only for a limited period and shall
be disposed of properly after thirty (30) days from date of
accomplishment.

9. All personnel must practice respiratory etiquette at all times. They must
use tissue or the inner portion of the elbow to cover the nose and mouth
when sneezing/coughing. Proper disposal of tissue after use should be
observed.

10. Flexible dining policy shall be adapted (e.g. staggered breaks). The
number of workers who can eat in the pantry/dining area at a given time
should be limited. Eating alone by workers in their respective workstations
is highly encouraged.

11. Employers shall provide their employees with psychosocial support,


especially those presenting mental health concerns. If this is not available,
a referral system to mental health specialists must be in place, either
through establishing a network with an accredited health facility, through
telemedicine services, or through the National Center for Mental Health
Crisis Hotline. Further, employers shall promote work-life balance,
especially in these trying times, through proper scheduling of activities and
workforce rotation.

12. Employers classified as large and medium-sized private establishments


(i.e. those with total assets above PHP15M) are encouraged to provide
shuttle services to their employees. Minimum public health standards
should be enforced in the shuttle services. All vehicle types, as long as
not expressly prohibited by the Department of Transportation (DOTr)
through an issuance, may be used for shuttle services.

13. As smoking is a risk factor for COVID-19, smoking and the use of e-
cigarettes or vaping are strictly prohibited in the workplace/construction
sites and premises.

DPWH B-22
Technical Specification for the Davao City Part B
Bypass Construction Project, Package I-2, Sta. 0+000 to Sta. 12+800 Other General Requirements

14. As COVID-19 is spread through respiratory droplets, spitting in public


places can contribute to the transmission of COVID-19. Employers shall
implement policies and other applicable guidelines which prohibit
spitting.

15. All personnel must wash their hands with soap and water regularly, or use
hand disinfectants. Employers should place hand-washing stations with
soap and water, hand sanitizers, and/or dispensers with an alcohol-based
solution in all entrances, exits, and areas with high foot traffic. Employers
must ensure daily monitoring and availability of hand soaps, sanitizers,
and disinfectants.

16. Employers must ensure disinfection and routine cleaning of frequently


touched surfaces and objects using 0.5% bleach solution (100ml bleach,
900ml water) at least once a day. Disinfection is encouraged between
shifts. Disinfection shall be in accordance with DOH DM Nos. 2020-0157
and 2020-0157-A on disinfection protocols.

17. Physical distancing of at least one (1) meter apart from each co-worker
should always be practiced in the construction site, if possible. Employer
may install temporary barriers, where applicable.

18. Face-to-face meetings should be limited, as much as possible. Tool box


or gang meetings for safety should still be conducted, but following
minimum public health standards.

19. Employers classified as large and medium-sized private establishments


(i.e. those with total assets above PHP15M) shall provide for employees'
temporary lodging or quarters for the duration of the project. The
minimum public health standards and protocols enshrined in DOHAO No.
2020-0015 and other relevant issuances shall be also implemented within
the temporary lodging or quarters. If the employer is unable to provide
for his employees’ temporary lodging or quarters, the returning
employees shall be subjected to the pre-deployment procedures upon
every entrance into the workplace/construction sites and premises. This
shall in no way be construed as a right by the employer to limit or prevent
his employees' from leaving the work premises, to access essential goods
or otherwise, subject to the conduct of pre-deployment procedures upon
the employees' return or upon every entry by said employees into the work
premises.

20. Field offices, employees' quarters, and other common areas shall be
regularly maintained, including the daily disinfection of such facilities.

21. Employers shall establish Occupational Safety and Health (OSH)


Committees in accordance with Republic Act No. 11058, its IRR, and
DOLE Department Order No. 198, Series of 2018, which took effect on
25 January 2019. The OSH Committee and/or Safety Officer of the
workplace shall oversee enforcement and monitoring of the minimum
public health standards for COVID-19 prevention in the workplace and
of DTI-DOLE Joint Memorandum Circular No. 20-04-A.

22. Large and medium private establishments (i.e. with total assets of above
PHP15M) are mandated to designate an isolation area of one room for
every 200 employees, which must be situated near the entrance/s or in a

DPWH B-23
Technical Specification for the Davao City Part B
Bypass Construction Project, Package I-2, Sta. 0+000 to Sta. 12+800 Other General Requirements

nearby facility, for employees needing further assessment due to elevated


temperature, presence of flu-like symptoms, any "yes" answer to the
Health Declaration, or exposure history to a COVID-19 case or probable
case

23. The designated isolation area shall have adequate ventilation and shall
have sufficient provision of PPEs for the health personnel and
symptomatic patients (e.g. face shields and medical-grade face masks).
The isolation area shall be provided with chairs and must have a dedicated
restroom. It shall be disinfected once every two (2) hours and/or
immediately after any infected or confirmed COVID-19 employee leaves
the area.

24. Private establishments unable to establish an isolation area may make


arrangements with a temporary treatment and monitoring facility nearby
or with the Barangay Local Government Unit, for immediate referral of
employees who fulfill the criteria for isolation.

25. For off-site employees' quarters, transport service, duly disinfected before
and after use, shall be provided, and social distancing shall likewise be
observed therein at all times.

26. Should employees leave the construction site and return, they shall be
subject to the necessary and applicable pre-deployment procedures, in
line with the established minimum public health standards and protocols.

27. Sharing of construction and office equipment is discouraged. However, if


necessary, the shared equipment must be disinfected in between transfers
amongst personnel.

28. All material and equipment delivery and disposal shall be conducted by a
specific team of personnel on an isolated loading/unloading zone while
limiting contact with the delivery/disposal personnel. All material and/or
equipment entering the construction site shall be duly disinfected as much
as possible.

29. Non-essential personnel, visitors, and the general public shall be


restricted from entering the construction site, isolation site, employees'
quarters, and field offices. Otherwise, all personnel entering the
construction site premises on a temporary basis (e.g. delivery truck
drivers, inspectors, etc.) shall be properly logged and checked for
symptoms. Gatherings, liquors, and/or merry-making are strictly
prohibited within the construction site premises.

30. Clustered and staggered deployment of employees within the construction


site shall be observed to minimize personnel contact and for easier contact
tracing.

31. Proper waste disposal shall be provided for infectious waste, such as PPEs
and other waste products coming from outside the construction premises.

32. If one confirmed case of COVID-19 is detected in the construction


site/workplace, such place shall be disinfected with an appropriate
disinfectant solution (0.5% bleach solution). The conduct of a
comprehensive disinfection by specialists is recommended.

DPWH B-24
Technical Specification for the Davao City Part B
Bypass Construction Project, Package I-2, Sta. 0+000 to Sta. 12+800 Other General Requirements

33. The site must be locked down for 24 hours prior to disinfection to lessen
transmission to sanitation personnel. During the disinfection process, all
doors and windows should be opened to maximize ventilation. The site
may only be opened 24 hours after the disinfection process.

34. Employers shall ensure that the temporary closure of their establishments
for disinfection purposes will be done in accordance with the National
Task Force Against COVID-19 Memorandum Circular No. 2 dated 15
June 2020 on the Operational Guidelines on the Application of Zoning
Containment Strategy in the Localization of the National Action Plan
against COVID-19 Response.

35. Reporting of COVID-19 test results to the DOH shall be done in


accordance with DOH Administrative Order No. 2020-0013, entitled
"Revised Guidelines for the Inclusion of COVID-19 in the List of
Notifiable Diseases for Mandatory Reporting to the Department of
Health."

36. Employers shall ensure strict compliance with the protocols established
by the DOH and LGUs for contact tracing of employees in close contact
with a COVID- 19 case, as specified in DOH Memorandum No. 2020-
0189 entitled, "Updated Guidelines on Contact Tracing of Close Contacts
of Confirmed Coronavirus Disease (COVID-19) Cases".

37. Other applicable provisions of DTI-DOLE Joint Memorandum Circular


No. 20-04-A or the "DTI and DOLE Supplemental Guidelines on
Workplace Prevention and Control of COVID-19", issued on 15 August
2020, are hereby deemed incorporated in these Guidelines.

IV. MONITORING and ENFORCEMENT

A. For DPWH infrastructure projects, the head of the concerned DPWH


Implementing Office (10) shall monitor compliance with these Guidelines.

B. For LGU implemented projects and private construction projects, the LGU
concerned, through its City/Municipal Engineering Office, shall monitor
compliance with these Guidelines.

C. For infrastructure projects implemented by other national government


agencies, Government-Owned and Controlled Corporations (GOCC), and
other government instrumentalities, the head or representative of the
agency, GOCC, or government instrumentality concerned shall monitor
compliance with these guidelines.

D. Concessionaires, contractors, and subcontractors shall submit to the


DPWH I0, LGU, or Implementing Government Agency, GOCC, or
Instrumentality, as the case may be, a certification under oath that they
have complied and shall continue to comply with the provisions of these
Guidelines within fifteen (15) days from commencement of work. (A copy
of the certification is attached hereto as Annex "A")

E. The allowed government and private construction projects are subject to


the visitorial and enforcement powers of the DOLE and the DTI in order
to ensure compliance with the provisions on minimum health standards
and protocols in accordance with the Omnibus Guidelines.

DPWH B-25
Technical Specification for the Davao City Part B
Bypass Construction Project, Package I-2, Sta. 0+000 to Sta. 12+800 Other General Requirements

F. The Offices of the Building Officials (OBO) shall also conduct inspections
in their respective jurisdictions, in order to ensure strict compliance with
these Guidelines. In case of violation of minimum health standards and
protocols, the OBO shall report such violation to the DOLE, DTI, or other
relevant agency.

V. PENALTIES

Violation of any provision of these Guidelines shall be subject to the following penalties,
without prejudice to the imposition of additional administrative sanctions as the internal
rules of DPWH may provide and/or further criminal action that may be filed against
such erring concessionaires, contractors, subcontractors, and suppliers, its responsible
officers, directors or employees, which may include, but shall not be limited to the
following:

A. Termination of contract for breach thereof resulting to default pursuant to


Item III (A) (2) (c) (i), Annex I of the Implementing Rules and Regulations
of Republic Act No. 9184 in relation to Section 37.2.3 of the same, which
provides that bidding documents requiring bidders to know and be familiar
with all existing laws, decrees, ordinances, acts, and regulations, including
the Department Orders of DPWH, shall form part of the contract awarded,
and refusal or failure to comply with the valid instruction of DPWH, as the
procuring entity, shall justify the contract's termination;

B. Contract termination/rescission under Section 12.21 (b) of the


Implementing Rules and Regulations of· Republic Act No. 6957, as
amended by Republic Act No. 7718 (BOT Law);

C. Referral to the Philippine Contractors Accreditation Board of any such


violation by the contractor/subcontractor, which shall constitute as prima
facie case of construction mal performance of grave consequence due to
negligence, incompetence, or malpractice contemplated under DOLE D.O.
No. 13, Series of 1998, and DPWH D.O. No. 56, Series of 2005, in relation
to Republic Act No. 4566 (Contractors' License Law);

D. Section 9 (d) or (e), as the case may be, of Republic Act No. 11332,
otherwise known as the "Mandatory Reporting of Notifiable Diseases and
Health Events of Public Health Concern Act", and its Implementing Rules
and Regulation.

B.11.3 Method of Measurement

A Schedule of Provisional Sums is included for this item in the Bills of Quantities.

Provisional Sum shall be measured by Provisional sum.

B.11.4 Basis of Payment

The accepted quantities, measured as provided in Section B.11.3 Method of


Measurement, shall be paid for at the Contract Unit Price of the Pay Item listed below
that is included in the Bill of Quantities.

Payment shall be made under:

DPWH B-26
Technical Specification for the Davao City Part B
Bypass Construction Project, Package I-2, Sta. 0+000 to Sta. 12+800 Other General Requirements

Pay Item Unit of


Description
Number Measurement
B.11 Provisional Sum PS

B.12 REMOVAL AND RELOCATION OF UTILITIES

B.12.1 General Requirements

In the event of the government’s need of constructing roads, highways, streets, alleys,
bridges, causeways and thoroughfares for the primary purpose, the utility
providers/cooperative shall be properly compensated; in cases that the Utility Company
fails to remove the affected utility within the period covered on the Relocation Request,
the Utility Agency with the assistance of the Implementing Office shall immediately
relocate the affected utility at the expense of the Utility Company.

Utilities that are affected/abandoned shall be included in Item 801, Removal of


Structures and Obstructions. If utilities shall be abandoned and will not affect vehicular
traffic, the information shall be indicated in the Plans.

Before the actual grading operations begin, the area within the Right-of-Way limit shall
be prepared; the work to be done shall be coordinated with the utility providers prior to
removal and/or relocation.

All works shall be indicated in the Plans or shall be approved by the Engineer before
operations begins.

B.12.2 Method of Measurement

Removal and relocation of utilities shall be measured by Lump sum.

B.12.3 Basis of Payment

The accepted quantities, measured as provided in Section B.12.2, Method of


Measurement, shall be paid for at the Contract Unit Price of the Pay Item listed below
that is included in the Bill of Quantities. The unit price shall cover full compensation
for all related services necessary to complete the Item.

The existing utilities in the ROW shall be removed, relocated or protected.

Payment will be made under:

Pay Item Unit of


Description
Number Measurement

B.12 Removal and Relocation of Utilities Lump Sum.

DPWH B-27
Technical Specification for the Davao City Part B
Bypass Construction Project, Package I-2, Sta. 0+000 to Sta. 12+800 Other General Requirements

B.14 ENVIRONMENTAL MANAGEMENT PLAN

B.14.1 Scope of Work

The Contractor shall take full responsibility for performing the work minimizing
environmental negative effects and damage that may occur pursuant to his construction
operations.

The Contractor shall prepare and implement the site-specific Environment Management
Plan (EMP) in complying with all applicable government/ local laws and regulations in
the Country as well as referring to the Environmental Impact Statement (EIS) report of
the Project describing the requirement of environmental protection during the entire
duration of this contract. The Contractor shall also refer to the Environmental
Compliance Certificate (ECC) issued by Department of Environmental and natural
Resources (DENR) to the EIS report prepared in October 2014 (the Original EIS Report
in JICA FS), and its amendment to the Original Report during the detailed design stage.
The Contractor shall be primarily responsible and accountable for the actions and
activities of his subcontractors and suppliers, and for their compliance with the EMP.

The Contractor shall assume the responsibility of securing all the necessary licenses,
permits, clearances and their attendant costs and fees prior to start of any construction
activities. The Contractor shall coordinate with the Employer/ the Engineer thereon to
fulfill such requirements.

The Engineer will notify the Contractor in writing of any observed noncompliance with
relevant laws, regulations, permits and other elements of the Contractor’s EMP. The
Contractor shall, after receipt of such notice, inform the Engineer of proposed corrective
actions and take such actions, at his own cost, immediately as approved by the Engineer.
If the Contractor fails to comply promptly, the Engineer may issue an order stopping all
or part of the work until satisfactory corrective action has been taken. No time extension
therefore shall be granted to the Contractor for any such suspensions.

The Contractor shall provide and maintain at his own cost the personnel, equipment and
facilities necessary for a fulfilment of the requirements of the Environment Protection.

B.14.2 Submittals

1. Environment Management Plan (EMP)

The Contractor shall submit the own EMP to the Engineer for his approval not later than
fourteen (14) calendar days after the Commencement of Works. Any construction
operation shall not begin until the EMP has been approved by the Engineer. The EMP
shall include a series of management plans as below:

 Sediment and erosion control plan for each Site;


 Camps management plan for each camp;
 Waste management plan;
 Pollution control (water, air, noise and vibration) plan for each Site;
 Traffic management plan;
 Standard Operating Procedures for pollution spills, and management of fuels
and hazardous substances.
These plans above shall be compiled by using information below:

DPWH B-28
Technical Specification for the Davao City Part B
Bypass Construction Project, Package I-2, Sta. 0+000 to Sta. 12+800 Other General Requirements

a) Organization and lines of responsibilities including subcontractors and


suppliers

b) Methods of protection of features to be preserved such as trees/vegetation, soil,


landscape features, air and surface/ ground water, fish and wildlife, historical,
archaeological and cultural resources.

c) Procedures to be implemented to provide the required environmental


management, to comply with the applicable laws and regulations, and to
correct pollution due to accident, natural causes, or failure to follow the
procedures of the EMP

d) Drawings showing locations of any proposed temporary excavations or


embankments for haul roads, stream crossings, material storage areas,
stockpiles of excess or spoil materials and sanitary facilities and solid waste
disposal areas

e) Training for Contractor’s personnel during the construction period

The approval by the Engineer shall not relieve the Contractor of any of his
responsibility for the Environment Protection pursuant to his construction
operations. Furthermore, the Engineer shall have the right to require the
Contractor to improve the approved EMP whenever it is deemed necessary in
the opinion of the Engineer.

2. Environment Monitoring Report

The Contractor shall submit the Environmental Monitoring Report to the Engineer for
his review monthly thereafter, each within 7 days after the last day of the period to which
it relates.

Reporting shall continue until the Contractor has completed all work which is known to
be outstanding at the completion date stated in the Taking-Over Certificate for the
Works.

The Report shall include the items of environmental monitoring requested in this
Section.

B.14.3 Relevant Statutes and Baseline Survey

The Contractor shall at all times comply with all existing statutes in the Country
concerning environmental protection, pollution control and abatement that are
applicable to his construction operations. Such statutes include, but are not limited to,
the following;

1. Assignment of Environmental Protection Manager (EPM)

The Contractor shall assign an Environment Protection Manager (EPM) at a fulltime


basis. A CV including the name, qualifications, education and work experiences of the
EPM shall be submitted for approval of the Engineer prior to the assignment.

2. Baseline Survey

The Contractor shall conduct at the attendance of the Engineer the base line survey and
tests for recording the quality and condition of water, air, flora, fauna and other items

DPWH B-29
Technical Specification for the Davao City Part B
Bypass Construction Project, Package I-2, Sta. 0+000 to Sta. 12+800 Other General Requirements

before start of the construction in accordance with the Environmental Monitoring


During Construction Stage attached at the end of this Part B. The survey shall cover the
area where may directly and indirectly affected by the construction, including the camp
and plant yards and material disposal sites. The Contractor shall submit a
comprehensive report for approval of the Engineer/the Employer and other concerned
departments and agencies.

B.14.4 Terrestrial Environment

1. Vegetation and Wildlife

The Contractor shall minimize interference with, disturbance to, and damage of
vegetation and wildlife. The Contractor shall take appropriate measures as may be
necessary to prevent his personnel from hunting, disturbing, capturing, or destroying
wildlife specified by the relevant laws and regulations. The tree removal in the Site
designated by the Employer is handled by the Employer. However, in the case that
additional tree removal will be required for the construction work within the Site
designated by the Employer, the Contractor shall follow instructions by the Engineer
for necessary process.

2. Landscape

The Contractor shall define all activities at the Site defined by the drawings and
specifications. Except in areas indicated on the drawings or specified to be cleared, the
Contractor shall not destroy topsoil and land forms without the permission of the
Engineer.

Any unpermitted destruction, scarring, damage, or defacing of the landscape pursuant


to the construction operations shall be corrected to the satisfaction of the Engineer at the
Contractor’s expense.

Pay attention to keep construction materials, machines, vehicles, workers’ camps and
many more not to disturb the landscape of the project area, keeping clean storage sites
for the construction equipment.

3. Soil erosion

The Contractor shall effectively prevent erosion and control sedimentation through
approved methods including, but not limited to, the following:

 Retardation and control of runoff


 Erosion and sedimentation control devices
 Sediment basins
B.14.5 Water Resources

The Contractor shall keep construction activities under surveillance, management, and
control to avoid pollution of surface and ground waters. Toxic or hazardous chemicals
shall not be applied to soil or vegetation when such application may cause
contamination of the fresh water reserve.

Proper treatment of water pollutants generated from construction works for example
settling ponds or a simple water treatment system to comply with effluent level in the

DPWH B-30
Technical Specification for the Davao City Part B
Bypass Construction Project, Package I-2, Sta. 0+000 to Sta. 12+800 Other General Requirements

standards in the Philippines. Also, adequate preventive following measures shall be


taken as necessary;

1. Provide appropriate protection or construction methods minimizing cut and fill


soils washed into streams including waste/excess soil disposal sites.

2. Surface runoff from the Site shall be directed to silt traps or sedimentation basin
with the help of channels before discharge.

3. Monitoring water quality during construction.

The Contractor shall be responsible for observation of variation of the underground


water levels where bored pipe was installed by the DD consultant through its
construction period as a part of the Environmental Monitoring Programs. The
Constructor is also responsible for observation of the discharge of underground water
and report to the Engineer in its Environmental Management and Monitoring Report.

B.14.6 Air, Noise and Vibration

The Contractor shall keep construction activities under surveillance and control to
minimize environment damage by air contamination, noise, vibration, odors and/or
other disturbances.

Dust particles pursuant to production and preparation of vehicles and materials shall be
controlled at all times. The Contractor shall maintain excavations, stockpiles, haul
roads, permanent and temporary access roads, spoil areas, and other work areas within
or outside the Site free from particulate which would cause a hazard or a nuisance to
persons and/or damage crops, orchards, cultivated field and dwellings. A discharge of
dust into the atmosphere shall be controlled during processing, handling and storing
cement and cementitious materials. The Contractor shall daily spray water, except rainy
days, to control dust on its gravel or earth access roads.

Night-time operations producing a high level of noise and/or vibration shall be


performed only at time and places approved by the Engineer. Temporary noise barriers,
or acoustic screens or enclosures shall be used at the Site close to the residential houses
to shield residences from the noise as necessary. The Contractor shall indemnify the
Employer/the Engineer from any liability for damages due to noise, vibration and/or
other disturbances caused by his construction operations and also from all claims
relating to such liability.

Equipment and vehicles shall be maintained and operated at all times in such a condition
as not discharge excessive exhaust gases due to poor engine adjustments or other
inefficient operating conditions. The Contractor shall likewise ensure that all equipment
and machinery are in proper working condition so as to minimize the amount of noise
and vibration generated. The Engineer may require, at his discretion, the Contractor to
replace any equipment, machinery or vehicles emitting excessive exhaust gases, noise
and/or vibration.

B.14.7 Waste Disposal

The Contractor shall dispose any kind of wastes pursuant to his construction operations
in compliance with the relevant laws and regulations in the Philippines. Any fees or
charges required shall be paid by the Contractor.

DPWH B-31
Technical Specification for the Davao City Part B
Bypass Construction Project, Package I-2, Sta. 0+000 to Sta. 12+800 Other General Requirements

The Contractor shall treat the vegetative wastes and construction wastes separately at
the dumps approved by the relevant local authorities and the Engineer. The Contractor
shall be responsible for making necessary arrangements with private parties and with
the relevant local authorities for the location of such dumps.

Solid wastes shall be placed in containers which can be emptied on a regular schedule.
Handling and disposal shall be conducted to prevent contamination. Segregation
measures shall be employed so that no hazardous or toxic waste will become co-mingled
with solid waste.

Chemicals shall be dispensed ensuring no spillage to ground or water. Periodic


inspections of dispensing areas to identify leakage and initiate corrective action shall be
performed and documented by the Contractor. Chemical waste shall be collected in
corrosion resistant, compatible containers.

The Contractor shall take sufficient measures to prevent spillage of hazardous and toxic
materials during dispensing and shall collect waste in suitable containers observing
compatibility. Spills of hazardous or toxic materials shall be immediately reported to
the Engineer. Clean-up and the costs arising there from due to spills shall be the
Contractor’s responsibility.

B.14.8 Social Considerations

The Contractor shall pay attention to the public morality of his staff and labors including
his subcontractors both on and off the Site.

In the interest of good community relations, the Contractor and his subcontractors shall
be circumspect in dealings with people residing in the neighborhood of the Site and take
adequate efforts to avoid any disturbance to them. The Contractor shall, in his
responsibility, arbitrate any dispute arising between his personnel and persons in the
neighborhood of the Site. Unskilled labor shall preferably be employed from the
towns/villages affected by the Works. Also, the Contractor shall distribute prior
information of construction works as following but not limited through installation of
signboards informing the residents who live in and around the construction area.

 Starting and completion date of construction works


 Location of construction work (dredging and disposal work)
 Notices of the construction work etc.
 Method of grievance (contact person and contact number, etc.)
B.14.9 Environmental Mitigation Measures and Monitoring

The Contractor shall perform environmental monitoring for the duration of this contract
and submit results to the Engineer. The minimum requirement for items, frequency and
number of locations of sampling or measurement and the detail shall be confirmed in
the updated EIS report to be approved by the Engineer/the Employer and DENR.

B.14.10 Prevention HIV/AIDS

The Contractor shall conduct an HIV/AIDS awareness program via an approved service
provider, and shall undertake such other measures as are specified in this Contract to
reduce the risk of the transfer of the HIV virus between and among the Contractor’s
Personnel and the local community, to promote early diagnosis and to assist affected
individuals.

DPWH B-32
Technical Specification for the Davao City Part B
Bypass Construction Project, Package I-2, Sta. 0+000 to Sta. 12+800 Other General Requirements

The Contractor shall through the contract (including the Defect Liability Period):

1. Conduct Information, Education and Consultation Communication (IEC)


campaigns, at least every other month, addressed to all the Site staff and labor
(including all the Contractor's employees, all Sub-Contractors and Consultants'
employees, and all truck drivers and crew making deliveries to Site for construction
activities) and to the immediate local communities, concerning the risks, dangers
and impact, and appropriate avoidance behavior with respect to Sexually
Transmitted Diseases (STD)—or Sexually Transmitted Infections (STI) in general
and HIV/AIDS in particular;

2. Provide male or female condoms for all Site staff and labor as appropriate; and

3. Provide for STI and HIV/AIDS screening, diagnosis, counselling and referral to a
dedicated national STI and HIV/AIDS program, (unless otherwise agreed) of all
Site staff and labor.

The Contractor shall include in the program to be submitted for the execution of the
Works under an alleviation program for Site staff and labor and their families in respect
of Sexually Transmitted Infections (STI) and Sexually Transmitted Diseases (STD)
including HIV/AIDS. The STI, STD and HIV/AIDS alleviation program shall indicate
when, how and at what cost the Contractor plans to satisfy the requirements of this
Sub-Clause and the related specification. For each component, the program shall detail
the resources to be provided or utilized and any related sub-contracting proposed. The
program shall also include provision of a detailed cost estimate with supporting
documentation. Payment to the Contractor for preparation and implementation this
program shall not exceed the Provisional Sum dedicated for this purpose.

B.14.11 Method of Measurement

All expenses incurred in the furnishing/installation/illumination of all Environmental


Management and Monitoring shall be made by “month”, and/or as indicated below in
the Bill of Quantities. Such payment shall constitute full compensation for all materials,
labor, equipment, tools and incidental to the completion of the work.

B.14.12 Basis of Payment

The accepted quantities, measured as provided in Section B.14.11 Method of


Measurement, shall be paid for at the Contract Unit Price of the Pay Item listed below
that is included in the Bill of Quantities. The unit price shall cover full compensation
for all related services necessary to complete the Item.

Payment will be made under:

Pay Item Unit of


Description
Number Measurement
B.14 Environmental Management and Monitoring Month

B.15 DETOUR / ACCESS ROAD

B.15.1 Description

A temporary traffic route around a closed portion of a road. This covers the construction,
maintenance and management of the detour and access road at all times.

DPWH B-33
Technical Specification for the Davao City Part B
Bypass Construction Project, Package I-2, Sta. 0+000 to Sta. 12+800 Other General Requirements

The detour and access roads required for construction of roadway, culverts and bridges,
including improvement of Barangay road by gravel.

The latter work shall consist of furnishing all materials, equipment, and labor to
construct the access road as outlined in this specification and on the drawings or as
directed by the Engineer.

Detours shall be provided with detour signs conspicuous to the motorists and the public.
Excavations, diggings and manholes shall be covered and substituted with pedestrian
footpaths made of precast concrete planks and/or bailey bridges, free of spoils or
obstruction of any kind and likewise illuminated at night in accordance with existing
pertinent ordinances and other regulations.

Detour/Access Roads shall also consist (if included in the contract) of furnishing of the
restoration of the whole or in part of any structures & obstructions in accordance with
this Specifications and in conformity with the lines, grades and dimensions shown on
the Plans or as established by the Engineer and any agreement between the
owner/utilities and Public Authorities concerned. Restoration shall be carried out to at
least the standard of the existing buildings, billboards and steel structures, fences, and
any other structures & obstructions.

B.15.2 Material Requirements

1. Embankment. Shall conform to the requirements of Items 104 and/or 804,


Embankment. Use roadway excavation for embankment material shall also be used
with the approval of the Engineer.

2. Temporary Drainage Pipe. Furnish pipe required for temporary drainage as


approved by the Engineer. Pipe shall become the property of the Government upon
removal.

3. Subbase, Base and Surfacing. Subbase, base and surfacing materials shall be
furnished in accordance DPWH Standard Specifications and as approved by the
Engineer.

4. Other Materials to be used (including restoration of structures) shall be indicated


in the Plans as approved by the Engineer or as directed by the Engineer.

B.15.3 Provisions Prior to Construction of Detour/ Access Roads

Traffic Management Plan shall be submitted to the Engineer for approval prior to actual
implementation/construction.

All signage and other traffic and safety devices required shall be provided in the
approved Traffic Management Plan.

Traffic engineer who will provide proper coordination with the Government’s Traffic
Authorities, and utility firms concerned shall be assigned full time; also, traffic aides
shall be assigned to help manage the traffic flow.

A traffic monitoring system shall be implemented to monitor the traffic situation (1)
during the morning and afternoon peak times; (2) when construction activities
drastically change; and (3) when there is an unusual traffic congestion, in which case
the Contractor shall inform the Government’s Traffic Authorities concerned
accordingly.

DPWH B-34
Technical Specification for the Davao City Part B
Bypass Construction Project, Package I-2, Sta. 0+000 to Sta. 12+800 Other General Requirements

Before starting any construction activity, briefs, flyers, and other materials shall be
provided for the information of the media and the public, as required in the approved
Traffic Management Plan.

B.15.4 Construction Requirements

The Contractor shall submit access roads plan for roadway, culverts and bridge
construction for approval of the Engineer. These access roads shall be planned within
the Right of Way (ROW) in principle. If not, the Contractor shall maximize the use of
the existing public roads during construction of bridges and other major structures. If
the two (2) case-scenarios are not possible, the Contractor may opt to use or rent a
private land for such access road as deem necessary and as approved by the Engineer.
The Contractor shall make agreement with the owners in case of rent or use of private
land.

The detours/ access roads shall be constructed at the locations and to the lines, grades,
and typical sections as approved and/or as directed by the Engineer, in accordance with
pertinent Items. Detours/access roads shall be maintained for public travel in a safe and
passable condition. The width, type of surfacing and the design load of passing vehicles
shall be indicated in details in the Plans to be approved by the Engineer.

Due to heavy load in transporting materials and equipment, it is suggested to construct


a concrete pavement or PCCP with underlying subbase course. Dimension maybe 6.70m
width and 230 mm thickness pavement (Item 311) and a 200mm thick subbase course
(Item 200). A one (1) meter width of sidewalk on both side of the road shall be used for
pedestrian or passing public. Sidewalk may be aggregate surface (Item 300) or
aggregate base course (Item 201)). For the use of existing public roads, a maximum of
0.5 km shall be constructed/ improved and maintained. This suggestion can be altered
based on the actual condition of the proposed access road of the Contractor subject to
the approval of the Engineer.

Detours shall be removed after they are no longer needed for traffic. Dispose of the
materials off the right of way, unless otherwise directed by the Engineer. If allowed,
materials shall be disposed of by spreading along the adjacent roadway slopes. If
embankment, base, or surfacing is to be reused within the roadway construction or
stockpiled for future use, it shall be salvaged or stockpiled in accordance with pertinent
Items. No final payment shall be made unless the detour/ temporary traffic control
measures are already removed and the newly completed project opened to traffic.

In the event the Contractor fails to observe the above safeguards, the Government may,
at the Contractor's expense, take whatever measure is deemed necessary for its
protection, the Contractor's personnel and third parties, and/or order the interruption of
dangerous works.

Other Operations necessary for the restorations of an existing structures or obstructions,


which may damage new construction, shall be completed prior to placing the new work,
unless otherwise provided in the special provisions.

When the Contractor wishes to use existing public roads, the Contractor shall make
proposal to the concerned Government Office (DPWH, DILG, Provincial office, etc.)
with the assistance of the Engineer.

The Contractor shall be responsible for maintenance, leveling, compaction and dust
control of these access roads as approved by the Engineer.

DPWH B-35
Technical Specification for the Davao City Part B
Bypass Construction Project, Package I-2, Sta. 0+000 to Sta. 12+800 Other General Requirements

The Contractor shall submit contract agreement, either by rental or use, when using
private land or public roads as the access roads to the Engineer. The Contractor shall
indemnify the Employer/The Engineer from claims by the landowners or any dispute
that may arise in the future.

B.15.5 Methods of Measurement

Detour/access road shall be measured on a lump sum basis. When the Contract stipulates
that payment shall be made for the restoration on lump-sum basis, the pay item will
include all restoration of structures and obstructions encounter within which are
stipulated in the Contracts.

B.15.6 Basis of Payment

The accepted quantities, measured as provided in Section B.15.5, Method of


Measurement, shall be paid for at the Contract Unit Price of the Pay Item listed below
that is included in the Bill of Quantities. The unit price shall cover full compensation
for all related services necessary to complete the Item.

Payment will be made under:

Pay Item Unit of


Description
No. Measurement
B.15(1) Detour/Access Road Lump Sum

Ninety (90%) of payment for this lump sum pay items will be made upon progress of
works described under this Item, based on Detailed Unit Price Analysis of Lump-sum
pay items agreed by the Employer, and certified by the Engineer. The remaining 10%
of payment shall be made upon completion of demolition of these access roads if
required so by the Engineer or upon issuance of a Taking-Over Certificate.

ITEM B.21 TEMPORARY BRIDGE

B.21.1 Description

This work shall consist of furnishing all material, labor and equipment necessary for
fabricating, constructing, transporting and erecting the superstructure components,
maintaining, disassembling, cleaning, transporting superstructure components to
storage and removing a temporary bridge as shown on the Plans or as directed by the
Engineer.

B.21.2 Material Requirements

All materials shall be in accordance with the DPWH Standard Specifications


specifically the following:

Description Specification

Load Bearing Pile Item 400 – Piling


Reinforced Concrete Piles Item 400 – Piling
Embankment Item 104 - Embankment
Lumber and Timber Item 713 - Treated and Untreated Timber

DPWH B-36
Technical Specification for the Davao City Part B
Bypass Construction Project, Package I-2, Sta. 0+000 to Sta. 12+800 Other General Requirements

Structural Steel Fabrication Item 403 - Metal Structures


Bailey Bridge Item 403 – Metal Structures

B.21.3 Construction Requirements

Temporary bridges and approaches shall be constructed at the location, length and
elevation shown on the Plans or as directed by the Engineer. If necessary, to prepare the
crossing for traffic, approach embankments or excavation and surfacing shall be
provided. The Contractor shall maintain in good condition the temporary structure,
approaches and embankments until the permanent structure is opened to traffic. The
Contractor shall then remove the temporary structure, all refuse, debris and approach
fills. The site shall be left in a neat and acceptable condition before acceptance of the
work. Any portion of the superstructure furnished by the Contractor shall in its entirety
become the property of the Government.

B.21.3.1 Substructure

The substructure shall include all portions of the temporary bridge not classified as
superstructure elsewhere in these Specifications. The substructure shall generally
include the piling, sway bracing, timber, attaching devices and any excavation or
backfill not included as a roadway item necessary to construct this structure. After
removal, all portions of the substructure shall remain the property of the Contractor.

B.21.3.2 Superstructure Furnished by Contractor

The Contractor shall furnish the cap beam units. The portion of the superstructure to be
furnished by the Government will include the superstructure spans. Each end bent cap
beam unit shall include the channels, cover plate, stiffener, end plates and bottom
bearing plates. Each intermediate bent cap beam unit shall include the angles, cover
plate, stiffeners, end plates and bottom bearing plates. Each cap beam unit shall be
fabricated and fully assembled in the shop. All holes and slots shall be shop drilled full
size. New high-strength bolts, nuts and washers shall be furnished by the Contractor, as
required for the assembly of the cap beams, as shown on bridge Plans.

B.21.3.3 Superstructure Provided by the Government

The superstructure furnished by the Government will be stored at the location described
on the bridge Plans. New high strength bolts, nuts and washers for the superstructure
furnished by the Government shall be used for any reassembling of the temporary bridge
units.

B.21.3.4 Transporting and Erecting Superstructure

The Contractor shall transport the superstructure units to the job site for erection. After
the substructure piling and sway bracing have been completed to correct line and grade,
holes shall be field drilled in the pile at locations shown on the Plans to attach the cap
beam in conformity with the plan line and grade. Field reaming or enlargement in any
manner of holes in any superstructure unit will not be permitted. The structure shall be
maintained by the Contractor, at the Contractor’s expense, during usage until final
storage. Any damage, regardless of cause, shall be repaired by the Contractor, at the
Contractor’s expense, prior to final acceptance.

DPWH B-37
Technical Specification for the Davao City Part B
Bypass Construction Project, Package I-2, Sta. 0+000 to Sta. 12+800 Other General Requirements

B.21.3.5 Removing, Dismantling, Handling and Storing of Temporary Bridge Components

After the permanent bridge is open to traffic, the temporary bridge shall be
disassembled, removed, cleaned and transported to the storage area, as directed by the
Engineer. The superstructure units shall be cleaned of all dirt and other debris to the
satisfaction of the Engineer. The Contractor shall notify and make arrangements with
the Engineer a minimum of 24 hours prior to storing the superstructure.

B.21.4 Method of Measurement

Temporary bridge shall be measured by lump sum.

B.21.5 Basis of Payment

The accepted quantities, measured as provided in Section B.21.4, shall be paid for at the
Contract Unit Price of the Pay Item listed below that is included in the Bill of Quantities.
The unit price shall cover full compensation for all related services necessary to
complete the Item.

Payment will be made under:

Pay Item Unit of


Description
Number Measurement
B.21 Temporary Bridge Lump Sum

DPWH B-38
Technical Specification for the Davao City Part C
Bypass Construction Project, Package I-2, Sta. 0+000 to Sta. 12+800 Earthworks

PART C - EARTHWORKS

ITEM 100 - CLEARING AND GRUBBING

100.1 Description

Section 100.1 is revised to read as follows:

This Item shall consist of the clearing, grubbing, removing, hauling, stockpiling and
disposing all materials including trees, stumps, roots, vegetation, logs, wastes, debris
and protruding objects except those that are designated to remain in accordance with
other items of these Specifications and where directed by the Engineer. The holes
resulting from grubbing operations shall be filled with approved materials, placed and
compacted to the same dry density as that of the adjoining soil or as directed by the
Engineer.

100.2 Construction Requirements

100.2.1 General

Modify 2nd paragraph of Sub-Section 100.2.1 as follows:

Clearing shall extend up to the limits of Right of Way (ROW) shown on the ROW plan
or directed by the Engineer, with the exception of trees under the jurisdiction of the
Forest Management Bureau (FMB) and/or such tree and bush designated for
preservation. Trees, shrubs or bushes designated to remain in place shall be carefully
trimmed as directed by the Engineer and shall be protected from scarring, debarking and
other injuries during construction operations.

100.2.2 Clearing and Grubbing

Insert the following at the beginning of Sub-Section 100.2.2:

Prior to clearing and grubbing works, the following shall be made:

1) Upon the Commencement of Works, the Contractor shall conduct as-staked survey
and submit as-staked survey results, as-staked survey Plans and the topsoil
recovery plan for approval of the Engineer before he starts the clearing and
grubbing works.

2) The Contractor may be given possession of project site in accordance with the
construction limits set forth.

3) After the as-staked survey, the Contractor shall submit to the Engineer for approval
a “Topsoil Recovery Plan” that shall indicate;

- the areas for stock piling of materials;


- the locations where topsoil materials will be recovered; and
- disposal method to be adapted.

DPWH C-1
Technical Specification for the Davao City Part C
Bypass Construction Project, Package I-2, Sta. 0+000 to Sta. 12+800 Earthworks

Add the following at the end of Sub-section 100.2.2:

Structures, properties and the likes which need to be removed but are still under legal
expropriation proceedings shall in the meantime be preserved or excluded from the
works, otherwise the Contractor shall be solely liable for any complaints or litigation
filed by the owner of any damage to the structure and/or property as a result of his action.

Any unauthorized interference and damage to private property shall be made good or
restored by the Contractor to the satisfaction of the Engineer and the Owner.

Areas where trees are removed shall be repaired by filling the depressions including
grub holes with approved fill materials and compacted as directed by the Engineer
Filling shall not be paid separately, but shall be considered part of the work under this
item.

100.2.3 Individual Removal of Trees or Stumps

Add the following provisions to Sub-section 100.2.3:

The Employer will seek permission of cutting trees from the DENR and the Philippine
Coconuts Authority in case of coconuts trees prior to the Commencement of Works.

The Engineer will provide list of the trees identified during the detailed design within
seven (7) days after the Commencement of Works. The Contractor, prior to any tree
cutting/removal operation shall prepare inventory of the trees scheduled for
cutting/removal for confirmation of the tree lists for the Engineer’s approval. Trees to
be cut shall be submitted in tabulated form, showing as much information for easy
identification as follows:

 Station Limit
 Description/Name/Species of Trees
 Size/Diameter (in centimeter)
 Distance from the centerline of the road/channel
 Location (Left/Right)

If there are additional trees to the above Engineer’s list, the Contractor shall make a
request for the Local DENR (with the approved list attached) that such number of trees
will be cut/removed for the improvement of the project road through the Employer/the
Engineer. No trees shall be cut/removed unless a “Permit to cut Trees” is issued by the
DENR to the Contractor authorizing him to cut only such approved number of trees.

The Contractor shall know the Joint Memorandum Circular No. 1, Series of 2014,
Guidelines for the Implementation of the DPWH-DENR-DSWD Partnership on the
Tree Replacement Project, “To rectify the deforestation of national parks and forests in
all regions affected by DPWH infrastructure projects through the replacement of each
tree cut with the planting of One Hundred (100) seedlings/ saplings/ propagules” with
1 meter height minimum.

The Contractor shall furnish One Hundred (100) seedlings with 1meter height minimum
in replacement of each tree cut and removed of the same species.

DPWH C-2
Technical Specification for the Davao City Part C
Bypass Construction Project, Package I-2, Sta. 0+000 to Sta. 12+800 Earthworks

Trees cut shall be disposed of in a manner conforming to the requirements of Sub-


Section 100.2.2 and with the requirements contained in the DENR permit. The
Contractor shall allow the owners to cut his/her trees and remove them if requested so
by them.

Individual trees intended to be removed and relocated as indicated on the Plans or as


directed by the Engineer shall be removed and relocated by the Contractor with care.

100.3 Method of Measurement

Add the following as Sub-section 100.3.4:

4. Measurement for payment shall be included for the furnishing of One Hundred
(100) seedlings with 1 meter height minimum in replacement of each tree cut and
removed of the same species.

5. No measurement for payment shall be made for banana plants as tree but included
in the clearing and grubbing

6. Top layers of 20cm thick from the existing ground surface shall be removed and
stockpiled for re-use as top soil or disposed as unsuitable materials. Measurement
shall be inclusive to unsuitable excavation.

Modify the table in Section 100.3 with the table in the following Section 100.4.

100.4 Basis of Payment

Add the following paragraph after the 1st paragraph:

The payment shall include transport cost of trees to designated stock points or disposal
areas within 5.0km from the site. In case exceeding 5.0 km transport, such transport cost
will be paid at daywork basis or under Pay Item 107(1) by Cubic Meter-Kilometer, as
decided by the Engineer.

In case, the Engineer orders to assist relocation of houses or buildings, the Contractor
shall provide transport vehicles and labor and such cost will be paid at daywork basis.

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

Payment shall be made under:

Pay Item Unit of


Description
Number Measurement
100 (1) Clearing and Grubbing Hectare
100(3)a1 Individual Removal of Trees 150-300mm dia. Each
100(3)a2 Individual Removal of Trees 301-500mm dia. Each
100(3)a3 Individual Removal of Trees 501-750mm dia. Each
100(3)a4 Individual Removal of Trees 751-900mm dia. Each
100(4) Individual Removal of Trees, above 900mm dia. Each

DPWH C-3
Technical Specification for the Davao City Part C
Bypass Construction Project, Package I-2, Sta. 0+000 to Sta. 12+800 Earthworks

ITEM 101 - REMOVAL OF STRUCTURES AND OBSTRUCTIONS

101.2 Construction Requirements

Add the following to Sub-Section 101.2.5 and Sub-section 101.2.6:

101.2.5 Removal of Concrete Foundations and Other Unattended Structures:

The Contractor shall remove any and all materials not suitable for use in the Work,
obstructions and all other structures or part of structures within the highway right-of-
way, which are to be replaced, relocated, or interfere with or are rendered useless by
new construction, unless otherwise provided on the Plans or in the Specifications.

The disposal of materials outside the project boundaries shall be the responsibility of
the Contractor. He shall make his arrangements with the property owners of disposal
sites outside the project boundaries as indicated on the Plans or Contract Documents.

The Contractor shall obtain a written permit from the property owner of the disposal
site. He shall submit to the Engineer the said permit absolving the Project Proponent
and the government from any and all responsibility in connection with the disposal of
materials on his property. No material shall be disposed without prior authority from
the Engineer. When materials are disposed as provided above and the site is visible
from the highway, the Contractor shall make the disposal in a neat and presentable
manner to the satisfaction of the Engineer.

101.2.6 Care of Existing Utilities

The Contractor shall assume full responsibility for the care of the existing utilities,
whether or not they are shown on the Plans. The Contractor shall carefully support and
protect all such structures and utilities from damage of any kind. Any damage resulting
from the Contractor’s fault or negligence in his operations shall be repaired by him at
his own expense. The Contractor’s responsibilities shall apply even in the event damage
occurs after backfilling.

101.3 Method of Measurement

Add the following paragraph at the end of this Section:

Measurement shall be made corresponding to the pay items under Section 101.4 as
approved by the Engineer. In case removal of the structures and obstructions does not
meet these under pay items in Section 101.4, such removal will be measured in cubic
meter converting to Pay Item 101 (6), Removal of Structures and Obstruction (Concrete)
and paid if approved so by the Engineer.

101.4 Basis of Payment

Modify the payment of list of pay item under Sub-Section 101.4 with the following:

Payment shall be made under:

DPWH C-4
Technical Specification for the Davao City Part C
Bypass Construction Project, Package I-2, Sta. 0+000 to Sta. 12+800 Earthworks

Pay Item Unit of


Description
Number Measurement
101 (3)b3 Removal of Actual Structures and Obstruction, Square Meter
0.23 m thick, PCCP Unreinforced
101 (8) Removal of Existing Guardrails Linear Meter
101 (9) Removal of Existing Guardrail Posts Each
101 (10) Removal of Existing Road Signs Each

DPWH C-5
Technical Specification for the Davao City Part C
Bypass Construction Project, Package I-2, Sta. 0+000 to Sta. 12+800 Earthworks

ITEM 102 - EXCAVATION

102.1 Description

Add the following paragraph to Sub-Section 102.1:

It shall be understood that the hauling of excavated fill material to stockpiles and areas
of fill and disposal of unsuitable materials to the designated disposal areas is at any
distance and therefore no overhaul will be paid.

102.1.1 Roadway Excavation

Revise the entire text of Sub-Section 102.1.1 to read as follows:

Excavation at cut section of the roadway shall be carried down to at least 150 mm below,
in case subgrade CBR value is less than 7%, the subgrade level to allow for the
placement of select fill materials. Prior to and after the placement of select fill, the
resulting surfaces shall be compacted to the requirement of clause 105(1) Subgrade
Preparation (Common Materials).

Roadway excavation will be classified as “Common Excavation” and “Rock (Hard


Rock) Excavation” or “Unsuitable Excavation” as indicated in the Bill of Quantities and
hereunder described.

1) Common Excavation shall consist of all excavation including any pavement layer
of the existing roadway not covered by a separate item in the Bill of Quantities
regardless of the nature of the materials excavated, other than borrow excavation,
unsuitable excavation, soft rock and solid rock excavation.

Common Excavation shall include excavation for the reshaping of side ditches in
accordance with the lines, levels and details shown on the Plans and per instruction
by the Engineer.

Soft Rock Excavation shall consist of materials with intermediate strength between
soil and hard rock.

2) Rock (Hard Rock) Excavation shall consist of hard material in masses (including
individual rock boulders exceeding 1.0 m³ in volume) which in the opinion of the
Engineer cannot be excavated without blasting and all materials that, in the opinion
of the Engineer, require blasting, or the use of hydraulic breaker mounted to
hydraulic excavator of at least 120 Kw, or the use of compressed air drilling for
their removal, and that cannot be extracted by ripping with a tractor of at least 200
Kw with a single, rear-mounted, heavy-duty ripper.

Where a portion of excavation contains 50% or more by volume of boulders of this


order, such portion shall be considered as rock excavation throughout.

3) Unsuitable excavation shall include any materials containing vegetable organic


matter such as muck, peat, organic silt, soil or sod which in the opinion of the
Engineer is considered unsuitable for roadbed or embankment construction.

The classification of earthwork material shall be subject to the approval of the


Engineer.

DPWH C-6
Technical Specification for the Davao City Part C
Bypass Construction Project, Package I-2, Sta. 0+000 to Sta. 12+800 Earthworks

102.2 Construction Requirements

102.2.1 General

Add the following paragraph at the end of this Sub-section 102.2.1:

The Contractor shall plan, provide and maintain all access roads, detour roads,
temporary bridges and drainage to the construction site. The locations, dimensions and
layout shall be subject to the approval of the Engineer.

102.2.9 Removal of Unsuitable Material

Add the following paragraphs at the end of Sub-Section 102.2.9:

In general, whenever materials of doubtful characteristics are discovered during


excavation and embankment construction, such materials shall be subjected to
laboratory test at the option of the Engineer. If the test results show that the materials
could be treated or blended to produce materials of the required quality for incorporation
into the Works, the Contractor may perform such treatment or blending operations to
the complete satisfaction of the Engineer. In all these cases, the Contractor, in electing
to undertake the testing and treatment/blending operations, shall not be entitled to
extension of time or additional compensation.

When unsuitable materials from excavation are to be disposed outside the right-of-way,
the Contractor shall first obtain a written permit from the property owner of the proposed
disposal site. The Contractor shall submit to the Engineer the said permit or a certified
copy thereof together with a written release of the property owner absolving the
Employer from any and all the responsibilities in connection with the disposal of
materials on his property. No disposal shall be done on the disposal site before
permission is granted by the Engineer. Disposal of materials off the site as provided
above shall be made in a neat and uniform manner to the satisfaction of the Engineer.

102.2.10 Disposal Areas

Add the following paragraphs as 102.2.10:

Unless otherwise directed by the Engineer, unsuitable and excess excavated materials,
shall be transported and disposed at the approved disposal areas by the Engineer.

The Engineer will designate disposal areas. All surplus materials from the excavation
shall be dispose at the designated disposal areas by the Engineer.

The Contractor may propose other disposal areas for approval of the Engineer in
accordance with his proposed hauling diagram prepared based on as-staked survey
results or the Engineer may designate other disposal areas.

The Contractor shall conduct topographic survey for all disposal areas and plan/design
disposal embankment including drainage if required so for approval of the Engineer.

The disposal area shall be required clearing and grubbing, fill layer by layer about 20
cm by equipment, compacting to the minimum ninety percent of the maximum density.
Fill slopes shall be compacted by bulldozer or other appropriate equipment. Fill slopes
shall be covered by the top soils stocked from the clearing and grubbing and compacted.

DPWH C-7
Technical Specification for the Davao City Part C
Bypass Construction Project, Package I-2, Sta. 0+000 to Sta. 12+800 Earthworks

102.3 Method of Measurement

Add the following paragraphs to Sub-Section 102.3

The removal of top soil shall be classified into 1) suitable for bedding of glassing, tree
planting, hydroseeding, Coconet peat or other Works and unsuitable excavation. In the
case of the former, the payment includes hauling, stockpiling for re-use (no hauling cost)
shall be paid. In the case of the latter, these are disposed and paid as unsuitable
excavation and hauling in accordance with Item 107.

Provision and maintenance of access roads, detour roads, temporary bridges and
drainages and crane ways to construction site shall not be measured and paid for
separately and shall be deemed to be included in the related pay items prescribed in
these specifications.

102.4 Basis of Payment

Revise the second paragraph to read as follows:

Payment shall be made under:

Pay Item Unit of


Description
Number Measurement
102 (1) Unsuitable Excavation Cubic Meter
102 (2) Surplus Common Excavation Cubic Meter
102 (3)a Surplus Rock Excavation, Soft Rock Cubic Meter
102 (3)b Surplus Rock Excavation, Hard Cubic Meter

ITEM 103 - STRUCTURE EXCAVATION

103.1 Description

Add the following paragraphs to Section 103.1:

Structure excavation shall also include the furnishing and placing of approved foundation fill
materials to replace unsuitable materials encountered below the foundation elevations of the
structures.

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 for bridges starts after the temporary shoring, cribbing and cofferdam
construction is completed. The excavation shall be done mechanically or manually 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 Plans. 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, box culverts, revetments, pipe
culverts, retaining walls, headwalls, wing walls, catch basins, manholes, drop inlets, and other
structures for the whole or part of the structure as shown on the Plans. The work shall consist of
excavation in earth or rock within the limits of the work as specified or shown on the Plans and

DPWH C-8
Technical Specification for the Davao City Part C
Bypass Construction Project, Package I-2, Sta. 0+000 to Sta. 12+800 Earthworks

backfilling of these structures with suitable material. The work shall also include disposal of surplus
materials, all necessary draining, pumping (dewatering), bailing, sheeting, shoring, the construction
of cribs and cofferdams and their subsequent removal, and the removal of existing structures or
parts thereof which obstruct or encroach upon the structural excavation.

Excavation for structures shall not be classified for measurement and payment as “Structure
Excavation Above Ordinary Water Level (OWL)” and “Structure Excavation Below Ordinary
Water Level” as the case may be.

The water elevations shown on the Plans are approximate only and any variation in elevation found
during construction shall not be used as a basis for extra compensation for this Item.

It shall also include the furnishing and placing of approved foundation fill materials to replace
unsuitable materials encountered below the foundation elevation of structures.

103.2 Construction Requirements

103.2.2 Excavation

In the first paragraph under this Subsection, supplement the following:

Any excavation carried beyond the limits shown or described on the Plans or Specifications or
beyond the dimension resulting from adjustments made by the Engineer shall be backfilled with
materials acceptable and as directed by the Engineer.

Structure or Bridge Excavation will be classified as “Common Excavation” and “Rock Excavation”.
Rock Excavation shall consist of hard material in masses (including individual rock boulders
exceeding 1.0 m³ in volume) which in the opinion of the Engineer cannot be excavated without
blasting and all materials that, in the opinion of the Engineer, require blasting, or the use of
hydraulic breaker mounted to hydraulic excavator of at least 120 Kw, or the use of compressed air
drilling for their removal, and that cannot be extracted by ripping with a tractor of at least 200 Kw
with a single, rear-mounted, heavy-duty ripper.

103.2.4 Cofferdams

At the end of the paragraph of this sub-section, add the following:

The Contractor shall submit Plans required to show in detail the design, procedure and method of
construction of the temporary facilities as means of support or protection to enhance or facilitate
excavation under critical situations as when the presence of water or other natural phenomenon
threaten the stability of the permanent structures to be constructed therein.

103.2.6 Backfill and Embankment for Structures Other than Pipe Culverts

Modify text under this Sub-Section, with the following:

All structural backfill material shall consist of material free from organic material or other
unsuitable material as determined by the Engineer and as shown on Plans.

Structural Backfill Gradation:

Sieve Size Percent Passing


(ASTM E11)
75 mm (3”) 100
9.5 mm (3/8”) 55-100

DPWH C-9
Technical Specification for the Davao City Part C
Bypass Construction Project, Package I-2, Sta. 0+000 to Sta. 12+800 Earthworks

4.75 mm (No.4) 35-85


0.60 mm (No.30) 20-50
0.075 mm (No.200) 0-15

The Engineer may instruct other graduation from the roadway or structural excavation of which PI
is less than 12 or other appropriate PIs.

103.2.7 Bedding, Backfill, and Embankment for Pipe Culverts

Add the following paragraph at the end of this Sub-Section:

If shown in the Plans as “Foundation Fill” other than Pipe Culvert, such materials shall be
equivalent to these specified in Item 200-Aggregate Subbase Course.

103.2.8 Disposal Areas

Refer to the above Sub-section 102.2.10.

103.3.3 Foundation Fill

Add the following paragraph at the end of this Sub-Section:

If shown in the Plans as “Foundation Fill”, including bridges, box-culverts, buildings, tunnel and
other than Pipe Culvert, such materials equivalent to these specified in Item 200-Aggregate Subbase
Course, shall be measured for payment under this Section for payment.

103.3.4 Shoring, Cribbing and Related Work

Modify the text of Sub-Section 103.3.4 (4) and add the following:

Shoring, cribbing, and related protective works, except for these of river bridge construction, if
required in the construction shall not be measured and paid for separately but shall be considered
subsidiary to the item for which they are constructed and utilized.

The shoring and cribbing and cofferdam for the river bridge construction shall be measured for
payment at “lump sum” as provided in the BOQ.

103.3.5 Basis of Payment

Modify the second sentence of Sub-Section 103.3.5 including items (1), (2), (3) and (4) and
substitute the following paragraph:

The payment for structure excavation shall be deemed to include the cost of backfilling, shoring
and cribbing, except river bridge excavation, protective works, removing and disposing unsuitable
materials off-site and removal and hauling of excess suitable materials to stockpiles as directed by
the Engineer.

The payment shall be the full compensation for the work item including the cost of labor,
equipment, tools and incidentals necessary to complete the work prescribed in this item.

No measurement for separate payment to the Contractor shall be made for backfill being the
relevant compensation included by the Contractor in his rates in the Bill of Quantities in the pay
items for excavation for structures.

DPWH C-10
Technical Specification for the Davao City Part C
Bypass Construction Project, Package I-2, Sta. 0+000 to Sta. 12+800 Earthworks

Payment shall be made under:

Pay Item Unit of


Description
Number Measurement
103(3) Foundation Fill Cubic Meter

ITEM 104 - EMBANKMENT

104.2 Material Requirements

Amend the whole text under this Subsection to read as follows:

All materials excavated from roadway, structures, drainage, ditches, and tunnel to the
extent that they are suitable in the formation of embankment and backfill shall be
utilized as such.

Selected material to be used for embankment shall be gravelly-sand or granular


materials as shown and specified on the Plans or as directed and approved by the
Engineer.

Embankment shall be constructed of suitable materials, in accordance with the


following definitions:

1. Suitable Material

Material which is acceptable shall be common or rock materials from the roadway
and/or structure excavation having a CBR value of not less than seven percent (7%)
when tested in accordance with AASHTO T 193, after four days soaking when
compacted to 95% of the maximum dry density according to AASHTO T-99.

2. Selected Material for Topping

The selected embankment materials shall be the materials from the roadway
excavation having CBR values of more than 10%, compacted density of at least 95
% maximum dry density, a plasticity index ranging from 6 to 12 as determined by
AASHTO T90 and not more than 35 % of liquid limit as determined by AASHTO
T89.

3. Selected Granular Embankment

Selected granular embankment shall be river run or old river deposit gravelly sand
or gravel or other granular material as shown and specified on the Plans or as
directed and approved by the Engineer.

104.3 Construction Requirements

104.3.1 General

Add the following paragraph at the end of Sub-Section 104.3.1

Prior to the construction of embankment, the Contractor shall submit as-staked survey
Plans with quantities of earthwork. The Contractor shall also submit for review and
approval, the methodology he intends to apply for the formation of embankment

DPWH C-11
Technical Specification for the Davao City Part C
Bypass Construction Project, Package I-2, Sta. 0+000 to Sta. 12+800 Earthworks

satisfying all requirements to conform to the lines, grades and dimensions shown in the
plans. The methodology shall show the systematic procedure of constructing the
embankment in conjunction with the procedures proposed for the slope protection as
shown in the Plans.

However, the approval of the proposed methodology does not relieve the Contractor of
the responsibilities for any unsatisfactory or defective works as result of such
methodology. The Engineer at his discretion may reject or require remedial measures to
the defective works. The cost of replacing or remedying defective works shall be borne
by the Contractor.

Before embankment construction starts, the Contractor shall construct in accordance


with his methodology, a section of trial embankment in accordance with Sub-section
104.3.10, Trial Embankment

104.3.3 Compaction

Modify the first paragraph of text under the heading “Earth” of Sub-Section 104.3.3 to
read as follows:

Each layer of embankment, except layers consisting of rock, shall be moistened or dried
to uniform moisture content within 2% of the optimum moisture content, then
thoroughly compacted to a minimum of 95% of the maximum density as determined by
AASHTO T 180, Method D for all embankment except for the 300 mm below subgrade
level which shall be compacted according to Sub-Clause 105.3.5.

Modify last sentence under the heading “rock” of Sub-Section 104.3.3 is amended to
read as follows:

The embankment shall be compacted with compaction equipment over the full width
and in a longitudinal direction until there is no visible movement of the rock fill
materials when under the compacting equipment.

Add the following paragraph after the last paragraph of Sub-Section 104.3.3:

Placing of fill will be suspended, if in the opinion of the Engineer, there is no adequate
compaction and grading equipment in good operating condition available on site to
shape and compact the fill immediately upon placement.

Add the following paragraph before Sub-Section 104.3.4:

The fill slopes shall be compacted by equipment, hydraulic excavator, bulldozer and/or
other appropriate equipment accepted by the Engineer, to the minimum density of 90%.

Add the following Sub-Sections after Section 104.3.9 - Earth Berms

104.3.10 Trial Embankment

The following requirements shall be considered to supplement and modify the


requirements of “Compaction Trials” of Sub-section 104.3.3

1) General

Before starting the embankment works, the Contractor shall carry out trial
embankments and tests to demonstrate to the Engineer the performance of his

DPWH C-12
Technical Specification for the Davao City Part C
Bypass Construction Project, Package I-2, Sta. 0+000 to Sta. 12+800 Earthworks

equipment and to determine the effectiveness of the proposed construction method


especially the blending, placing, spreading and compaction. All findings obtained
from the trial embankments and tests shall be submitted to the Engineer for
establishing desirable criteria for the quality control of the embankment works. The
Contractor shall make joint efforts with the Engineer until acceptable criteria and
methodology are established.

The Contractor shall submit to the Engineer for approval, his plan and schedule for
the construction of the trial embankment including location and area of
embankment, type and quality of equipment, manner of blending, placing,
spreading and compaction, items and quantity of test, and other information for the
trial embankment.

No separate payment shall be made for the trial embankment; all the costs thereof
are deemed to be included in the payment specified in this work item.

2) Execution of Trial Embankment

The trial embankment shall be carried out simulating normal construction


conditions by using all the equipment and methods proposed for placing, spreading
and compacting the embankment materials.

Spreading depth of the trial embankment shall be not more than 20 cm after
compaction.

The number of passes shall be varied to provide at least four (4) cases to establish
a relation between number of passes and degree of compaction.

Several kinds of materials, which can cover representative soil characteristics of


the whole embankment materials, shall be tested. Should clearly different materials
be used for a section of embankment, such materials shall also be tested in the same
manner.

3) Soil Test and Measurement

All materials of embankment shall be conditioned beforehand and tested in


accordance with Clause 104.2 of this Specification. The Contractor shall carry out,
as a minimum, the following tests during the operation of the trial embankment:

a) Settlement Measurement of Layer

Settlement of layer shall be measured after compaction at a minimum of nine


(9) points per each trial in each site using a taut line horizontally strung
between the batter boards at both ends of embankment.

b) Measurement of in-place Density and Moisture Content

Measurement of in-place density and moisture content shall be in accordance


with Sub-Section 104.3.11 of this Specification. Measurement shall be made
at a minimum of nine (9) points per trial in each site.

4) Establishment of Criteria

The Contractor shall investigate results of the trial embankment and shall submit to the
Engineer for approval, his proposed method and manner of embankment operation

DPWH C-13
Technical Specification for the Davao City Part C
Bypass Construction Project, Package I-2, Sta. 0+000 to Sta. 12+800 Earthworks

which shall include full height construction of embankment, spreading depth, number
of passes, type of equipment, combination of equipment, construction of slope
protection, and other information necessary for establishing the criteria of embankment
operation.

If acceptable criteria are not established, the Contractor shall repeat the trial
embankment at his own expense to the satisfaction of the Engineer.

104.3.12 Quality Control of Embankment Operation

1) General

Quality control of the embankment operation shall be carried out through the
regular compaction test and the daily control test as specified hereinafter.

No separate payment shall be made for the requirements of this Sub-Section and
all the costs thereof are deemed included in the payment specified in this work
Item.

2) Regular Compaction Test

The regular compaction test shall be carried out once for every 1,500 m³ or fraction
thereof per 20 cm layer of the materials before compaction in accordance with
AASHTO T 180 or T 99 and before a new source of material is placed in the works.
Measurement of natural moisture content and specific gravity of soils and
determination of the optimum moisture content and the maximum dry density shall
be made and results shall be submitted to the Engineer for approval.

3) Daily Quality Control Test

a) General

Daily quality control test shall be executed at embankment sites by use of the
radioisotope type soil density and moisture gauge (RI gauge) which shall be
procured by the Contractor. The Contractor shall measure in-place dry density
and in-place moisture content using the RI gauge on daily basis when the
embankment operation is executed.

Elevation/Dimension Tolerance (mm) Crest Elevation of Embankment Crest


Width of Embankment Length of Embankment Slope + 50 + 100 + 200

b) Execution of Daily Quality Control Test

Measurement of in-place dry density and in-place moisture content shall be


made daily at the rate of one (1) point measurement per 500 square meter area
of each layer of compacted fill.

All measurement data shall be recorded and filed with direct output from the
RI gauge. Record format shall contain, but not limited to, the following items.

 Date and time of measurement


 Weather condition
 Rainfall
 Location of Embankment
 Location of Measurement

DPWH C-14
Technical Specification for the Davao City Part C
Bypass Construction Project, Package I-2, Sta. 0+000 to Sta. 12+800 Earthworks

 Approximate work volume of embankment


 Type of embankment material
 Moisture content at borrow pit or stockyard
 In-place moisture content at embankment site
 In-place density of embankment material
 Degree of compaction
 Presence of the Engineer

The Contractor shall plot the data in a form of daily control graph and shall
monitor its daily change.

The Contractor shall submit all the test results of daily quality control test to
the Engineer once every week for approval.

The Contractor, when requested by the Engineer, shall measure in-place


density of the soils by the sand replacement method in a manner specified in
AASHTO T 191 (Density of In-Soil Place Density by the Sand-Cone Method)
or AASHTO T 310 (In-Place Density and Moisture Content of Soil and Soil
Aggregate by Nuclear Methods) or their ASTM equivalent.

104.3.13 Monitoring of Embankment

The settlement and stability of the major embankment shall be monitored by the
Contractor periodically in accordance with the approved embankment monitoring
methodology by the Engineer.

104.4 Method of Measurement

Add the following paragraph after the last paragraph of Sub-Section 104.4:

Any material coming from roadway, structure, drainage or ditch excavations which are
suitable for use but are replaced by the Contractor with borrow materials without prior
approval by the Engineer, shall not be measured for payment.

Measurement of quantities for embankment shall be made by the volume of


embankment materials placed and compacted to the lines, grades, and dimensions
shown on the Plans or directed by the Engineer and shall be taken only in the presence
of the Engineer. The Engineer shall be notified at least 24 hours before taking such
measurement. The volume of embankment materials shall be computed by end area
method and determined from the execution section of the embankment established on
the original ground line after stripping as per the approved as-staked Plans by the
Engineer. The original ground line shall be surveyed and reported to the Engineer for
checking and approval prior to the execution of the embankment operation.

The volume of selected fill placed, compacted and accepted as called for in the Plans
and in accordance with this Specification or as otherwise required by the Engineer under
this Item, shall be measured in cubic meters (m³).

104.5 Basis of Payment

Modify the text of Section 104.5 to read as follows:

The accepted quantities, measured as prescribed in Section 104.4, Method of


Measurement, shall be paid for at the Contract unit price for each of the Pay Items listed
below that is included in the Bill of Quantities. The payment for accepted quantities for

DPWH C-15
Technical Specification for the Davao City Part C
Bypass Construction Project, Package I-2, Sta. 0+000 to Sta. 12+800 Earthworks

embankment with fill materials from roadway and borrow excavation shall be deemed
to include the cost of excavation, hauling, blending, drying and wetting if necessary,
placing, spreading and compaction of fill materials. The payment for accepted quantities
for embankment construction with fill materials from realignment of river channel and
structure excavation shall be deemed to include the cost of hauling from stockpiles,
blending, drying and wetting if necessary, placing, and spreading and compaction of fill
materials. The payment shall be full compensation for the furnishing, placing and
compacting of all materials, including all labor, equipment, tools and incidentals
necessary to complete the work prescribed in this Item.

The unit price shall also include the costs for procurement and furnishing of required
materials if not coming from approved excavation. No separate payment shall be made
for the tentative removal of embankment, counterweight fill, placing and removal of
surcharge and preload and secondary excavation and backfilling for structures to be
constructed on the embankment, cost of which shall be deemed included in the unit price
of the embankment.

Payment shall be made under:

Pay Item Unit of


Description
Number Measurement
104(1)a Embankment from Roadway Excavation, Common Cubic Meter
Soil

ITEM 105 – SUBGRADE PREPARATION

105.3 Construction Requirements

105.3.3 Subgrade in Common Excavation

Add to this item the following:

a) Common excavation is considered to occur where the designed subgrade level


cuts into the original ground (in most cases this is the existing road surface) and
in earth cuts where the proposed road centerline deviates from the existing
centerline wholly or in part of the existing roadway width.

b) All material within 15 centimeters below subgrade level, when molded at the
optimum moisture content, as determined by AASHTO T99 and at 95 percent of
the maximum dry density, as determined by AASHTO T180, shall have the soaked
CBR value of 10% in cut and 10% in fill sections.

c) The roadbed material in cut shall be moistened or dried to a uniform moisture


content within + or –2% of optimum moisture and then thoroughly compacted to:

 95% of the maximum density as determined by AASHTO T180 in case the


roadbed will constitute the subgrade of the new pavement.
 100% of the maximum dry density, as determined by AASHTO T180, in case
the roadbed will constitute the subbase of the new pavement.

DPWH C-16
Technical Specification for the Davao City Part C
Bypass Construction Project, Package I-2, Sta. 0+000 to Sta. 12+800 Earthworks

105.3.4 Subgrade on Embankment

Add the following paragraph to Sub-Section 105.3.5:

The Contractor shall administer proof rolling the completed embankment fill prior to
placement of the sub-base material. The moisture content of fill material shall be
adjusted immediately prior to compaction by either uniformly mixing in water or drying
out the material such that the moisture content during compaction is within the range
shown by field trials or laboratory tests to be suitable for obtaining the required
densities.

Each layer of material shall be compacted at optimum moisture content to a dry density
equal to at least the percentage of the Maximum Dry Density (MDD) as specified in
Sub-Section 104.3.3.

105.4 Method of Measurement

105.4.1 Measurement of Items for payment shall be provided only for:

Insert the words “at or” between “ground” and “below” in paragraph (1).

Add the following paragraphs to Sub-Section 105.4.1:

3. The preparation of the subgrade at locations where unsuitable materials have been
excavated and disposed shall be measured in square meters, which shall be
calculated based on surveys carried out defining the limits as directed by the
Employer’s Representative.

4. Should a leveling course be necessary to correct the irregularities of the prepared


subgrade or for non-compliance to the maximum allowable tolerances prescribed
in Section 105.3.2 such course shall not be measured separately and shall be
deemed to have been included in the pay item for embankment.

5. No measurement shall be measured for subgrade preparation for the embankment


sections and considered inclusive to the embankment payment.

105.5 Basis of Payment

Payment shall be made under:

Pay Item Unit of


Description
Number Measurement
Subgrade Preparation, Common Material
105 (1)a Square Meter

DPWH C-17
Technical Specification for the Davao City Part D
Bypass Construction Project, Package I-2, Sta. 0+000 to Sta. 12+800 Subbase and Base Course

PART D SUBBASE AND BASE COURSE

ITEM 200 AGGREGATE SUBBASE COURSE

200.2 Material Requirements

Add the following Provisions to Sub-Section 200.2:

If fillers, in addition to that naturally present in the aggregate subbase materials, are
necessary for meeting the grading requirements and/or for satisfactory bonding of
material, it shall be uniformly blended with the subbase course materials at the stock
yards. The materials for such purpose shall be obtained from sources that can supply
materials passing the specification requirements. It shall be free from hard lumps and
shall not contain more than 15 % of material retained on the No. 4 sieve.

If there is a need for additional bonding, additional fillers shall be required and shall be
blended with the subbase material at the stock yards. The blending material shall be
spread in a uniform manner over the loosely spread subbase layer in quantities specified
by the Engineer. The material shall meet the grading and quality requirements in all
respect.

After each layer of subbase course material has been placed and blending material
added, when required, it shall be thoroughly mixed to the full depth of the required layer
by scarifying and blading. When and if directed by the Engineer, the materials shall be
watered to prevent segregation of particle sizes and to obtain the moisture content
required for compaction. When uniformly mixed, the mixture shall be spread smoothly
to the cross-section shown on the Plans.

200.3.3 Construction Requirements

Modify the 2nd paragraph of Sub-section 200.3.3 to read as follows:

Replace the thickness of 150 mm with 200 mm when spreading and compacting using
a base paver (heavy duty asphalt finisher).

Add the following paragraph at the end of Sub-section 200.3.3:

Base paver, heavy duty asphalt finisher, preferably for full width (2-lanes) shall be used
in principle for construction of the sub-base construction for the carriageway PCCP to
minimize segregation of materials and secure flatness. Moisture of the aggregates shall
be adjusted at stock yards to obtain the optical density at construction site. The prime
coat shall be applied as soon as after the sub-base construction and its approval by the
Engineer to protect them from the rain and damage during the construction.

200.4 Method of Measurements

Add the following paragraph at the end of this subsection 200.4:

When filler for blending is required, no separate pay item shall be considered. Any work
necessary to provide a subbase material conforming to the specified gradation and
quality is considered as incidental work to the Aggregate Subbase Items.

DPWH D-1
Technical Specification for the Davao City Part D
Bypass Construction Project, Package I-2, Sta. 0+000 to Sta. 12+800 Subbase and Base Course

200.5 Basis of Payment

Modify pay item to read as follows:

Payment shall be made under:

Pay Item Unit of


Description
Number Measurement
200(1) Aggregate Subbase Course Cubic Meter

DPWH D-2
Technical Specification for the Davao City Part E
Bypass Construction Project, Package I-2, Sta. 0+000 to Sta. 12+800 Surface Courses

PART E - SURFACE COURSES

ITEM 311 - PORTLAND CEMENT CONCRETE PAVEMENT

311.3 Construction Requirements

311.3.2 Equipment

Insert the following paragraphs after the 1st paragraph of subsection 311.3.2;

The Contractor shall establish his own batching plant (concrete mixing plant) at the
project site The Contractor shall submit concrete and mortal production plan, schedule,
capacity and specifications of the plant for prior approval of the Engineer. This plant is
subject to calibration test of the DPWH for accreditation.

The Contractor may use concrete produced by local suppliers for the concrete to be used
for construction of access road, the Engineer’s offices and temporary facilities, base
camp, plant setting, etc.) which will be required before mobilization of his own plant
and equipment.

311.3.2.3 Paving and Finishing Equipment

Insert the following paragraphs at the end of subsection 311.3.2.3;

The Contractor shall use “Slip Form Paver” for spreading and compaction of the
carriageway PCCP construction. The Contractor shall submit method statement,
schedule, capacity and specifications of the slip form paver for prior approval of the
Engineer.

The Contractor may not be necessary to use “Slip Form Paver” for spreading and
compaction of the shoulder PCCP construction if approved so by the Engineer.

311.3.3.8 Limitation of Mixing

Insert the following paragraphs between the 2nd and the 3rd paragraphs;

Controlling temperature in specified limit, the Contractor shall provide shade for stock
piling of aggregates for immediate use. The Contractor shall also cool down water to be
used for mixing concrete by ice-blocks or other appropriate methods approved by the
Engineer. The Contractor shall provide own ice-block production facility or contact with
local ice-block producer for supply of sufficient amount and shall submit it to the
Engineer for consent.

311.3.12.3 Transverse Contraction Joints/Weakened Joint and 311.3.12.5 Load Transfer


Devise

Insert the following paragraphs at the start of subsections 311.3.12.3 and 311.3.12.5;

Though application of the above DOs (use of dowel bars) has been currently suspended
by DO 137, December 1st, 2014, since the dowel bars contribute to extending the
pavement life (durability) more than double than that without dowel bars, especially the
pavement used by many heavy vehicles like Davao City Bypass, dowel bars for 4.5m
transverse construction joints/wreaked joints shall be installed for the carriageway

DPWH E-1
Technical Specification for the Davao City Part E
Bypass Construction Project, Package I-2, Sta. 0+000 to Sta. 12+800 Surface Courses

pavement, including cut and cover tunnel sections pavement, in accordance with DO
No.40 April 15, 2014.

Either manual installation on steel baskets or use of a mechanical dowel bar inserter
without steel baskets is acceptable. The Contractor shall submit method statement and
dowel bar sizes and spaces in accordance with the drawings.

Dowel bars will be omitted for Transverse Contraction Joints/Weakened Joints of


shoulder PCCP construction.

311.4 Method of Measurement

Add the following paragraphs of this sub-Section 311.4 to read as follows:

No separate measurements shall be made for dowel bars and other reinforcement
installed at joint but deemed to inclusive to the contract unit price of PCCP in the BOQ.

In case that installation of steel bars or wire mesh is ordered by the Engineer to place at
the narrow pieces of PCCP like at intersections, etc. to avoid cracking, such
reinforcement shall not be measured separately for payment but deemed to be included
to the contract unit price of PCCP in the BOQ.

311.5 Basis of Payment

Modify sub-Section 311.5 to read as follows:

Payment shall be made under:

Pay Item Unit of


Description
Number Measurement
311 (1) c1 Portland Cement Concrete Pavement
Square Meter
(Unreinforced) 0.23 m thick
311 (1) f1 Portland Cement Concrete Pavement
(Unreinforced) 0.30 m thick (dowelled @ 4.5m) Square Meter

DPWH E-2
Technical Specification for the Davao City Part F
Bypass Construction Project, Package I-2, Sta. 0+000 to Sta. 12+800 Bridge Construction

PART F - BRIDGE CONSTRUCTION

Insert the following general description at the start of Part F-Bridge Construction:

GENERAL

The work under this Section shall include clearing and grubbing, structure excavation, disposal of
unsuitable or surplus materials to waste disposal areas, embankment construction, care of river
during construction and other Item of work which are deemed necessary to complete the work in
accordance with the Drawing Plan on these specifications or as directed by the Engineer.

This Section shall consist of furnishing all material, labor and equipment necessary for fabricating,
constructing, transporting and erecting the superstructure components, maintaining, disassembling,
cleaning, transporting superstructure components to storage and removing a temporary bridge under
subsection B.21 for the completion of this section.

Unless otherwise provided herein, all applicable provisions of Volume II – Standard Specification
for Highway and Bridges, 2013 edition shall be adopted for the construction of the aforementioned
structures for the following parts/subsections;

Other Requirement refer to provision of Part B, Volume II


Item B.18 – Craneway
Item B.21 – Temporary Bridge
Earthwork refer to provision of Part C, Volume II
Item 100 – Clearing and Grubbing
Item 101 – Removal of Structures and Obstructions
Item 102 – Excavation
Item 103 – Structure Excavation
Item 104 – Embankment
Item 105 – Subgrade Preparation

Surface Courses refer to provision of Part E, Volume II


Item 302 – Bituminous Tack Coat
Item 310 – Bituminous Concrete Surface Course, Hot Laid
Item 311 – Portland Cement Concrete Pavement

A. WORK REQUIREMENT

The construction consists of the following:


1) Creek 5 Bridge : Br. I-1, (Sta 1+842.00 - 2+022), L = 180.00 m,
2) Bayabas Creek Bridge 1 : Br. I-2, (Sta 2+490 - 2+630), L = 140.00 m.,
3) Bayabas Creek Bridge 2 : Br. I-3, (Sta 2+739 - 2+859), L = 120.00 m.,
4) Lubogan River Bridge : Br. I-4, (Sta 4+955 - 5+105), L = 150.00 m.,
5) Lipadas River Bridge 1L & 1R : Br. I-5L, (Sta 6+150.00 - 6+230), L = 80.00 m.,
6) Talomo River Bridge 1 : Br. I-6, (Sta 11+601.00 - 11+688.50), L = 87.50 m.,
7) Talomo River Bridge 2 : Br. II-2, (Sta 12+290.00 - 12+410), L = 120.00 m.,
8) Overpass OV1, (Sta 3+814.00), L = 48.00 m.,
9) Overpass-OV2, (Sta 5+668), L= 54.00 m.,
10) Overpass-OV3, (Sta 9+048.50), L= 48.00 m.,
11) Underpass 1 (RC Box Culvert), Sta. 2 + 043.323,

DPWH F-1
Technical Specification for the Davao City Part F
Bypass Construction Project, Package I-2, Sta. 0+000 to Sta. 12+800 Bridge Construction

12) Davao - Bukidnon Underpass,


The work herein consists of primary work from Part C and E including Part B13, Part B18
and B.21 as prescribed below;

B.13 ADDITIONAL GEOTECHNICAL INVESTIGATION

B.13.1 Contractor’s Responsibility for Soil Investigations

The geological and geotechnical data issued or made available to the Contractor by the
Employer before submission of the Contractor’s bid has been given in good faith and
for information used for the detailed design. The Employer does not warrant that such
data fully covers the range of existing conditions on the Site or that designation of rock
or other naturally occurring materials shown on any Drawings or in reports, maps,
geotechnical or other similar information made available to the Contractor for bidding
purposes are correct. Neither does the Employer warrant the correctness of any
interpretation, deduction or conclusion shown in such data, notwithstanding that such
interpretation, deductions and conclusions may have been relied upon for design
purposes.

Should the Contractor consider it necessary to conduct additional soil investigations or


carry out further tests for whatever purpose (for example, for confirmation of the
suitability of construction methodologies or in order to establish sheet pile lengths for
construction purposes), such additional investigations shall be undertaken entirely at the
Contractor’s cost.

All soil investigation and testing work specifically requested by the Engineer shall be
carried out in the presence and under the supervision of the Contractor’s Geotechnical
Engineer, who is required to be well experienced in such work and who must be fully
conversant with the relevant international Standards. The Contractor shall submit details
of the qualifications of all proposed soil investigation and testing personnel to the
Engineer for approval, prior to allowing them to commence the soil investigation work.

B.13.2 Specific Soil Investigations and Tests

Notwithstanding the above, the Engineer shall be at liberty to issue an instruction


requiring certain specific soil investigations and tests to be carried out. With respect to
the specific soil investigation, the Contractor shall submit in advance for the Engineer's
approval details of the method to be employed, the equipment to be used and the time
frame planned.

1. Standard Penetration Test

The Standard Penetration Test (SPT) shall be carried out at one (1) meter intervals,
except for a portion where an undisturbed sample is to be collected.

2. Samplings

Disturbed or undisturbed samples shall be recovered for every one (1) meter.
Collected samples shall be arranged in a sample box for each borehole to show the
underground soil profile. A picture of the samples arranged in each sample box
shall be taken. Undisturbed sampling shall be undertaken for soft clay layers (SPT
of 4 or less) when encountered, in accordance with AASHTO Specification T-207.

DPWH F-2
Technical Specification for the Davao City Part F
Bypass Construction Project, Package I-2, Sta. 0+000 to Sta. 12+800 Bridge Construction

3. Laboratory Test

Following laboratory tests shall be performed except undisturbed samples in


accordance with the AASHTO/ASTM test method. The four samples to be tested
shall be determined by the Engineer.

Laboratory Tests of Disturbed Samples AASHTO/ASTM Designation


a) Soil Classification D-2487
b) Natural Moisture Content T-265
c) Specific Gravity T-100
d) Sieve Analysis T-88
e) Unit Weight T-233
f) Atterberg Limits T-89 & T-90

Laboratory Tests of Undisturbed Samples AASHTO/ASTM Designation


a) Unconfined Compression T-208
b) Consolidation Test T-216

- The results of drilling and soil tests shall be presented in the form of a boring log
with graphical plots of SPTs together with the description and depth of each soil
layer.
- The laboratory test results shall be summarized in tables which shall be attached with
the calculation sheets.
- Drilling and laboratory test results shall be compiled and a geotechnical investigation
report shall be prepared.
I. Design Review of Foundation of Lubogan River Bridge
The Engineer will review the tender design and issue construction drawings for
Matina River Bridge within three (3) months after receiving the Drilling and
laboratory test results from the Contractor.

II. Geotechnical Investigation for Main Disposal Sites


The Contractor shall conduct underground soil investigations (boring) and
laboratory tests for the main disposal areas, two at the tunnel south and the other
one at the tunnel north sides for his disposal planning, including slope stabilization
and consolidation settlement analysis

III. Soils Investigation by Cone Penetration Test (CPT) or Test Pits

The Engineer may instruct soil investigations by CPT or Test Pits (up to 2 m
depth)/laboratory tests at culvert locations and high embankment edges to determine
the depth of unsuitable soils to be removed or to confirm the load bearing capacity
as structure foundation.

Laboratory tests for samples from test pits shall be undertaken in accordance with
AASHTO/ASTM/ Specifications as follows:

DPWH F-3
Technical Specification for the Davao City Part F
Bypass Construction Project, Package I-2, Sta. 0+000 to Sta. 12+800 Bridge Construction

Laboratory Tests AASHTO/ASTM Designation


a) Soil Classification D-2487
b) Specific Gravity T-100
c) Unit Weight T-233
d) Natural Moisture Content T-265
e) Sieve Analysis T-88
f) Atterberg Limits T-89 & T-90
g) Compaction Test T-99
h) CBR Test T-193

Where the Engineer has requested that specific boring work shall be carried out
applying the same way/method as specified in the above bridge foundation borings:

B.13.3 Method of Measurement and Payment

Boring shall be measured and paid by “meter” of boring investigations conducted


including borings, SPT, laboratory tests and report preparation.

Payment shall be made under:

Pay Item Unit of


Description
Number Measurement
B.13 Additional Geotechnical Investigation (Bridges) Lump Sum

No separate measurement and payment will be made for CPT and test pits/laboratory
test but those are considered to be deemed to be included in the other relevant pay
items.

B.15 DETOUR / ACCESS ROAD

B.15.1 Description

A temporary traffic route around a closed portion of a road. This covers the construction,
maintenance and management of the detour and access road at all times.

The detour and access roads required for construction of roadway, culverts and bridges,
including improvement of Barangay road by gravel.

The latter work shall consist of furnishing all materials, equipment, and labor to
construct the access road as outlined in this specification and on the drawings or as
directed by the Engineer.

Detours shall be provided with detour signs conspicuous to the motorists and the public.
Excavations, diggings and manholes shall be covered and substituted with pedestrian
footpaths made of precast concrete planks and/or bailey bridges, free of spoils or
obstruction of any kind and likewise illuminated at night in accordance with existing
pertinent ordinances and other regulations.

Detour/Access Roads shall also consist (if included in the contract) of furnishing of the
restoration of the whole or in part of any structures & obstructions in accordance with
this Specifications and in conformity with the lines, grades and dimensions shown on
the Plans or as established by the Engineer and any agreement between the

DPWH F-4
Technical Specification for the Davao City Part F
Bypass Construction Project, Package I-2, Sta. 0+000 to Sta. 12+800 Bridge Construction

owner/utilities and Public Authorities concerned. Restoration shall be carried out to at


least the standard of the existing buildings, billboards and steel structures, fences, and
any other structures & obstructions.

B.15.2 Material Requirements

1. Embankment. Shall conform to the requirements of Item 804, Embankment. Use


roadway excavation for embankment material shall also be used with the approval
of the Engineer.

2. Temporary Drainage Pipe. Furnish pipe required for temporary drainage in


accordance with details shown on the Plans or as directed and approved by the
Engineer. Pipe shall become the property of the Government upon removal.
Temporary use of permanent pipe for use on the project shall be allowable upon
the approval of the Engineer.

3. Base and Surfacing. Base and surfacing materials shall be furnished in accordance
with Items and Specifications as shown on the plans.

4. Other Materials to be used (including restoration of structures) shall be indicated


in the Plans or as directed by the Engineer.

B.15.3 Provisions Prior to Construction of Detour/ Access Roads

Traffic Management Plan shall be submitted to the Implementing Office for approval
prior to actual construction.

All signage and other traffic and safety devices required shall be provided in the
approved Traffic Management Plan.

Traffic engineer who will provide proper coordination with the Government’s Traffic
Authorities, and utility firms concerned shall be assigned full time; also, traffic aides
shall be assigned to help manage the traffic flow.

A traffic monitoring system shall be implemented to monitor the traffic situation (1)
during the morning and afternoon peak times; (2) when construction activities
drastically change; and (3) when there is an unusual traffic congestion, in which case
the Contractor shall inform the Government’s Traffic Authorities concerned accordingly.

Before starting any construction activity, briefs, flyers, and other materials shall be
provided for the information of the media and the public, as required in the approved
Traffic Management Plan.

B.15.4 Construction Requirements

The Contractor shall submit access roads plan for roadway, culverts and bridge
construction for approval of the Engineer. These access roads shall be planned within
the Right of Way (ROW) in principle. However, the Contractor may use or rent the
private land for such access road construction in case maintaining grade of the access
roads for climbing up and down by construction vehicles. The Contractor shall make
agreement with the owners in case rent or use of the private land as access roads.

The detour shall be constructed at the locations and to the lines, grades, and typical
sections shown on the Plans or as directed by the Engineer, in accordance with pertinent
Items. Detours shall be maintained for public travel in a safe and passable condition.

DPWH F-5
Technical Specification for the Davao City Part F
Bypass Construction Project, Package I-2, Sta. 0+000 to Sta. 12+800 Bridge Construction

The width, type of surfacing and the design load of passing vehicles shall be indicated
in details in the Plans.

Detours shall be removed after they are no longer needed for traffic. Dispose of the
materials off the right of way, unless otherwise directed by the Engineer. If allowed,
materials shall be disposed of by spreading along the adjacent roadway slopes. If
embankment, base, or surfacing is to be reused within the roadway construction or
stockpiled for future use, it shall be salvaged or stockpiled in accordance with pertinent
Items. No final payment shall be made unless the detour/ temporary traffic control
measures are already removed and the newly completed project opened to traffic.

In the event the Contractor fails to observe the above safeguards, the Government may,
at the Contractor's expense, take whatever measure is deemed necessary for its
protection, the Contractor's personnel and third parties, and/or order the interruption of
dangerous works.

Other Operations necessary for the restorations of an existing structures or obstructions,


which may damage new construction, shall be completed prior to placing the new work,
unless otherwise provided in the special provisions.

When the Contractor wishes to use existing gravel Barangay roads, the Contractor shall
propose the Barangay Office through the Employer/the Engineer. The Contractor may
require spreading of additional aggregate subbase materials and compact them for use.

The Contractor shall be responsible for maintenance, leveling, compaction and dust
control, of these access roads as approved by the Engineer. Spreading of water or prime
coating will be required in the case of Barangay roads.

The Contractor shall submit contract agreement, either by rental or use, when using
private land or Barangay roads as the access roads to the Engineer. The Contractor shall
indemnify the Employer/The Engineer from claims by the landowners.

B.15.5 Methods of Measurement

Detour/access road shall be measured by lump sum basis. When the Contract stipulates
that payment shall be made for the restoration on lump-sum basis, the pay item will
include all restoration of structures and obstructions encounter within which are
stipulated in the Contracts.

B.15.6 Basis of Payment

The accepted quantities, measured as provided in Section B.15.5, Method of


Measurement, shall be paid for at the Contract Unit Price of the Pay Item listed below
that is included in the Bill of Quantities. The unit price shall cover full compensation
for all related services necessary to complete the Item.

Payment shall be made under:

Pay Item Unit of


Description
No. Measurement
B.15(1) Detour/Access Road Lump Sum

Ninety (90%) of payment for this lump sum pay items will be made upon progress of
works described under this Item, based on Detailed Unit Price Analysis of Lump-sum
pay items agreed by the Employer, and certified by the Engineer. The remaining 10%

DPWH F-6
Technical Specification for the Davao City Part F
Bypass Construction Project, Package I-2, Sta. 0+000 to Sta. 12+800 Bridge Construction

of payment shall be made upon completion of demolition of these access roads if


required so by the Engineer or upon issuance of a Taking-Over Certificate.

B.18 CRANEWAY

B.18.1 General Requirements

Materials to be used as craneway shall conform to the materials requirements as


specified in this Specification. Installation shall be indicated in the Plans or as
approved by the Engineer.

Craneway Type Specification

Timber Craneway Item 402 - Timber Structures

Item 403 - Metal Structures


Steel/ Metal Craneway
Item 1047 - Metal Structures
Item 500 - Pipe Culverts and Storm Drain
Item 1718 - Pipe Culverts and Storm Drain
Pipe Topped with Soil/ Embankment Item 104 – Embankment
Item 804 – Embankment
Item 105 – Subgrade Preparation

B.18.2 Method of Measurement

Craneway shall be measured by linear meter or lump sum basis.

B.18.3 Basis of Payment

The accepted quantities, measured as provided in Section B.18.2, Method of


Measurement, shall be paid for at the Contract Unit Price of the Pay Item listed below
that is included in the Bill of Quantities. The unit price shall cover full compensation
for all related services necessary to complete the Item.

Payment shall be made under:

Pay Item Unit of


Description
Number Measurement
B.18 (1) Craneway Lump Sum

ITEM 102 EXCAVATION

102.1 Description

Add the following paragraph to Sub-Section 102.1:

It shall be understood that the hauling of excavated fill material to stockpiles and areas
of fill and disposal of unsuitable materials to the designated disposal areas is at any
distance and therefore no overhaul will be paid.

DPWH F-7
Technical Specification for the Davao City Part F
Bypass Construction Project, Package I-2, Sta. 0+000 to Sta. 12+800 Bridge Construction

102.1.1 Roadway Excavation

Revise the entire text of Sub-Section 102.1.1 to read as follows:

Excavation at cut section of the roadway shall be carried down to at least 150 mm below,
in case subgrade CBR value is less than 7%, the subgrade level to allow for the
placement of select fill materials. Prior to and after the placement of select fill, the
resulting surfaces shall be compacted to the requirement of clause 105(1) Subgrade
Preparation (Common Materials).

Roadway excavation will be classified as “Common Excavation” and “Rock (Hard


Rock) Excavation” or “Unsuitable Excavation” as indicated in the Bill of Quantities and
hereunder described.

1) Common Excavation shall consist of all excavation including any pavement layer
of the existing roadway not covered by a separate item in the Bill of Quantities
regardless of the nature of the materials excavated, other than borrow excavation,
unsuitable excavation, soft rock and solid rock excavation.

Common Excavation shall include excavation for the reshaping of side ditches in
accordance with the lines, levels and details shown on the Plans and per instruction
by the Engineer.

Soft Rock Excavation shall consist of materials with intermediate strength between
soil and hard rock.

2) Rock (Hard Rock) Excavation shall consist of hard material in masses (including
individual rock boulders exceeding 1.0 m³ in volume) which in the opinion of the
Engineer cannot be excavated without blasting and all materials that, in the opinion
of the Engineer, require blasting, or the use of hydraulic breaker mounted to
hydraulic excavator of at least 120 Kw, or the use of compressed air drilling for
their removal, and that cannot be extracted by ripping with a tractor of at least 200
Kw with a single, rear-mounted, heavy-duty ripper.

Where a portion of excavation contains 50% or more by volume of boulders of this


order, such portion shall be considered as rock excavation throughout.

3) Unsuitable excavation shall include any materials containing vegetable organic


matter such as muck, peat, organic silt, soil or sod which in the opinion of the
Engineer is considered unsuitable for roadbed or embankment construction.

4) The classification of earthwork material shall be subject to the approval of the


Engineer.

102.2 Construction Requirements

102.2.1 General

Add the following paragraph at the end of this Sub-section 102.2.1:

The Contractor shall plan, provide and maintain all access roads, detour roads,
temporary bridges and drainage to the construction site. The locations, dimensions and
layout shall be subject to the approval of the Engineer.

DPWH F-8
Technical Specification for the Davao City Part F
Bypass Construction Project, Package I-2, Sta. 0+000 to Sta. 12+800 Bridge Construction

102.2.9 Removal of Unsuitable Material

Add the following paragraphs at the end of Sub-Section 102.2.9:

In general, whenever materials of doubtful characteristics are discovered during


excavation and embankment construction, such materials shall be subjected to
laboratory test at the option of the Engineer. If the test results show that the materials
could be treated or blended to produce materials of the required quality for
incorporation into the Works, the Contractor may perform such treatment or blending
operations to the complete satisfaction of the Engineer. In all these cases, the Contractor,
in electing to undertake the testing and treatment/blending operations, shall not be
entitled to extension of time or additional compensation.

When unsuitable materials from excavation are to be disposed outside the right-of-way,
the Contractor shall first obtain a written permit from the property owner of the proposed
disposal site. The Contractor shall submit to the Engineer the said permit or a certified
copy thereof together with a written release of the property owner absolving the
Employer from any and all the responsibilities in connection with the disposal of
materials on his property. No disposal shall be done on the disposal site before
permission is granted by the Engineer. Disposal of materials off the site as provided
above shall be made in a neat and uniform manner to the satisfaction of the Engineer.

102.2.10 Disposal Areas

Add the following paragraphs as 102.2.10:

Unless otherwise directed by the Engineer, unsuitable and excess excavated materials,
shall be transported and disposed at the approved disposal areas by the Engineer.

The Engineer will designate disposal areas. All surplus materials from the excavation
shall be dispose at the designated disposal areas by the Engineer.

The Contractor may propose other disposal areas for approval of the Engineer in
accordance with his proposed hauling diagram prepared based on as-staked survey
results or the Engineer may designate other disposal areas.

The Contractor shall conduct topographic survey for all disposal areas and plan/design
disposal embankment including drainage if required so for approval of the Engineer.

The disposal area shall be required clearing and grubbing, fill layer by layer about 20
cm by equipment, compacting to the minimum ninety percent of the maximum density.
Fill slopes shall be compacted by bulldozer or other appropriate equipment. Fill slopes
shall be covered by the top soils stocked from the clearing and grubbing and compacted.

102.3 Method of Measurement

Add the following paragraphs to Sub-Section 102.3

The removal of top soil shall be classified into 1) suitable for bedding of glassing, tree
planting, hydroseeding, Coconet peat or other Works and unsuitable excavation. In the
case of the former, the payment includes hauling, stockpiling for re-use (no hauling cost)
shall be paid. In the case of the latter, these are disposed and paid as unsuitable
excavation and hauling in accordance with Item 107.

DPWH F-9
Technical Specification for the Davao City Part F
Bypass Construction Project, Package I-2, Sta. 0+000 to Sta. 12+800 Bridge Construction

Provision and maintenance of access roads, detour roads, temporary bridges and
drainages and crane ways to construction site shall not be measured and paid for
separately and shall be deemed to be included in the related pay items prescribed in
these specifications.

102.4 Basis of Payment

Revise the second paragraph to read as follows:

Payment shall be made under:

Pay Item Unit of


Description
Number Measurement
102 (2) Surplus Common Excavation Cubic Meter
102 (3)b Surplus Rock Excavation, Hard Cubic Meter

ITEM 103 STRUCTURE EXCAVATION

Add the following at the end of both Subsections 103.3.1 and 103.3.2:

Excavation for structures and bridge construction will be classified as “Common


Excavation” and “Rock (Hard Rock) Excavation” as indicated in the Bill of Quantities
and hereunder described:

1. Common Excavation shall consist of all excavation other than rock excavation.
Soft Rock Excavation, which will not be classified into the following rock
excavation, shall be included into the above common excavation.

2. Rock (Hard Rock) Excavation shall consist of hard material in masses (including
individual rock boulders exceeding 1.0 m³ in volume) which in the opinion of the
Engineer cannot be excavated without blasting and all materials that, in the opinion
of the Engineer, require blasting, or the use of hydraulic breaker mounted to
hydraulic excavator of at least 120 Kw, or the use of compressed air drilling for
their removal, and that cannot be extracted by ripping with a tractor of at least 200
Kw with a single, rear-mounted, heavy-duty ripper.

Where a portion of excavation contains 50% or more by volume of boulders of this


order, such portion shall be considered as rock excavation throughout.

The classification of earthwork material shall be subject to the approval of the Engineer.

Refer to PART C – Earthwork of Volume II for this specification

103.5 Basis of Payment

Modify subsection 103.5

Payment shall be made under;

DPWH F-10
Technical Specification for the Davao City Part F
Bypass Construction Project, Package I-2, Sta. 0+000 to Sta. 12+800 Bridge Construction

Pay Item Unit of


Description
Number Measurement
103(1)a Structure Excavation, Common Soil Cubic meter
103 (2)a Bridge Excavation, Common Soil Cubic meter
103 (2)c Bridge Excavation, Hard Rock Cubic meter
103 (3) Foundation Fill Cubic meter
103 (5)b Shoring, Cribbing and Related Works, Lump sum
Cribbing/Cofferdaming

ITEM 104 EMBANKMENT

104.2 Material Requirements

Amend the whole text under this Subsection to read as follows:

All materials excavated from roadway, structures to the extent that they are suitable in
the formation of embankment and backfill shall be utilized as such.

Selected material to be used for embankment shall be gravelly-sand or granular


materials as shown and specified on the Plans or as directed and approved by the
Engineer.

Embankment shall be constructed of suitable materials, in accordance with the


following definitions:

1. Suitable Material
Material which is acceptable shall be common or rock materials from the roadway
and/or structure excavation having a CBR value of not less than seven percent (7%)
when tested in accordance with AASHTO T 193, after four days soaking when
compacted to 95% of the maximum dry density according to AASHTO T-99.

2. Selected Material for Topping


The selected embankment materials shall be the materials from the roadway
excavation having CBR values of more than 10%, compacted density of at least 95
% maximum dry density, a plasticity index ranging from 6 to 12 as determined by
AASHTO T90 and not more than 35 % of liquid limit as determined by AASHTO
T89.

3. Selected Granular Embankment


Selected granular embankment shall be river run or old river deposit gravelly sand
or gravel or other granular material as shown and specified on the Plans or as
directed and approved by the Engineer.

104.3 Construction Requirements

104.3.1 General

Add the following paragraph at the end of Sub-Section 104.3.1

Prior to the construction of embankment, the Contractor shall submit as-staked survey
Plans with quantities of earthwork. The Contractor shall also submit for review and

DPWH F-11
Technical Specification for the Davao City Part F
Bypass Construction Project, Package I-2, Sta. 0+000 to Sta. 12+800 Bridge Construction

approval, the methodology he intends to apply for the formation of embankment


satisfying all requirements to conform to the lines, grades and dimensions shown in the
plans. The methodology shall show the systematic procedure of constructing the
embankment in conjunction with the procedures proposed for the slope protection as
shown in the Plans.

However, the approval of the proposed methodology does not relieve the Contractor of
the responsibilities for any unsatisfactory or defective works as result of such
methodology. The Engineer at his discretion may reject or require remedial measures to
the defective works. The cost of replacing or remedying defective works shall be borne
by the Contractor.

Before embankment construction starts, the Contractor shall construct in accordance


with his methodology, a section of trial embankment in accordance with Sub-section
104.3.10, Trial Embankment.

104.3.3 Compaction

Modify the first paragraph of text under the heading “Earth” of Sub-Section 104.3.3 to
read as follows:

Each layer of embankment, except layers consisting of rock, shall be moistened or dried
to uniform moisture content within 2% of the optimum moisture content, then
thoroughly compacted to a minimum of 95% of the maximum density as determined by
AASHTO T 180, Method D for all embankment except for the 300 mm below subgrade
level which shall be compacted according to Sub-Clause 105.3.5.

Modify last sentence under the heading “rock” of Sub-Section 104.3.3 is amended to
read as follows:

The embankment shall be compacted with compaction equipment over the full width
and in a longitudinal direction until there is no visible movement of the rock fill
materials when under the compacting equipment.

Add the following paragraph after the last paragraph of Sub-Section 104.3.3:

Placing of fill will be suspended, if in the opinion of the Engineer, there is no adequate
compaction and grading equipment in good operating condition available on site to
shape and compact the fill immediately upon placement.

Add the following paragraph before Sub-Section 104.3.4:

The fill slopes shall be compacted by equipment, hydraulic excavator, bulldozer and/or
other appropriate equipment accepted by the Engineer, to the minimum density of 90%.

Add the following Sub-Sections after Section 104.3.9 - Earth Berms

104.3.10 Trial Embankment

The following requirements shall be considered to supplement and modify the


requirements of “Compaction Trials” of Sub-section 104.3.3

1) General
Before starting the embankment works, the Contractor shall carry out trial
embankments and tests to demonstrate to the Engineer the performance of his

DPWH F-12
Technical Specification for the Davao City Part F
Bypass Construction Project, Package I-2, Sta. 0+000 to Sta. 12+800 Bridge Construction

equipment and to determine the effectiveness of the proposed construction method


especially the blending, placing, spreading and compaction. All findings obtained
from the trial embankments and tests shall be submitted to the Engineer for
establishing desirable criteria for the quality control of the embankment works. The
Contractor shall make joint efforts with the Engineer until acceptable criteria and
methodology are established.

The Contractor shall submit to the Engineer for approval, his plan and schedule for
the construction of the trial embankment including location and area of
embankment, type and quality of equipment, manner of blending, placing,
spreading and compaction, items and quantity of test, and other information for the
trial embankment.

No separate payment shall be made for the trial embankment; all the costs thereof
are deemed to be included in the payment specified in this work item.

2) Execution of Trial Embankment


The trial embankment shall be carried out simulating normal construction
conditions by using all the equipment and methods proposed for placing, spreading
and compacting the embankment materials.

Spreading depth of the trial embankment shall be not more than 20 cm after
compaction.

The number of passes shall be varied to provide at least four (4) cases to establish
a relation between number of passes and degree of compaction.

Several kinds of materials, which can cover representative soil characteristics of


the whole embankment materials, shall be tested. Should clearly different materials
be used for a section of embankment, such materials shall also be tested in the same
manner.

3) Soil Test and Measurement


All materials of embankment shall be conditioned beforehand and tested in
accordance with Clause 104.2 of this Specification. The Contractor shall carry out,
as a minimum, the following tests during the operation of the trial embankment:

a) Settlement Measurement of Layer

Settlement of layer shall be measured after compaction at a minimum of nine


(9) points per each trial in each site using a taut line horizontally strung
between the batter boards at both ends of embankment.

b) Measurement of in-place Density and Moisture Content

Measurement of in-place density and moisture content shall be in accordance


with Sub-Section 104.3.11 of this Specification. Measurement shall be made
at a minimum of nine (9) points per trial in each site.

4) Establishment of Criteria
The Contractor shall investigate results of the trial embankment and shall submit
to the Engineer for approval, his proposed method and manner of embankment
operation which shall include full height construction of embankment, spreading
depth, number of passes, type of equipment, combination of equipment,

DPWH F-13
Technical Specification for the Davao City Part F
Bypass Construction Project, Package I-2, Sta. 0+000 to Sta. 12+800 Bridge Construction

construction of slope protection, and other information necessary for establishing


the criteria of embankment operation.

If acceptable criteria are not established, the Contractor shall repeat the trial
embankment at his own expense to the satisfaction of the Engineer.

104.3.12 Quality Control of Embankment Operation

1) General

Quality control of the embankment operation shall be carried out through the
regular compaction test and the daily control test as specified hereinafter.

No separate payment shall be made for the requirements of this Sub-Section and
all the costs thereof are deemed included in the payment specified in this work
Item.

2) Regular Compaction Test

The regular compaction test shall be carried out once for every 1,500 m³ or fraction
thereof per 20 cm layer of the materials before compaction in accordance with
AASHTO T 180 or T 99 and before a new source of material is placed in the works.
Measurement of natural moisture content and specific gravity of soils and
determination of the optimum moisture content and the maximum dry density shall
be made and results shall be submitted to the Engineer for approval.

3) Daily Quality Control Test

a) General
Daily quality control test shall be executed at embankment sites by use of the
radioisotope type soil density and moisture gauge (RI gauge) which shall be
procured by the Contractor. The Contractor shall measure in-place dry density and
in-place moisture content using the RI gauge on daily basis when the embankment
operation is executed.

Elevation/Dimension Tolerance (mm) Crest Elevation of Embankment Crest


Width of Embankment Length of Embankment Slope + 50 + 100 + 200

b) Execution of Daily Quality Control Test


Measurement of in-place dry density and in-place moisture content shall be made
daily at the rate of one (1) point measurement per 500 square meter area of each
layer of compacted fill.

All measurement data shall be recorded and filed with direct output from the RI
gauge. Record format shall contain, but not limited to, the following items.

• Date and time of measurement


• Weather condition
• Rainfall
• Location of Embankment
• Location of Measurement
• Approximate work volume of embankment

DPWH F-14
Technical Specification for the Davao City Part F
Bypass Construction Project, Package I-2, Sta. 0+000 to Sta. 12+800 Bridge Construction

• Type of embankment material


• Moisture content at borrow pit or stockyard
• In-place moisture content at embankment site
• In-place density of embankment material
• Degree of compaction
• Presence of the Engineer

The Contractor shall plot the data in a form of daily control graph and shall monitor
its daily change.

The Contractor shall submit all the test results of daily quality control test to the
Engineer once every week for approval.

The Contractor, when requested by the Engineer, shall measure in-place density of
the soils by the sand replacement method in a manner specified in AASHTO T 191
(Density of In-Soil Place Density by the Sand-Cone Method) or AASHTO T 310
(In-Place Density and Moisture Content of Soil and Soil Aggregate by Nuclear
Methods) or their ASTM equivalent.

104.3.13 Monitoring of Embankment

The settlement and stability of the major embankment shall be monitored by the
Contractor periodically in accordance with the approved embankment monitoring
methodology by the Engineer.

104.4 Method of Measurement

Add the following paragraph after the last paragraph of Sub-Section 104.4:

Any material coming from roadway, structure, drainage or ditch excavations which are
suitable for use but are replaced by the Contractor with borrow materials without prior
approval by the Engineer, shall not be measured for payment.

Measurement of quantities for embankment shall be made by the volume of


embankment materials placed and compacted to the lines, grades, and dimensions
shown on the Plans or directed by the Engineer and shall be taken only in the presence
of the Engineer. The Engineer shall be notified at least 24 hours before taking such
measurement. The volume of embankment materials shall be computed by end area
method and determined from the execution section of the embankment established on
the original ground line after stripping as per the approved as-staked Plans by the
Engineer. The original ground line shall be surveyed and reported to the Engineer for
checking and approval prior to the execution of the embankment operation.

The volume of selected fill placed, compacted and accepted as called for in the Plans
and in accordance with this Specification or as otherwise required by the Engineer
under this Item, shall be measured in cubic meters (m³).

104.5 Basis of Payment

Modify the text of Section 104.5 to read as follows:

DPWH F-15
Technical Specification for the Davao City Part F
Bypass Construction Project, Package I-2, Sta. 0+000 to Sta. 12+800 Bridge Construction

The accepted quantities, measured as prescribed in Section 104.4, shall be paid for at
the Contract unit price for each of the Pay Items listed below that is included in the Bill
of Quantities. The payment for accepted quantities for embankment with fill materials
from roadway and borrow excavation shall be deemed to include the cost of excavation,
hauling, blending, drying and wetting if necessary, placing, spreading and compaction
of fill materials. The payment for accepted quantities for embankment construction
with fill materials from realignment of river channel and structure excavation shall be
deemed to include the cost of hauling from stockpiles, blending, drying and wetting if
necessary, placing, and spreading and compaction of fill materials. The payment shall
be full compensation for the furnishing, placing and compacting of all materials,
including all labor, equipment, tools and incidentals necessary to complete the work
prescribed in this Item.

The unit price shall also include the costs for procurement and furnishing of required
materials if not coming from approved excavation. No separate payment shall be made
for the tentative removal of embankment, counterweight fill, placing and removal of
surcharge and preload and secondary excavation and backfilling for structures to be
constructed on the embankment, cost of which shall be deemed included in the unit
price of the embankment.

Payment shall be made under:

Pay Item Description Unit of


Number Measurement
104 (7) Embankment from Structure Excavation Cubic Meter

ITEM 302 - Bituminous Tack Coat, Emulsified Asphalt

Refer to PART E – Surface Courses of Volume II for this Specification.

302.5 Basis of Payment

Payment shall be made under;

Pay Item Unit of


Description
Number Measurement
302 (2) Bituminous Tack Coat, Emulsified Asphalt Square Meter

ITEM 310 - BITUMINOUS CONCRETE SURFACE COURSE, HOT-LAID

Refer to PART E – Surface Courses of Volume II for this Specification.

310.5 Basis of Payment

Payment shall be made under;

Pay Item Unit of


Description
Number Measurement
310 (1)c Bituminous Concrete Surface Wearing Course, Square Meter
Hot-Laid, 50mm thick

DPWH F-16
Technical Specification for the Davao City Part F
Bypass Construction Project, Package I-2, Sta. 0+000 to Sta. 12+800 Bridge Construction

ITEM 400 - PILING

400.1 Description

400.1.1 Scope

Add the following paragraph to Section 400.1.1:

This section shall consist of concrete piles in drilled hole, pile integrity testing (PIT),
low strain and high strain dynamic testing (PDA), furnished, driven or placed, cut and
splice in accordance with the plans specified in the contract and in reasonably close
conformity with DPWH standard specification.

1. Concrete pile foundations shall be subjected to the following tests:

1.1 Bearing Capacity Test shall be conducted at locations as specified in the plans or
as designated by the Project Engineer to determine/check the actual bearing
capacity of the completed concrete piles against the required ultimate bearing
capacity. As a minimum requirement for bridge projects, one (1) concrete pile shall
be tested representing each pile size and where there is significant difference in
foundation materials. For multi-span bridges, tests shall be conducted one (1) at
each abutment and one (1) at every other pier. The total number of concrete piles
to be tested in a particular project shall be indicated in the plan and included in the
summary of quantities Additional tests may be conducted upon recommendation
of the Project Engineer where deemed necessary. The testing of concrete pile
foundation should be undertaken on the first completed pile in a particular
foundation. Construction of succeeding similar piles may be allowed only after
acceptance of the test pile based on the results of bearing capacity test. High-Strain
Pile Dynamic Test using Pile Driving Analyzer (PDA) or equivalent method shall
be adopted for bearing capacity tests. The test methodology and equipment shall
conform to ASTM D4945 Specifications.

1.2 Pile Integrity Test shall be conducted on at least 50% of the total number of bored
piles at each abutment and pier of bridges or at the entire foundation area of
buildings to verify and check the actual length and the concrete homogeneity, and
to locate/evaluate any irregularity in the completed bored piles. Either of the
following methods shall be adopted:

1.2.1 Crosshole Sonic Logging Test (CSL) using Crosshole Sonic Analyzer is a
downhole variation of the ultrasonic-pulse velocity test. The methodology and
equipment shall conform to ASTM D6760 Specifications. This test is
recommended for bored piles with embedded length of more than 30.00m.

This Item shall also include construction of reinforced concrete piles cast in bored holes
drilled with the use of special equipment. It shall include the excavation and drilling of
holes, furnishing and placing of temporary steel casing and other incidentals necessary
for the execution of work. Pile construction shall be at locations of types, dimensions
and lengths indicated in the Plans and in accordance with these Specifications.

DPWH F-17
Technical Specification for the Davao City Part F
Bypass Construction Project, Package I-2, Sta. 0+000 to Sta. 12+800 Bridge Construction

400.1.3 Load Test

400.1.3.2 Pile Testing

400.1.3.2.1 Low-Strain Dynamic Method

Add the following at the end of the paragraph:

Integrity Testing

The completed bored pile shall be subjected to non-destructive testing to determine the
extent of any defects that may be present in the pile. Integrity-testing method to be
adopted shall be low-strain, by either the Pulse Echo Method (PEM) or Transient
Response Method (TRM) in accordance with ASTM D 5882, subject to the approval of
the Engineer.

The testing shall be carried out by the Contractor with specialized experience in this
field and shall be approved by the Employer’s Representative. Prior to integrity testing,
all apparatus shall be calibrated to ensure that precise and reliable data will be obtained.
Certificate of calibration shall be submitted by the Contractor unless otherwise waived
by the Employer’s Representative.

Report

The Contractor shall submit a report on the integrity testing containing vital information
necessary for the pile evaluation, prescribed in ASTM D5882. Such report shall be
submitted within seven days after the completion of each test.

Final Integrity Evaluation

If and when necessary as determined after evaluation of the integrity of the pile
subjected to the test, the Employer’s Representative may require further test or dictate
pile repair or replacement, depending on the seriousness of the defect that may be
established

For piles that need to be repaired, the Contractor shall submit for approval of the
Employer’s Representative, remedial measures he intends to implement.

For rejected piles, the Contractor shall make a proposal for review and approval of the
Employer’s Representative. Such proposal shall include the necessary design
calculations, the methodology he intends to implement, equipment and other Items as
may be necessary. Approval of these proposals however does not relieve the Contractor
of his contractual responsibilities for any defects as a result of the proposals. The cost
of further tests required, remedial measures and replacement of rejected piles shall be
borne by the Contractor.

400.1.3.2.2 High-Strain Dynamic Testing

Add the following at the end of the paragraph:

The work shall consist of furnishing all materials, equipment, and labor necessary for
conducting high-strain dynamic tests on drilled and cast-in-placed shafts (hereinafter
noted as test shaft). The Contractor shall not conduct the test himself but shall appoint
an Independent Specialist to conduct all testing. The Contractor will be required to
supply materials, equipment and labor, hereinafter as specified including prior to, during,

DPWH F-18
Technical Specification for the Davao City Part F
Bypass Construction Project, Package I-2, Sta. 0+000 to Sta. 12+800 Bridge Construction

and after the load test. High-strain Dynamic Testing is a non-destructive quick test and
it is intended that the test shaft be left in a condition suitable for use in production.
Testing procedures shall conform to the ASTM D4945 specification unless as otherwise
noted below. The shaft used for the test will be instrumented and tested by the
Independent Specialist, as approved by the Employer’s Representative, meeting
requirements outlined in the ASTM D4945 specification as well as those outlined below.

Equipment and Material Requirements

The Contractor shall supply all labor, materials and equipment required to prepare the
test shaft, dynamically load the shaft, and return the shaft to a condition suitable for use
in the finished structure. Equipment to be supplied by the Contractor required to
perform the test includes but is not limited to:

1) If a permanent casing is not used to construct the shaft, then a shaft top extension
consisting of a thin walled casing or equivalent shall be used to extend the shaft by
length at least equal to two and a half (2 ½) pile diameters such that the extended
pile head is readily accessible by the testing Employer’s Representative at the time
of the test. If the shaft top is below grade, then the Contractor must have equipment
available to remove surrounding soil (creating a safe working environment) so as
to expose the concrete.

2) Means to ensure flat, level (axial to shaft) and sound concrete shaft top. Concrete
should be on level with, or above the casing. Prior to the test, four “windows”
approximately sized 6 by 6 inches (150 by 150mm) shall be provided at each
quadrant of the casing.

3) A drop weight in the range of one and half to two percent (1.5% to 2%) of the
anticipated pile capacity, or as determined by the Employer’s Representative.

4) A guide allowing variable drop heights typically between 2 to 3m, or as determined


by the Employer’s Representative.

5) A shaft top cushion consisting of new sheets of plywood with total thickness
between 2 to 6 inches (50 to 150 mm), or as determined by the Employer’s
Representative.

6) A steel striker plate with a thickness of at least 2 inches (50 mm) and an area
between 70 to 90% of shaft top area but not less than the area of the impacting
surface of the drop weight shall be placed on top of the plywood cushion.

7) If protruding reinforcing bars are present, the Contractor has the option to
incorporate the reinforcing steel in the test area. Upon successful completion of
the dynamic test, the surrounding concrete can then be removed as to make the pile
suitable for use in the structure. If the Contractor selects not to incorporate the
steel in such a manner as described above, 20% of the shaft cross sectional area
shall be supplied with sufficient length, such that the ram impact will not interface
with the reinforcing bars. Steel striker plates and plywood cushion must also be
sized so that they cover as much as the impact area as possible.

8) One (1) k of 200 Volt AC Power.

9) Surveyor’s transit, laser light or equivalent for measurement of pile set under each
impact.

DPWH F-19
Technical Specification for the Davao City Part F
Bypass Construction Project, Package I-2, Sta. 0+000 to Sta. 12+800 Bridge Construction

Dynamic Testing Firm

Testing is to be performed by an accredited Independent Specialist from a firm with a


minimum of four (4) year experience in dynamic load testing. The actual test shall be
conducted and/or supervised by a practicing Geotechnical Employer’s Representative
with at least five (5) years of dynamic testing experience or who has achieved basic or
better level experience on the foundation QA examination as Provider of PDA Testing
services. The firm selected by the Contractor must be approved by the Employer’s
Representative.

The Independent Specialist must supply the following testing instrumentation in


addition to instrumentation outlined in ASTM specification D4945-96 Section 5:

a) Pile Driving Analyzer (PDA)

b) Calibrated Strain Transducers

c) Calibrated Accelerometer

Reporting Results

The Independent Specialist appointed by the Contractor shall submit a timely report of
the testing results to the Employer’s Representative for approval. The field results from
at least one (CAPWAP) analysis (case Pile Wave Analysis Program) shall be submitted.
The CAPWAP analysis shall be performed by an Employer’s Representative that has
achieved an advanced or better level on the foundation QA examination as providers of
PDA Testing Services. The report must also provide the following:

a) Wave Equation analysis results obtained prior to testing

b) CAPWAP analysis result.

c) For each impact the maximum measured force, maximum calculated tension force,
transferred energy to the gage location, corresponding stresses, and the Case
Method bearing capacity.

d) Assessment of the test result with respect to both pile capacity and integrity.

Add Sub-section 400.1.9 after Sub-Section 400.1.8, per memorandum dated January 14,
2019, Re: Amendment of DPWH Standard Specifications for Item 400, Piling,:

400.1.9 Shop/Working Drawings

At least four (4) weeks before commencement of work on bored piles, the Contractor
shall submit to the Employer’s Representative for review and approval, an installation
plan for the construction of bored piles.

The submittal shall include the following:

a) List of proposed equipment to be used including cranes, drills, augers, bailing


buckets, final cleaning equipment, desanding equipment, slurry pumps, sampling
equipment, tremies or concrete pumps, casings, etc.

b) Details of overall construction operation sequence of bored pile construction in


bents or groups or singly.

DPWH F-20
Technical Specification for the Davao City Part F
Bypass Construction Project, Package I-2, Sta. 0+000 to Sta. 12+800 Bridge Construction

c) Details of pile excavation method.

d) When slurry is required, details of the method, proposed mix, circulation and
design of slurry.

e) Details of methods to clean the pile excavation.

f) Details of reinforcement placement including support and centralization methods.

g) Details of concrete placement, curing and protection.

h) Details of any required Load Tests (if called for in the Plans) and;

i) Other information shown on the Plans or requested by the Employer’s


Representative.

The Contractor shall not start construction of bored pile for which working Plans are
required until the Employer’s Representative has approved such Plans. Such approval
will not relieve the Contractor of responsibility for results obtained by use of these Plans
or any of these other responsibilities under the Contract.

400.2 Material Requirements

400.2.3 Concrete Piles

Add the following paragraphs to Sub-Section 400.2.3:

Cast in place concrete materials for bored piles shall conform to applicable requirements
of Item 405, Structural Concrete.

Concrete for bored pile shall be Class “AA” with strength requirement f’c=28MPa
(4,000 psi).

The use of appropriate additives to assure mix consistency shall be allowed provided air
entraining is not enhanced and with the approval of the Employer’s Representative. A
retarder of proven adequacy and approved by the Employer’s Representative shall be
used to ensure that early hardening of concrete during the operation will not occur.

Steel Casing if required to be a part of the permanent work shall conform to AASHTO
M183 (ASTM A 36).

400.3 Construction Requirements

400.3.7 Cast-in-place Concrete Piles

Modify Sub-Section 400.3.7 to read as follows:

a) Protection of Existing Structures

All reasonable precautions shall be taken to prevent damage to existing structures and
utilities. The measures shall include but are not limited to, selecting construction
methods and procedures that will prevent excessive caving of the bored pile, monitoring
and controlling the vibrations from the driving of casing or sheeting or drilling of the
pile.

b) Construction Sequence

DPWH F-21
Technical Specification for the Davao City Part F
Bypass Construction Project, Package I-2, Sta. 0+000 to Sta. 12+800 Bridge Construction

Where bored piles are to be installed in conjunction with embankment placement, it


shall be constructed after the placement of the fill unless shown on the Plans or
authorized by the Engineer.

Other excavations shall not be carried out close to boreholes for piles not concreted, nor
close to piles, which have been cast recently, which could be damaged by the adjacent
work.

c) General Methods and Equipment

Excavation for bored piles shall be carried out by mechanical methods; blasting and
compressed air method shall not be used unless permitted by the Engineer.

Excavation shall be performed through whatever materials are encountered to the


dimensions and elevations shown on the Plans or ordered by the Engineer. The methods
and equipment shall be suitable for the intended purpose and materials encountered.

Suitable casings shall be furnished and placed when required to prevent caving of the
hole before concrete is placed. Mineral Slurry may be used in the drilling process to
prevent caving during drilling of holes and the placement of concrete.

d) Excavation Inspection

The Contractor shall provide equipment for checking the dimensions and alignment of
each shaft excavation. The dimensions and alignment shall be determined by the
Contactor under the direction of the Engineer. Final shaft depth shall be measured after
final cleaning.

The shaft excavation shall be cleaned so that a minimum of 50 percent of the base will
have less than 1.25 cm of sediment and at no place on the base or more than 3.80 cm of
sediment. Shaft cleanliness will be determined by the Engineer.

The bottom elevation of the bored pile shown on the Plans may be adjusted during
construction if the Engineer determines that the foundation materials encountered during
drilling is unsuitable or differs from what was assumed in the design of the drilled shaft.

The Contractor shall take soil samples or rock cores when required by the specification
or as directed by the Engineer to determine the character of the material directly below
the shaft excavation. The Engineer will inspect the samples or cores to determine the
final depth or required shaft exaction.

Excavations shall not be carried out close to piles which have been executed but not
concreted, nor close to piles which have been cast recently and which contain concrete
which would be damaged by adjacent work.

Excavated materials which are removed from the hole excavation and any drilled fluid
used shall be disposed of in accordance with the special provisions or as directed by the
Engineer.

The stability of excavations for bored piles shall be maintained where necessary
by:

1) Temporary Casings

DPWH F-22
Technical Specification for the Davao City Part F
Bypass Construction Project, Package I-2, Sta. 0+000 to Sta. 12+800 Bridge Construction

The bottom of casings shall be kept sufficiently deep (into the freshly cast concrete)
to prevent the inclusion of soil into the casing.

The temporary casings, shall be free from significant distortion, shall be free from
internal projections, and encrusted concrete, which may prevent proper formation.
The inside of casings shall be cleaned and all loose materials removed before
placing concrete.

Temporary casing, if used in drilling operations, may be left in place or removed


from the hole as concrete is placed. The bottom of the casing shall be maintained
to not more than 1.5m nor less than 0.3m below the top of the concrete during
withdrawal operations unless otherwise permitted by the Engineer. Separation of
the concrete during withdrawal operations shall be avoided by vibrating the casing.

2) Slurry

Sand content shall not exceed 4 percent (by volume) at any point in the shaft
excavation as determined by the American Petroleum Institute sand content test.

Test of determine density, viscosity and ph values shall be done during the drilling
to establish a consistent working pattern.

Prior to placing concrete in the bored pile, slurry samples shall be taken from the
bottom and at intervals not exceeding three (3) meters for the full height of slurry.
Any heavily contaminated slurry that has accumulated at the bottom of the shaft
shall be eliminated. The mineral slurry shall be within specification requirements
immediately before placement of bored pile concrete.

Results shall be recorded as follows:

DPWH F-23
Technical Specification for the Davao City Part F
Bypass Construction Project, Package I-2, Sta. 0+000 to Sta. 12+800 Bridge Construction

SLURRY RECORD

Contract No.:_____________________Title: _______________________________

Contractor: __________________________________________________________

Sample Data

Ref. No. of Pile: ____________________ Location: _________________________

Source of Test Sample:

(a) freshly mixed slurry*


(b) as supplied to excavation*
(c) from bottom of excavation prior to placing concrete

Date and Time of Sampling: ____________________________________________

During Test Method


Property When Slurry
Concreting in
Units Introduced
Hole
Density 10.10 to 10.86 10.10 to 11.79 Density Balance
Viscosity 28 to 45 28 to 45 Marsh Cone
pH 8 to 11 8 to 11 pH paper or meter
Sand Content (%)
Fluid Loss (mL)
Temperature (ºC)

Sand content shall not exceed 4 percent (by volume) at any point in the shaft excavation
as determined by the American Petroleum Institute sand content test.

Test of determine density, viscosity and pH values shall be done during the drilling to
establish a consistent working pattern.

Prior to placing concrete in the bored pile, slurry samples shall be taken from the bottom
and at intervals not exceeding 3 meter for the full height of slurry. Any heavily
contaminated slurry that has accumulated at the bottom of the shaft shall be eliminated.
The mineral slurry shall be within specification requirements immediately before
placement of bored pile concrete.

Remarks:
____________________________________________________________________
____________________________________________________________________
____________________________________________________________________
Reported By ______________________________ Verified ____________________

Contractor’s Representative Engineer (Employer Representative)

Date ______________________________ Date ___________________________

DPWH F-24
Technical Specification for the Davao City Part F
Bypass Construction Project, Package I-2, Sta. 0+000 to Sta. 12+800 Bridge Construction

400.3.7.1 Reinforcing Steel Cage Construction and Placement

The reinforcing steel cage as shown on the Plans plus the cage stiffener bars, spacers,
centralizer and other necessary appurtenance shall be completely prefabricated and
placed as a unit immediately after the shaft excavation is inspected and accepted and
prior to shaft concrete placement.

Prefabricated reinforcement cages for piles shall be marked and fitted with spacers to
ensure that the cage is correctly oriented and positioned within the pile. When concrete
is place by tremie methods, temporary hold down devices shall be used to prevent
uplifting of the steel cage during concrete placement.

400.3.7.2 Concrete Placement, Curing and Protection

Concrete shall be place as soon as possible after the reinforcing steel cage has been
installed and permission of the Engineer has been obtained. Concrete shall be placed
without interruption until the complete pile is concreted. Placement shall continue after
the shaft is full until good quality concrete is evident at the top of the shaft. Concrete
shall be cast in place through a tremie or concrete pump using methods specified in Sub-
Section 407.3.1.3 Placing Concrete in Water.

The concrete mix shall be of such design that concrete remains in workable plastic state
throughout the placement period.

Temporary casings which are in contact with the bored pile concrete and which are not
withdrawn before the initial set of the concrete has occurred shall be left in place.

When the top pile elevation is above ground, the portion of the pile above ground shall
be formed with a temporary or permanent casing when specified.

For at least 48 hours after pile concrete has been placed, no construction operations that
would cause soil movement adjacent to the shaft, other than mild vibration, shall be
carried out unless permitted by the Engineer.

400.3.7.3 Construction Tolerances

The following construction tolerances shall be maintained in the construction of bored


piles.

a) The bored pile shall be within 75 mm of the plan position in the horizontal plane
at the plan elevation for the top of the shaft.
b) The vertical alignment of the drilled hole shall not vary from the plan alignment by
more than 10 mm per meter.
c) After all the pile concrete is placed, the top of the reinforcing steel cage shall be no
more than 150 mm above and no more than 75 mm below plan position.
d) The top elevation of the pile shall be within 25 mm of the plan top of pile elevation.
e) The bottom of the shaft excavation shall be normal to the axis of the pile within 60
mm per meter of pile diameter
f) When casing is used, its outside diameter shall not be less than the shaft diameter
shown on the Plans. The diameter of cast in-site piles shall be at least 97% of the
specified diameter.

DPWH F-25
Technical Specification for the Davao City Part F
Bypass Construction Project, Package I-2, Sta. 0+000 to Sta. 12+800 Bridge Construction

400.3.7.4 Bored Pile Records

Bored pile records shall be kept by the Contractor and a signed copy handed to the
Engineer at the end of each day of drilling. Pile records shall take the forms given in
Table 400.3.16.

Table 400.3.16 Pile Records

DAILY RECORD FOR LARGE AND SMALL DIAMETER BORED PILE


PILE RECORD TO BE SUBMITTED TO OFFICE DIALY
A SEPARATE SHEET TO BE USED FOR EACH PILE
BLOCK NUMBER DRAWING NUMBER / /
General Pile Ref. Pile Dia. Level of
No. Under ream dia. Base

Ground Cut Off Level Concrete


Level Level
Drilling Date Started Date Completed Air Temp
Error in Error in Depth
Position on Plumb Bored
Plan
Obstructions Type Depth Penetration
Natural Encountered Time
Unnatural
Type Depth Penetration
Encountered Time
Steel main No. of Bars Diameter Length
Steel links or
Helix Centers of Diameter Cover to
Bars/Pitch All Steel
Concrete Date Date Completed Concrete Quality
Started Temp. Actual:
Theoretical
Mix Slump Supplier
Borehole Depth of Descriptio Depth of Rock Descripti Depth of Depth of
Soil and Soil n of Soil on of Rock Rock
Rock Rock Augered Chiseled
Excavation

Casing Depth of
Temporary
Casing
Water Depth of Details of Strong Details of
Encountered Flow Remedial
Depth to Measures
Strong Flow

REMARKS:

SIGNED CONTRACTOR SITE ENGINEER

DPWH F-26
Technical Specification for the Davao City Part F
Bypass Construction Project, Package I-2, Sta. 0+000 to Sta. 12+800 Bridge Construction

400.5 Basis of Payment

Payment shall be made under:

Pay Item Unit of


Description
Number Measurement
400(17)e Concrete Piles cast in Drilled Holes, 1.20 m dia. Meter
400(17)h Concrete Piles in Drilled Holes, (1.50m dia.) Meter
400(17)m Concrete Piles in Drilled Holes, (2.00m dia.) Meter
400(26)b Pile Integrity Testing, Low Strain Each
400 (27) High Strain Dynamic Testing (PDA) Each

ITEM 401 RAILINGS

401.2 Material Requirements

401.2.1 Concrete

Concrete for cast-in-place and precast railings shall conform to the requirements of
Item 405, Structural Concrete.

401.2.2 Reinforcing Steel

Reinforcing Steel shall conform to the requirements of Item 404, Reinforcing Steel.

401.3 Construction Requirements

401.3.3 Concrete Railing

Insert the following paragraph before Sub-Section 401.3.3(1):

Concrete railings shall be cast-in-place or precast barriers constructed in conformity


to the lines, grades and dimensions shown on the Plans. Concrete barriers shall either
be permanent (outer side railing and transition barriers), relocatable (for sides provided
for future expansion) or movable jersey type barriers in accordance with the station
limits shown on the Plans and/or schedule.

401.4 Method of Measurement

As stated below.

401.5 Basis of Payment

Payment shall be made under:

Pay Item Unit of


Description
Number Measurement
401(2)a Concrete Railing, Standard Meter
401(2)c Concrete Railing, Parapet Meter

DPWH F-27
Technical Specification for the Davao City Part F
Bypass Construction Project, Package I-2, Sta. 0+000 to Sta. 12+800 Bridge Construction

ITEM 403 METAL STRUCTURES

403.1 Description

Add the following paragraph at the end of this clause:

This Item shall consist of the general description of the materials, equipment,
workmanship, and construction requirements of concrete structure works conforming
to the design, dimensions and details shown on the Plans.

403.2 Material Requirements

Add the following at the end of this clause:

Materials shall meet the requirements of Item 710, Reinforcing Steel; Item 712,
Structural Metal; Item 409, Welded Structural Steel, and Item 733, Zinc (Hot-Dip
Galvanized) Coatings on Iron and Steel Products.

403.5.4 Basis of Payment

Payment shall be made under

Pay Item Unit of


Description
Number Measurement
403(5)a2 Structural Steel, Furnished, Fabricated and Erected Kilograms

ITEM 404 REINFORCING STEEL

404.2 Material Requirements

Reinforcing steel shall be Grade 60, irrespective of diameters.

404.3 Construction Requirements

404.3.4 Placing and Fastening

Add the following at the end of the first paragraph:

Splices shall not be paid and its cost shall be considered as part of the contract unit price
for reinforcing steel.

Add the following at the end of this clause:

Reinforcement shall be firmly and securely held in position by tying at intersections


with No.16 gauge soft iron wire with the ends of the wire turned into the main body of
the concrete.

404.3.5 Splicing

Add the following at the end of this clause:

The use of mechanical coupler as a splice alternative shall be considered, subject for
approval by the Engineer.

DPWH F-28
Technical Specification for the Davao City Part F
Bypass Construction Project, Package I-2, Sta. 0+000 to Sta. 12+800 Bridge Construction

Add the following Sub-Clause after the subsection 404.3.6:

404.3.7 Welding

Welding shall be done by the manual shielded metal-arc process. Low Hydrogen
electrodes conforming to the requirements of AWSA 5.1 for E7016 or E7018 electrodes
shall be used.

Before any electrodes are used, the Contractor, at the Contractor’s expense, shall furnish
certified copies of test reports for all the pertinent tests specified in AWS A5.1 made on
electrodes of the same class, brand and nearest specified size as the electrode used. The
tests may have been made for process qualification or quality control, and shall have
been made within one year prior to manufacture of the electrodes and fluxes to be used.
The report shall include the manufacturer’s certification that the process and material
requirements were the same for manufacturing the tested electrodes to be used. The
forms and certificates shall be as directed by the Employer’s Representative.

Electrodes shall be purchased in hermetically sealed containers or dried for 2 hours and
230oC to 260oC before use. Immediately after removal from hermetically sealed
containers or from frying ovens, the electrodes shall be stored in ovens held at a
temperature of at least 120oC. Electrodes not used within 4 hours after removal from
hermetically sealed containers or the drying or storage ovens shall be re-dried before
use.

Completed welded splices shall develop a minimum tensile strength, based on the
nominal bar area, of 430 Mpa for ASTM Designation: A615 and A615M, Grade 300
bars. Prior to use in the work, welded splices shall be qualified by tests made on sample
splices.

Reinforcing bars shall be preheated for a distance of not less than 150mm on each side
of the joint prior to welding.

For all welding of ASTM Designation: A615 and A615M, Grade 300, the requirements
of Table 5.2, “Minimum Preheat and Interpass Temperatures.” of AWS D1.4 are
superseded by the following:

The minimum preheat and interpass temperatures shall be 200oC for Grade 300 bars.
Immediately after completing the welding, at least 150 mm of the bar each side of the
splice shall be covered by an insulated wrapping to control the rate of cooling. The
insulated wrapping shall remain in place until the bar has cooled below 90oC.

In the event that any of the specified preheat, interpass and post weld cooling
temperatures are not met, all weld and heat affected zone metal shall be removed and
the splice rewelded.

a) Qualification of Welding Splicing

Procedures to be used in making splices in reinforcing bars and welders employed


to make splices in reinforcing bars shall be qualified by tests performed by the
Contractor on sample splices of the type to be used, before making splices to be
used in the work. Each welder qualifications test shall consist of 2 sample splices.

Completed sample splices shall be at least one meter long with the splice at mid-
length. The sample splices shall be made and tested by the Contractor in the
presence of the Engineer or the Employer’s Representative’s authorized

DPWH F-29
Technical Specification for the Davao City Part F
Bypass Construction Project, Package I-2, Sta. 0+000 to Sta. 12+800 Bridge Construction

representative. When samples are tested by a commercial agency, the test shall be
witnessed by the Engineer or the Employer’s Representative’s authorized
representative. A copy of the test results shall be furnished to the Engineer.

b) Non-destructive Splice Tests

Radiographic examinations shall be performed by the Contractor on at least


25percent of all full penetration welded splices in accordance with the requirements
of AWSD1.4 and these specifications. For each weld found to be defective, one
additional splice, as selected by the Engineer, shall be examined radio graphically
by the Contractor.

404.4 Method of Measurement

Add the following paragraphs:

“Whenever any other alternative or option is shown or noted on the plans, or permitted
by these specifications, the quantities of bar reinforcing steel and welded wire fabric
will be computed on the basis of dimensions, and type of reinforcement shown on the
plans and no change in the quantities to be paid for will be made because of the use by
the Contractor of the alternative or options.”

The weight of plain or deformed bars or bar-mat information to AASHTO


Specifications will be computed from the theoretical weight of plain round bars of the
same nominal size as shown on the following table:

Size (mm) Unit Weight (kg/m)


10 0.616
12 0.888
16 1.579
20 2.466
25 3.854
28 4.833
32 6.313
36 7.991

For any structure or element of any structure defined in these Specifications as being
paid for either in per unit (each), in per square meter, or in per linear meter measure, no
additional separate payment shall be made under Item 404, Reinforcing Steel, as they
are deemed to be included in the unit pay items of the structures.

404.5 Basis of Payment

Payment shall be made under:

Pay Item Unit of


Description
Number Measurement
404(1)b Reinforcing Steel Bars, Grade 60 Kilogram

DPWH F-30
Technical Specification for the Davao City Part F
Bypass Construction Project, Package I-2, Sta. 0+000 to Sta. 12+800 Bridge Construction

ITEM 405 STRUCTURAL CONCRETE

405.1.2 Classes and Uses of Concrete

Revise this Sub-section 405.1.2 as follows:

Five classes of concrete are provided for in this item. Each class shall be used in that
part of the structure as called for on the plans.

The classes of concrete will generally be used as follows:

1) Class A - For reinforced Cut & Cover Tunnel, headwalls, wingwalls, drainage
manholes, catch basins, lined ditches and where shown on the plans.

f’c = 27.58 MPa– 28 days

2) Class A - For bored piles, pile caps, footings, abutments, columns, copings,
diaphragms, deck slabs, retaining walls, barriers and railings, approach slabs and
where shown on the plans.

f’c = 27.58 MPa

f’c = 20.68 MPa – sidewalk and parapet median – 28 days

3) Class P - For pre-stressed concrete structures and members and riser

f’c = 41.37 MPa

4) Class B - For levelling pad of abutments, stub walls, retaining walls and where
shown on the plans.

f’c = 18 MPa

5) Lean Concrete - For base of drainage manholes, catch basins, box culverts,
temporary concrete encasing reinforcing steel bars for future expansion, i.e, deck
slab overhang and end blocks/ diaphragms and where shown on the plans.

f’c = 16.5 MPa

405.2 Material Requirements

405.2.1 Portland Cement

Add the following to Sub-Section 405.2.1:

All cement to be used for Item 405, Structural Concrete shall be Portland Cement, Type
I in accordance with AASHTO M85.

DPWH F-31
Technical Specification for the Davao City Part F
Bypass Construction Project, Package I-2, Sta. 0+000 to Sta. 12+800 Bridge Construction

405.2.3 Coarse Aggregates

Modify Table 405(1) to read as follows:

Table 405(1) - Grading Requirements for Coarse Aggregate

Standard Alternate US Class A Lean


Class C Class P
(mm) Standard (27.58Mpa) Concrete
63 2 ½”
50 2”
37.5 1 ½” 100
25 1 100 100 95-100
19 ¾” 90-100 90-100 -
12.5 ½” 100 25-60
9.5 3/8” 20-55 40-70 20-55 -
4.75 No. 4 0-10 0-15 0-10 0-5

405.4 Production Requirements

405.4.1 Proportioning and Strength of Structural Concrete

Modify Table 405(2) to read as follows:

Table 405(2) - Composition and Strength of Concrete for Use of Structures


Class of Minimum Maximum Consistency Designated Size Minimum
Concrete Cement Water/Cement Range in of Coarse Compressive
Content Ratio Slump Aggregate Strength of
Square Opening 150x300mm
Std. Concrete Cylinder
Specimen at 28 days
kg/m3 kg/kg mm mm N/mm2
A 280 0.53 50-100 20 27.58
A 360 0.49 50-100 20 27.58
B 320 0.58 50-100 40 20.68
C 380 0.49 50-100 15 20.68
P 480 0.41 50-100 20 41.37
Lean 240 0.62 120-200 50 16.5
Concrete

Add the following Sub-Section under Section 405.4:

405.4.5 Protection of Concrete from Environmental Conditions

1) General

Precaution shall be taken as needed to protect concrete from damage due to weather
or other environmental conditions during placing and curing operations. Concrete
that has been damaged by weather conditions shall be either repaired to an
acceptable condition or removed and replaced.

DPWH F-32
Technical Specification for the Davao City Part F
Bypass Construction Project, Package I-2, Sta. 0+000 to Sta. 12+800 Bridge Construction

2) Rain Protection

Under conditions of rain, the placing of concrete shall not commence or shall be
stopped unless adequate protection is provided to prevent damage to the surface
mortar or damaging flow or washing of the concrete surface.

3) Hot Weather Protection

When the ambient temperature is above 32ºC, the forms, reinforcing steel, steel
beam flanges, and other surfaces which will come in contact with the mix shall be
cooled to below 32ºC, by means of a water spray or other approved methods.

The temperature of the concrete at the time of placement shall be maintained within
the specified temperature range by any combination of the following:

- Shading the materials areas or the production equipment.

- Cooling the aggregates by sprinkling with water, which conform to the


requirements.

- Cooling the aggregates or water by refrigeration or replacing a portion or all


the mix water with ice that is flakes or crushed to the extent that the ice will
completely melt during mixing of the concrete.

- Liquid nitrogen injection

405.5 Method of Measurement

Add the following paragraph to Section 405.5:

Falseworks and formworks shall not be measured separately, but are deemed to be
included in the quantification for structural concrete.

405.6 Basis of Payment

Payment shall be made under:

Unit of
Pay Item Description
Measurement
405(1)b3 Structural Concrete, Class A, 27.58 MPa, 28 days Cubic meter
405(1)e3 Structural Concrete, 41MPa, (Non-Shrink), 28 days Cubic Meter

ITEM 406 PRESTRESSED CONCRETE STRUCTURES

406.1 Description

Revise the whole text under Section 406.1 to read as follows:

This work shall consist of pre-cast pre-stressed or cast-in-place pre-stressed concrete


structures constructed in reasonably close conformity with the lines, grades and
dimensions shown on the Plans or established by the Employer’s Representative and in
accordance with the Standard Specifications and / or in these Special Provisions. It
includes prestressing by either the pre-tensioning or the post-tensioning methods or by
a combination of these methods.

DPWH F-33
Technical Specification for the Davao City Part F
Bypass Construction Project, Package I-2, Sta. 0+000 to Sta. 12+800 Bridge Construction

This work shall include the furnishing and installation of any appurtenant Items
necessary for the particular prestressing system to be used, including but not limited to
ducts, anchorage assemblies and grout used for pressure grouting ducts.

For cast-in-place pre-stressed concrete, the term “member” as used in this Section shall
be considered to mean the concrete structure or the part there of which is to be pre-
stressed.

When members are to be constructed with part of the reinforcement pretensioned and
part post-tensioned, the applicable requirement of this Specification shall apply to each
method.

406.1.1 Details of Design

When the design for the prestressing work is not fully detailed on the Plans, the
Contractor shall determine the details or type of prestressing system for use and select
materials and details conforming to these Specifications as needed to satisfy the
prestressing requirements specified to the satisfaction of the Employer’s Representative.
The system selected shall provide the magnitude and distribution of prestressing force
and ultimate strength required by the Plans without exceeding allowable temporary
stresses. Unless otherwise shown on the Plans, all design procedures, coefficient and
allowable stresses, friction and prestress losses as well as tendon spacing and clearances
shall be in accordance with the Division I, Design, of the AASHTO Standard
Specifications for Highway Bridges.

The prestressing may be performed either by pre-tensioning or post-tensioning methods


unless the Plans show only pre-tensioning details or only post-tensioning details.

When the effective or working force or stress is shown on the Plans, it shall be
considered to be the force or stress remaining in the prestressing steel after all losses,
including creep and shrinkage of concrete, elastic shortening of concrete, relaxation of
steel, friction and take up or seating of anchorage, and all other losses peculiar to the
method or system of prestressing have taken place or have been provided for. When the
jacking force is shown on the Plans, it shall be considered the force applied to the tendon
prior to anchorage and the occurrence of any losses, including the anchor set loss.

406.1.2 Working Drawings

Whenever the Drawings do not include complete details for a prestressing system and
its method of installation, or when complete details are provided in the Plans and the
Contractor wishes to propose any changes, the Contractor shall prepare and submit to
the Employer’s Representative working drawings of the prestressing system proposed
for use. Fabrication or installation of prestressing material shall not begin until the
Engineer has approved the Plans.

The working drawings of the prestressing system shall show complete details and
substantiating calculations of the method, materials and equipment, the Contractor
proposes to use in the prestressing operations, including any additions or rearrangement
of reinforcing steel and any revision in dimensions of the concrete structure or member
to be pre-stressed, from that shown on the Plans. Such details shall outline the method
and sequence of stressing and shall include complete specifications and details of the
prestressing steel and anchoring devices, working stresses, anchoring stresses, tendon
elongation, type of ducts, and all other data pertaining to the prestressing operation,
including the proposed arrangement of the prestressing steel in the members.

DPWH F-34
Technical Specification for the Davao City Part F
Bypass Construction Project, Package I-2, Sta. 0+000 to Sta. 12+800 Bridge Construction

Working drawings shall be submitted sufficiently in advance of the start of the affected
work to allow time for review by the Engineer and correction by the Contractor of the
Plans without delaying the work.

406.1.3 Composite Placing Drawings

When required by these Special Provisions, in addition to all required working drawings,
the Contractor shall prepare composite placing drawings to scale and in sufficient detail
to show the relative positions of all Items that are to be embedded in the concrete, and
their embedment depth, for the portions of the structure that are to be pre-stressed. Such
embedded Items include the prestressing duct, vents, anchorage reinforcement and
hardware, reinforcing steel, anchor bolts, earthquake restrainers, deck joint seal
assemblies, drainage system, utility conduits and other such Items.

Such drawings shall be adequate to ensure that there will be no conflict between the
planned positions of any embedded Items and that concrete cover will be adequate. If
during the preparation of such drawings conflicts are discovered, the Contractor shall
revise his or her working drawing for one or more of the embedded Items or propose
changes in the dimensions of the work as necessary to eliminate the conflicts or to
provide proper cover. Any such revisions shall be approved by the Employer’s
Representative before work on any affected Item, is started.

All costs involved with the preparation of such drawings and with making the necessary
modifications to the work resulting there from, shall be borne by the Contractor.

406.2 Material Requirements

406.2.2 Prestressing Reinforcing Steel

The text under Sub-Section 406.2.2 is revised to read as follows:

It shall conform to the Item 404, Reinforcing Steel.

406.2.3 Prestressing Steel

Add the following paragraphs to Sub-Section 406.2.3:

1) Pre-stressing Steel and Anchorages

Prestressing reinforcement shall be high-strength seven-wire strand, high strength


nineteen wire strand, high-strength steel wire, or high-strength alloy bars of the
grade and type called for on the Plans or in these Special Provisions and shall
conform to the requirements of the following specifications.

a) Strand

Uncoated seven-wire strand shall conform to the requirements of AASHTO


M203 (ASTM A 416) having an ultimate strength of 18.60MPa, a nominal
diameter of 12.7 millimeters and a nominal area of 98.8 square millimeters.

b) Wire

Uncoated stress-relieved steel wire shall conform to the requirements of


AASHTO M 204 (ASTM A 421)

c) Bar

DPWH F-35
Technical Specification for the Davao City Part F
Bypass Construction Project, Package I-2, Sta. 0+000 to Sta. 12+800 Bridge Construction

Uncoated high-strength bars shall conform to the requirements of AASHTO


M 275 (ASTM A 722). Bars with greater minimum ultimate strength, but
otherwise produced and tested in accordance with AASHTO M275 (ASTM
A 722), may be used provided they have no properties that make them less
satisfactory than the specified material.

d) Post-tensioning Anchorage and Couplers

All anchorage and couplers shall develop at least 95 percent of the minimum
specified ultimate strength of the prestressing steel, when tested in an
unbonded state, without exceeding anticipated set. The coupling of tendons
shall not reduce the elongation at rupture below the requirements of the tendon
itself. Couplers and/or coupler components shall be enclosed in housings long
enough to permit the necessary movements. Couplers for tendons shall be
used only at locations specifically indicated and/or approved by the
Employer’s Representative. Couplers shall not be used at points of sharp
curvature of tendons.

i. Bonded System

Bond transfer lengths between anchorage and the zone where full
prestressing force is required under service and ultimate loads, shall
normally be sufficient to develop the minimum specified ultimate
strength of the prestressing steel. When anchorage or couplers are
located at critical sections under ultimate load, the ultimate strength
required of the bonded tendons, shall not exceed the ultimate load. The
ultimate strength required of the bonded tendons, shall not exceed the
ultimate capacity of the tendon assembly, including the anchorage or
coupler, tested in an unbounded state.

Housings shall be designed so that complete grouting of all of the coupler


components will be accomplished during grouting of tendons.

ii. Anchorage Devices with Distribution Plates

The average bearing stresses on the concrete, created by the anchorage


distribution plates, shall not exceed the values allowed by the following
equations:

At service load –

A'b / A'b
fcp = 0.6 fc’

but not greater than 1.25 fc’

At transfer load –

fcp = 0.8 f’ ci

but not greater than 1.24 f’ci

Where:

fcp = permissible compressive concrete stress

DPWH F-36
Technical Specification for the Davao City Part F
Bypass Construction Project, Package I-2, Sta. 0+000 to Sta. 12+800 Bridge Construction

fc’ = compressive strength of concrete

f’ci = compressive strength of concrete at time of initial prestress

A’ b = maximum area of the portion of the concrete anchorage


surface that is geometrically similar to and concentric with
the area of the anchorage

A b = bearing area of the anchorage

As used in the above equation, fcp is the average bearing stress, P/A, in
the concrete, computed by dividing the force P of the prestressing steel
by the net projected area, A’b between the concrete and the bearing plate
or other structural element of the anchorage, which has the function of
transferring the force to the concrete.

iii Anchorage Devices without Distribution Plates

Should the Contractor elect to furnish anchoring devices of a type that is


sufficiently large and which is used in conjunction with a steel grillage
embedded in the concrete that effectively distributes the compressive
stresses to the concrete, the steel distribution plates or assemblies may be
omitted.

Anchorage devices without distribution plates of types, which have not


been pre-approved by the Employer’s Representative, shall not be used
until the Contractor furnishes certified copies of prequalification tests,
which demonstrate satisfactory performance under conditions expected
for the project.

Prequalification tests for such anchorage devices shall be performed in


accordance with the requirements for testing special anchorage devices
in the AASHTO Guide Specifications for the Design and Construction
of Segmented Concrete Bridges.

For such anchorage system previously tested and approved on projects


having the same tendon configuration, the Employer’s Representative
may waive additional testing provided there is no change in the materials,
design or details previously approved. The working drawings shall
identify the project on which approval was obtained, otherwise testing
will be necessary.

iv Supplemental Reinforcement

Any supplementary reinforcement required in the local zone of the


anchorage, as defined in the AASHTO Guide Specifications for Design
and Construction of Segmental Concrete Bridges, to resist bursting,
splitting and spalling tensile stresses in the immediate vicinity of the
anchorage which are dependent on the configuration of the anchor
device, shall be considered to be a part of the anchorage device. Such
reinforcement shall be designated by the anchorage supplier and shall be
furnished and placed as additional to the general zone reinforcement,
which is shown on the Plans.

DPWH F-37
Technical Specification for the Davao City Part F
Bypass Construction Project, Package I-2, Sta. 0+000 to Sta. 12+800 Bridge Construction

2) Corrosion Inhibitor

Corrosion inhibitor shall consist of a vapor phase inhibitor (VPI) powder


conforming to the provisions of Federal Specification MIL-P3420 or as otherwise
approved by the Employer’s Representative. When approved, water-soluble oil
may be used on tendons as a corrosion inhibitor.

3) Cement Grout

Materials for use in making cement grout which is to be placed in the ducts after
tendons are post-tensioned shall conform to the following:

a) Portland Cement

Portland cement shall be Type I, II or III of the Specifications for Portland


cement - AASHTO M85. Cement used for grouting shall be fresh and shall
not contain any lumps or other indication of hydration or “pack set”.

b) Water

The water used in the grout shall be potable, clean and free of injurious
quantities of substances known to be harmful to Portland cement or
prestressing steel.

c) Admixtures

Admixtures, if used, shall impart the properties of low-water content, good


flow ability, minimum bleed, and expansion if desired. They shall contain no
chemicals in quantities that may have harmful effect on the prestressing steel
or cement. Admixtures, which, at the dosage used, contain chlorides in excess
of 0.005 percent of the weight of the cement used or contain any fluorides,
sulphites, and nitrates, shall not be used.

When a grout-expanding admixture is used as required or at the Contractor’s


option, it shall be well dispersed through the other admixtures and shall
produce a 2 to 6 percent unrestrained expansion of the grout.

Amount of admixture to obtain a desired amount of expansion shall be


determined by tests. If the source of manufacture or brand of either admixture
or cement changes after testing, new tests shall be conducted to determine
proper proportions.

All admixtures shall be used in accordance with the instruction of the


manufacturer and shall be subject to approval by the Employer’s
Representative.

4) Epoxy Resin Grout

Epoxy resin grout shall be two (2) component mineral filled epoxy resin to ASTM
C 881 or equivalent approved by the Employer’s Representative.

The epoxy resin grout shall be a formulation specifically designed for bonding
prestressing steel to metal or polyethylene ducts and in providing an acceptable
barrier to prevent corrosion of the prestressing steel.

DPWH F-38
Technical Specification for the Davao City Part F
Bypass Construction Project, Package I-2, Sta. 0+000 to Sta. 12+800 Bridge Construction

The Contractor shall provide to the Employer’s Representative copies of


manufacturer’s literature describing the epoxy resin for use and examples of its
application in previous projects.

The epoxy resin shall be formulated such that after injection into the duct the resin
does not harden (cure) until after all the prestressing steel is stressed and anchored
for each precast concrete unit.

The epoxy resin shall have the following mechanical properties:

Table 406(1) - Physical Properties After Hardening

Property Required Value


Compressive Strength 70 N/mm2
Tensile Strength 23 N/mm2
Modulus of Elasticity 5,800 N/mm2
Shear Adhesive Strength to Strand 13 N/mm2
Durometer Hardness 85 to 90
Shrinkage Rate During Hardening below 1.0%
Heat Decomposition Temperature above 300oC

406.2.4 Packaging, Storing and Shipping

The text under Sub-section 406.2.4 is revised to read as follows:

All prestressing steel shall be protected against physical damage and rust or other results
of corrosion at all times from manufacture to grouting. Prestressing steel shall also be
free of deleterious material such as grease, oil, wax or paint. Prestressing steel that has
sustained physical damage at any time shall be rejected. The development of pitting or
other results of corrosion, other than rust stain, shall be cause for rejection.

Prestressing steel shall be packaged in containers or shipping forms for the protection
of the strand against physical damage and corrosion during shipping and storage. A
corrosion inhibitor shall be placed in the package or form, or shall be incorporated in a
corrosion inhibitor carrier type packaging material, or when permitted by the
Employer’s Representative, may be applied directly to the steel. The corrosion inhibitor
shall have no deleterious effect on the steel or concrete or bond strength of steel to
concrete or grout. Packaging or forms damaged from any cause shall be immediately
replaced or restored to original condition.

The shipping package or form shall be clearly marked with a statement that the package
contains high-strength prestressing steel, and the type of corrosion inhibitor used,
including the date packaged.

All anchorage, end fitting, couplers, and exposed tendons, which will not be encased in
concrete or grout in the completed work, shall be permanently protected against
corrosion.

406.2.5 Enclosures

Modify Sub-section 406.2.7 to read as follows:

Ducts used to provide holes or voids in the concrete for the placement of post-tensioned
bonded tendons shall consist of rigid or semi-rigid ducts, which are cast into the concrete.

DPWH F-39
Technical Specification for the Davao City Part F
Bypass Construction Project, Package I-2, Sta. 0+000 to Sta. 12+800 Bridge Construction

Ducts formed by sheath left in place, shall be of a type that will not permit the intrusion
of cement paste. They shall transfer bond stresses as required, shall retain shape under
the weight of the concrete, and shall have sufficient strength to maintain their correct
alignment without visible wobble during placement of concrete.

Sheathing for ducts shall be either metal or polyethylene.

a) Metal Ducts

Metal ducts shall be galvanized ferrous metal and shall be fabricated with either
welded or interlocked seams. Galvanizing of welded seams will not be required.
Rigid ducts shall have smooth inner walls and shall be capable of being curved to
the proper configuration without crimping or flattening. Semi-rigid ducts shall be
corrugated and when tendons are to be inserted after the concrete has been placed,
their minimum wall thickness shall be: 26 gauge for ducts less than or equal to
66.7 mm diameter and 24 gauge for ducts greater than 66.7 mm diameter. When
bar tendons are pre-assembled with such ducts, the duct thickness shall not be less
than 31 Gauge.

b) Polyethylene Ducts

Polyethylene shall be of high density conforming to the material requirements of


ASTM D 3350.

Polyethylene duct shall not be used when the radius of curvature of the tendon is
less than 9 meters.

Semi-rigid polyethylene ducts for use where completely embedded in concrete


shall be deformed or corrugated with minimum material thickness of 1.2 + 0.25
mm. Such ducts shall have a white coating on the outside, or shall be of white
material with ultraviolet stabilizers added.

Rigid polyethylene ducts for use where the tendons are not embedded in concrete
shall be rigid pipe manufactured in accordance with ASTM D 2447,
ASTM F 714, ASTM D 2239, or ASTM D 30. For external applications, such duct
shall have an external diameter to wall thickness ratio of 21/or less.

For applications where polyethylene duct is exposed to sunlight or ultraviolet light,


carbon black shall be incorporated into the polyethylene pipe resin in such amount
to provide resistance to ultraviolet degradation in accordance with ASTM D
1248.

c) Duct Area

The inside diameter of ducts shall be at least 6 mm larger than the nominal diameter
of single wire, bar or strand tendons, or in the case of multiple wire, bar or strand
tendons, the inside cross-sectional area of the prestressing steel. When tendons are
to be placed by the pull through method, the duct area shall be at least 2-1/2 times
the net area of the prestressing steel.

d) Duct Fitting

Coupling and transition fittings for ducts formed by sheathing shall be of


polyethylene, and shall be cement paste intrusion proof and of sufficient strength
to prevent distortion or displacement of the ducts during concrete placement.

DPWH F-40
Technical Specification for the Davao City Part F
Bypass Construction Project, Package I-2, Sta. 0+000 to Sta. 12+800 Bridge Construction

All ducts or anchorage assemblies shall be provided with pipes or other suitable
connections at each end of the duct for the injection of grout after prestressing.

Ducts shall also be provided with ports for venting or grouting at high points and
for draining at intermediate low points.

Vent and drain pipes shall be 12.5 mm minimum diameter standard pipe or suitable
plastic pipe. Connection to ducts shall be made with metallic or plastic structural
fasteners. The vents and drains shall be mortar tight, taped as necessary, and shall
provide means for injection of grout through the vents and for sealing to prevent
leakage of grout.

406.2.8 Sampling and Testing

Modify Sub-section 406.2.8 to read as follows:

All wire, strand, or bars to be shipped to the site, shall be assigned a lot number and
tagged for identification purposes. Anchorage assemblies to be shipped shall be
likewise identified.

Each lot of wire or bars and each reel of strand reinforcement shall be accompanied by
a manufacturer’s certificate of compliance, a mill certificate, and a test report. The mill
certificate and test report shall include the chemical composition (not required for
strand), cross-sectional area, yield and ultimate strength, elongation at rupture, modules
of elasticity, and the stress strain curve for the actual prestressing steel intended for use.

All values certified shall be based on test values and nominal sectional areas of the
material being certified.

The Contractor shall furnish to the Employer’s Representative for verification testing,
the samples described in the following sub-articles selected from each lot. If ordered
by the Employer’s Representative, the selection of samples shall be made at the
manufacturer’s plant by the Employer’s Representative.

All samples submitted shall be representative of the lot to be furnished and, in the case
of wire or strand, shall be taken from the same master roll.

The actual strength of the prestressing steel shall not be less than specified by the
applicable ASTM Standard and shall be determined by tests of representative samples
of the tendon materials in conformance with ASTM Standard.

All of the materials specified for testing shall be furnished free of cost and shall be
delivered in time for tests to be made well in advance of anticipated time of use.

1) Pre-tensioning Method Tendons

For pretensioned strands, one (1) sample at least 2.0-meter long shall be furnished
in accordance with the requirements of paragraph 9.1 of AASHTO M 203 or length
as specified in the ASTM Standard.

2) Post-tensioning Method Tendons

The following lengths shall be furnished for each 20-ton, or portion thereof, lot
material used in the work.

DPWH F-41
Technical Specification for the Davao City Part F
Bypass Construction Project, Package I-2, Sta. 0+000 to Sta. 12+800 Bridge Construction

 For wires requiring heading - 1.5 meters.


 For wires not requiring heading - sufficient length to make up one parallel-lay
cable 1.5 meters long consisting of the same number of wires as the cable to
be furnished.

 For strand to be furnished with fitting - 1.5 meters between near ends of
fittings.

 For bars to be furnished with threaded ends and nuts - 1.5 meters between
threads at ends.

3) Anchorage Assemblies and Couplers

Except for anchorage devices without distribution plates which are tested in
accordance with paragraph 406.2.3.(1d) (iii), the Contractor shall furnish for
testing, one specimen of each size of prestressing tendon, including coupling, of
the selected type, with end fittings and anchorage assembly attached for strength
test only. These specimens shall be 1.5 meters in clear length, measured between
ends of fittings.

If the results of the test indicate the necessity of check tests, additional specimens shall
be furnished without cost.

When dynamic testing is required, the Contractor shall perform the testing and shall
furnish certified copies of test results, which indicate conformance with the specified
requirements prior to installation of anchorage or couplers.

For prestressing systems previously tested and approved on projects having the same
tendon configuration, the Employer’s Representative may not require complete tendon
samples provided there is no change in the material, design, or details previously
approved. Shop drawings or prestressing details shall identify the project on which
approval was obtained otherwise testing shall be conducted.

406.3 Construction Requirements

406.3.2 Pre-stressing Method

Add the following paragraphs to Subsection 406.3.2:

Prestressing steel shall be tensioned by hydraulic jacks to produce the forces shown on
the Plans or on the approved working drawings of the Contractor with appropriate
allowances for all losses. Losses to be provided for shall be as specified in AASHTO
Division I, Article 9.16. For post-tensioned work, the losses shall also include the
anchor set loss appropriate for the anchorage system employed.

The maximum temporary stress (jacking stress) and the stress in the steel before loss
due to creep and shrinkage shall not exceed the values allowed in AASHTO Division I,
Article 9.15.

The method of tensioning employed shall be one of the following as specified or


approved:

 Pre-tensioning; in which the prestressing strand or tendons are stressed prior to


being embedded in the concrete placed for the member. After the concrete has

DPWH F-42
Technical Specification for the Davao City Part F
Bypass Construction Project, Package I-2, Sta. 0+000 to Sta. 12+800 Bridge Construction

attained the required strength, the prestressing force is released from the external
anchorage and transferred, by bond, into the concrete.

 Post-Tensioning; in which the reinforcing tendons are installed in voids or ducts


within the concrete and are stressed and anchored against the concrete after the
development of the required concrete strength. As a final operation under this
method, the voids or ducts are pressure-grouted.

 Combined Method; in which part of the reinforcement is pretensioned and part


post-tensioned. Under this method, all applicable requirements for pre-tensioning
and for post-tensioning shall apply to the respective reinforcing elements using
these methods.

During stressing of strand, individual wire failures may be accepted by the Employer’s
Representative, provided not more than one (1) wire in any strand is broken and the area
of broken wires does not exceed two (2) percent of the total area of the prestressing steel
in the member.

Prestressing forces shall not be applied or transferred to the concrete until the concrete
has attained the strength specified for initial stressing. In addition, cast-in-place
concrete shall not be post-tensioned until at least ten (10) days after the last concrete has
been placed in the member to be post-tensioned.

406.3.3 Prestressing Equipment

Modify Sub-Section 406.3.3 to read as follows:

Hydraulic jacks used to stress tendons shall be capable of providing and sustaining the
necessary forces and shall be equipped with either a pressure gauge or a load cell for
determining the jacking stress. The jacking system shall provide an independent means
by which the tendon elongation can be measured.

The pressure gauge shall have an accurately reading dial at least 6 inches in diameter or
a digital display, and each jack and its gauge shall be calibrated as a unit with the
cylinder extension in the approximate position that it will be at final jacking force, and
shall be accompanied by a certified calibration chart or curve.

The load cell shall be calibrated and shall be provided with an indicator by means of
which the prestressing force in the tendon may be determined.

The range of the load cell shall be such that the lower ten (10) percent of the
manufacturer’s rated capacity will not be used in determining the jacking stress. When
approved by the Employer’s Representative, calibrated proving rings may be used in
lieu of load cells.

Recalibration of gauges shall be repeated at least annually and whenever gauge


pressures and elongations indicate materially different stresses.

Only oxygen flame or mechanical cutting devices shall be used to cut strand after
installation in the member or after stressing. Electric welders shall not be used.

Safety measures shall be taken by the Contractor to prevent accidents due to possible
breaking of the prestressing steel and the slippage of the grips during the prestressing
process.

DPWH F-43
Technical Specification for the Davao City Part F
Bypass Construction Project, Package I-2, Sta. 0+000 to Sta. 12+800 Bridge Construction

406.3.3.1 Sequence of Stressing

When the sequence of stressing individual tendons is not otherwise specified, the
stressing of post-tensioned tendons and the release of pretensioned tendons shall be done
in a sequence that produces a minimum of eccentric force in the member.

406.3.3.2 Measurement of Stress

A record of gauge pressures and tendon elongation for each tendon shall be provided by
the Contractor for review and approval by the Employer’s Representative. Elongation
shall be measured to an accuracy of 1.5 mm. Stressing tails of post-tensioned tendons
shall not be cut off until the stressing records have been approved.

The stress in tendons during tensioning shall be determined by the gauge or load cell
readings and shall be verified with the measured elongation. Calculations of anticipated
elongation shall utilize the modulus of elasticity, based on nominal area, as furnished
by the manufacturer for the lot of steel being tensioned, or as determined by a bench test
of strands used in the work.

All tendons shall be tensioned to a preliminary force as necessary to eliminate any take-
up in the tensioning system before elongation readings are started. This preliminary
force shall be between 5 and 25 percent of the final jacking force. The initial force shall
be measured by a dynamometer or by other approved method to check against
elongation as measured and computed. Each strand shall be marked prior to final
stressing to permit measurement of elongation and to insure that all anchor wedges set
properly.

It is anticipated that there may be discrepancy in indicated stress between jack gauge
pressure and elongation. In such event, the load used, as indicated by the gauge pressure,
shall produce a slight overstress rather than under stress. When a discrepancy between
gauge pressure and elongation of more than five (5) percent in tendons over 15 meters
long or seven (7) percent in tendons of 15 meters or less in length occurs, the entire
operation shall be carefully checked and the source of error determined and corrected
before proceeding further.

406.3.5 Placement of Ducts and its Appurtenances

406.3.5.1 Placement of Ducts

Ducts shall be accurately placed at locations shown on the Plans or approved by the
Employer’s Representative.

Ducts shall be rigidly supported at the proper locations in the forms by ties to reinforcing
steel, which are adequate to prevent displacement during concrete placement.
Supplementary support bars shall be used where needed to maintain proper alignment
of the duct. Hold down ties to the forms shall be used when the buoyancy of the ducts
in the fluid concrete would lift the reinforcing steel.

Joints between sections of duct shall be coupled with positive connections, which do
not result in angle changes at the joints and will prevent the intrusion of cement paste.

After placing of ducts, reinforcements and forms, is complete, an inspection shall be


made to locate possible duct damage.

All unintentional holes or openings in the duct must be repaired prior to concrete placing.

DPWH F-44
Technical Specification for the Davao City Part F
Bypass Construction Project, Package I-2, Sta. 0+000 to Sta. 12+800 Bridge Construction

After installation in the forms, the ends of ducts shall at all times be covered as necessary
to prevent the entry of water or debris.

406.3.5.2 Vents and Drains

All ducts for continuous structures shall be vented at the high points of the duct profile,
except where the curvature is small, as in continuous slabs, and at additional locations
as shown on the Plans. Drains shall be installed at low point in ducts where needed to
prevent the accumulation of water. Low-point drains shall remain open until grouting
is started.

The ends of vents and drains shall be removed one (1) inch below the surface of the
concrete after grouting has been completed, and the void filled with mortar.

406.3.6 Placing of Steel

Modify the title and text of Sub-Section 406.3.6 to read as follows:

406.3.6 Placing of Prestressing Steel

406.3.6.1 Placement for Post-Tensioning

All prestressing steel pre-assembled in ducts and installed prior to the placement of
concrete shall be accurately placed and held in position during concrete placement.

When the prestressing steel is installed after the concrete has been placed, the Contractor
shall demonstrate to the satisfaction of the Employer’s Representative that the ducts are
free of water and debris immediately prior to installation of the steel. The total number
of strands in an individual tendon may be pulled into the duct as a unit, or the individual
strand may be pulled or pushed through the duct.

Anchorage devices or block-out templates for anchorage shall be set and held so that
their axis coincides with the axis of the tendon and anchor plates are normal in all
directions to the tendon.

406.3.6.2 Protection of Steel After Installation

Prestressing steel installed in members prior to placing and curing of the concrete, or
installed in the duct but not grouted within the time limit specified below, shall be
continuously protected against rust or other corrosion by means of a corrosion inhibitor
placed in the ducts or directly applied to the steel. The prestressing steel shall be so
protected until grouted or encased in concrete. Prestressing steel installed and tensioned
in members after placing and curing of the concrete and grouted within the time limit
specified below will not require the use of a corrosion inhibitor described herein and
rust, which may form during the interval between tendon installation and grouting will
not be cause for rejection of the steel.

The permissible interval between tendon installation and grouting without use of a
corrosion inhibitor for various exposure conditions shall be as follows:

Very Damp Atmosphere or over saltwater (Humidity >


7 days
70%)
Moderate Atmosphere (Humidity from 40% to 70%) 15 days
Very Dry Atmosphere (Humidity < 40%) 20 days

DPWH F-45
Technical Specification for the Davao City Part F
Bypass Construction Project, Package I-2, Sta. 0+000 to Sta. 12+800 Bridge Construction

After tendons are placed in ducts, the openings at the ends of the ducts shall be sealed
to prevent entry of moisture.

When steam curing is used, steel for post-tensioning shall not be installed until the
stream curing is completed.

Whenever electric welding is performed on or near members containing prestressing


steel, the welding ground shall be attached directly the steel being welded. All
prestressing steel and hardware shall be protected from weld spatter or other damage.

406.3.10 Post-Tensioning

Add the following paragraphs at the end of Sub-Section 406.3.10, to read as follows:

Prior to post-tensioning any member, the Contractor shall demonstrate to the satisfaction
of the Employer’s Representative that the prestressing steel is free and unbounded in
the duct.

All strands in each tendon, except for those in flat ducts with not more than four strands,
shall be stressed simultaneously with a multi-strand jack.

Tensioning shall be accomplished to provide the forces and elongations specified in


Sub-Section 406.3.3.2

Except as provided herein or when shown on the Plans or on the approved working
drawings of the Contractor, tendons in continuous post-tensioned members shall be
tensioned by jacking at each end of the tendon. For straight tendons when only one
stressing end is shown on the Plans, tensioning may be performed by jacking from one
end or both ends of the tendon at the option of the Contractor.

Add subsection 406.3.15 after subsection 406.3.14

406.3.15 Grouting

406.3.15.1 General

When the post-tensioning method is used, the prestressing steel shall be provided with
permanent protection and shall be bonded to the concrete by completely filling the void
space between the duct and the tendon with grout.

406.3.15.2 Preparation of Ducts

All ducts shall be clean and free of deleterious materials that would impair bonding or
interfere with grouting procedures.

Ducts with concrete walls (cored ducts) shall be flushed to ensure that the concrete is
thoroughly wetted. Metal ducts shall be flushed if necessary, to remove deleterious
material.

Water used for flushing ducts may contain slack lime (calcium hydroxide) or quick-lime
(calcium oxide) for 0.45 kilogram per gallon.

After flushing, all water shall be blown out of the duct with oil-free compressed air.

DPWH F-46
Technical Specification for the Davao City Part F
Bypass Construction Project, Package I-2, Sta. 0+000 to Sta. 12+800 Bridge Construction

406.3.15.3 Equipment for Cement Grouting

The grouting equipment shall include a mixer capable of continuous mechanical mixing
which will produce a grout free of lumps and undispersed cement, a grout pump and
stand-by flushing equipment with water supply. The equipment shall be able to pump
the mixed grout in a manner, which will comply with all requirements.

Accessory equipment, which will provide for accurate solid and liquid measure, shall
be provided to batch all materials.

The pump shall be a positive displacement type and be able to produce an outlet pressure
of at least 1.0 MPa. The pump should have seals adequate to prevent introduction of
oil, air, or other foreign substance into the grout, and prevent loss of grout or water.

A pressure gauge having a full-scale reading of no greater than 2.0 MPa shall be placed
at some point in the grout line between the pump outlet and the duct inlet.

The grouting equipment shall contain a screen having a clear opening of 3 mm


maximum size, to screen the grout prior to its introduction into the grout pump. If grout
with a thixotropic additive is used, a screen opening of 5 mm is satisfactory. This screen
shall be easily accessible for inspection and cleaning.

The grouting equipment shall utilize gravity feed to the pump inlet from a hopper
attached to and directly over it. The hopper must be kept at least partially full of grout
at all times during the pumping operation to prevent air from being drawn into the pre-
tensioning duct.

Under normal conditions, the grouting equipment shall be capable of continuously


grouting the largest tendon on the project in no more than 20 minutes.

406.3.15.4 Mixing of Cement Grout

Water shall be added to the mixer first, followed by Portland cement and admixture, or
as required by the admixture manufacturer.

Mixing shall be of such duration as to obtain a uniform, thoroughly blended grout,


without excessive temperature increase or loss of expansive properties of the admixture.
The grout shall be continuously agitated until it is pumped.

Water shall be not added to increase grout flow ability, which has been decreased by
delayed use of the grout.

Proportions of materials shall be based on tests made on the grout before grouting is
begun, or may be selected based on prior documented experience with similar materials
and equipment and under comparable field conditions (weather, temperature, etc.). The
water content, shall be the minimum necessary for proper placement and when Type I
or II cement is used shall not exceed a water cement ratio of 0.45 or approximately 5
gallons of water per sack 40 kilograms of cement.

The water content required for Type III cement shall be established for a particular brand
based on tests.

The pump ability of the grout may be determined by the Engineer in accordance with
the U.S. Corps of Engineers Methods CRD-C79. When this method is used, the efflux

DPWH F-47
Technical Specification for the Davao City Part F
Bypass Construction Project, Package I-2, Sta. 0+000 to Sta. 12+800 Bridge Construction

time of the grout sample immediately after mixing shall not be less than 11 seconds.
The flow cone test does not apply to grout, which incorporates a thixotropic additive.

406.3.15.5 Injection of Cement Grout

All grout and high point vent openings shall be open when grouting starts. Grout shall
be allowed to flow from the first vent after the inlet pipe until any residual flushing
water or entrapped air has been removed, at which time the vent should be capped or
otherwise closed. Remaining vents shall be closed in sequence in the same manner.

The pumping pressure at the tendon inlet shall not exceed 1.75 MPa.

If the actual grouting pressure exceeds the maximum recommended pumping pressure,
grout may be injected at any vent, which has been, or is ready to be capped as long as
one-way flow of grout is maintained. If this procedure is used, the vent, which is to be
used for injection shall be fitted with a positive shutoff.

When one-way flow of grout cannot be maintained, the grout shall be immediately
flushed out of the duct with water.

Grout shall be pumped through the duct and continuously wasted at the outlet pipe until
no visible slugs of water or air are ejected and the efflux time of the ejected grout, as
measured by a flow cone test, if used, it not less than that of the injected grout. To
ensure that the tendon remains filled with grout, the outlet shall then be closed and the
pumping pressure allowed to build to a minimum of 0.5 MPa before the inlet vent is
closed. Plugs, caps, or valves thus required shall not be removed or opened until the
grout has set.

406.3.15.6 Temperature Considerations

Grout shall not be above 90ºF during mixing or pumping. If necessary, the mixing
water shall be cooled.

406.4 Method of Measurement

As stated below.

406.5 Basis of Payment

Payment shall be made under:

Pay Item Unit of


Description
Number Measurement
Prestressed Structural Concrete Members, Type Each
406(1)g2
V, I-Girder, L=27.00 m
Prestressed Structural Concrete Members, Type Each
406(1)g10
V, I-Girder, L=35.00 m
Prestressed Structural Concrete Members, Type
406(1)h. Each
VI, I-Girder, L=30.00 m
Prestressed Structural Concrete Members, Type
406(1)h8 Each
VI, I-Girder L = 40.00m
Prestressed Concrete (Box Girder) for Voided
406(2)b. Cubic Meter
Slab, 42.0 Mpa

DPWH F-48
Technical Specification for the Davao City Part F
Bypass Construction Project, Package I-2, Sta. 0+000 to Sta. 12+800 Bridge Construction

Pay Item Unit of


Description
Number Measurement
Installation, Tensioning and Grouting of
406(3). Each
Prestressing Steel, 12-12.7 x 54.923m
Installation, Tensioning and Grouting of
406(3).. Each
Prestressing Steel, 7-12.7 x 8.108m

ITEM 407 CONCRETE STRUCTURES

Modify this Item to read as follows:

407.1 Description

Replace the paragraph of this Sub-section with the following:

This Item shall consist of the general description of the materials, equipment,
workmanship, and construction requirements of concrete structure works conforming to
the design, dimensions and details shown on the Plans.

407.2 Material Requirements

Concrete materials shall conform to the applicable requirement of Item 405, Concrete
Structures.

407.3 Construction Requirements

407.3.1 Handling and Placing Concrete: General

Add the following paragraph:

Prior to concreting works, it is necessary for the Contractor and the Engineer to closely
work together to check all related elevations, installation of reinforcements and the
stability of formworks and falsework to avoid unusual problems during and after the
execution of work. Proper scheme during concrete placing shall be properly defined on
the Plans and working platform must be provided as necessary. In the concreting
scheme, the manpower, materials, and equipment set up will be properly indicated on
the Plans in order to maximize the working efficiency at the same time maintaining the
safe working environment.

407.3.10 Falsework Construction

The following paragraphs shall be supplemented to read as follow:

Falsework which includes formworks and scaffoldings shall be designed correctly by


the Contractor according to his construction methodology and his falsework Plans shall
be submitted to the Engineer for review and approval. Falsework shall be so designed
in order to carry the maximum loads imposed on it and in order to prevent deformation,
deflections and deviations due to loads and vibrations during concrete placing. No
falsework construction shall start until the Engineer has reviewed and approved the
design.

Inner forms surface shall be coated with quality form oil prior to placing of concreting
and must be mortar tight with sufficient strength and rigidity in order to maintain its

DPWH F-49
Technical Specification for the Davao City Part F
Bypass Construction Project, Package I-2, Sta. 0+000 to Sta. 12+800 Bridge Construction

shape according to Plans after concreting work. Forms to be utilized must have a
smooth surface in order to attain a true concrete surface finished product.

407.4 Method of Measurement

The quantity to be paid for Lean Concrete shall be measured by the total volume in
cubic meters shown on the Plans, completely installed and accepted by the Engineer.

407.5 Basis of Payment

The accepted quantity as provided in Section 407.4, Method of Measurement shall be


paid for at the Contract unit price shown in the Bill of Quantities which price and
payment shall be full compensation for furnishing materials, labor, tools, equipment and
other incidentals necessary to complete the particular Pay Item.

Payment shall be made under:

Pay Item Unit of


Description
Number Measurement
407(8) Lean Concrete , Class B (16.5Mpa) Cubic meter

ITEM 412 ELASTOMERIC BEARING PADS

412.1 Description

412.1.3 Classification and Use

Revise this Sub-Section 412.1.3 to read as follows:

The type of elastomeric bearing to be used shall be:

a) Steel-Laminated Elastomeric Bearing Pad, and

b) Plain Elastomeric Bearing Pad

412.2 Material Requirements

Revise the second paragraph subsection 412.2 to read as follows;

The elastomer compound to be used in the construction of these bearings shall contain
only virgin crystallization resistant polychloroprene (neoprene) Duro 60 as the raw
polymer. All materials shall be new with no reclaimed materials incorporated in the
finished bearing.

412.5 Basis of Payment

Payment shall be made under:

Pay Item Unit of


Description
Number Measurement
Elastomeric Bearing Pads (711mm x 400mm x 50mm
412(1) Each
DURO 60)

DPWH F-50
Technical Specification for the Davao City Part F
Bypass Construction Project, Package I-2, Sta. 0+000 to Sta. 12+800 Bridge Construction

412(1) Elastomeric Bearing Pad (300mm x 300mm x 50mm Each


DURO 60)
412(1) Elastomeric Bearing Pad (711mm x 400mm x 20mm Each
DURO 60)
412(1) Elastomeric Bearing Pad (400mm x 500mm x 70mm Each
DURO 60)
412(1) Elastomeric Bearing Pad (150mm x 500mm x 33mm Each
DURO 60)

ITEM 413 EXPANSION JOINT SYSTEMS

413.1 Description

This Item of work shall consist of furnishing materials, labor, tools, equipment and
incidentals necessary to design, fabrication, inspection, testing and installation of the
expansion joint system in conformity with the thickness and typical cross-section shown
and specified on the Plans, to provide continuity between two parts of the structure
which are in relative movements because of thermal deformations, creep, shrinkage and
displacement/deflection of the structure under traffic load.

413.2 Material Requirement

413.2.1 Steel Finger Type Expansion Joint

The steel finger type expansion joint shall be a load supporting and longitudinal both –
side toothed type which can be easily integrated with post-cast concrete and extremely
small area of the exposed surface. The strength provided by the thickness of the post
cast concrete layer will wholly become the strength of the expansion joint. The
mounting method of the expansion joint is by the concrete embedding system with the
use of anchor bars.

The toothed structure not only in the joint gap part but also at the post-cast concrete side
shall provide the contact between tire and expansion joint not in the form of a line but a
point, thus allowing to improve the travelling performance (smoothness of the road
surface) and lowered passing noise level.

Complete water tightness is provided by the special synthetic rubbers on the joint
opening which is adhered and vulcanized to the steel plates at the manufacturers plant.

The steel finger type expansion joint will cater up to 1,050 mm horizontal movement.

413.2.1.1 Physical Properties

Table 413.2.1.1 - Material Specifications of Steel Plate and Anchor Bars


(For Steel Finger Type Expansion Joint)
Required Values

Property Test Method Steel Plate Anchor


Bar
(D 19)

DPWH F-51
Technical Specification for the Davao City Part F
Bypass Construction Project, Package I-2, Sta. 0+000 to Sta. 12+800 Bridge Construction

Material Type Rolled Steels for A 36 A 36


General Structures

Tensile Strength (N/mm2) 400 (Min.) 400 (Min.)

Yield Point (N/mm2) ASTM A370, 265 (Min.) 265 (Min.)


Standard Test
Elongation (%) Method for 21 (Min.) 21 (Min.)
Mechanical Testing
Bending Test of Steel Products No Defects No Defects

C (%) 0.25 (Max.) 0.25 (Max.)

Si (%) 0.45 (Max.) 0.45 (Max.)

413.3 Construction Requirement

413.3.2 Steel Type Expansion Joint

413.3.2.1 Surface Preparation

The Contractor shall submit for Engineer's approval, shop drawings for the steel finger
type expansion joint and the construction plan installation.

Prepare and clean the block out area for the joint assembly on both sides of the joint.

1. Pre-formed block-out area for new deck slab; or


2. Saw-cut and chip-off asphalt wearing course and concrete on existing deck slab.

Note: If there is an existing defective expansion joint material it must first be removed
from its location.

413.3.2.2 Installation of Expansion Joint

413.3.2.1 Pre-assembly of the Steel Finger Joints

a. Pre-assembly of the Steel Finger Joints shall be carried out in a flat leveled place
with no concave and convex on the ground surface. Weighing of steel finger joint
shall be conducted prior to installation.

b. Before starting pre-assembly of the Steel Finger Joints, no difference in height shall
be observed between the teeth on both sides of each joint.

c. In levelling the Steel Finger Joints, an alignment bar shall be placed in an upright
position at the side of the Steel Finger Joint and temporarily fixed by spot welding.
It should also be spot weld to the angle bar or levelling element of the clearance
[generally in two (2) points per 1 m].

413.4 Method of Measurement

The quantity to be paid for under the Item shall be measured by linear meter of the
installed steel finger type expansion joints.

DPWH F-52
Technical Specification for the Davao City Part F
Bypass Construction Project, Package I-2, Sta. 0+000 to Sta. 12+800 Bridge Construction

The quantity to be measured shall be the actual furnished and installed number of
expansion joints including its accessories.

413.5 Basis of Payment

The quantity as determined in Section 413.4, Method of Measurement shall be paid for
at the Contract Unit Price stipulated in the Contract's Bill of Quantities. The payment
shall constitute the full compensation for furnishing all the necessary materials,
providing necessary equipment and tools in installing the Expansion Joints, labor cost
and all the incidental expenses necessary to complete the work.

Payment shall be made under:

Pay Item Unit of


Description
Number Measurement
413(4)b Expansion Joint, Steel Finger Type Linear Meter

ITEM 421 OPEN CAISSON FOUNDATION


421.1 Description

This item shall consist of the construction of Open Caisson Foundation with Guide
Walls and Steel Plate Liners for bridge or pier in conformity with the Plans and this
Specification.

421.2 Material Requirements

421.2.1 Reinforcing Steel

Reinforcing Steel shall conform to the applicable requirements of Item 404, Reinforcing
Steel.

421.2.2 Concrete

Concrete shall conform to the applicable requirements of Item 405, Structural Concrete.

421.2.3 Steel Plate Liners

Steel Plate Liners composition shall conform to the requirements specified in the Plans
and Item 403, Metal Structures, in general.

Table 421.1 Grade Specification of Steel Plates Liners


MATERIALS GRADE REFERENCE
Liner plate Grade C or D or equivalent ASTM A283
Grade B or equivalent ASTM A307
Bolt / Nut Grade B7 or equivalent ASTM A193
Grade 2H or equivalent ASTM A194
Steel Grade D or equivalent. ASTM A36 / ASTM A283

DPWH F-53
Technical Specification for the Davao City Part F
Bypass Construction Project, Package I-2, Sta. 0+000 to Sta. 12+800 Bridge Construction

421.2.4 Cement Grout

1. The entire length of the gap between the liner plate and the ground shall be filled
with mortar to ensure the actual transfer of loads.

2. A mortar mixture per m3 of grouting is shown in Table 421.2, Mortar Mixture for
Grouting.

Table 421.2 Mortar Mixture for Grouting (per m3)


Gas 28-day
Diluted Air
Cement Water Sand Forming Compressive
Water Content
Agent Strength

600
300 kg 206 kg 17.86 kg 0.94 kg 45% 2.5 MPa
kg

The flow of mortar mixture for grouting shall be 25±5 seconds per cubic meter.

421.2.5 Wire Mesh

If required, wire mesh shall conform to the requirements of ASTM A 1064, Standard
Specification for Carbon Steel Wire and Welded Wire Reinforcement, Plain and
Deformed, for Concrete.

421.2.6 Soil Nails

If wire mesh is required, soil nails shall conform to ASTM A615, grade 60 or 75, and
ASTM A722, grade 150. Corrosion Protection shall by Epoxy coating conforming to
ASTM A934, ASTM A775, or AASHTO M284.

421.2.6 Shotcrete

Shotcrete shall conform to the applicable material requirements of Item 451, Tunnel
Shotcrete.

421.3 Construction Requirements

421.3.1 General

The Contractor shall submit shop drawings with method statement for approval of the
Engineer at least 28 days before commencing the work.

The Contractor shall carry out the following requirements:

1. When casting concrete lining, the Contractor shall conduct preliminary excavation
and the concrete must not have a gap from the liner plate.

2. The Contractor shall keep the caisson foundation always upright and shall excavate
up to the design elevation as shown in the Plan. The Contractor shall confirm the
excavation depth, soil type and the borehole log for approval of the Engineer. The
gathered data must be kept and maintained for records and future reference. If the
supporting ground is unlikely to be confirmed, the Engineer shall be consulted
whether to conduct a bearing test or to further deepen the excavation until the
bearing stratum is reached. The soil bearing shall conform to Subsection 421.3.4,

DPWH F-54
Technical Specification for the Davao City Part F
Bypass Construction Project, Package I-2, Sta. 0+000 to Sta. 12+800 Bridge Construction

Bearing Test Method. Over-excavation shall be minimized and water shall always
be drained out of the hole.

3. When placing reinforcing bars in caisson foundation, the Contractor shall fix it to the
sheathing so as not to cause bending or twisting.

4. The joint of the reinforcement cage shall be a lap joint.

5. In fabrication of steel reinforcement cage, the Contractor shall ensure that the rebars
are firm enough to withstand during concrete pouring. The gap generated between
the sheathing and the soil shall be grouted along its entire length.

6. In filling the gap between the steel plate liners and ground, the cement grout pressure
should not exceed 0.1 N / mm2.

7. In assembling liner plate, the Contractor must minimize the eccentricity and
distortion.

421.3.2 Tolerance

421.3 Tolerance for the Open Caisson Foundation


Measured Value Standard value
Reference height/Vertical Alignment equal or greater than the design depth
Depth of Embedment equal or greater than the design depth
Eccentricity within 150 mm*
Inclination within 1/50*
Note:
*For the eccentricity and inclination, the tolerance must be less than eccentricity.

421.3.3 Excavation

Excavation works shall be done manually or by the use of a machine (hydraulic


excavator, Mountain Crane) to reach the design elevation. In the existence of spring
water, safety measures shall be taken to prevent soil collapse in the excavated section.

421.3.4 Bearing Test Method

The test method for checking the bearing stratum is the confirmation of N-values by
Standard Penetration Test conforming to ASTM D1586, Standard Test Method for
Standard Penetration Test (SPT) and Split-Barrel Sampling of Soils. The Contractor
shall consult with the engineer about the test and the method in advance.

421.3.5 Guide Wall

Guide wall are constructed after the placement of Steel Plate Liners as specified in the
Plans.

421.3.6 Liner Plate

The liner plate shall be installed as shown in the Plans permanently by segments.

DPWH F-55
Technical Specification for the Davao City Part F
Bypass Construction Project, Package I-2, Sta. 0+000 to Sta. 12+800 Bridge Construction

The liner plate is adopted in cliffs with weak self-support and grounds that are likely to
collapse; the gap between the liner plate and the soil is grouted in its entire length.

If the construction method should be changed according to the situation at the time of
ground excavation, the Contractor shall seek the approval of the Engineer.

Reinforcement

Fabrication and installation of steel reinforcements shall conform to the Plans and this
Specification.

421.3.7 Placing of Concrete

Placing of concrete shall conform to the applicable requirements of Subsection 400.3.7,


Cast-in-Place Concrete Piles of Item 400 – Piling or as specified in the Plans.

421.4 Method of Measurement

The quantity to be paid for will be the required lengths in meters of the caisson cast and
left in place in the completed and accepted work. Measurements will be from the bottom
to the top of the caisson. Portions of caisson deeper than the required length through
over-excavation will not be measured for payment.

421.3 Basis of Payment

The accepted quantities, measured as prescribed in Section 421.4, Method of


Measurement, shall be paid for at the Contract Price per Unit of measurement listed
below. All unit prices include the cost of excavation, labor, materials, equipment, tool,
incidentals and any other requirements including testing and monitoring to complete the
work prescribed in this Item.

Payment shall be made under:

Pay Item Description Unit of


Number Measurement
421(1)b1 Open caisson without steel plate liners, Meter
4.0m dia.
421(1)b2 Open caisson without steel plate liners, Meter
4.5m dia.

ITEM 505 RIPRAP AND GROUTED RIPRAP

Refer to specification of Part G, Volume II, 2013

505.5 Basis of Payment

Revise the last paragraph to read as follows:

Payment shall be made under:

DPWH F-56
Technical Specification for the Davao City Part F
Bypass Construction Project, Package I-2, Sta. 0+000 to Sta. 12+800 Bridge Construction

Pay Item Unit of


Description
Number Measurement
505(2)a Grouted Riprap, Class A Cubic meter

ITEM 515 MECHANICALLY-STABILIZED EARTH (MSE) RETAINING WALLS

Refer to specification of Part G, Volume II, 2012 Edition

515.5 Basis of Payment

Payment shall be made under:

Pay Item Unit of


Description
Number Measurement
Mechanically - Stabilized Earth (MSE)
515(1) Square Meter
Retaining Walls
515(2) Select Granular Backfill Cubic Meter
515(3) Structural Backfill Cubic Meter

ITEM 517 DRAIN PIPE

Refer to specification of Part G, Volume II, 2012 Edition

517.5 Basis of Payment

Payment will be made under:

Pay Item Unit of


Description
Number Measurement
517(1)a Drain Pipe, Galvanized, Dia. 150mm Linear Meter
517(1)a. Drain Pipe, Galvanized, Dia. 200mm Linear Meter

ITEM 715 GEOTEXTILE

Refer to specification of Part I, Volume II, 2012 Edition

715.5 Basis of Payment

Payment shall be made under:

Pay Item Unit of


Description
Number Measurement
715(1) Geotextile Square Meter

DPWH F-57
Technical Specification for the Davao City Part F
Bypass Construction Project, Package I-2, Sta. 0+000 to Sta. 12+800 Bridge Construction

DPWH F-58
Technical Specification for the Davao City Part G
Bypass Construction Project, Package I-2, Sta. 0+000 to Sta. 12+800 Drainage and Slope Protection Structures

PART G - DRAINAGE AND SLOPE PROTECTION


STRUCTURES

ITEM 500 PIPE CULVERTS AND STORM DRAINS

500.1 Description

At the end of this Sub-section, add the following:

This Item shall also include construction of drainage box culverts at creeks or waterways
in accordance with relevant sections of the Specifications, the Plans and as directed by
Engineer.

500.2 Material Requirements

At the end of this Sub-section, add the following:

At least one representative sample for every fifty pieces of the delivered pipes shall be
subjected to test for strength, absorption and dimensions or any other tests required by
the Engineer.

The materials for Box Culverts, Pipe Culverts, Drainage Facilities (side ditch, pipe and
catch basin), Relocation of Channel, Ground Sill and Slope Protection & Structures shall
meet requirements of the relevant subsections in the following Items:

Item 103: Structure Excavation


Item 104: Embankment
Item 404: Reinforced Steel (Grade 60)
Item 405: Structure Concrete
Class A: 27.58 Mpa, or 20.68 Mpa
Class B: 18.00 Mpa
Lean Concrete: Class B 16.5 Mpa
Item 407: Concrete Structures
Item 500: Pipe Culverts and Strom Drains
Item 502: Manholes, Inlets and Catch Basins
Item 506: Stone Masonry
Item 509: Sheet Piles
Item 511: Gabions and Mattresses
Item 517: Drain Pipe
Item 520: Hydroseeding
Item 600: Curb and Gutter
Item 614: Waterstop
Item 705: Joint Materials

DPWH G-1
Technical Specification for the Davao City Part G
Bypass Construction Project, Package I-2, Sta. 0+000 to Sta. 12+800 Drainage and Slope Protection Structures

500.3 Construction Requirements

Add the following at the start of this section:

The Contractor shall prepare and submit shop/working drawings and method of
statement based on the as-staked survey, including dewatering and temporary diversion
of waterways if required, for approval of the Engineer at least 14 days before starting
the construction.

500.3.6 Backfilling

Add the following at the end of this sub-section:

The Contractor shall stockpile suitable material for backfilling of culverts from the
roadway and/or structure excavation.

500.4 Method of Measurement

Modify the fourth paragraph of this Sub-Section, to read as follows:

No separate payment shall be made for Class B bedding material placed and approved
but deemed to be included in the pipe culvert payment.

Add the following at the end of this Sub-Section:

(1) The works of box culverts accepted by the Engineer shall be measured for payment
in accordance with shop/working drawings, as follows:

 Structure excavation in cubic meter.


 Foundation fill in cubic meter.
 Concrete in cubic meter.
 Backfill: Selected materials from roadway and/or structure excavation shall be
measured and paid as a part of the embankment.
 Reinforcing steel in kilogram.
 Structural Concrete in cubic meter.
 Lean Concrete in cubic meter
 Gabions in cubic meter
 Water stop in meter
 Joint Materials in square meter
 Granular backfill in cubic meter as approved in the shop drawings.

No separate payment shall be made for dewatering and/or temporary diversion of


waterways which may be required for the box culvert construction and deemed to be
included in relevant pay items in this section.

Clearing and grubbing and removal of tress shall be measured and paid under Item 100-
Earthwork. Unsuitable or surplus materials not acceptable for use of the backfill or
embankment shall be disposed to the approved disposal areas. Transport of these
materials exceeding free haul distance shall be measured and paid under Item 107-
Overhaul.

DPWH G-2
Technical Specification for the Davao City Part G
Bypass Construction Project, Package I-2, Sta. 0+000 to Sta. 12+800 Drainage and Slope Protection Structures

(2) Pipe Culverts shall be measured by each component, structure excavation, concrete,
stone masonry, foundation fill, gabion, in accordance with the approved
shop/working drawings.

(3) Drainage Facilities (Side Ditch, Pipe and Catch Basin) shall be measured by each
component, concrete, foundation fill, underdrains, grouted riprap, stone masonry,
gabion, in accordance with the approved shop/working drawings.

(4) Relocation of Channels shall be measured by each component, structure excavation,


concrete, stone masonry, foundation fill, gabion, in accordance with the approved
shop/working drawings.

(5) Ground Sill shall be measured by each component, concrete, foundation fill,
underdrains, grouted riprap, stone masonry, gabion, in accordance with the
approved shop/working drawings.

(6) Slope Protection & Structures shall be measured by each component; concrete,
reinforcing steel, foundation fill, grouted riprap, stone masonry and hydroseeding
in accordance with the approved shop/working drawings.

500.5 Basis of Payment

Modify the third paragraph of Section 500.5, to read as follows:

Add the following pay items and description:

(1) Payment for Box Culverts shall include excavation and backfill, foundation fill and
all materials, equipment, labor, tools and incidental required for completion of the
works.

Payment shall be made under;

Pay Item Unit of


Description
Number Measurement
103(1)a Structure Excavation, Common Soil Cubic meter
103(3) Foundation Fill Cubic meter
Embankment from Roadway Excavation, Common Soil
104(1)a Cubic meter
(Backfill)
404(1)b Reinforcing Steel Grade 60 Kilogram
405(1)b3 Structure Concrete Class A, 27.58 Mpa Cubic meter
407(8) Lean Concrete 16.5 Mpa Cubic meter
511(1)b6 Gabions (0.50m x 1.00m x 2.00m), PVC Coated Cubic meter
614(1)c Waterstop, w = 200mm Meter
705(1) Joint Materials, T=200mm Cubic meter

DPWH G-3
Technical Specification for the Davao City Part G
Bypass Construction Project, Package I-2, Sta. 0+000 to Sta. 12+800 Drainage and Slope Protection Structures

(2) Payment for pipe culverts shall include excavation and backfill, foundation fill and
all materials, equipment, labor, tools and incidental required for completion of the
work.

Payment shall be made under;

Pay Item Unit of


Description
Number Measurement
103(1)a Structure Excavation, Common Soil Cubic meter
103(3) Foundation Fill Cubic meter
104(1)a Embankment from Roadway Excavation, Common Soil Cubic meter
404(1)b Reinforcing Steel Bars, Grade 60 Kilogram
405(1)b3 Structural Concrete Class "A" (27.58 Mpa), 28 days Cubic meter
405(2)c Structural Concrete Class "B" (18 Mpa) Cubic Meter
407(8) Lean Concrete, Class B (16.5Mpa) Cubic meter
500(1)b3 Pipe Culvert 910mm dia. Class IV (RCPC) Linear meter
500(1)b4 Pipe Culvert 1070mm dia. Class IV (RCPC) Linear meter
500(1)b5 Pipe Culverts 1220 mm dia. Class IV, RCPC Linear meter
500(1)b6 Pipe Culvert 1520mm dia. Class IV (RCPC) Linear meter
511(1)b6 Gabions, (0.50 m x 1.00 m x 2.00 m), PVC coated Cubic meter

500(3) LINED CANAL

500(3).1 Description
This item shall consist of the construction of lined canal made of reinforced concrete or
stone masonry at creeks or waterways, in accordance with this Specification and in
conformity with the lines and grades shown on the Plans.
500(3).2 Material Requirements

500(3).2.1 Portland Cement

It shall conform to all the applicable requirements of ASTM C150, Standard


Specification for Portland Cement.

500(3).2.2 Fine Aggregate

It shall conform to all the applicable requirements of Subsection 311.2.2 405, Fine
Aggregate, DPWH Standard Specifications for Highways, Bridges and Airports
(Volume II).

500(3).2.3 Coarse Aggregate

It shall conform all the applicable requirements of Subsection 405.1, Grading


Requirements for Coarse Aggregate, DPWH Standard Specifications for Highways,
Bridges and Airports (Volume II).

500(3).2.4 Water

DPWH G-4
Technical Specification for the Davao City Part G
Bypass Construction Project, Package I-2, Sta. 0+000 to Sta. 12+800 Drainage and Slope Protection Structures

It shall conform to the applicable requirements of Subsection 311.2.4, Item 714, Water,
DPWH Standard Specifications for Highways, Bridges and Airports (Volume II).

500(3).2.5 Reinforced Steel

It shall conform to the applicable requirements of Item 404, Reinforcing Steel, DPWH
Standard Specifications for Highways, Bridges and Airports (Volume II).

500(3).2.6 Curing Materials

Curing materials shall conform to the applicable requirements of Subsection 311.2.9,


Curing Materials.

500(3).2.7 Stone

It shall conform to the applicable requirements of Subsection 506.2.1, Stone, DPWH


Standard Specifications for Highways, Bridges and Airports (Volume II).

500(3).2.8 Mortar

It shall conform to the applicable requirements of Subsection 506.2.2, Mortar, DPWH


Standard Specifications for Highways, Bridges and Airports (Volume II).

500(3).2.9 Bedding
Gravel bedding materials shall conform to the applicable requirements of Item 516,
Wet Stone Masonry (Cobble Stone) under Subsection 516.2.4, Gravel Bedding and
Filling, DPWH Standard Specifications for Highways, Bridges and Airports
(Volume II).
500(3).2.10 Weepholes
If necessary, provide weepholes as shown in the Plans.
500(3).2.11 Storage of Cement and Aggregates
It shall conform to the requirements of Subsection 311.2.11, Storage of Cement and
Aggregates, DPWH Standard Specifications for Highways, Bridges and Airports
(Volume II).
500(3).2.12 Proportioning and Strength of Concrete
It shall conform to the applicable requirements of Subsection 405.4.1, Proportioning,
and Strength of Concrete, DPWH Standard Specifications for Highways, Bridges and
Airports (Volume II)
500(3).2.13 Sampling and Testing
It shall conform to the applicable requirements of Subsection 405.3, Sampling and
Testing of Structural Concrete, DPWH Standard Specifications for Highways, Bridges
and Airports (Volume II)
500(3).3 Construction Requirements
500(3).3.1 Trimming Foundation for Canal Lining
Trimming work consist of excavating and removing earth materials bounded by the
exposed upper and underside surfaces of canal for concrete lining.
The Contractor must exercise extra care in order that trimming work will not extend
beyond the net lines of the underside of canal lining. Over excavation or trimming work

DPWH G-5
Technical Specification for the Davao City Part G
Bypass Construction Project, Package I-2, Sta. 0+000 to Sta. 12+800 Drainage and Slope Protection Structures

will not be permitted unless otherwise directed by the Engineer where the foundation
materials has been disturbed or loosened before trimming operations.
In such case, the foundation materials shall be compacted or removed and replaced with
selected materials as directed by the Engineer. Selected materials placed on side slopes
shall be placed in layers that run parallel to the foundation surfaces or in horizontal
layers.
Selected materials shall conform to the applicable requirements of ASTM D4318,
Standard Test Methods for Liquid Limit, Plastic Limit, and Plasticity Index of Soil.
Selected materials compacted shall be moisture conditioned for proper compaction and
compacted to not less than ninety percent (90%) of the maximum dry density.
500(3).3.2 Trenches Excavation
Trenches shall be excavated in accordance with the requirement of Item 103, Structure
Excavation. The completed trench wall and trench bottom shall be firm for its full length
and width as required and specified in the Plans.
500(3).3.3 Formwork Construction
It shall conform to the applicable requirements of Item 407 Concrete Structure under
Subsection 407.3.13 Formwork Construction, DPWH Standard Specifications for
Highways, Bridges and Airports (Volume II).
500(3).3.5 Structure Foundation
A. Gravel bedding
Gravel bedding shall be placed at the prepared bed as shown in the Plan.
B. Lean Concrete
Lean Concrete Class B (16.5Mpa) shall be placed after gravel bedding as shown in the
Plan.
500(3).3.5 Furnishing, Cutting, Bending and Placing of Reinforcing Steel
It shall conform to the applicable requirements of Item 404, Reinforcing Steel under
Subsection 404.3, Construction requirements, DPWH Standard Specifications for
Highways, Bridges and Airports (Volume II).
500(3).3.6 Batching Concrete
It shall conform to the applicable requirements of Subsection 405.4.3 Batching, DPWH
Standard Specifications for Highways, Bridges and Airports (Volume II).
500(3).3.7 Mixing and Delivery of Concrete
It shall conform to the applicable requirements of Subsection 405.4.4 Mixing and
Delivery.
500(3).3.8 Handling and Placing Concrete: General
It shall conform to the applicable requirements of Item 407, Concrete Structures under
Subsection 407.3.1 Handling and Placing Concrete: General, DPWH Standard
Specifications for Highways, Bridges and Airports (Volume II).
500(3).3.9 Selection and Placing of Stone
It shall conform to the applicable requirements of Subsection 506.3.1 Selection and
Placing, DPWH Standard Specifications for Highways, Bridges and Airports
(Volume II).

DPWH G-6
Technical Specification for the Davao City Part G
Bypass Construction Project, Package I-2, Sta. 0+000 to Sta. 12+800 Drainage and Slope Protection Structures

500(3).3.10 Curing
It shall conform to the applicable requirements of Item 407, Concrete Structures under
Subsection 407.3.8, Curing Concrete, DPWH Standard Specifications for Highways,
Bridges and Airports (Volume II).
500(3).3.11 Removal of Forms
It shall conform to the applicable requirements of Subsection. 407.3.14 Removal of
Forms and Falsework, DPWH Standard Specifications for Highways, Bridges and
Airports (Volume II)
500(3).3.12 Acceptance
The final acceptance of the work will be by inspection in conformance to the
requirements of this construction specification and the accompanying design.
500(3).4 Method of Measurement

The quantity of lined canal of the different types and sizes, constructed and accepted
will be measured by linear meter in place or in accordance with the Plan.

500(3).5 Basis of Payment

Accepted quantities, measured as described in Section 500(3).4, Method of


Measurement shall be paid for at the Contract Unit Price per linear meter for lined canal
of the types and sizes specified complete in place which price and payment shall be full
compensation for construction including excavation, structure foundation, reinforcing
steel, concrete and stone masonry, use of tools and equipment, labor, scaffolding,
sampling & testing, inspection, storage, transportation and other incidentals necessary
to complete the work.

(3) Payment for Drainage Facilities (Side Ditch, Pipe and Catch Basin) shall include
foundation fill, concrete and all materials, equipment, labor, tools and incidental
required for completion of the works.

Payment shall be made under;

Pay Item Unit of


Description
Number Measurement
103(3) Foundation Fill Cubic Meter
103(6)a Pipe Culvert and Drain Excavation Cubic Meter
404(1)a Reinforcing Steel Bars, Grade 40 Kilogram
405(1)b3 Structural Concrete Class "A" (27.58 Mpa), Cubic Meter
(Drainage Structure)
500(1)b1 Pipe Culverts 610 mm dia. Class IV, RCPC Linear Meter
500(1)b3 Pipe Culverts 910 mm dia. Class IV, RCPC Linear Meter
500(3)b1a Lined Canal, Concrete, Rectangular, 300x300 Linear Meter
500(3)b1b Lined Canal, Concrete, Rectangular, 800x700 Linear Meter
500(3)b1c Lined Canal, Concrete, Rectangular, 800x800 Linear Meter
500(3)c1a Lined Canal, Masonry, Rectangular, 500 x 500 Linear Meter
500(3)c1b Lined Canal, Masonry, Rectangular, 600 x 750 Linear Meter

DPWH G-7
Technical Specification for the Davao City Part G
Bypass Construction Project, Package I-2, Sta. 0+000 to Sta. 12+800 Drainage and Slope Protection Structures

Pay Item Unit of


Description
Number Measurement
500(3)c3a Lined Canal, Masonry, Trapezoidal, 400x400 Linear Meter

500(3)c3b Lined Canal, Masonry, Trapezoidal, 500 x 500 Linear Meter


500(3)c3c Lined Canal, Masonry, Trapezoidal, 600 x 750 Linear Meter

ITEM 502 - MANHOLES, INLETS AND CATCH BASINS

Refer to DPWH Standard Specifications for Highways, Bridges and Airports


(Volume II).

502.2 Material Requirements

Modify the first sentence of the first paragraph to read as follows:

All concrete shall be Class C having a minimum compressive strength of f’c=27.58 Mpa
as specified in Item 405, Structural Concrete of this Special Provision or unless
otherwise specified or required by the Engineer.

Reinforcing Steel shall be Grade 60 as specified in Item 404 – Reinforcing Steel of this
Special Provision.

502.4 Method of Measurement

Add the following paragraphs to Section 502.4 to read as follows:

Excavation for manholes, inlets and catch basins will be measured and paid for as
provided in item 103 Structure Excavation.

No separate measurement for payment shall be made for reinforced concrete or steel
grating cover, reinforcing steel and foundation fill but deemed to be included in this
item.

(1) Payment for Drainage Facilities (Side Ditch, Pipe and Catch Basin) shall include
foundation fill, concrete and all materials, equipment, labor, tools and incidental
required for completion of the works.

Payment shall be made under;

Pay Item Unit of


Description
Number Measurement
502(3)a8.1 Catch Basin, CB1 - 850 x 850 x 700mm Each
502(3)a8.2 Catch Basin, CB2 - 1150 x 1150 x 1000mm Each
502(3)a8.3 Catch Basin, CB3 - 1200 x 1700 x 700mm Each
502(3)a8.5 Catch Basin, CB5 - 1200 x 1200 x 1800mm Each
502(3)a8.6 Catch Basin, CB6 - 1200 x 1200 x 700mm Each
502(3)a8.7 Catch Basin, CB7 - 1200 x 1200 x 1000mm Each
502(3)a8.8 Catch Basin, CB8 - 1500 x 1500 x 1000mm Each
502(3)a8.11 Catch Basin, CB11 - 1000 x 1000 x 1500mm Each

DPWH G-8
Technical Specification for the Davao City Part G
Bypass Construction Project, Package I-2, Sta. 0+000 to Sta. 12+800 Drainage and Slope Protection Structures

Pay Item Unit of


Description
Number Measurement
502(3)a8.12 Catch Basin, CB12 - 1200 x 1200 x 1800mm Each
502(9) Berm Ditch Gutter, Masonry, CF(B) 400 Linear Meter

ITEM 506 STONE MASONRY

Refer to DPWH Standard Specifications for Highways, Bridges and Airports


(Volume II).

506.5 Basis of Payment

Payment shall be made under:

Pay Item Unit of


Description
Number Measurement
506 (1) Stone Masonry Cubic Meter

ITEM 507 RUBBLE CONCRETE

Refer to DPWH Standard Specifications for Highways, Bridges and Airports


(Volume II).

506.5 Basis of Payment

Payment shall be made under:

Pay Item Unit of


Description
Number Measurement
507 (1) Rubble Concrete Cubic Meter

ITEM 509 SHEET PILES

Refer to DPWH Standard Specifications for Highways, Bridges and Airports


(Volume II).

506.5 Basis of Payment

Payment for Lipadas Relocation of Channel shall include foundation fill and backfill,
concrete and all materials, equipment, labor, tools and incidental required for
completion of the works.

Payment shall be made under;

Pay Item Unit of


Description
Number Measurement
103(1)a Structure Excavation, Common Soil (Drain) Cubic Meter
Embankment from Roadway Excavation, Common
104(1)a Cubic Meter
Soil (Backfill)
404(1)b Reinforcement Steel Bars, Grade 60 Kilogram

DPWH G-9
Technical Specification for the Davao City Part G
Bypass Construction Project, Package I-2, Sta. 0+000 to Sta. 12+800 Drainage and Slope Protection Structures

405(1)b3 Structural Concrete Class "A" (27.58 Mpa), 28 days Cubic Meter
509(1)b1 Sheet Piles, Steel, Slope Protection, Type III, L=9m Linear Meter

ITEM 511 GABIONS AND MATTRESSES

Refer to DPWH Standard Specifications for Highways, Bridges and Airports


(Volume II).

506.5 Basis of Payment

Payment for Lipadas Relocation of Channel shall include foundation fill and backfill,
concrete and all materials, equipment, labor, tools and incidental required for
completion of the works.

Payment shall be made under;

Pay Item Unit of


Description
Number Measurement
511(1)b3 Gabions, (1.00m x 1.00m x 2.00m), PVC Coated Cubic Meter
511(1)b6 Gabions, (0.50 m x 1.00 m x 2.00 m), PVC Coated Cubic Meter

ITEM 517 GABIONS AND MATTRESSES

506.5 Basis of Payment

Payment for Lipadas Relocation of Channel shall include foundation fill and backfill,
concrete and all materials, equipment, labor, tools and incidental required for
completion of the works.

Payment shall be made under;

Pay Item Unit of


Description
Number Measurement
517(1)b Drain Pipe, PVC, D=0.10m, L=0.60m Linear Meter

ITEM 520 HYDROSEEDING

Refer to DPWH Standard Specifications for Highways, Bridges and Airports


(Volume II).

520.3 Construction Requirements

In Hydro seeding (Seed Spraying), the seed, fertilizer and fibers are scattered in water
and sprayed through a pump to the face of either cut or fill slopes. Seed spraying is
suited to relatively low land or to slopes with gentle gradient.

Where the covering and curing are required after the execution of work in the typhoon
season or heavy rain season, the curing should be performed by using asphalt emulsion
or the like.

DPWH G-10
Technical Specification for the Davao City Part G
Bypass Construction Project, Package I-2, Sta. 0+000 to Sta. 12+800 Drainage and Slope Protection Structures

When fill material is pit-run gravel or sand, it is necessary the slope surface should be
blanketed with clayey soils (gravelly soils (GF) or fine -grained soils (F) excluding silt
(M)). The thickness of such blanket soil is generally required to be greater than 30cm.

520.8 Basis of Payment

Payment shall be made under:

Pay Item Unit of


Description
Number Measurement
520 (1) Hydroseeding Square meter

ITEM 600 CURB AND/OR GUTTER

Refer to Part H, DPWH Standard Specifications for Highways, Bridges and Airports
(Volume II).

600.5 Basis of Payment

Payment shall be made under:

Pay Item Unit of


Description
Number Measurement
600(5) Concrete Curb, Precast Piece

DPWH G-11
Technical Specification for the Davao City Part H
Bypass Construction Project, Package I-2, Sta. 0+000 to Sta. 12+800 Miscellaneous Structures

PART H MISCELLANEOUS STRUCTURES

ITEM 600 CURB AND/OR GUTTER

Refer to provisions under Item 600, DPWH Standard Specification Volume II, 2012
Edition

600.1 Description

Replace “Description” with the following:

The Item shall consist of the construction of curb only either precast or cast-in-place
concrete in accordance with this Specification at the location in the tunnels, and in
conformity with the lines, grade and, dimensions and design, shown on the Plans or as
required by the Engineer.

600.5 Basis of Payment

Modify Sub-Section 600.5 to read as follows:

Payment shall be made under:

Pay Item Unit of


Description
Number Measurement
600(5) Concrete Curb, Precast Piece
600(7) Concrete Curb and Gutter, Precast Piece

ITEM 601 SIDEWALK

Refer to provisions under Item 601, DPWH Standard Specification Volume II, 2012
Edition

601.5 Basis of Payment

Payment shall be made under:

Pay Item Unit of


Description
Number Measurement
601(1) Sidewalk, 100 mm thk. Square Meter

ITEM 602 MONUMENTS, MARKERS AND GUIDE POSTS

Refer to provisions under Item 602, DPWH Standard Specification Volume II, 2012
Edition

602.5 Basis of Payment

Payment shall be made under:

DPWH H-1
Technical Specification for the Davao City Part H
Bypass Construction Project, Package I-2, Sta. 0+000 to Sta. 12+800 Miscellaneous Structures

Pay Item Unit of


Description
Number Measurement
602 (1) b Right-of-Way Monuments, Concrete Each
602 (2) b Maintenance Marker Posts, Precast Each
602 (3) b Kilometer Posts, Precast Each

ITEM 603 GUARDRAIL

Refer to provisions under Item 603, DPWH Standard Specification Volume II, 2012
Edition

603.5 Basis of Payment

Payment shall be made under:

Pay Item Unit of


Description
Number Measurement
603 (3)a1 Metal Guardrail (Metal Beam) including Posts, Linear meter
W-Beam
603 (4)a Metal Beam End Piece, Fish Tail Each

ITEM 605 ROAD SIGN

Refer to provisions under Item 605, DPWH Standard Specification Volume II, 2012
Edition

605.5 Basis of Payment

Payment shall be made under:

Pay Item Unit of


Description
Number Measurement
605(1)i1 Warning Signs 600mm, W2-3A Each
605(1)p1 Warning Signs, 450x450mm, W2-10A Each
605(1)q1 Warning Signs 600mm, W3-1A Each
605(1)ak1 Warning Signs 300 x 450mm, W6-3 Each
605(2)a1 Regulatory Signs 450 mm x 450 mm, R1-2P Each
605(2)b1 Regulatory Signs 600 mm, R1-2A Each
605(2)b4 Regulatory Signs 640 mm x 900mm, R1-2P Each
605(2)d3 Regulatory Signs 450 mm, R2-3A Each
605(2)r2 Regulatory Signs 600 mm, R4-1(60)B Each
605(2)ad1 Regulatory Signs 400 x 600 mm, R5-10A Each
605(2)ag2 Regulatory Signs 600 mm, R6-3(5.2m) Each
605(2)ai2 Regulatory Signs 600 mm, R6-8B Each
605(3)a1 Guide or Information Signs, G1-1, Each

DPWH H-2
Technical Specification for the Davao City Part H
Bypass Construction Project, Package I-2, Sta. 0+000 to Sta. 12+800 Miscellaneous Structures

Pay Item Unit of


Description
Number Measurement
2540 x 1040mm, Type B
605(3)a2 Guide or Information Signs, G1-2, Each
2540 x 1040mm, Type B

ITEM 606 PAVEMENT MARKING

Refer to provisions under Item 606, DPWH Standard Specification Volume II, 2012
Edition

606.4 Basis of Payment

Modify the Second paragraph of Sub-Section 606.4 to read as follows:

Payment shall be made under:

Pay Item Unit of


Description
Number Measurement
606(1)a1 Pavement Markings, Premixed, Reflectorized, Square Meter
White
606(1)a2 Pavement Markings, Premixed, Reflectorized, Square Meter
Yellow

ITEM 608 TOPSOIL

Refer to provisions under Item 605, DPWH Standard Specification Volume II, 2012
Edition

608.3.2 Placing

At the end of the paragraph of this Sub-section, add the following:

The topsoil spread on the embankment slopes shall be lightly compacted by appropriate
equipment or machine approved by the Engineer.

608.4 Method of Measurement

At the end of the paragraph of this Sub-section, add the following:

The top soil to be measured as “furnishing and placing” is materials obtained from other
than Item 100-Clearing and Grubbing. That to be measured as “placing” is materials
obtained from Item 100-Clearing and Grubbing and including hauling cost from
stockpiles.

608.5 Basis of Payment

Payment shall be made under:


Pay Item Unit of
Description
Number Measurement

DPWH H-3
Technical Specification for the Davao City Part H
Bypass Construction Project, Package I-2, Sta. 0+000 to Sta. 12+800 Miscellaneous Structures

608(2) Placing Topsoil Cubic meter

ITEM 610 - SODDING

610.1 Description

At the end of the paragraph of this Sub-section, add the following

There are two types of sodding that shall be done:

a) sodding using ordinary grass and

b) sodding using watergrass.

610.1.1 Sodding (Ordinary Grass)

This item consists of furnishing and laying/planting of live sod (ordinary grass) with or
without vetiver grass on embankment slopes as designated and shown on the plans or
as ordered and laid out by the Engineer in accordance with these standard specifications.

This item is recommended on non-flooded sections of the embankment and to be planted


starting from the toe of the embankment working upwards to the bottom of subbase
layer.

For embankment with a height more than 1.5 meters, ordinary grass sodding shall be
planted together with vetiver grass. Vetiver grass shall be planted in three (3) rows
starting from the toe of the embankment going up.

610.1.2 Sodding (Watergrass)

This item consists of furnishing and laying/planting of live sod (watergrass) from the
toe of the embankment up to fence or ROW limit in flooded and inundated sections of
the project alignment as shown on the Plans or as directed by Engineer.

610.2 Material Requirements

At the end of the paragraphs to Section, add the following:

Vetiver grass material requirements shall be in accordance with Item 518 (A).3

Sodding (water grass) material shall be certified or identified water grass plant that can
thrive in water clogged, swampy and flooded areas.

All sod materials shall be subject to the approval of the Engineer.

610.3 Construction Requirements

At the end of this to Section, add the following:

610.3.6 Placing Requirements for Vetiver Grass

Vetiver grass construction/placing requirements shall be in accordance with Item SPL


518(A).4.

DPWH H-4
Technical Specification for the Davao City Part H
Bypass Construction Project, Package I-2, Sta. 0+000 to Sta. 12+800 Miscellaneous Structures

610.5 Basis of Payment

Payment shall be made under:

Pay Item Unit of


Description
Number Measurement
610 (1) Sodding Square Meter

ITEM 622 COCONET BIO-ENGINEERING SOLUTIONS

Refer to provisions under Item 622, DPWH Standard Specification Volume II, 2012
Edition

622.7 Basis of Payment

Payment shall be made under:

Pay Item Unit of


Description
Number Measurement
622(1)b Coco-net (CN 700)* Square meter
622(2)b Coco-logs/Fascine, (CN200) Linear Meter
622(3)b Vegetation (Vetiver Grass System) Square meter
Note: * includes cocopeat and CH-W coir

ITEM 623 TRAFFIC SIGNALIZATION

623.1 Description

This work shall consist of the design, operation program development, manufacture,
supply, installation, testing, commissioning and maintenance of the complete Traffic
Signalization System all as specified herein, indicated on the Drawings or as instructed
by the Engineer.

The computer hardware of each system shall be standard models manufactured by


eligible organizations of international repute. Full maintenance support services and
ready availability of consumables, spare parts or replacement units shall also be assured
from a third party who shall have their appropriate facilities for producing or providing
the goods and services in the Philippines or nearby overseas countries. The requirements
in this section are provided as reference. The system to be provided by the Contractor
shall materially comply with these Specifications.

623.2 Materials Requirements

The materials, equipment, plant and methods of installation comprising the Works, shall
be in accordance with the latest applicable codes, standards and guidelines published by
the following organizations:

 DPWH Traffic Engineering and Management

DPWH H-5
Technical Specification for the Davao City Part H
Bypass Construction Project, Package I-2, Sta. 0+000 to Sta. 12+800 Miscellaneous Structures

623.3 Construction Requirement

Technical Specification for Microprocessor Traffic Signal Controller for Use in the
Philippines, July 2014, DPWH. This specification shall be referred to when selecting
the traffic signal facilities.

623.4 Method of Measurement

Traffic Signalization System shall be paid for at the lump sum price. This work includes
all development of detailed system operation programs, concrete foundations, conduits,
junction boxes, cables, bracket arms, all fittings, fasteners, hardware, conduit clamps
bolts, nuts, washers and concrete foundations, terminal blocks, and other necessary
materials and accessories needed, and all other incidentals needed to make the system
operational and accepted to comply with the requirements of the latest edition of the
DPWH Traffic Engineering and Management and an any other ordinances including
payment from other concerned government agency.

623.5 Basis of Payment

Payment for the lump sum item shall be made upon completion of all works described
under this Section, or prorated based on the progress of the work as proposed by the
Contractor and certified by the Engineer.

Payment shall be full compensation for all materials, labor, equipment, tools excavation,
backfilling and plan, including all necessary system operation program development,
tests, electrical permits, which may be required and all other incidentals to make all the
lights in full operation.

Modify the third paragraph of Section 623.5, to read as follows:

Add the following pay items and description:

(1) Payment for Road Intersection IS-1 Sta. 0+000 shall include all materials,
equipment, labor, tools and incidental required for completion of the works.

Payment shall be made under:

Pay Item Unit of


Description
Number Measurement
623(1)a3 Supply & Install Local Controller Lump sum
Microprocessor Type (32 Signal Group
623(3)b2 Supply & Install Traffic Signal Head, LED Lump sum
Type, 200mm 3 Aspect
623(3)d5 Supply & Install Traffic Signal Head, LED Lump sum
Type, 300mm 6 Aspect
623(4) Supply & Install Pedestrian Signal Head, LED Lump sum
Type, 300mm 2 Aspect
623(5) Supply & Install Pedestrian Pushbutton Lump sum
623(6)a Supply and Install Traffic Signal Pole, Type A Lump sum
Mast Arm 4m outreach with Concrete Pedestal
623(6)d Supply and Install Traffic Signal Pole, Type D Lump sum
(Pedestrian)

DPWH H-6
Technical Specification for the Davao City Part H
Bypass Construction Project, Package I-2, Sta. 0+000 to Sta. 12+800 Miscellaneous Structures

623(11) Complete Installation of Local wiring & Site


Connection to Local Controller
1106(1) CCTV System Lump sum

(2) Payment for Road Intersection IS-7 Sta. 3+128.532 shall include all materials,
equipment, labor, tools and incidental required for completion of the works.

Payment shall be made under:

Pay Item Unit of


Description
Number Measurement
623(1)a3 Supply & Install Local Controller Lump sum
Microprocessor Type (32 Signal Group
623(3)b2 Supply & Install Traffic Signal Head, LED Lump sum
Type, 200mm 3 Aspect
623(4) Supply & Install Pedestrian Signal Head, LED Lump sum
Type, 300mm 2 Aspect
623(5) Supply & Install Pedestrian Pushbutton Lump sum
623(6)a Supply and Install Traffic Signal Pole, Type A Lump sum
Mast Arm 4m outreach with Concrete Pedestal
623(6)d Supply and Install Traffic Signal Pole, Type D Lump sum
(Pedestrian)
623(11) Complete Installation of Local wiring & Site
Connection to Local Controller
1106(1) CCTV System Lump sum

(3) Payment for Road Intersection IS-11 Sta. 9+965.976 shall include all materials,
equipment, labor, tools and incidental required for completion of the works.

Payment shall be made under:

Pay Item Unit of


Description
Number Measurement
623(1)a3 Supply & Install Local Controller Lump sum
Microprocessor Type (32 Signal Group
623(3)b2. Supply & Install Traffic Signal Head, LED Lump sum
Type, 200mm 3 Aspect
623(4). Supply & Install Pedestrian Signal Head, LED Lump sum
Type, 300mm 2 Aspect
623(5). Supply & Install Pedestrian Pushbutton Lump sum
623(6)a. Supply and Install Traffic Signal Pole, Type A Lump sum
Mast Arm 4m outreach with Concrete Pedestal
623(6)d. Supply and Install Traffic Signal Pole, Type D Lump sum
(Pedestrian)
623(11). Complete Installation of Local wiring & Site
Connection to Local Controller
1106(1). CCTV System Lump sum

DPWH H-7
Technical Specification for the Davao City Part H
Bypass Construction Project, Package I-2, Sta. 0+000 to Sta. 12+800 Miscellaneous Structures

(4) Payment for Davao-Bukidnon Underpass Sta. 12+152.74 shall include all
materials, equipment, labor, tools and incidental required for completion of the works.

Payment shall be made under:

Pay Item Unit of


Description
Number Measurement
623(1)a3 Supply & Install Local Controller Lump sum
Microprocessor Type (32 Signal Group
623(3)b2. Supply & Install Traffic Signal Head, LED Lump sum
Type, 200mm 3 Aspect
623(3)d5 Supply & Install Traffic Signal Head, LED Lump sum
Type, 300mm 6 Aspect
623(4). Supply & Install Pedestrian Signal Head, LED Lump sum
Type, 300mm 2 Aspect
623(5). Supply & Install Pedestrian Pushbutton Lump sum
623(6)a.. Supply and Install Traffic Signal Pole, Type A Lump sum
Mast Arm 4m outreach with Concrete Pedestal
623(6)d. Supply and Install Traffic Signal Pole, Type D Lump sum
(Pedestrian)
623(11)… Complete Installation of Local wiring & Site
Connection to Local Controller
1106(1)… CCTV System Lump sum

ITEM 624 ROADWAY LIGHTING

624.1 Description

This Item shall consist of the furnishing of materials, equipment and labor for the
installation of roadway lighting works which includes the street light posts and concrete
footings/ foundations, panelboard (Lighting Contactor/Control Panel), electrical
services including all conduits, pullboxes and junction boxes, wires and cables,
photocell control concrete pedestal and meter base, luminaires and its accessories,
emergency tunnel Iightings, programmable logic controller (PLC) and built-in
advertising display (other installed accessories).

The location of street lighting posts shown on the Drawings are approximate and the
exact location shall be determined/established by the Engineer in the field.

624.2 Materials Requirements

All materials shall be brand new and shall be of the approved type. It shall conform with
the requirements of the Philippine Electrical Code and the products locally
manufactured shall bear a Philippine Standard (PS) mark, while imported products shall
bear Import Commodity Clearance (ICC) certification marks duly issued by the Bureau
of Philippine Standards (BPS).

DPWH H-8
Technical Specification for the Davao City Part H
Bypass Construction Project, Package I-2, Sta. 0+000 to Sta. 12+800 Miscellaneous Structures

624.2.1 Corrosion Protection

Ferrous metal raceways, cable armor, boxes, cable sheathing, cabinets, elbows,
couplings, nipples, fittings, supports, and support hardware shall be permitted to be
installed in concrete or in direct contact with soil. Corrosion protection shall be provided
in areas subject to severe corrosive influences where made of material approved for the
condition, or where provided with corrosion protection approved for the condition as
indicated in the Plans or as approved by the Engineer.

624.2.2 System Protection

All street lighting systems shall be protected by an overcurrent device. The overcurrent
device shall be sized rated or setting not higher than the allowable ampacity of the
conductor. The circuit breakers shall be of the thermal magnetic type having inverse-
time tripping characteristics on overload and instantaneous trip on short circuits, shall
be equipped with arc quenches, shall have quick-make and quick-break toggle
mechanism, and shall have trip-free operating handles. Each multi-pole breaker shall
have a common trip so that an overload on one pole will automatically cause all poles
of the breakers to open.

624.2.3 Street Lighting Post and Concrete Footing

624.2.3.1 Street Lighting Post

Street Lighting Posts shall adhere to the details as indicated on the Plans. For Single-
Arm and Double-Arm Post, rising a minimum of 8.0 meters above finished ground with
a maximum of 3 meters overhang.

All posts shall be designed to withstand, with the associated luminaires, a wind velocity
of 250 kilometers per hour determined in accordance with MSHTO LTS-6, Standard
Specifications for Structural Supports for Highway Signs, Luminaires, and Traffic
Signals while supporting luminaires having effective projected area indicated. Poles
shall be anchor-based types designed for use with underground supply conductors.

All posts shall have an inspection door or hand hole and shall have a suitable gasketed
screw cover. After the post has been erected, sealed and fixed in the foundation block,
a coat of finishing aluminum paint shall be applied. Posts shall be provided with
galvanized steel anchor bolts threaded top end and with a hooked bent at an angle end
at the bottom. Size of the anchor bolts shall be as indicated on the Plans.

Pole shaft shall be made in accordance with ASTM A53M, Standard Specification for
Pipe, Steel, Black and Hot-Dipped, Zinc Coated, Welded and Seamless.

Anchor bases shall be provided with hot-dipped, galvanized steel anchor bolts with
double nuts and washers, threaded at the top end and bended at 90° at the bottom end.
Galvanized nuts, washer, and ornamental covers shall also be provided for anchor bolts.
Galvanizing shall be in accordance with the requirements of ASTM A153, Standard
Specification for Zinc Coating (Hot-Dip) on Iron and Steel Hardware or AASHTO M
111, Standard Specification for Zinc (Hot-Dip Galvanized) Coatings on Iron and Steel
Products (ASTM A123) for the fittings.

624.2.3.2 Luminaire and Housing

All lighting fixtures and lamps are as specified and listed on the lighting fixture
schedule.

DPWH H-9
Technical Specification for the Davao City Part H
Bypass Construction Project, Package I-2, Sta. 0+000 to Sta. 12+800 Miscellaneous Structures

Luminaires shall be made of heated die cast aluminum and alloy and painted with an
electrocoat gray paint finish or shall be designed, equipped and gasketed to preclude
any entry of water or dust into the interior surfaces under high wind conditions.

The Contractor shall supply, install, and replace defective lamp in the first 12 months
of defect liability period. The luminaire shall be designed to operate at 230 volts, A.C.,
60 hertz, single-phase and shall be in compliance with UL 1598, and an IEC 529 Ingress
protection 55 (IP55) construction. Luminaires with complete lamps of the number, type
and wattage indicated shall be provided. Luminaires for roadway lighting shall be the
shallow glass "cobra head" style, "vertical" head style, or "high mast" style or as
indicated on the Plans.

The acceptable levels of luminance shall be achieved under normal operation.

Light Emitting Diode (LED) luminaire Requirements:

1. Housing shall be primarily constructed of corrosion-resistant cast aluminum with


a powder coated finish of a neutral color.

2. All mounting hardware shall be of non-corrosive or suitably protected metal.

3. Driver and LED modules shall be replaceable as separate units with tool-less plug-
in electrical connections.

4. Luminaire housing shall be UL listed for wet locations. Optical assembly shall be
minimum IP-66 rated per IEC.

High Pressure Sodium (HPS) Luminaire Requirements:

1. Type III, Medium semi-cutoff. Roadway shall be properly aimed, designed in such
a way that it will not produce high discomfort glare or low illumination to motorists
and pedestrians.

2. Luminaires shall be designed for roadway lighting with built-in ballast for use with
a high-pressure sodium lamp. The luminaires shall bear the UL label. All
luminaires shall be mounted with a zero-degree tilt from horizontal.

3. The housing, both upper and lower, shall be die-cast aluminum jointed by an
integrally cast pin hinge at the mounting and a one-hand latch at the door enclosing
the lamp and/or ballast.

4. The lens shall be a clear, tempered, high-quality, heat-resistant glass with no


aberrations and shall be secured in the supporting frame.

5. The reflector shall be of drawn aluminum and have a highly reflective surface. The
reflector edge shall have an elastomer gasket which seats firmly against the lens
door to seal the optical system. The optical system shall have a filter permitting it
to breathe during lamp heat-up and cool-down.

Solar LED Street Light Requirements:

1. The color temperature of white LEDs used in the system shall be in the range of
5500 OK - 6500 OK. Use of LEDs which emits ultraviolet light shall not be
permitted.

DPWH H-10
Technical Specification for the Davao City Part H
Bypass Construction Project, Package I-2, Sta. 0+000 to Sta. 12+800 Miscellaneous Structures

2. The lamps shall be housed in an assembly suitable for outdoor use and shall be
rated as IP 65. The LED housing shall be made of pressure die cast aluminum
having sufficient area for heat dissipation and heat resistant.

3. The lamp shall be housed in an assembly suitable for outdoor use, with a reflector
on its back.

4. Charge controller shall have automatic dusk-dawn circuit based on Solar


Photovoltaic module as sensor for switching on/off the street light without manual
intervention.

5. Battery shall be flooded electrolyte tubular positive plate lead Acid, low
maintenance type with low antimony lead alloy plates and ceramic vent plugs.

6. The pole shall be hot dip galvanized GI pipe of 3 mm thickness with minimum 75
mm diameter of 5 m length. The pole should have the provision to hold the weather
proof lamp housing individually as per case and battery box at appropriate height.
SPV panel shall be mounted on pole.

7. The electric cable used shall be twin core PVC insulated water and UV resistant
copper cable of 1.5 mm minimum size.

624.2.3.3 Ballast

Ballasts shall operate within the range of voltage-current characteristic parameters that
are compatible with the lamp used. Ballasts shall be capable of lamp starting at ambient
temperatures down to minus 29 0C.

624.2.3.4 Photo Electric Control/Timer Switch

The photoelectric control shall be located as indicated on Plans and the operating
condition shall turn on at a nominal light level setting of 10.76 lux which is within the
limits of 5.38 to 21.52 lux at rated voltage of 240 volts, 60 Hertz. The ratio of the turn-
off to the turn-on light level shall be designed with a fail-on failure mode and shall be
installed at each lighting post for individual lamp control. The eye of the cell should be
oriented to face north, control conductor and the necessary connection shall be made for
complete satisfactory operation of the street luminaire.

The timer switch shall be for prompt time of power switching off and on at the real-time
for main light and advertising space in a separate time setting.

624.2.3.5 Conduit

Conduit shall be provided in the size as indicated on the Drawings. Conduits shall be
standard rigid steel, zinc coated or galvanized. Intermediate metal conduit shall be used
if shown or specified on the Plans. Conduit for underground works shall be polyvinyl
chloride (PVC) base color gray, schedule 40. Enamel coated steel conduit and conduits
with rough inner surfaces shall not be accepted. Conduit joints below grade shall be
made watertight by means of appropriate fittings or jointing procedures.

Fittings such as locknuts and bushings shall be galvanized. Exposed conduits for service
entrance shall be galvanized rigid steel conduit and fittings and shall conform to ANSI
C 80.1, Galvanized Rigid Conduit. Tapped conduit hub shall be provided for the
panelboard.

DPWH H-11
Technical Specification for the Davao City Part H
Bypass Construction Project, Package I-2, Sta. 0+000 to Sta. 12+800 Miscellaneous Structures

624.2.3.6 Outlet Bodies

All conduit boxes shall be code gauge steel and galvanized. Outlet boxes shall be
galvanized standard pressed steel. In general, outlet boxes shall be at least 100 mm
square or octagonal, 53 mm deep and 16 mm minimum gauge.

Outlet bodies shall be steel malleable iron or ductile iron dipped galvanized after
fabrication. They shall be made with threaded conduit entrance hub and shall be made
watertight, dust tight and shall be suitable to accommodate the conduits and number of
cables and splices.

624.2.3.7 Street Lighting Post Concrete Footings

Street lighting post concrete footing shall be Class A and shall conform with Subsection
405.2, Material Requirements of Item 405, Structural Concrete.

All electrical lighting post footings with dimensions indicated in the Plans shall be
reinforced concrete and shall conform with the requirements for concrete structures of
this Specification. Excavation and backfill for foundation including disposal of surplus
material shall be provided. Excavated holes for concrete footings shall be neat or
properly formed and free from loose materials when the concrete is placed.

When placed, the concrete shall be wall consolidated to completely fill and devoid in
the hole and around the post when embedded. Concrete shall be moist wired for not less
than 4 days.

624.2.3.8 Electrical Conductors and Grounding

Wires and cables shall be of the approved type meeting all the requirements of the
Philippine Electrical Code and the products locally manufactured shall bear a Philippine
Standard (PS) mark, while imported products must bear Import Commodity Clearance
(ICC) certification marks duly issued by the BPS.

All wires shall be copper, soft drawn, annealed smooth and of cylindrical form and shall
be centrally located inside the insulation. Conductor sizes shall be not less than the
indicated sizes on the Drawings.

All non-current carrying metallic parts like conduits, cabinets, and equipment frames
shall be properly grounded in accordance with the Philippine Electrical Code, latest
edition.

The size of the ground rods and ground wells shall be as shown on the Plans. The
resistance shall not be more than 5 ohms. Grounding wire shall be made of bare copper
stranded, soft drawn wire and shall be installed in one continuous length without splice
or joint. Ground rods shall be made of copper-clad steel of not less than 20 mm diameter
x 3 meters in length driven in full length into earth.

624.2.3.9 Programmable Logic Controller

Lighting system for tunnels shall be controlled and monitored by the Supervisory
Control and Programmable Logic Controller (PLC). The PLC base unit power supply
shall be 100-230VAC, I/O 16 nos., I/P; 8 nos. 24 VDC, Relay O/P; 8 nos., and shall
have a program memory of 64000 steps RAM (internal). It shall also have all necessary
accessories and operational manual.

DPWH H-12
Technical Specification for the Davao City Part H
Bypass Construction Project, Package I-2, Sta. 0+000 to Sta. 12+800 Miscellaneous Structures

624.2.3.10 Other Installed Accessories (Built-In Advertising Display)

The body structure/frame shall be made of galvanized iron plane steel sheet with a gear
motor machine with reducer for automatic rotation or as indicated on the Plans.

The main LED light shall be 175 watts - warm white/yellow (100 lumens per watt). The
built-in advertising space shall contain 3 pieces of T5 fluorescent tube (1149 mm long)
rated at 28 watts each to illuminate image display during night time.

624.2.4 Lighting Control Panel/Panelboard

All panelboards shall conform to the schedule of panelboards as shown on the Plans
with respect to supply characteristics, ratings of main lugs or main circuit breaker,
number, ratings, and capacities of branch circuit breakers. Panelboard cabinets shall be
designed and fabricated for pole surface mounted. Enclosures shall be fabricated to be
watertight, dustight, temper proof, dead front suitable for outdoor installation, and for
230 volts, single-phase, 60 Hertz application in accordance with National Electrical
Manufacturers Association (NEMA) requirements.

The interior and exterior of cabinet shall be given two coats of the manufacturer's
standard paint which is light gray in color. Conduit entry shall be at the top and bottom.
A directory holder shall be provided inside the panel and ground lug for ground wire
connection. Nameplate of laminated plastic shall be attached by means of stainless steel
rivets or permanent adhesive showing panelboard number.

624.2.4.1 Circuit Breakers

All circuit breakers shall be plug in and thermal magnetic type, manually or electrically
operated as required with ratings and capacity as shown on the Plans.

All circuit breakers shall have inverse-time tripping characteristics on overload and
instantaneous trip on short circuits. It shall have quick make or break toggle mechanism,
trip-free operating handle, and shall be equipped with arc quenches. Each multi-pole
breaker shall be designed to have a common trip so that an overload or short on one pole
will automatically cause all poles of the breakers to open.

All circuit breakers shall be ambient compensated to 50 °C to carry full rated current
with uniform tripping characteristics throughout the temperature range from 25 0C. The
circuit shall have an interrupting rating of not less than 14,000 symmetrical amperes of
230 volts, AC.

624.2.4.2 Terminal Connector

Connectors for wiring shall be rated at least 600 volts and shall be of the following
types:

1. For 5.5 mm2 and smaller conductors/cables: Rugged material, such as phenolic,
shall be mounted end-to-end without spacing. The pressure type tin plate copper
connectors shall have non-flammable and self-extinguishing insulation with
temperature rating equal to that of the conductor insulation.

2. For 8.0 mm2 and above conductors/cables: Type of construction shall be one-piece
and material shall be phenolic. Terminal configuration shall be done by binding
screw terminals. Solderless type connector made of compact, high strength, high
copper alloy, split-bolt, free running threads and highly resistant to corrosion and

DPWH H-13
Technical Specification for the Davao City Part H
Bypass Construction Project, Package I-2, Sta. 0+000 to Sta. 12+800 Miscellaneous Structures

cracking shall be used. Maximum pressure and assure/secure connection on all


combinations of run and tap conductors shall be provided.

624.2.5 Emergency Lighting System

In case of power failure, a minimum lighting illumination level shall be immediately


available from designated emergency light fixtures as well as from emergency exit
signaling which are both deriving electric power from UPS Battery as indicated on the
Plans.

The minimum lighting shall be available for 30 minutes to cover the necessary margin
of elapsed time in-between power supply interruption and back-up power operation.

624.2.6 Main Feeder Distribution System

The Main Feeder Distribution System in roadway lighting works is composed of the
following:

1. Conduit

The Material Requirements shall conform with Subsection 624.2.3.5, Material


Requirements of Conduit.

2. Electrical Conductors (Wires and Cables)

The Material Requirements shall conform with Subsection 624.2.3.8, Material


Requirements of Electrical Conductors.

3. Lighting Control Panel/Panelboard

The Material Requirements shall conform with Subsection 624.2.4, Lighting


Control Panel/Panelboard.

624.2.7 Underground Electrical Works

The Material Requirements shall conform with Item 633, Cable Duct System.

624.3 Construction Requirement

All works shall be executed in the best practice in a workmanlike manner by qualified
and experienced electricians under the immediate supervision of a duly Registered
Electrical Engineer.

624.3.1 Street Lighting Post

All street lighting posts shall be constructed of cold rolled mild steel of a sufficient
gauge having yield strength of not less than 248.2 MPa and shall be followed with a
prime coat of paint within 24 hours. The prime coat of paint shall be compatible with
the finish coat of paint.

The pole shall be provided with a hand hole and grounding lug attachment at the
elevation and a cable entry slot sized and located as shown on the standard Drawings.
The slot shall be free of burrs and sharp edges.

DPWH H-14
Technical Specification for the Davao City Part H
Bypass Construction Project, Package I-2, Sta. 0+000 to Sta. 12+800 Miscellaneous Structures

624.3.2 Luminaires and Housing

Luminaires shall be robustly constructed, weatherproof, hail proof, insect proof,


corrosion proof, solar (including ultra-violet) resistant, and vandal resistant.

The construction of the housing shall be such that cracking cannot occur during the
process of fixing the luminaire to the pole or bracket. The housing shall be made of heat-
treated, diecast aluminum or aluminum alloy and shall be painted with an electro coat
gray paint finish. It shall have readily accessible internal parts and easy to open when
properly mounted. The luminaire surfaces, joints, and rim shall be smoothed and freed
of burrs and sharp edges that could cause injury to the workman.

Hardware such as hinges, latches, springs, nuts, screws, washers, pins, among others,
shall be made of materials compatible to the housing material and shall be inherently
corrosion proof or have been protected by finishes approved for corrosion resistance.
However, those exposed to the elements shall be made of high-grade stainless steel.

624.3.3 Ballast

Ballasts shall be of the encapsulated or vacuum impregnated type. The process of


vacuum impregnation shall be such that the interstices of the windings are completely
filled with the impregnating material. Connections shall be brought out to a suitable
brass screw terminal block mounted on the ballast housing. Terminal blocks with steel
screws will not be acceptable.

624.3.4 Conduit

All electrical conduits and fittings shall be installed in their correct positions and
locations as shown on the Plans. The conduits shall be directly buried in earth, except
under paved areas and roadways, the conduit shall be encased in concrete and end of
conduits shall be plugged with patching compounds at all outlets, or boxes, to keep the
conduits dry. Trenches in which the PVC conduits are laid shall follow the alignment as
indicated on the Drawings. In trenches and sidewalks, the PVC conduit shall be laid on
10 cm sand bed and covered by a layer of sand, 20 cm on thick measured from the upper
level of the bed. For trenches under paved areas the same procedures shall be followed
except the concrete shall be used in the place of sand. After placing the concrete, the
remaining part of the trench shall be backfilled up to the sub-grade level with soil
compacted. Cables shall be installed in one length from point to point and no joints shall
be permitted. Before the cables are pulled, the Contractor shall see to it that the conduits
are continuous and clear of debris, stone, and sand. Sharp bends shall not be permitted.
A minimum covering of 0.45 meter under the pavement shall be required for the
conduits under the roadway.

624.3.5 Outlet Bodies

Conduit boxes for pulling and splicing wires and outlet boxes shall be provided for
installation of wiring devices. As a rule, junction boxes or pull boxes in all runs greater
than 30 meters in length, for horizontal runs. For other lengths, boxes shall be provided
as required for splicing or pulling. Pull boxes shall be installed in inconspicuous but
accessible locations. Conduit boxes shall be installed plumb and securely fastened. They
shall be set flush with the surface of the structure in which they are installed where
conduits are run concealed.

All conduits shall be fitted with approved standard galvanized bushing and locknuts
where they enter cabinets and conduit boxes. Junction and pull boxes of code gauge

DPWH H-15
Technical Specification for the Davao City Part H
Bypass Construction Project, Package I-2, Sta. 0+000 to Sta. 12+800 Miscellaneous Structures

steel shall be provided as indicated on the Plans or as required to facilitate the pulling
of wires and cables.

624.3.6 Street Lighting Post Concrete Footings

Street lighting posts concrete footings shall be square in shape or as shown on the Plans.
Anchor bolt circle dimensions shall be furnished and rigid template shall be used to
center the anchor bolts in the foundation. Unless otherwise specified, the template shall
be oriented so that the mast arm of the lighting standard is perpendicular to the centerline
of the roadway. The top of the concrete foundation shall be constructed in level and only
shims used to rake the lighting standard shall be permitted. Shims with break-away
couplings shall not be permitted. Each foundation shall have an imprinted arrow/s on
the top of the foundation to indicate the direction of the cable duct run.

624.3.7 Electrical Conductors and Grounding

All electrical conductors and grounding shall be furnished and installed by the
Contractor with the sizes as indicated on the Plans. All connection shall be mechanically
and electrically sound and secured by insulating tape. Solderless connectors of approved
type shall be used for making connections of power cables. The insulations in then shall
be built up again to normal thickness with rubber and vinyl plastic tapes. Splices in
conductors shall only be made at pullboxes, handholes or cabinets. No kicks or
abrasions in the insulation or protection covering shall be found in installed conductors.

All grounding system installation shall be executed in accordance with the Plans.
Grounding system shall include ground rods and ground wire taps as shown in the
approved design. The ground wire is connected to the top or side of the ground rod. The
ground rod, ground wire connection is made by a thermo-weld process. The wire and
ground rod is required to be free of oxidized materials, moisture, and other contaminates
prior to inserting the wire and the ground rod into the properly sized mold. The welding
material is required to sufficiently cover and secure the conductor to the rod. The
completed connection is required to be nonporous. This connection includes a quick-
disconnect type connector kit so that in the event of a pole knockdown the connection
readily breaks without damage to the buried conductor.

624.3.8 Lighting Control Panel/Panelboard

All panelboards shall be installed by the Contractor at the locations indicated on the
Drawings. All panels shall be of dead front construction furnished with trims for surface
mounting.

Electrical components shall be completely wired and installed in the enclosure in proper
position and ready for operation. Power cables shall enter the panelboard enclosure
through conduits. All branch circuit conduits shall enter the panelboard from the bottom.

624.3.9 Circuit Breakers

Circuit breakers shall be mounted so that any individual branch breakers can be removed
without disturbing adjacent units or without loosening or removing supplement
insulation.

DPWH H-16
Technical Specification for the Davao City Part H
Bypass Construction Project, Package I-2, Sta. 0+000 to Sta. 12+800 Miscellaneous Structures

624.3.10 Test and Guarantee

Upon completion of the electrical construction work, the Contractor shall provide all
test equipment. The Contractor shall then submit copies of all test results to the
Engineer.

After the installation of all cables, the Contractor shall test the insulation resistance of
all feeders and connected equipment with a 600 volts megger for grounds and short
circuits. Testing shall include measuring of insulation resistance. These measurements
shall be recorded by feeder and branch circuit number indicating the resistance values
between phases and ground.

All effective and calibrated apparatus, materials and labor required for conducting tests
shall be supplied and made available by the Contractor.

The Contractor shall guarantee that the electrical installation is done and in accordance
with the Plans and Specifications. The Contractor shall guarantee that the electrical
systems are free from all grounds and from all defective workmanship and materials and
will remain so for a period of one (1) year from date and acceptance of works. Any
defect shall be remedied by the Contractor at his own expense.

624.4 Method of Measurement

The work under this item shall be measured either by lengths, pieces, pairs, lot, and set
actually placed and installed as shown on the Plans.

The quantity of street lighting and electrical work to be paid for shall be the number of
lighting posts of single and double luminaires to include all conduits, luminaires, all
wirings, panelboard, nuts, washer, concrete footing, fasteners, conduit clamps, bolts,
capacitors, coils and others including all necessary materials and accessories needed for
moisture and fungus control, corrosion protections and all other incidentals needed to
make the system operational and accepted to comply with the requirements of the latest
edition of the Philippine Electrical Code, Part 2 and any other ordinances including
payment of necessary permits from local enforcing authorities.

624.5 Basis of Payment

All works performed and measured and as provided for in the Bill of Quantities shall be
paid for at the Unit Bid or Contract Unit Price which payment shall constitute full
compensation including labor, materials, tools and incidentals necessary to complete
this Item.

Modify the second paragraph of Section 624.5, to read as follows:


Add the following pay items and description:
(1) Payment for Road Intersection IS-1 Sta. 0+000 shall include all materials,
equipment, labor, tools and incidental required for completion of the works.

Payment shall be made under:

Pay Item Unit of


Description
Number Measurement
624(6) Main Feeder Distribution System Lump sum
624(10) Roadway Lighting Lump sum

DPWH H-17
Technical Specification for the Davao City Part H
Bypass Construction Project, Package I-2, Sta. 0+000 to Sta. 12+800 Miscellaneous Structures

(2) Payment for Road Intersection IS-7 Sta. 3+128.532 shall include all materials,
equipment, labor, tools and incidental required for completion of the works.

Payment shall be made under:

Pay Item Unit of


Description
Number Measurement
624(6) Main Feeder Distribution System Lump sum
624(10). Roadway Lighting Lump sum

(3) Payment for Road Intersection IS-11 Sta. 9+965.976 shall include all materials,
equipment, labor, tools and incidental required for completion of the works.

Payment shall be made under:

Pay Item Unit of


Description
Number Measurement
624(6) Main Feeder Distribution System Lump sum
624(10). Roadway Lighting Lump sum

(4) Payment for Road Intersection IS-12 Sta. 10+626.19 shall include all materials,
equipment, labor, tools and incidental required for completion of the works.

Payment shall be made under:

Pay Item Unit of


Description
Number Measurement
624(6) Main Feeder Distribution System Lump sum
624(10). Roadway Lighting Lump sum

(5) Payment for Road Intersection IS-14 Sta. 11+407.69 shall include all materials,
equipment, labor, tools and incidental required for completion of the works.

Payment shall be made under:

Pay Item Unit of


Description
Number Measurement
624(6) Main Feeder Distribution System Lump sum
624(10).. Roadway Lighting Lump sum

(6) Payment for Davao-Bukidnon Underpass Sta. 12+152.74 shall include all
materials, equipment, labor, tools and incidental required for completion of the works.

Payment shall be made under:

Pay Item Unit of


Description
Number Measurement

DPWH H-18
Technical Specification for the Davao City Part H
Bypass Construction Project, Package I-2, Sta. 0+000 to Sta. 12+800 Miscellaneous Structures

624(6) Main Feeder Distribution System Lump sum


624(10)… Roadway Lighting Lump sum

ITEM 1106 CCTV SYSTEM

1106.1 Requirements

The Contractor shall provide and maintain the CCTV system at all times during the
duration of the Contract to monitor the progress of the work. Full maintenance support
services and ready availability of consumables, spare parts or replacement units shall
also be assured from a third party.

Upon completion of the Contract, the Contractor shall coordinate with the Engineer and
edit all videos into a 15 to 3D-minute professional Documentary Video of the project
including professional English audio commentary, an introduction, chapters and credits
which tells the story of the project in video concentrating on the main events, the major
technical aspects and any problems associated with the project and how they were
overcome.

The Contractor shall include a time-lapse video in the monthly submissions. All
footages, progress videos and documentary shall be stored in one terabyte (lTS) hard
drivels located in the Engineer's office.

CCTV system including the hard drives shall be turned over to and become the property
of the Government upon completion of the project. All footages, progress videos and
the completed documentary video shall become the copyrighted property of the
Government.

1106.2 Method of Measurement

CCTV system shall be measured by lump sum.

No separate payment shall be made in respect to consumable materials as this is deemed


to be included in the pay item for maintenance of the CCTV system.

1106.3 Basis of Payment

The accepted quantities, measured as provided in Section 1106.2, shall be paid for at
the Contract Unit Price of the Pay Item listed below that is included in the Bill of
Quantities. The unit price shall cover full compensation for all related services necessary
to complete the Item.

Payment shall be made under:

Pay Item Unit of


Description
Number Measurement
1106(1) CCTV System Lump sum

DPWH H-19
Technical Specification for the Davao City Part J1
Bypass Construction Project, Package I-2, Sta. 0+000 to Sta. 12+800 Davao-Bukidnon Underpass

PART J - TUNNEL CONSTRUCTION

Insert the following general description at the start of Part J-Tunnel Construction:

G.1 GENERAL

The work under this Section shall include clearing and grubbing, structure excavation,
temporary structure, structural concrete with 27.58 MPa, embankment construction,
and other item of work which are deemed necessary to complete the work in
accordance with the Plans on these specifications or as directed by the Engineer.

Unless otherwise provided herein, all applicable provisions of Volume II – Standard


Specification for Highway and Bridges, 2012 edition shall be adopted for the
construction of the aforementioned structures for the following parts/subsections;

General Requirements
B.21 – Temporary Bridge

Earthworks refer to provision of Part C, Volume II


Item 100 – Clearing and Grubbing
Item 102 – Excavation
Item 103 – Structure Excavation

Pavement Works refer to provision of Part D & E, Volume II


Item 200 – Aggregate Subbase Course
Item 311 – Portland Cement Concrete Pavement

Tunnel Structure, Maintenance Walk and refer to provision of Part F & G, Volume II
Item 401– Railings
Item 404 – Reinforcing Steel
Item 405 – Structural Concrete
Item 407 – Concrete Structures
Item 500 – Pipe Culverts and Storm Drain
Item 503 – Drainage Steel Grating with Frame
Item 506 – Masonry

Tunnel Miscellaneous Structures refer to provision of Part H & I, Volume II


Item 600 – Curb and Gutter
Item 601 – Sidewalk
Item 605 – Warning Signs
Item 606 – Pavement Markings

G.1.1 WORK REQUIREMENT

The work herein consists of primary work from Part C, D, E, F, G, and H including
Part J herein are deemed necessary to complete the work including incidental work
and shall be measured as prescribed below;

DPWH J1-1
Technical Specification for the Davao City Part J1
Bypass Construction Project, Package I-2, Sta. 0+000 to Sta. 12+800 Davao-Bukidnon Underpass

G.2 GENERAL OBLIGATIONS

G.2.1 Safety Program

Cut & Cover Tunnel construction includes excavation, installation and dismantling of
shoring & cribbing, setting from and installation rebars, concrete placing and all other
activities are carried out in a sequential way in a narrow close space within sheeting
and bracing. The Contractor is required to fulfill the obligations described in detail
below. Payment for fulfilling these obligations is incidental to other relevant pay
items and no separate payment shall be made.

The Contractor shall prepare and submit overall safety program for cut & cover tunnel
construction with deep exaction for approval of the Engineer. The Contractor shall
assign construction safety officers on a full-time basis. The Contractor shall submit
daily work program including activities, foremen in charge, number of workers,
equipment and safety measures and precautions.

G.2.2 Safety of Personnel

Safety in the cut & cover tunneling work under deep exaction is the first priority above
all in underground construction activities with close monitoring temporary work of
shoring &cribbing.

The Contractor is required to hold a daily toolbox meeting to promulgate


understandings of the risks related to underground activities within shoring &cribbing
to reduce risks of accidents. The toolbox meeting shall be conducted by each foreman
in charge of activities.

The Contractor shall observe, not the least, the safety rules and regulations referred to
in the Contract or enforced by the authorities.

G.2.3 Security and Access Restriction

The Contractor shall be responsible for the security and site entry in and around all cut
& cover tunnel work areas. Tunnel security and site exit/entry procedures and controls
shall be detailed in the Contractor’s safety plan (or health and safety plan) for the
Works. The Contractor shall coordinate and plan site security and entry with others
having access to the tunnels, including all interfacing contractors, so as not to disrupt
or interfere with their operations.

The Contractor shall provide and maintain fences and barricades in good conditions.
Notice signs shall be displayed at intervals (as consented by the Engineer) around the
job Sites to warn the public of the dangers of entrance.

During the progress of the Works the Contractor shall maintain security patrols over
the job site areas of the Works as may be necessary to protect the work and prevent
trespassing.

G.2.7 Daily Records/Reports

The Contractor shall prepare daily records and reports of all work that shall include,
but not necessary be limited to the following information and data:

 installation, monitoring and dismantling of sheeting and bracing of shoring &


cribbing on every step,

DPWH J1-2
Technical Specification for the Davao City Part J1
Bypass Construction Project, Package I-2, Sta. 0+000 to Sta. 12+800 Davao-Bukidnon Underpass

 all personnel working in site areas,


 work stoppage, with reason for stopping work,
 duration of sequential excavation and backfill
 all instrument recordings with appropriate graphs,
 weather conditions,
 excavation work equipment,
 any/all tunnel water inflows, if any
 size of excavated sections,
 photographs (not less than 12 Megapixels) of all site activity, accompanied by
visual geological description of side wall, after excavation, before support system
installation,
 the location and number of supports system members etc. and
 reports and records required under specific specification requirements.

The Contractor’s daily records/report shall be submitted to the Engineer before 10.00
AM on the following working day, and

The Contractor shall immediately notify the Engineer in case of any abnormal
deformation, displacement of sheeting and bracing member under substantial
difference between actual measurement results and anticipated ones, or when
underground water are observed.

For the recording of site observation data by the Engineer, the Contractor shall give all
necessary assistance, and provide all labor, facilities and equipment as may be
required by the Engineer.

G.2.9 Shop and Working Drawings

The Contractor shall prepare and submit shop/working drawings for execution,
concreting and the others of the Works with computed quantities in accordance with
the pay items in BOQs whenever required in the Specifications or directed by the
Engineer within 28 days before intended commencement of the construction for
approval of the Engineer.

The Contractor shall conduct own topographic survey and/or cross section survey for
verification of the Engineer’s designs for preparation of the shop/working drawings.
The extent and scale of drawings shall be as agreed by the Engineer. Auto-CAD shall
be used for preparation of drawings unless otherwise instructed by the Engineer. The
Contractor shall submit three (3) copies of the drawings, together with AutoCAD and
PDF files, to the Engineer who will endorse one copy with his approval and return to
the Contractor.

Approval by the Engineer on the shop/working drawings in no way shall relieve any
of the Contractor’s obligations or liabilities due in the Contract.

No payment shall be made for these shop/working drawings preparation but deemed to
be included in pay items for other items of work.

G.2.10 Tunnel Technology Transfer

The Project is financed by GOJ (JICA Loan) with STEP. The techniques and
experience of Japanese companies and staff on the tunnel engineering and construction

DPWH J1-3
Technical Specification for the Davao City Part J1
Bypass Construction Project, Package I-2, Sta. 0+000 to Sta. 12+800 Davao-Bukidnon Underpass

are transferred to local construction companies, operators and workers through daily
construction operation and management including engineers, foremen, operators and
skilled workers of JV-members and/or sub-contractors. Assignment of the foreign
special operators and special skilled workers, except foremen, holding appropriate
qualifications and experiences shall be for its minimum required period only for each
work category and equipment, and replaced by Filipino operators and workers after
transferring the special techniques and skills to them. The Contractor shall submit a
list of the Filipino counterparts and training schedule for approval of the Engineer.

The technology transfer will include OJT of the DPWH engineers.

G.3 TEMPORARY WORK

G.3.1 Method Statement of Temporary Work

At least three months before work of temporary work for structural exaction in cut &
cover tunnel is to begin, the Contractor shall submit to the Engineer for review and
approval, method statement of temporary work in accordance with GC 4.1
Contractor’s General Obligation. This Method Statement of shoring & cribbing shall
cover design and installation, monitoring and dismantling of sheeting and bracing for
structural excavation and backfilling on a step by step but not limited to:

The submittal shall include the followings:

a) Applicable design standard and criteria and design loading/its combination for
shoring & cribbing for structural excavation.
b) Material requirement and subsoil condition, The Contractor is encouraged to
conduct verification boring if requires but its cost is subsidiary to pay item LS of
shoring & cribbing.
c) Shop Drawing of sheeting and bracing in shoring and cribbing shall be prepared
by the Contractor and approved by the Engineer prior to commencement of the
fabrication referring to Part F Bridge Construction of Volume II for this
specification.
d) Every step of installation and dismantling of sheeting and bracing shall be
analyzed and indicated in the Drawings in conformity with every excavation
depth or backfilling.
e) New construction technology of sheeting/piling into rock stratum which is not
specified in DPWH Standard Specification but which the Contractor propose to
apply shall be demonstrated in terms of construction records and liability.
f) Monitoring system of abnormal displacement or deformation if any of sheeting,
bracing and struts
g) List of proposed equipment to be used including drills, augers, bailing buckets,
equipment, etc.
h) Details of overall construction operation sequence of shoring and cribbing from
installation until dismantling.
i) Site Organization and Staffing including emergency communication network
system
j) Other information shown on the Drawings or requested by the Engineer.

The Contractor shall not start construction of shoring & cribbing, for which method
statement and working drawings are required, until the Engineer has approved such
method statement and drawings. Such approval will not relieve the Contractor of
responsibility for results obtained by use of these drawings or any of these other
responsibilities under the Contract.

DPWH J1-4
Technical Specification for the Davao City Part J1
Bypass Construction Project, Package I-2, Sta. 0+000 to Sta. 12+800 Davao-Bukidnon Underpass

It should be noted that temporary work of shoring & cribbing indicate in the
Contract Drawings are only reference and not binding in the Contract.

G.4 ENVIRONMENTAL MANAGEMENT AND MONITORING

The environment management and monitoring shall conform to B.14 of Part B -


OTHER GENERAL REQUIREMENTS of the DPWH Standard Specifications for
Highways, Bridges and Airports 2013 (Volume II) and measured and paid under that
item.

ITEM B.21 TEMPORARY BRIDGE

B.21.1 Description

This work shall consist of furnishing all material, labor and equipment necessary for
fabricating, constructing, transporting and erecting the superstructure components,
maintaining, disassembling, cleaning, transporting superstructure components to
storage and removing a temporary bridge as shown on the Plans or as directed by the
Engineer.

B.21.2 Material Requirements

All materials shall conform to the applicable requirements of DPWH Standard


Specifications specifically the following:

Description Specification

Load Bearing Pile Item 400 – Piling


Reinforced Concrete Piles Item 400 – Piling
Embankment Item 104 - Embankment
Lumber and Timber Item 713 - Treated and Untreated Timber
Structural Steel Fabrication Item 403 - Metal Structures
Bailey Bridge Item 403 – Metal Structures

B.21.3 Construction Requirements

Temporary bridges and approaches shall be constructed at the location, length and
elevation shown on the Plans or as directed by the Engineer. If necessary, to prepare
the crossing for traffic, approach embankments or excavation and surfacing shall be
provided. The Contractor shall maintain in good condition the temporary structure,
approaches and embankments until the permanent structure is opened to traffic. The
Contractor shall then remove the temporary structure, all refuse, debris and approach
fills. The site shall be left in a neat and acceptable condition before acceptance of the
work. Any portion of the superstructure furnished by the Contractor shall in its
entirety become the property of the Government.

B.21.3.1 Substructure

The substructure shall include all portions of the temporary bridge not classified as
superstructure elsewhere in these Specifications. The substructure shall generally
include the piling, sway bracing, timber, attaching devices and any excavation or

DPWH J1-5
Technical Specification for the Davao City Part J1
Bypass Construction Project, Package I-2, Sta. 0+000 to Sta. 12+800 Davao-Bukidnon Underpass

backfill not included as a roadway item necessary to construct this structure. After
removal, all portions of the substructure shall remain the property of the Contractor.

B.21.3.2 Superstructure Furnished by Contractor

The Contractor shall furnish the cap beam units. The portion of the superstructure to
be furnished by the Government will include the superstructure spans. Each end bent
cap beam unit shall include the channels, cover plate, stiffener, end plates and bottom
bearing plates. Each intermediate bent cap beam unit shall include the angles, cover
plate, stiffeners, end plates and bottom bearing plates. Each cap beam unit shall be
fabricated and fully assembled in the shop. All holes and slots shall be shop drilled full
size. New high-strength bolts, nuts and washers shall be furnished by the Contractor,
as required for the assembly of the cap beams, as shown on bridge Plans.

B.21.3.3 Superstructure Provided by the Government

The superstructure furnished by the Government will be stored at the location


described on the bridge Plans. New high strength bolts, nuts and washers for the
superstructure furnished by the Government shall be used for any reassembling of the
temporary bridge units.

B.21.3.4 Transporting and Erecting Superstructure

The Contractor shall transport the superstructure units to the job site for erection. After
the substructure piling and sway bracing have been completed to correct line and
grade, holes shall be field drilled in the pile at locations shown on the Plans to attach
the cap beam in conformity with the plan line and grade. Field reaming or enlargement
in any manner of holes in any superstructure unit will not be permitted. The structure
shall be maintained by the Contractor, at the Contractor’s expense, during usage until
final storage. Any damage, regardless of cause, shall be repaired by the Contractor, at
the Contractor’s expense, prior to final acceptance.

B.21.3.5 Removing, Dismantling, Handling and Storing of Temporary Bridge


Components

After the permanent bridge is open to traffic, the temporary bridge shall be
disassembled, removed, cleaned and transported to the storage area, as directed by the
Engineer. The superstructure units shall be cleaned of all dirt and other debris to the
satisfaction of the Engineer. The Contractor shall notify and make arrangements with
the Engineer a minimum of 24 hours prior to storing the superstructure.

B.21.4 Method of Measurement

Temporary bridge shall be measured by lump sum.

B.21.5 Basis of Payment

The accepted quantities, measured as provided in Section B.21.4, shall be paid for at
the Contract Unit Price of the Pay Item listed below that is included in the Bill of
Quantities. The unit price shall cover full compensation for all related services
necessary to complete the Item.

DPWH J1-6
Technical Specification for the Davao City Part J1
Bypass Construction Project, Package I-2, Sta. 0+000 to Sta. 12+800 Davao-Bukidnon Underpass

Payment shall be made under:

Pay Item Unit of


Description
Number Measurement
B.21 Temporary Bridge Lump Sum

ITEM 100 - CLEARING AND GRUBBING

100.1 Description

Modify the 2nd paragraph of Subsection, to read as follows:

This Item shall consist of the clearing, grubbing, removing, hauling, stockpiling and
disposing all materials including trees, stumps, roots, vegetation, logs, wastes, debris
and protruding objects except those that are designated to remain in accordance with
other items of these Specifications and where directed by the Engineer. The holes
resulting from grubbing operations shall be filled with approved materials, placed and
compacted to the same dry density as that of the adjoining soil or as directed by the
Engineer.

100.2 Construction Requirements

100.2.1 General

Modify the 2nd paragraph of Subsection, to read as follows:

Clearing shall extend up to the limits of Right of Way (ROW) shown on the ROW
plan or directed by the Engineer, with the exception of trees under the jurisdiction of
the Forest Management Bureau (FMB) and/or such tree and bush designated for
preservation. Trees, shrubs or bushes designated to remain in place shall be carefully
trimmed as directed by the Engineer and shall be protected from scarring, debarking
and other injuries during construction operations.

100.2.2 Clearing and Grubbing

At the beginning of the 1st paragraph of this Subsection, insert the following:

Prior to clearing and grubbing works, the following shall be made:

1) Upon the Commencement of Works, the Contractor shall conduct as-staked


survey and submit as-staked survey results, as-staked survey Plans and the topsoil
recovery plan for approval of the Engineer before he starts the clearing and
grubbing works.

2) The Contractor may be given possession of project site in accordance with the
construction limits set forth.

3) After the as-staked survey, the Contractor shall submit to the Engineer for
approval a “Topsoil Recovery Plan” that shall indicate;

- the areas for stock piling of materials;


- the locations where topsoil materials will be recovered; and

DPWH J1-7
Technical Specification for the Davao City Part J1
Bypass Construction Project, Package I-2, Sta. 0+000 to Sta. 12+800 Davao-Bukidnon Underpass

- disposal method to be adapted.

At the end paragraph of this Subsection, add the following:

Structures, properties and the likes which need to be removed but are still under legal
expropriation proceedings shall in the meantime be preserved or excluded from the
works, otherwise the Contractor shall be solely liable for any complaints or litigation
filed by the owner of any damage to the structure and/or property as a result of his
action.

Any unauthorized interference and damage to private property shall be made good or
restored by the Contractor to the satisfaction of the Engineer and the Owner.

Areas where trees are removed shall be repaired by filling the depressions including
grub holes with approved fill materials and compacted as directed by the Engineer
Filling shall not be paid separately, but shall be considered part of the work under this
item.

100.2.3 Individual Removal of Trees or Stumps

At the end paragraph of this Subsection, add the following:

The Employer will seek permission of cutting trees from the DENR and the Philippine
Coconuts Authority in case of coconuts trees prior to the Commencement of Works.

The Engineer will provide list of the trees identified during the detailed design within
seven (7) days after the Commencement of Works. The Contractor, prior to any tree
cutting/removal operation shall prepare inventory of the trees scheduled for
cutting/removal for confirmation of the tree lists for the Engineer’s approval. Trees to
be cut shall be submitted in tabulated form, showing as much information for easy
identification as follows:

 Station Limit
 Description/Name/Species of Trees
 Size/Diameter (in centimeter)
 Distance from the centerline of the road/channel
 Location (Left/Right)

If there are additional trees to the above Engineer’s list, the Contractor shall make a
request for the Local DENR (with the approved list attached) that such number of
trees will be cut/removed for the improvement of the project road through the
Employer/the Engineer. No trees shall be cut/removed unless a “Permit to cut Trees”
is issued by the DENR to the Contractor authorizing him to cut only such approved
number of trees.

The Contractor shall know the Joint Memorandum Circular No. 1, Series of 2014,
Guidelines for the Implementation of the DPWH-DENR-DSWD Partnership on the
Tree Replacement Project, “To rectify the deforestation of national parks and forests
in all regions affected by DPWH infrastructure projects through the replacement of
each tree cut with the planting of One Hundred (100) seedlings/ saplings/ propagules”
with 1 meter height minimum.

DPWH J1-8
Technical Specification for the Davao City Part J1
Bypass Construction Project, Package I-2, Sta. 0+000 to Sta. 12+800 Davao-Bukidnon Underpass

Trees cut shall be disposed of in a manner conforming to the requirements of


Subsection 100.2.2 and with the requirements contained in the DENR permit. The
Contractor shall allow the owners to cut his/her trees and remove them if requested so
by them.

Individual trees intended to be removed and relocated as indicated on the Plans or as


directed by the Engineer shall be removed and relocated by the Contractor with care.

100.3 Method of Measurement

At the end paragraph of this Su-section, add the following:

No measurement for payment shall be made for banana plants as trees but included in
the clearing and grubbing.

Top layers of 20cm thick from the existing ground surface shall be removed and
stockpiled for re-use as top soil or disposed as unsuitable materials. Measurement shall
be inclusive to unsuitable excavation.

100.4 Basis of Payment

After the 1st paragraph of this Subsection, add the following:

The payment shall include transport cost of trees to designated stock points or disposal
areas within 5.0km from the site. In case exceeding 5.0 km transport, such transport
cost will be paid at daywork basis or under Pay Item 107(1) by Cubic Meter-
Kilometer, as decided by the Engineer.

In case, the Engineer orders to assist relocation of houses or buildings, the Contractors
shall provide transport vehicles and labor and such cost will be paid at daywork basis.

Payment shall be made under:

Unit of
Pay Item Number Description
Measurement
100 (1) Clearing and Grubbing Hectare
100 (3)a2 Individual Removal of Trees Each
301-500mm dia.

ITEM 101 - REMOVAL OF STRUCTURES AND OBSTRUCTIONS

101.2 Construction Requirements

Add the following Subsection 101.2.5 and Subsection 101.2.6:

101.2.5 Removal of Concrete Foundations and Other Unattended Structures:

The Contractor shall remove any and all materials not suitable for use in the Work,
obstructions and all other structures or part of structures within the highway right-of-
way, which are to be replaced, relocated, or interfere with or are rendered useless by
new construction, unless otherwise provided on the Plans or in the Specifications.

DPWH J1-9
Technical Specification for the Davao City Part J1
Bypass Construction Project, Package I-2, Sta. 0+000 to Sta. 12+800 Davao-Bukidnon Underpass

The disposal of materials outside the project boundaries shall be the responsibility of
the Contractor. He shall make his arrangements with the property owners of disposal
sites outside the project boundaries as indicated on the Plans or Contract Documents.
The Contractor shall obtain a written permit from the property owner of the disposal
site. He shall submit to the Engineer the said permit absolving the Project Proponent
and the government from any and all responsibility in connection with the disposal of
materials on his property. No material shall be disposed without prior authority from
the Engineer. When materials are disposed as provided above and the site is visible
from the highway, the Contractor shall make the disposal in a neat and presentable
manner to the satisfaction of the Engineer.

101.2.6 Care of Existing Utilities

The Contractor shall assume full responsibility for the care of the existing utilities,
whether or not they are shown on the Plans. The Contractor shall carefully support
and protect all such structures and utilities from damage of any kind. Any damage
resulting from the Contractor’s fault or negligence in his operations shall be repaired
by him at his own expense. The Contractor’s responsibilities shall apply even in the
event damage occurs after backfilling.

101.3 Method of Measurement

At the end paragraph of this Subsection, add the following:

Measurement shall be made corresponding to the pay items under Section 101.4 as
approved by the Engineer. In case removal of the structures and obstructions does not
meet these under pay items in Section 101.4, such removal will be measured in cubic
meter converting to Pay Item 101 (6), Removal of Structures and Obstruction
(Concrete) and paid if approved so by the Engineer.

101.4 Basis of Payment

Modify the payment of this Subsection, with the following:

Payment shall be made under:

Pay Item Unit of


Description
Number Measurement
101 (3)b3 Removal of Actual Structures and Obstruction, Square Meter
0.23 m thick, PCCP Unreinforced

ITEM 102 - EXCAVATION

102.1 Description

At the end paragraph of this Subsection, add the following:

It shall be understood that the hauling of excavated fill material to stockpiles and areas
of fill and disposal of unsuitable materials to the designated disposal areas is at any
distance and therefore no overhaul will be paid.

DPWH J1-10
Technical Specification for the Davao City Part J1
Bypass Construction Project, Package I-2, Sta. 0+000 to Sta. 12+800 Davao-Bukidnon Underpass

102.1.1 Roadway Excavation

Modify the paragraph of this Subsection, to read as follows:

Excavation at cut section of the roadway shall be carried down to at least 150 mm
below, in case subgrade CBR value is less than 7%, the subgrade level to allow for the
placement of select fill materials. Prior to and after the placement of select fill, the
resulting surfaces shall be compacted to the requirement of clause 105(1) Subgrade
Preparation (Common Materials).

Roadway excavation will be classified as “Common Excavation” and “Rock (Hard


Rock) Excavation” or “Unsuitable Excavation” as indicated in the Bill of Quantities
and hereunder described.

1. Common Excavation shall consist of all excavation including any pavement layer
of the existing roadway not covered by a separate item in the Bill of Quantities
regardless of the nature of the materials excavated, other than borrow excavation,
unsuitable excavation, soft rock and solid rock excavation.

Common Excavation shall include excavation for the reshaping of side ditches in
accordance with the lines, levels and details shown on the Plans and per
instruction by the Engineer.

Soft Rock Excavation shall consist of materials with intermediate strength


between soil and hard rock.

2. Rock (Hard Rock) Excavation shall consist of hard material in masses (including
individual rock boulders exceeding 1.0 m³ in volume) which in the opinion of the
Engineer cannot be excavated without blasting and all materials that, in the
opinion of the Engineer, require blasting, or the use of hydraulic breaker mounted
to hydraulic excavator of at least 120 Kw, or the use of compressed air drilling
for their removal, and that cannot be extracted by ripping with a tractor of at least
200 Kw with a single, rear-mounted, heavy-duty ripper.

Where a portion of excavation contains 50% or more by volume of boulders of


this order, such portion shall be considered as rock excavation throughout.

3. Unsuitable excavation shall include any materials containing vegetable organic


matter such as muck, peat, organic silt, soil or sod which in the opinion of the
Engineer is considered unsuitable for roadbed or embankment construction.

4. The classification of earthwork material shall be subject to the approval of the


Engineer.

102.2 Construction Requirements

102.2.1 General

At the end paragraph of this Subsection, add the following:

The Contractor shall plan, provide and maintain all access roads, detour roads,
temporary bridges and drainage to the construction site. The locations, dimensions
and layout shall be subject to the approval of the Engineer.

DPWH J1-11
Technical Specification for the Davao City Part J1
Bypass Construction Project, Package I-2, Sta. 0+000 to Sta. 12+800 Davao-Bukidnon Underpass

102.2.9 Removal of Unsuitable Material

At the end paragraph of this Subsection, add the following:

In general, whenever materials of doubtful characteristics are discovered during


excavation and embankment construction, such materials shall be subjected to
laboratory test at the option of the Engineer. If the test results show that the materials
could be treated or blended to produce materials of the required quality for
incorporation into the Works, the Contractor may perform such treatment or blending
operations to the complete satisfaction of the Engineer. In all these cases, the
Contractor, in electing to undertake the testing and treatment/blending operations,
shall not be entitled to extension of time or additional compensation.

When unsuitable materials from excavation are to be disposed outside the right-of-way,
the Contractor shall first obtain a written permit from the property owner of the
proposed disposal site. The Contractor shall submit to the Engineer the said permit or
a certified copy thereof together with a written release of the property owner absolving
the Employer from any and all the responsibilities in connection with the disposal of
materials on his property. No disposal shall be done on the disposal site before
permission is granted by the Engineer. Disposal of materials off the site as provided
above shall be made in a neat and uniform manner to the satisfaction of the Engineer.

Add Subsection 102.2.10 Disposal Areas, to read as follows:

102.2.10 Disposal Areas

Unless otherwise directed by the Engineer, unsuitable and excess excavated materials,
shall be transported and disposed at the approved disposal areas by the Engineer.

The Engineer will designate disposal areas. All surplus materials from the excavation
shall be dispose at the designated disposal areas by the Engineer.

The Contractor may propose other disposal areas for approval of the Engineer in
accordance with his proposed hauling diagram prepared based on as-staked survey
results or the Engineer may designate other disposal areas.

The Contractor shall conduct topographic survey for all disposal areas and plan/design
disposal embankment including drainage if required so for approval of the Engineer.

The disposal area shall be required clearing and grubbing, fill layer by layer about 20
cm by equipment, compacting to the minimum ninety percent of the maximum density.
Fill slopes shall be compacted by bulldozer or other appropriate equipment. Fill slopes
shall be covered by the top soils stocked from the clearing and grubbing and
compacted.

102.3 Method of Measurement

At the end paragraph of this Subsection, add the following:

The removal of top soil shall be classified into 1) suitable for bedding of glassing, tree
planting, hydroseeding, Coconet peat or other Works and unsuitable excavation. In the
case of the former, the payment includes hauling, stockpiling for re-use (no hauling
cost) shall be paid. In the case of the latter, these are disposed and paid as unsuitable
excavation and hauling in accordance with Item 107.

DPWH J1-12
Technical Specification for the Davao City Part J1
Bypass Construction Project, Package I-2, Sta. 0+000 to Sta. 12+800 Davao-Bukidnon Underpass

Provision and maintenance of access roads, detour roads, temporary bridges and
drainages and crane ways to construction site shall not be measured and paid for
separately and shall be deemed to be included in the related pay items prescribed in
these specifications.

102.4 Basis of Payment

Payment shall be made under:

Pay Item Unit of


Description
Number Measurement
102 (2) Surplus Common Excavation Cubic Meter

ITEM 103 - STRUCTURE EXCAVATION

103.1 Description

At the end paragraph of this Subsection, add the following:

Structure excavation shall also include the furnishing and placing of approved
foundation fill materials to replace unsuitable materials encountered below the
foundation elevations of the structures.

For purpose of classification of structure excavation as basis for measurement and


payment, structure excavation shall be measured and paid differently from other
structure excavations.

Structure excavation for cut and cover tunnel starts after the temporary shoring,
cribbing and cofferdam construction is completed. The final excavation and trimming
shall be done manually to conform to the level and lines indicated in the Plans or
approved by the Engineer. The bottom of the excavation works shall be free from
irregular mounds or any foreign materials.

The work shall consist of excavation in earth or rock within the limits of the work as
specified or shown on the Plans, backfilling and embankment of these structures with
suitable material. The work shall also include disposal of surplus materials, all
necessary draining, pumping (dewatering), bailing, sheeting, shoring, the construction
of cribs and cofferdams and their subsequent removal, and the removal of existing
structures or parts thereof which obstruct or encroach upon the structural excavation.

Excavation for structures shall not be classified for measurement and payment as
“Structure Excavation Above Ordinary Water Level (OWL)” and “Structure
Excavation Below Ordinary Water Level” as the case may be.

The water elevations shown on the Plans are approximate only and any variation in
elevation found during construction shall not be used as a basis for extra compensation
for this Item.

It shall also include the furnishing and placing of approved foundation fill materials
to replace unsuitable materials encountered below the foundation elevation of
structures.

DPWH J1-13
Technical Specification for the Davao City Part J1
Bypass Construction Project, Package I-2, Sta. 0+000 to Sta. 12+800 Davao-Bukidnon Underpass

103.2 Construction Requirements

103.2.1 Clearing and Grubbing

Prior to starting excavation operations in any area, all necessary clearing and grubbing
in that area shall have been performed in accordance with Item 100, Clearing and
Grubbing.

103.2.2 Excavation

At the end of the 1st paragraph of this Subsection, add the following:

Any excavation carried beyond the limits shown or described on the Plans or
Specifications or beyond the dimension resulting from adjustments made by the
Engineer shall be backfilled with materials acceptable and as directed by the Engineer.

Structure Excavation will be classified as “Common Excavation” and “Rock


Excavation”. Rock Excavation shall consist of hard material in masses (including
individual rock boulders exceeding 1.0 m³ in volume) which in the opinion of the
Engineer cannot be excavated without blasting and all materials that, in the opinion of
the Engineer, require blasting, or the use of hydraulic breaker mounted to hydraulic
excavator of at least 120 Kw, or the use of compressed air drilling for their removal,
and that cannot be extracted by ripping with a tractor of at least 200 Kw with a single,
rear-mounted, heavy-duty ripper.

103.2.3 Utilization of Excavated Materials

All excavated materials, so far as suitable, shall be utilized as backfill or embankment.


The surplus materials shall be disposed off in such manner as not to obstruct the
stream or otherwise impair the efficiency or appearance of the structure. No excavated
materials shall be deposited at any time so as to endanger the partly finished structure

103.2.4 Cofferdams

At the end paragraph of this Subsection, add the following:

The Contractor shall submit Plans required to show in detail the design, procedure and
method of construction of the temporary facilities as means of support or protection to
enhance or facilitate excavation under critical situations as when the presence of water
or other natural phenomenon threaten the stability of the permanent structures to be
constructed therein.

103.2.5 Preservation of Channel

Unless otherwise permitted, no excavation shall be made outside of caissons, cribs,


cofferdams, or sheet piling, and the natural stream bed adjacent to structure shall not
be disturbed without permission from the Engineer. If any excavation or dredging is
made at the side of the structure before caissons, cribs, or cofferdams are sunk in place,
the Contractor shall, after the foundation base is in place, backfill all such excavations
to the original ground surface or stream bed with material satisfactory to the Engineer.

103.2.6 Backfill and Embankment for Structures Other than Pipe Culverts

Excavated areas around structures shall be backfilled with free draining granular
material approved by the Engineer and placed in horizontal layers not over 150 mm in

DPWH J1-14
Technical Specification for the Davao City Part J1
Bypass Construction Project, Package I-2, Sta. 0+000 to Sta. 12+800 Davao-Bukidnon Underpass

thickness, to the level of the original ground surface. Each layer shall be moistened or
dried as required and thoroughly compacted with mechanical tampers.

In placing backfills or embankment, the material shall be placed simultaneously in so


far as possible to approximately the same elevation on both sides of an abutment, pier,
or wall. If conditions require placing backfill or embankment appreciably higher on
one side than on the opposite side, the additional material on the higher side shall not
be placed until the masonry has been in place for 14 days, or until tests made by the
laboratory under the supervision of the Engineer establishes that the masonry has
attained sufficient strength to withstand any pressure created by the methods used and
materials placed without damage or strain beyond a safe factor.

Backfill or embankment shall not be placed behind the walls of concrete culverts or
abutments or rigid frame structures until the top slab is placed and cured. Backfill and
embankment behind abutments held at the top by the superstructure, and behind the
sidewalls of culverts, shall be carried up simultaneously behind opposite abutments or
sidewalls.

All embankments adjacent to structures shall be constructed in horizontal layers and


compacted as prescribed in Subsection 104.3.3 except that mechanical tampers may be
used for the required compaction. Special care shall be taken to prevent any wedging
action against the structure, and slopes bounding or within the areas to be filled shall
be benched or serrated to prevent wedge action. The placing of embankment and
the benching of slopes shall continue in such a manner that at all times there will be
horizontal berm of thoroughly compacted material for a distance at least equal to the
height of the abutment or wall to be backfilled against except insofar as undisturbed
material obtrudes upon the area.

Broken rock or coarse sand and gravel shall be provided for a drainage filter at
weepholes as shown on the Plans.

All structural backfill and embankment materials shall consist of material free from
organic material or other unsuitable material as determined by the Engineer and as
shown on Plans.

Structural backfill and embankment Gradation:

Sieve Size Percent Passing


(ASTM E11)
75 mm (3”) 100
9.5 mm (3/8”) 55-100
4.75 mm (No.4) 35-85
0.60 mm (No.30) 20-50
0.075 mm (No.200) 0-15

The Engineer may instruct other graduation from the roadway or structural excavation
of which PI is less than 12 or other appropriate PIs.

103.2.7 Bedding, Backfill, and Embankment for Pipe Culverts

Bedding, Backfill and Embankment for pipe culverts shall be done in accordance with
Item 500, Pipe Culverts and Storm Drains.

DPWH J1-15
Technical Specification for the Davao City Part J1
Bypass Construction Project, Package I-2, Sta. 0+000 to Sta. 12+800 Davao-Bukidnon Underpass

103.2.8 Disposal Areas

It shall conform to all the applicable requirements of the above Subsection 102.2.10
Disposal Areas.

103.3 Method of Measurement

103.3.1 Structure Excavation

For Tunnel excavation, the volume of excavation in cubic meter measured in original
position of material acceptably excavated in conformity with the Plans or as directed
by the Engineer in excess of the excavated materials that will be used for backfill or
embankment, and will be treated for disposal shall be paid under Item 102. Backfill
and embankment measured under this Subsection shall be paid under Item 104.

Material from excavation per Item 102 which is used for embankment and accepted by
the Engineer will be paid under embankment and such payment will be deemed to
include the cost of excavating, hauling, stockpiling, and all other costs incidental to
the work

Where in the opinion of the Engineer, the existing material is unsound and unsuitable,
the material shall be disposed and replaced with approved material. The replacement
shall be paid in the rate of Item 104(1).b Embankment (Borrow Materials). Thus, the
Contractor shall include such replacement cost to his price for this Item. The quantity
to be paid for of material forming a channel plug shall be the number of cubic meters
placed and accepted in the completed work.

103.3.2 Not Used

103.3.3 Foundation Fill

At the end of the paragraph of this Subsection, add the following:

If shown in the Plans as “Foundation Fill”, including bridges, box-culverts, buildings,


tunnel and other than Pipe Culvert, such materials equivalent to these specified in Item
200-Aggregate Subbase Course, shall be measured for payment under this Section for
payment.

103.3.4 Shoring, Cribbing and Related Work

At the end of the paragraph of this Subsection, add the following:

The shoring and cribbing and cofferdam for the river bridge construction shall be
measured for payment at “lump sum” as provided in the BOQ.

At the end of both Subsections 103.3.1 and 103.3.2, add the following:

Excavation for structures and bridge construction will be classified as “Common


Excavation” and “Rock (Hard Rock) Excavation” as indicated in the Bill of Quantities
and hereunder described:

1. Common Excavation shall consist of all excavation other than rock excavation.
Soft Rock Excavation, which will not be classified into the following rock
excavation, shall be included into the above common excavation.

DPWH J1-16
Technical Specification for the Davao City Part J1
Bypass Construction Project, Package I-2, Sta. 0+000 to Sta. 12+800 Davao-Bukidnon Underpass

2. Rock (Hard Rock) Excavation shall consist of hard material in masses (including
individual rock boulders exceeding 1.0 m³ in volume) which in the opinion of the
Engineer cannot be excavated without blasting and all materials that, in the
opinion of the Engineer, require blasting, or the use of hydraulic breaker mounted
to hydraulic excavator of at least 120 Kw, or the use of compressed air drilling
for their removal, and that cannot be extracted by ripping with a tractor of at least
200 Kw with a single, rear-mounted, heavy-duty ripper.

Where a portion of excavation contains 50% or more by volume of boulders of this


order, such portion shall be considered as rock excavation throughout.

The classification of earthwork material shall be subject to the approval of the


Engineer.

Refer to specification of PART C, DPWH Standard Specifications for Highways,


Bridges and Airports (Volume II)

103.3.5 Basis of Payment

At the end of the 1st paragraph of this Subsection, add the following:

Payment shall be made under;

Pay Item Unit of


Description
Number Measurement
103 (3) Foundation Fill Cubic Meter
103 (5)a Shoring, Cribbing and Related Works, Lump Sum
103(6)a Pipe Culvert and Drain Excavation, Common Cubic Meter
Soil

ITEM 200 AGGREGATE SUBBASE COURSE

200.2 Material Requirements

At the end paragraph of this Subsection, add the following:

If fillers, in addition to that naturally present in the aggregate subbase materials, are
necessary for meeting the grading requirements and/or for satisfactory bonding of
material, it shall be uniformly blended with the subbase course materials at the stock
yards. The materials for such purpose shall be obtained from sources that can supply
materials passing the specification requirements. It shall be free from hard lumps and
shall not contain more than 15 % of material retained on the No. 4 sieve.

If there is a need for additional bonding, additional fillers shall be required and shall
be blended with the subbase material at the stock yards. The blending material shall be
spread in a uniform manner over the loosely spread subbase layer in quantities
specified by the Engineer. The material shall meet the grading and quality
requirements in all respect.

After each layer of subbase course material has been placed and blending material
added, when required, it shall be thoroughly mixed to the full depth of the required
layer by scarifying and blading. When and if directed by the Engineer, the materials
shall be watered to prevent segregation of particle sizes and to obtain the moisture

DPWH J1-17
Technical Specification for the Davao City Part J1
Bypass Construction Project, Package I-2, Sta. 0+000 to Sta. 12+800 Davao-Bukidnon Underpass

content required for compaction. When uniformly mixed, the mixture shall be spread
smoothly to the cross-section shown on the Plans.

200.3.3 Construction Requirements

Modify the 2nd paragraph of this Subsection, to read as follows:

Replace the thickness of 150 mm with 200 mm when spreading and compacting using
a base paver (heavy duty asphalt finisher).

At the end paragraph of this Subsection, add the following:

Base paver, heavy duty asphalt finisher, preferably for full width (2-lanes) shall be
used in principle for construction of the sub-base construction for the carriageway
PCCP to minimize segregation of materials and secure flatness. Moisture of the
aggregates shall be adjusted at stock yards to obtain the optical density at construction
site. The prime coat shall be applied as soon as after the sub-base construction and its
approval by the Engineer to protect them from the rain and damage during the
construction.

200.4 Method of Measurements

At the end paragraph of this Subsection, add the following:

When filler for blending is required, no separate pay item shall be considered. Any
work necessary to provide a subbase material conforming to the specified gradation
and quality is considered as incidental work to the Aggregate Subbase Items.

200.5 Basis of Payment

Modify pay item to read as follows:

Payment shall be made under:

Pay Item Unit of


Description
Number Measurement
200(1) Aggregate Subbase Course Cubic Meter

ITEM 311 - PORTLAND CEMENT CONCRETE PAVEMENT

311.3 Construction Requirements

311.3.2 Equipment

After the 1st paragraph of this Subsection, add the following;

The Contractor shall establish his own batching plant (concrete mixing plant) at the
project site The Contractor shall submit concrete and mortal production plan, schedule,
capacity and specifications of the plant for prior approval of the Engineer. This plant is
subject to calibration test of the DPWH for accreditation.

The Contractor may use concrete produced by local suppliers for the concrete to be
used for construction of access road, the Engineer’s offices and temporary facilities,

DPWH J1-18
Technical Specification for the Davao City Part J1
Bypass Construction Project, Package I-2, Sta. 0+000 to Sta. 12+800 Davao-Bukidnon Underpass

base camp, plant setting, etc.) which will be required before mobilization of his own
plant and equipment.

311.3.2.3 Paving and Finishing Equipment

At the end paragraph of this Subsection, add the following;

The Contractor shall use “Slip Form Paver” for spreading and compaction of the
carriageway PCCP construction. The Contractor shall submit method statement,
schedule, capacity and specifications of the slip form paver for prior approval of the
Engineer.

The Contractor may not be necessary to use “Slip Form Paver” for spreading and
compaction of the shoulder PCCP construction if approved so by the Engineer.

311.3.3.8 Limitation of Mixing

Between the 2nd and the 3rd paragraphs, insert the following;

Controlling temperature in specified limit, the Contractor shall provide shade for stock
piling of aggregates for immediate use. The Contractor shall also cool down water to
be used for mixing concrete by ice-blocks or other appropriate methods approved by
the Engineer. The Contractor shall provide own ice-block production facility or
contact with local ice-block producer for supply of sufficient amount and shall submit
it to the Engineer for consent.

311.3.12.3 Traverse Contraction Joints/Weakened Joint and 311.3.12.5 Load Transfer


Devise

At the beginning of Subsections 311.3.12.3 and 311.3.12.5, insert the following;

Though application of the above DOs (use of dowel bars) has been currently
suspended by DO 137, December 1st, 2014, since the dowel bars contribute to
extending the pavement life (durability) more than double than that without dowel
bars, especially the pavement used by many heavy vehicles like Davao City Bypass,
dowel bars for 4.5m traverse construction joints/wreaked joints shall be installed for
the carriageway pavement, including cut and cover tunnel sections pavement, in
accordance with DO No.40 April 15, 2014.

Either manual installation on steel baskets or use of a mechanical dowel bar inserter
without steel baskets is acceptable. The Contractor shall submit method statement and
dowel bar sizes and spaces in accordance with the Plans.

Dowel bars will be omitted for Traverse Contraction Joints/Weakened Joints of


shoulder PCCP construction.

311.4 Method of Measurement

At the end paragraph of this Subsection, add the following:

No separate measurements shall be made for dowel bars and other reinforcement
installed at joint but deemed to inclusive to the contract unit price of PCCP in the
BOQ.

DPWH J1-19
Technical Specification for the Davao City Part J1
Bypass Construction Project, Package I-2, Sta. 0+000 to Sta. 12+800 Davao-Bukidnon Underpass

In case that installation of steel bars or wire mesh is ordered by the Engineer to place
at the narrow pieces of PCCP like at intersections, etc. to avoid cracking, such
reinforcement shall not be measured separately for payment but deemed to be included
to the contract unit price of PCCP in the BOQ.

311.5 Basis of Payment

Modify the last paragraph of this Subsection, to read as follows:


Payment shall be made under:

Pay Item Unit of


Description
Number Measurement
Portland Cement Concrete Pavement
311(1)c1 Square Meter
(Unreinforced) 0.23m thick
311 (1) f1 Portland Cement Concrete Pavement
(Unreinforced) 0.30 m thick Square Meter

ITEM 401 - RAILINGS

401.2 Material Requirements

401.2.1 Steel

Modify the paragraph of this Subsection, to read as follows:

Concrete for cast-in-place and precast railings shall be Class “AA” in accordance with
Item 405, Structural Concrete.

401.2.2 Reinforcing Steel

Modify the paragraph of this Subsection, to read as follows:

Reinforcing Steel shall conform to the requirements of Item 404, Reinforcing Steel.

401.3 Construction Requirements

401.3.3 Concrete Railing

Insert the following paragraph before Subsection 401.3.3(1):

Concrete railings shall be cast-in-place or precast barriers constructed in conformity to


the lines, grades and dimensions shown on the Plans. Concrete barriers shall either be
permanent (outer side railing and transition barriers), relocatable (for sides provided
for future expansion) or movable jersey type barriers in accordance with the station
limits shown on the Plans and/or schedule.

401.4 Method of Measurement

As stated below.

401.5 Basis of Payment

Modify the last paragraph of this Subsection, to read as follows:

DPWH J1-20
Technical Specification for the Davao City Part J1
Bypass Construction Project, Package I-2, Sta. 0+000 to Sta. 12+800 Davao-Bukidnon Underpass

Payment shall be made under:

Pay Item Unit of


Description
Number Measurement
401(2)a Concrete Railing, Standard Meter

ITEM 404 - REINFORCING STEEL

404.2 Material Requirements

Reinforcing steel shall be Grade 60, irrespective of diameters.

404.3 Construction Requirements

404.3.4 Placing and Fastening

At the end of the 1st paragraph of this subsection, add the following:

Splices shall not be paid and its cost shall be considered as part of the contract unit
price for reinforcing steel.

At the end of this Subsection, add the following:

Reinforcement shall be firmly and securely held in position by tying at intersections


with No.16-gauge soft iron wire with the ends of the wire turned into the main body of
the concrete.

404.3.5 Splicing

At the end of this Subsection, add the following:

The use of mechanical coupler as a splice alternative shall be considered for approval
by the Engineer.

After Subsection 404.3.6, add the following:

404.3.7 Welding

Welding shall be done by the manual shielded metal-arc process. Low Hydrogen
electrodes conforming to the requirements of AWSA 5.1 for E7016 or E7018
electrodes shall be used.

Before any electrodes are used, the Contractor, at the Contractor’s expense, shall
furnish certified copies of test reports for all the pertinent tests specified in AWS A5.1
made on electrodes of the same class, brand and nearest specified size as the electrode
used. The tests may have been made for process qualification or quality control, and
shall have been made within one year prior to manufacture of the electrodes and fluxes
to be used. The report shall include the manufacturer’s certification that the process
and material requirements were the same for manufacturing the tested electrodes to be
used. The forms and certificates shall be as directed by the Employer’s Representative.

Electrodes shall be purchased in hermetically sealed containers or dried for 2 hours


and 230oC to 260oC before use. Immediately after removal from hermetically sealed
containers or from frying ovens, the electrodes shall be stored in ovens held at a
temperature of at least 120oC. Electrodes not used within 4 hours after removal from

DPWH J1-21
Technical Specification for the Davao City Part J1
Bypass Construction Project, Package I-2, Sta. 0+000 to Sta. 12+800 Davao-Bukidnon Underpass

hermetically sealed containers or the drying or storage ovens shall be re-dried before
use.

Completed welded splices shall develop a minimum tensile strength, based on the
nominal bar area, of 430 Mpa for ASTM Designation: A615 and A615M, Grade 300
bars. Prior to use in the work, welded splices shall be qualified by tests made on
sample splices.

Reinforcing bars shall be preheated for a distance of not less than 150mm on each side
of the joint prior to welding.

For all welding of ASTM Designation: A615 and A615M, Grade 300, the
requirements of Table 5.2, “Minimum Preheat and Interpass Temperatures.” of AWS
D1.4 are superseded by the following:

The minimum preheat and interpass temperatures shall be 200oC for Grade 300 bars.
Immediately after completing the welding, at least 150 mm of the bar each side of the
splice shall be covered by an insulated wrapping to control the rate of cooling. The
insulated wrapping shall remain in place until the bar has cooled below 90oC.

In the event that any of the specified preheat, interpass and post weld cooling
temperatures are not met, all weld and heat affected zone metal shall be removed and
the splice rewelded.

a) Qualification of Welding Splicing

Procedures to be used in making splices in reinforcing bars and welders employed to


make splices in reinforcing bars shall be qualified by tests performed by the Contractor
on sample splices of the type to be used, before making splices to be used in the work.
Each welder qualifications test shall consist of 2 sample splices.

Completed sample splices shall be at least one meter long with the splice at mid-
length. The sample splices shall be made and tested by the Contractor in the presence
of the Engineer or the Employer’s Representative’s authorized representative. When
samples are tested by a commercial agency, the test shall be witnessed by the Engineer
or the Employer’s Representative’s authorized representative. A copy of the test
results shall be furnished to the Engineer.

b) Non-destructive Splice Tests

Radiographic examinations shall be performed by the Contractor on at least 25percent


of all full penetration welded splices in accordance with the requirements of AWSD1.4
and these specifications. For each weld found to be defective, one additional splice, as
selected by the Engineer, shall be examined radio graphically by the Contractor.

404.4 Method of Measurement

At the end of the paragraph of this Subsection, add the following:

“Whenever any other alternative or option is shown or noted on the plans, or permitted
by these specifications, the quantities of bar reinforcing steel and welded wire fabric
will be computed on the basis of dimensions, and type of reinforcement shown on the
plans and no change in the quantities to be paid for will be made because of the use by
the Contractor of the alternative or options.”

DPWH J1-22
Technical Specification for the Davao City Part J1
Bypass Construction Project, Package I-2, Sta. 0+000 to Sta. 12+800 Davao-Bukidnon Underpass

The weight of plain or deformed bars or bar-mat information to AASHTO


Specifications will be computed from the theoretical weight of plain round bars of the
same nominal size as shown on the following table:

Size (mm) Unit Weight (kg/m)


10 0.616
12 0.888
16 1.579
20 2.466
25 3.854
28 4.833
32 6.313
36 7.991

For any structure or element of any structure defined in these Specifications as being
paid for either in per unit (each), in per square meter, or in per linear meter measure,
no additional separate payment shall be made under Item 404: “Reinforcing Steel”, as
they are deemed to be included in the unit pay items of the structures.

404.5 Basis of Payment

Modify the last paragraph of this Subsection, to read as follows:

Payment shall be made under:

Pay Item Unit of


Description
Number Measurement
404(1)b Reinforcing Steel Bars, Grade 60 Kilogram

ITEM 405 - STRUCTURAL CONCRETE

405.1.2 Classes and Uses of Concrete

Modify the paragraph of this Subsection, to read as follows:

Five classes of concrete are provided for in this Item. Each class shall be used in that
part of the structure as called for on the plans.

The classes of concrete will generally be used as follows:

1) Class A - For reinforced concrete box culverts, headwalls, wingwalls, drainage


manholes, catch basins, lined ditches and where shown on the plans.

f’c = 27.58 MPa– 28 days – box culvert

405.2 Material Requirements

405.2.1 Portland Cement

Modify the paragraph of this Subsection, to read as follows:

DPWH J1-23
Technical Specification for the Davao City Part J1
Bypass Construction Project, Package I-2, Sta. 0+000 to Sta. 12+800 Davao-Bukidnon Underpass

All cement to be used for Item 405, Structural Concrete shall be Portland Cement,
Type I in accordance with AASHTO M85.

405.2.3 Coarse Aggregates

Modify the Table 405(1), to read as follows:

Table 405(1) - Grading Requirements for Coarse Aggregate

Standard Alternate US Class A Class A Lean


Class B Class C Class P
(mm) Standard (20.68Mpa) (27.58Mpa) Concrete
63 2 ½”
50 2”
37.5 1 ½” 100 100
25 1 100 100 95-100 100 95-100
19 ¾” 90-100 90-100 - 90-100 -
12.5 ½” 25-60 100 25-60
9.5 3/8” 20-55 20-55 - 40-70 20-55 -
4.75 No. 4 0-10 0-10 0-5 0-15 0-10 0-5

405.4 Production Requirements

405.4.1 Proportioning and Strength of Structural Concrete

Modify Table 405(2) to read as follows:

Table 405(2) - Composition and Strength of Concrete for Use of Structures

Class of Minimum Maximum Consistency Designated Size Minimum


Concrete Cement Water/Cement Range in of Coarse Compressive
Content Ratio Slump Aggregate Strength of
Square Opening 150x300mm
Std. Concrete Cylinder
Specimen at 28 days
kg/m3 kg/kg mm mm N/mm2
A 280 0.53 50-100 20 27.58
A 360 0.49 50-100 20 27.58
B 320 0.58 50-100 40 20.68
C 380 0.49 50-100 15 20.68
P 480 0.41 50-100 20 41.37
Lean 240 0.62 120-200 50 16.5
Concrete

Add the following under Subsection 405.4:

405.4.5 Protection of Concrete from Environmental Conditions

1) General

Precaution shall be taken as needed to protect concrete from damage due to weather
or other environmental conditions during placing and curing operations. Concrete
that has been damaged by weather conditions shall be either repaired to an acceptable
condition or removed and replaced.

2) Rain Protection

DPWH J1-24
Technical Specification for the Davao City Part J1
Bypass Construction Project, Package I-2, Sta. 0+000 to Sta. 12+800 Davao-Bukidnon Underpass

Under conditions of rain, the placing of concrete shall not commence or shall be
stopped unless adequate protection is provided to prevent damage to the surface
mortar or damaging flow or washing of the concrete surface.

3) Hot Weather Protection

When the ambient temperature is above 32ºC, the forms, reinforcing steel, steel beam
flanges, and other surfaces which will come in contact with the mix shall be cooled to
below 32ºC, by means of a water spray or other approved methods.

The temperature of the concrete at the time of placement shall be maintained within
the specified temperature range by any combination of the following:

- Shading the materials areas or the production equipment.

- Cooling the aggregates by sprinkling with water, which conform to the


requirements.

- Cooling the aggregates or water by refrigeration or replacing a portion or all the


mix water with ice that is flakes or crushed to the extent that the ice will
completely melt during mixing of the concrete.

- Liquid nitrogen injection

405.5 Method of Measurement

At the end paragraph of this Subsection, add the following:

Falseworks and formworks shall not be measured separately, but are deemed to be
included in the quantification for structural concrete.

405.6 Basis of Payment

Payment shall be made under:

Pay Item Unit of


Description
Number Measurement
Structural Concrete, Class A, 27.58 MPa, 28
405(1)b3 Cubic meter
days

ITEM 407 - CONCRETE STRUCTURES

407.1 Description

This Item shall consist of the general description of the materials, equipment,
workmanship, and construction requirements of concrete structure works conforming
to the design, dimensions and details shown on the Plans.

407.2 Material Requirements

It shall conform to all the applicable requirements of Item 407, Concrete Structures
under Subsection 407.2. Material Requirements, DPWH Standard Specifications for
Highways, Bridges and Airports (Volume II).

DPWH J1-25
Technical Specification for the Davao City Part J1
Bypass Construction Project, Package I-2, Sta. 0+000 to Sta. 12+800 Davao-Bukidnon Underpass

407.3 Construction Requirements

407.3.1 Handling and Placing Concrete: General

At the end paragraph of this Subsection, add the following:

Prior to concreting works, it is necessary for the Contractor and the Engineer to
closely work together to check all related elevations, installation of reinforcements and
the stability of formworks and falsework to avoid unusual problems during and after
the execution of work. Proper scheme during concrete placing shall be properly
defined on the Plans and working platform must be provided as necessary. In the
concreting scheme, the manpower, materials, and equipment set up will be properly
indicated on the Plans in order to maximize the working efficiency at the same time
maintaining the safe working environment.

407.3.2 Compaction of Concrete

It shall conform to all the applicable requirements of Item 407, Concrete Structures
under Subsection 407.3.2, Compaction of Concrete, DPWH Standard Specifications
for Highways, Bridges and Airports (Volume II).

407.3.3 Casting Sections and Construction Joints

It shall conform to all the applicable requirements of Item 407, Concrete Structures
under Subsection 407.3.3, Casting Sections and Construction Joints, DPWH Standard
Specifications for Highways, Bridges and Airports (Volume II).

407.3.4 Not Used

407.3.5 Casting Columns, Slabs and Girders

It shall conform to all the applicable requirements of Item 407, Concrete Structures
under Subsection 407.3.5, Casting Columns, Slabs and Girders, DPWH Standard
Specifications for Highways, Bridges and Airports (Volume II).

407.3.6 Construction Joints

It shall conform to all the applicable requirements of Item 407, Concrete Structures
under Subsection 407.3.6, Construction Joints, DPWH Standard Specifications for
Highways, Bridges and Airports (Volume II).

407.3.7 Concrete Surface Finishing

It shall conform to all the applicable requirements of Item 407, Concrete Structures
under Subsection 407.3.7, Concrete Surface Finishing, DPWH Standard Specifications
for Highways, Bridges and Airports (Volume II).

407.3.8 Curing Concrete

It shall conform to all the applicable requirements of Item 407, Concrete Structures
under Subsection 407.3.8, Curing Concrete, DPWH Standard Specifications for
Highways, Bridges and Airports (Volume II).

DPWH J1-26
Technical Specification for the Davao City Part J1
Bypass Construction Project, Package I-2, Sta. 0+000 to Sta. 12+800 Davao-Bukidnon Underpass

407.3.9 Falsework Design and Drawings

It shall conform to all the applicable requirements of Item 407, Concrete Structures
under Subsection 407.3.9 Falsework Design and Drawings, DPWH Standard
Specifications for Highways, Bridges and Airports (Volume II).

407.3.10 Falsework Construction

The following paragraphs shall be supplemented to read as follow:

Falsework which includes formworks and scaffoldings shall be designed correctly by


the Contractor according to his construction methodology and his falsework Plans
shall be submitted to the Engineer for review and approval. Falsework shall be so
designed in order to carry the maximum loads imposed on it and in order to prevent
deformation, deflections and deviations due to loads and vibrations during concrete
placing. No falsework construction shall start until the Engineer has reviewed and
approved the design.

Inner forms surface shall be coated with quality form oil prior to placing of concreting
and must be mortar tight with sufficient strength and rigidity in order to maintain its
shape according to Plans after concreting work. Forms to be utilized must have a
smooth surface in order to attain a true concrete surface finished product.

407.4 Method of Measurement

Replace the paragraph of this Subsection, with the following:

The quantity for lean concrete shall constitute the completed and accepted structure
which shall be measured for payment in Cubic meter (m3) as show on the Plans.

407.5 Basis of Payment

The accepted quantity as provided in Section 407.4, Method of Measurement shall be


paid for at the Contract unit price shown in the Bill of Quantities which price and
payment shall be full compensation for furnishing materials, labor, tools, equipment
and other incidentals necessary to complete the particular Pay Item.

Payment shall be made under:

Pay Item Unit of


Description
Number Measurement
407(8) Lean Concrete, Class B, (16.5 MPa) Cubic meter

ITEM 500 – PIPE CULVERTS AND STORM DRAINS

500(3) LINED CANAL

500(3).1 Description

This item shall consist of the construction of lined canal made of reinforced concrete
or stone masonry at creeks or waterways, in accordance with this Specification and in
conformity with the lines and grades shown on the Plans.

DPWH J1-27
Technical Specification for the Davao City Part J1
Bypass Construction Project, Package I-2, Sta. 0+000 to Sta. 12+800 Davao-Bukidnon Underpass

500(3).2 Material Requirements

500(3).2.1 Portland Cement

It shall conform to all the applicable requirements of ASTM C150, Standard


Specification for Portland Cement.

500(3).2.2 Fine Aggregate

It shall conform to all the applicable requirements of Subsection 311.2.2 405, Fine
Aggregate, DPWH Standard Specifications for Highways, Bridges and Airports
(Volume II).

500(3).2.3 Coarse Aggregate

It shall conform all the applicable requirements of Subsection 405.1, Grading


Requirements for Coarse Aggregate, DPWH Standard Specifications for Highways,
Bridges and Airports (Volume II).

500(3).2.4 Water

It shall conform to the applicable requirements of Subsection 311.2.4, Item 714,


Water, DPWH Standard Specifications for Highways, Bridges and Airports (Volume
II).

500(3).2.5 Reinforced Steel

It shall conform to the applicable requirements of Item 404, Reinforcing Steel, DPWH
Standard Specifications for Highways, Bridges and Airports (Volume II).

500(3).2.6 Curing Materials

Curing materials shall conform to the applicable requirements of Subsection 311.2.9,


Curing Materials.

500(3).2.7 Stone

It shall conform to the applicable requirements of Subsection 506.2.1, Stone, DPWH


Standard Specifications for Highways, Bridges and Airports (Volume II).

500(3).2.8 Mortar

It shall conform to the applicable requirements of Subsection 506.2.2, Mortar, DPWH


Standard Specifications for Highways, Bridges and Airports (Volume II).

500(3).2.9 Bedding

Gravel bedding materials shall conform to the applicable requirements of Item 516,
Wet Stone Masonry (Cobble Stone) under Subsection 516.2.4, Gravel Bedding and
Filling, DPWH Standard Specifications for Highways, Bridges and Airports
(Volume II).

500(3).2.10 Weepholes

If necessary, provide weepholes as shown in the Plans.

DPWH J1-28
Technical Specification for the Davao City Part J1
Bypass Construction Project, Package I-2, Sta. 0+000 to Sta. 12+800 Davao-Bukidnon Underpass

500(3).2.11 Storage of Cement and Aggregates

It shall conform to the requirements of Subsection 311.2.11, Storage of Cement


and Aggregates, DPWH Standard Specifications for Highways, Bridges and
Airports (Volume II).

500(3).2.12 Proportioning and Strength of Concrete

It shall conform to the applicable requirements of Subsection 405.4.1, Proportioning,


and Strength of Concrete, DPWH Standard Specifications for Highways, Bridges and
Airports (Volume II)

500(3).2.13 Sampling and Testing

It shall conform to the applicable requirements of Subsection 405.3, Sampling and


Testing of Structural Concrete, DPWH Standard Specifications for Highways, Bridges
and Airports (Volume II)

500(3).3 Construction Requirements

500(3).3.1 Trimming Foundation for Canal Lining

Trimming work consist of excavating and removing earth materials bounded by the
exposed upper and underside surfaces of canal for concrete lining.

The Contractor must exercise extra care in order that trimming work will not extend
beyond the net lines of the underside of canal lining. Over excavation or trimming
work will not be permitted unless otherwise directed by the Engineer where the
foundation materials has been disturbed or loosened before trimming operations.

In such case, the foundation materials shall be compacted or removed and replaced
with selected materials as directed by the Engineer. Selected materials placed on side
slopes shall be placed in layers that run parallel to the foundation surfaces or in
horizontal layers.

Selected materials shall conform to the applicable requirements of ASTM D4318,


Standard Test Methods for Liquid Limit, Plastic Limit, and Plasticity Index of Soil.

Selected materials compacted shall be moisture conditioned for proper compaction


and compacted to not less than ninety percent (90%) of the maximum dry density.

500(3).3.2 Trenches Excavation

Trenches shall be excavated in accordance with the requirement of Item 103, Structure
Excavation. The completed trench wall and trench bottom shall be firm for its full
length and width as required and specified in the Plans.

500(3).3.3 Formwork Construction

It shall conform to the applicable requirements of Item 407 Concrete Structure under
Subsection 407.3.13 Formwork Construction, DPWH Standard Specifications for
Highways, Bridges and Airports (Volume II).

500(3).3.5 Structure Foundation

DPWH J1-29
Technical Specification for the Davao City Part J1
Bypass Construction Project, Package I-2, Sta. 0+000 to Sta. 12+800 Davao-Bukidnon Underpass

A. Gravel bedding

Gravel bedding shall be placed at the prepared bed as shown in the Plan.

B. Lean Concrete

Lean Concrete Class B (16.5Mpa) shall be placed after gravel bedding as shown in the
Plan.

500(3).3.5 Furnishing, Cutting, Bending and Placing of Reinforcing Steel

It shall conform to the applicable requirements of Item 404, Reinforcing Steel under
Subsection 404.3, Construction requirements, DPWH Standard Specifications for
Highways, Bridges and Airports (Volume II).

500(3).3.6 Batching Concrete

It shall conform to the applicable requirements of Subsection 405.4.3 Batching,


DPWH Standard Specifications for Highways, Bridges and Airports (Volume II).

500(3).3.7 Mixing and Delivery of Concrete

It shall conform to the applicable requirements of Subsection 405.4.4 Mixing and


Delivery.

500(3).3.8 Handling and Placing Concrete: General

It shall conform to the applicable requirements of Item 407, Concrete Structures under
Subsection 407.3.1 Handling and Placing Concrete: General, DPWH Standard
Specifications for Highways, Bridges and Airports (Volume II).

500(3).3.9 Selection and Placing of Stone

It shall conform to the applicable requirements of Subsection 506.3.1 Selection and


Placing, DPWH Standard Specifications for Highways, Bridges and Airports
(Volume II).

500(3).3.10 Curing

It shall conform to the applicable requirements of Item 407, Concrete Structures under
Subsection 407.3.8, Curing Concrete, DPWH Standard Specifications for Highways,
Bridges and Airports (Volume II).

500(3).3.11 Removal of Forms

It shall conform to the applicable requirements of Subsection. 407.3.14 Removal of


Forms and Falsework, DPWH Standard Specifications for Highways, Bridges and
Airports (Volume II)

500(3).3.12 Acceptance

The final acceptance of the work will be by inspection in conformance to the


requirements of this construction specification and the accompanying design.

DPWH J1-30
Technical Specification for the Davao City Part J1
Bypass Construction Project, Package I-2, Sta. 0+000 to Sta. 12+800 Davao-Bukidnon Underpass

500(3).4 Method of Measurement

The quantity of lined canal of the different types and sizes, constructed and accepted
will be measured by linear meter in place or in accordance with the Plan.

500(3).5 Basis of Payment

Accepted quantities, measured as described in Section 500(3).4, Method of


Measurement shall be paid for at the Contract Unit Price per linear meter for lined
canal of the types and sizes specified complete in place which price and payment shall
be full compensation for construction including excavation, structure foundation,
reinforcing steel, concrete and stone masonry, use of tools and equipment, labor,
scaffolding, sampling & testing, inspection, storage, transportation and other
incidentals necessary to complete the work.

Payment shall be made under:

Pay Item Unit of


Description
Number Measurement
Lined Canal, Concrete, Rectangular Linear Meter
500(3)b1a
300x300, Class A
Lined Canal, Concrete, Rectangular Linear Meter
500(3)b1c
800x800, Class A

ITEM 503 - DRAINAGE STEEL GRATING WITH FRAME

Refer to specification of Part G, DPWH Standard Specifications for Highways,


Bridges and Airports (Volume II).

503.5 Basis of Payment

Payment shall be made under:

Pay Item Unit of


Description
Number Measurement
503(1) Metal frames and grating Set

ITEM 506 STONE MASONRY

Refer to specification of Part G, DPWH Standard Specifications for Highways,


Bridges and Airports (Volume II).

505.5 Basis of Payment

Modify the last paragraph of this Subsection, to read as follows:

Payment shall be made under:

Pay Item Unit of


Description
Number Measurement

DPWH J1-31
Technical Specification for the Davao City Part J1
Bypass Construction Project, Package I-2, Sta. 0+000 to Sta. 12+800 Davao-Bukidnon Underpass

506(1) Stone Masonry Cubic meter

ITEM 600 - CURB AND GUTTER

Refer to specification of Part H, DPWH Standard Specifications for Highways,


Bridges and Airports (Volume II).

600.5 Basis of Payment

Modify the last paragraph of this Subsection, to read as follows:

Payment shall be made under:

Pay Item Unit of


Description
Number Measurement
600(5) Concrete Curb, Precast Linear meter

ITEM 601 - SIDEWALK

Refer to specification of Part H, DPWH Standard Specifications for Highways,


Bridges and Airports (Volume II).

601.5 Basis of Payment

Modify the last paragraph of this Subsection, to read as follows:

Payment shall be made under:

Pay Item Unit of


Description
Number Measurement
601(1) Sidewalk, 100mm thk Square meter

ITEM 605 ROAD

Refer to specification of Part H, DPWH Standard Specifications for Highways,


Bridges and Airports (Volume II).

605.5 Basis of Payment

Modify the last paragraph of this Subsection, to read as follows

Payment shall be made under:

Pay Item Unit of


Description
Number Measurement
605(1)u2 Warning Signs 600 mm, R4-1(40)B Each
605(2)r2 Regulatory Signs 600 mm, R4-1(40)B Each
605(2)r2 Regulatory Signs 600 mm, R4-1(60)B Each

DPWH J1-32
Technical Specification for the Davao City Part J1
Bypass Construction Project, Package I-2, Sta. 0+000 to Sta. 12+800 Davao-Bukidnon Underpass

Guide or Information Signs, G1-2, 1525 x Each


605(3)a2
2540mm
Guide or Information Signs, G1-3, 1525 x Each
605(3)a3
2540mm
Guide or Information Signs, G1-4, 1525 x Each
605(3)b1 2540mm Guide or Information Signs, G1-
4, 1525 x 2540mm

ITEM 606 - PAVEMENT MARKINGS

Refer to specification of Part H, DPWH Standard Specifications for Highways,


Bridges and Airports (Volume II).

606.5 Basis of Payment

Modify the last paragraph of this Subsection, to read as follows:

Payment shall be made under:

Pay Item Unit of


Description
Number Measurement
Pavement Markings, Premixed, Square Meter
606(1) a1
Reflectorized, White
Pavement Markings, Premixed, Square Meter
606(1)a2
Reflectorized, yellow

DPWH J1-33

You might also like

pFad - Phonifier reborn

Pfad - The Proxy pFad of © 2024 Garber Painting. All rights reserved.

Note: This service is not intended for secure transactions such as banking, social media, email, or purchasing. Use at your own risk. We assume no liability whatsoever for broken pages.


Alternative Proxies:

Alternative Proxy

pFad Proxy

pFad v3 Proxy

pFad v4 Proxy