You are on page 1of 330

Introduction ii

Addendum No. 1

Bidding Documents for Philippine


Secondary National Road
Development Project (SNRDP)

Contract Package CP 3:
San Julian Balangkayan Road
Eastern Samar, Philippines
Km 907+ 907 Km 972+488

8 May 2012
Millennium Challenge Account - Philippines

Table of Contents
Amendment to Section II Bid Data Sheet: Joint Venture Agreement!....................................!3!
Amendment to Section II Bid Data Sheet: Confirmation of Authorization!...........................!4!
Amendment to Section III Evaluation and Qualification Criteria: Average Annual
Turnover!..................................................................................................................................................!5!
Amendment to Section III Evaluation and Qualification Criteria: Specific Construction
Experience in Key Activities!................................................................................................................!6!
Amendment to Section IV Bidding Forms: Letter of Bid!..........................................................!7!
Amendment to Section IV Bidding Forms: Schedules of Adjustment Data Tables!.............!8!
Amendment to Section IV Bidding Forms: Schedules for Adjustment of Data Table A
Footnote!....................................................................................................................................................!9!
Amendment to Section IV Bidding Forms: Arbitration..........................................................!10!
Amendment to Section VI Conditions of Particular Application!..........................................!11!
Amendment to Section VI Conditions of Particular Application: Arbitration!..................!12!
Amendment to Section VII Forms of Agreement, Performance Security and Advance
Payment Guarantee!............................................................................................................................!14!
Amendment to Section VIII Bill of Quantities!..........................................................................!15!
Amendment to Section IX Technical Specifications!.................................................................!43!
Amendment to Section X Drawings!...........................................................................................!311!

ADDENDUM 1 - Bidding Document: Construction of Samar Road Package 3 2


Millennium Challenge Account - Philippines

Amendment to Section II Bid Data Sheet: Joint Venture Agreement

Section II Bid Data Sheet ITB 11.2 of the Bidding Documents issued 11 April 2012 is
amended by replacing:

If a Letter of Intent to execute a JV/Consortium Agreement is initially submitted, then the signed
JV/Consortium Agreement shall be presented by the winning bidder within ten (10) days from
notice by MCA-P that it is the lowest responsive bidder.

with

If a Letter of Intent to execute a JV/Consortium Agreement is initially submitted, then the signed
JV/Consortium Agreement shall be presented by the winning bidder within twenty-eight (28)
days from notice by MCA-P that it is the lowest responsive bidder.

ADDENDUM 1 - Bidding Document: Construction of Samar Road Package 3 3


Millennium Challenge Account - Philippines

Amendment to Section II Bid Data Sheet: Confirmation of Authorization

Section II Bid Data Sheet ITB 20.2 (Confirmation of Authorization) of the Bidding Documents
issued 11 April 2012 is amended by replacing:

The written confirmation of authorization to sign on behalf of the Bidder shall consist of a
confirmation letter from an authorizing individual in the firm naming the person authorized to
sign bids on behalf of the bidder and containing a specimen signature of that person. The
Authorized Representative shall initial all pages of the original of the Bid.

with

The written confirmation of authorization to sign on behalf of the Bidder shall consist of: a
certification from the Corporate Secretary (or equivalent officer) of the Bidder duly notarized by
a notary public (and, if necessary, duly authenticated by a Philippine consul):

(i) attesting to the authority of (a) the Bidder to bid for, negotiate, enter into, and perform its
obligations under, the contract for this procurement, and (b) the individual person (Authorized
Representative) to execute and deliver, on behalf of the Bidder, any and all documents
(including the Bid and the Contract), and to perform any and all acts, necessary for the Bidder
to bid for, negotiate, enter into, and perform its obligations under, the contract for this
procurement, and

(ii) containing a specimen signature of the Authorized Representative.

The Authorized Representative shall initial all pages of the original of the Bid.

ADDENDUM 1 - Bidding Document: Construction of Samar Road Package 3 4


Millennium Challenge Account - Philippines

Amendment to Section III Evaluation and Qualification Criteria: Average


Annual Turnover

Section III B (Qualification) Clause 3.2 of the Bidding Documents issued 11 April 2012 is
amended by replacing:

Minimum average annual turnover of USD 100 million or equivalent, calculated as total
certified payments received for contracts in progress or completed, within last five (5) years.

with

Minimum average annual turnover of USD 40 million or equivalent, calculated as total


certified payments received for contracts in progress or completed, within last five (5) years.

ADDENDUM 1 - Bidding Document: Construction of Samar Road Package 3 5


Millennium Challenge Account - Philippines

Amendment to Section III Evaluation and Qualification Criteria: Specific


Construction Experience in Key Activities

Section III B (Qualification) Clause 4.3 a - d of the Bidding Documents issued 11 April 2012 is
amended by replacing:

For the above or other contracts executed during the period stipulated in 4.2 above, minimum
experience in following key activities:
a. Bituminous Concrete Pavement Works: 1,500 tons per year out of one single contract

b. Portland Cement Concrete Pavement Works: 275,000 m2 per year out of one single
contract
c. Cold in-place recycling of asphalt pavement: 12,500 m2 per year on a single contract
d. Bridge works: 1,200 mm2 of bridge decks area per year out of one single contract.

with

For the above or other contracts executed during the period stipulated in 4.2 above, minimum
experience in following key activities:
a. Bituminous Concrete Pavement Works: 40,000 tons per year out of one single contract

b. Portland Cement Concrete Pavement Works: 100,000 m2 per year out of one single
contract
c. Cold in-place recycling of asphalt pavement: 125,000 m3 per year on a single contract
d. Bridge works: 1,200 m2 of bridge decks area per year out of one single contract.

ADDENDUM 1 - Bidding Document: Construction of Samar Road Package 3 6


Millennium Challenge Account - Philippines

Amendment to Section IV Bidding Forms: Letter of Bid

Section IV Bidding Forms Letter of Bid Paragraph 1 of the Bidding Documents issued 11
April 2012 is amended by replacing:

In accordance with the Bidding Documents for Invitation For Bids No. _____ (the IFB) that
was issued by the Employer, including, but not limited to, the Conditions of Contract, Technical
Specifications, Drawings, and Bill of Quantities and Addenda Nos. [insert Addenda Nos.] for
the execution of the above-named Works, the undersigned offers to construct and install such
Works and remedy any defects therein in conformity with the Conditions of Contract, Technical
Specifications, Drawings, Bill of Quantities, and Addenda for the sum of [insert amount in
numbers and words] [as specified in the Appendix to Bid or such other sums as may be
ascertained in accordance with the conditions].

with

In accordance with the Bidding Documents for Invitation For Bids No. _____ (the IFB) that
was issued by the Employer, including, but not limited to, the Conditions of Contract, Technical
Specifications, Drawings, and Bill of Quantities and Addenda Nos. [insert Addenda Nos.] for
the execution of the above-named Works, the undersigned offers to construct and install such
Works and remedy any defects therein in conformity with the Conditions of Contract, Technical
Specifications, Drawings, Bill of Quantities, and Addenda for the sum of [insert amount in
numbers and words] [as specified in the Appendix to Bid or such other sums as may be
ascertained in accordance with the conditions]. Unless otherwise indicated, capitalized terms
have the meaning given to them in the IFB.

ADDENDUM 1 - Bidding Document: Construction of Samar Road Package 3 7


Millennium Challenge Account - Philippines

Amendment to Section IV Bidding Forms: Schedules of Adjustment Data


Tables

Section IV (Bidding Forms) - A (Bid Submission Forms) - Appendix to Bid Clause - 13.8
(Adjustments for Changes in Cost) of the Bidding Documents issued 11 April 2012 is amended
by replacing:

In the Schedules of Adjustment Data Tables below, the Bidder shall indicate their proposed
weightings for the different input elements to the Price Adjustment formula for both Local and
Foreign Currency components.

with

In the Schedules of Adjustment Data Tables below, the Bidder shall indicate their proposed
weightings for the different input elements to the Price Adjustment formula for both Local and
Foreign Currency components. It may be necessary to specify several families of price
adjustment formulae corresponding to the different works involved.

ADDENDUM 1 - Bidding Document: Construction of Samar Road Package 3 8


Millennium Challenge Account - Philippines

Amendment to Section IV Bidding Forms: Schedules for Adjustment of


Data Table A Footnote

Section IV (Bidding Forms) - A (Bid Submission Forms) - Appendix to Bid Clause - 13.8
(Adjustments for Changes in Cost) - Schedules for Adjustment of Data Table A: Local Currency
of the Bidding Documents issued 11 April 2012 is amended by replacing the footnote as follows:

* For local currency amounts, the source of the Index shall be the Department of Public Works
and Highways.

with

* For local currency amounts, the source of the Index shall be the National Statistics Office
and the Department of Labor and Employment.

ADDENDUM 1 - Bidding Document: Construction of Samar Road Package 3 9


Millennium Challenge Account - Philippines

Amendment to Section IV Bidding Forms: Arbitration

Section IV (Bidding Forms) - A (Bid Submission Forms) - Appendix to Bid Clause 20.6(a)(i)
(Arbitration) of the Bidding Documents issued 11 April 2012 is amended by replacing the
footnote as follows:

Arbitration 20.6(a)(i) International arbitration institution shall be:


A tribunal established in accordance with
UNCITRAL arbitration rules.

with

Arbitration 20.6(a)(i) International arbitration institution shall be:


Singapore International Arbitration Center.

ADDENDUM 1 - Bidding Document: Construction of Samar Road Package 3 10


Millennium Challenge Account - Philippines

Amendment to Section VI Conditions of Particular Application

Section VI (Conditions of Particular Application) Sub Clause 21.1c (Certain Forms of Local
Taxation) of the Bidding Documents issued 11 April 2012 is amended by replacing:

VAT on goods and other property, works, services, technology, and other assets and activities,
whether acquired, used or performed at any level or stage, under or in connection with the
Program or any Project.

with

VAT on goods and other property, works, services, technology, and other assets and activities,
whether acquired, used or performed, under or in connection with the Program or any Project.

ADDENDUM 1 - Bidding Document: Construction of Samar Road Package 3 11


Millennium Challenge Account - Philippines

Amendment to Section VI Conditions of Particular Application: Arbitration

Section VI (Conditions of Particular Application) Sub Clause 20.6 (Arbitration) of the Bidding
Documents issued 11 April 2012 is amended by replacing:

Sub-Clause 20.6 Amend Sub-Clause 20.6 by replacing the first paragraph with the
Arbitration following:

Any dispute not settled amicably and in respect of which the


DABs decision (if any) has not become final and binding shall be
finally settled by arbitration. Unless otherwise agreed by both
Parties:

(a) For contracts with foreign contractors,


(i) international arbitration shall be conducted with
proceedings administered by the international
arbitration institution appointed in the Appendix to
Tender, in accordance with the rules of arbitration of
the appointed institution, if any, or in accordance with
UNCITRAL arbitration rules, at the choice of the
appointed institution;
(ii) the place of arbitration shall be the city where the
headquarters of the appointed arbitration institution is
located or such other place selected in accordance with
the applicable arbitration rules; and

(iii)the arbitration shall be conducted in the language for


communications defined in Sub-Clause 1.4 [Law and
Language], and
(b) For contracts with domestic contractors, arbitration shall be
conducted with proceedings in accordance with the Laws of the
Employers Country.

with

Sub-Clause 20.6 Amend Sub-Clause 20.6 by replacing the first paragraph with the
Arbitration following:

Any dispute not settled amicably and in respect of which the


DABs decision (if any) has not become final and binding shall be
finally settled by arbitration. Unless otherwise agreed by both
Parties:

(i) arbitration shall be conducted with proceedings

ADDENDUM 1 - Bidding Document: Construction of Samar Road Package 3 12


Millennium Challenge Account - Philippines

administered by the international arbitration institution


appointed in the Appendix to Tender, in accordance
with the rules of arbitration of the appointed institution,
if any, or in accordance with UNCITRAL arbitration
rules, at the choice of the appointed institution;
(ii) the place of arbitration shall be the city where the
headquarters of the appointed arbitration institution is
located; and

(iii) The arbitration shall be conducted in the language for


communications defined in Sub-Clause 1.4 [Law and
Language].
the ar

ADDENDUM 1 - Bidding Document: Construction of Samar Road Package 3 13


Millennium Challenge Account - Philippines

Amendment to Section VII Forms of Agreement, Performance Security and


Advance Payment Guarantee

Section VII - Forms of Agreement, Performance Security and Advance Payment Guarantee of
the Bidding Documents issued 11 April 2012 is amended as follows:

The Acknowledgement Form below is inserted after the Form of Contract Agreement (which is
an attachment to the Form of Letter of Acceptance):

ACKNOWLEDGMENT

Republic of the Philippines )


[insert place] ) s.s.

BEFORE ME, a Notary Public for and in [insert place], Philippines this [insert date],
personally appeared:

Name Competent Evidence of Identity Date/Place of Issue

personally known to me or identified by me through competent evidence of identity to be the


same persons who presented the foregoing integrally complete agreement entitled Contract
Agreement, consisting of _____ (__) pages, including the page where this Acknowledgment is
written and the attachments, annexes and appendices, and each acknowledged to me that (i)
his/her signature on the agreement was voluntarily affixed by him/her for the purposes stated in
the agreement, (ii) he/she executed the agreement as his/her free and voluntary act and deed,
and (iii) he/she has the authority to sign in his/her capacity as representative of the principal
that he/she represents.

WITNESS MY HAND AND NOTARIAL SEAL on the date and at the place first above written.

Doc. No. _____;


Page No. _____;
Book No. _____;
Series of 2012.

ADDENDUM 1 - Bidding Document: Construction of Samar Road Package 3 14


Millennium Challenge Account - Philippines

Amendment to Section VIII Bill of Quantities

Section VIII of the Bidding Documents issued 1 April 2012 is replaced in its entirety by the
Revised Section VIII included in the Addendum.

The revised Bill of Quantities can be picked up in DVD/CD format from MCA-Philippines
Procurement Agents office provided below, or downloaded in Microsoft Excel format from:
http://dl.dropbox.com/u/8158399/CP3%20Revised%20BOQ%20-%20Addendum%201.xlsx

Address for DVD/CD Collection:


Procurement Agent (IBTCI)
Millennium Challenge Account Philippines (MCA-P)
2nd Floor Development Academy of the Philippines (DAP) Building
San Miguel Avenue
Ortigas Center, Pasig City 1006, Philippines
Email: procurementagent@philippines.ibtci.com

i. The revised Bill of Quantities includes a column for taxes. The Bidder shall assume, for
bidding purposes and for the total contract amount, to receive - in addition to, and
separate from, its contract price - tax subsidy, reimbursement or payment in the form, in
the manner and for taxes as explained in Schedule 3 of the Program Implementation
Agreement. Amounts reflected in this column will not be evaluated, will not be included
in the contract price, and will not be binding on the Employer, the Contractor or the
Government.

ii. The information in this column is requested to emphasize to the contractor that unit rates
and the contract price shall not include the taxes to be assumed by the Philippine
government. The information shall also be used to inform the Philippine government of
an estimate of the tax liability for the life of the contract so that they can plan
accordingly.

iii. The Unit Rates will be used to evaluate the bid amount and the contract price. They shall
not include taxes to be assumed by the Philippine Government as explained in Schedule
3 of the PIA.

iv. The Total Amount column shall reflect only the Unit Rates multiplied by the quantity
listed in the BOQ. The summation of this column, and any necessary corrections as
allowed by the Bidding Documents, will constitute the bid price and contract price. The
contractor will receive this amount from the Compact funds in accordance with the
conditions of the contract. In addition to, and separate from, this amount, the contractor
shall receive tax subsidy, reimbursement or payment in the form, in the manner and for
taxes as explained in Schedule 3 of the Program Implementation Agreement.

v. The other amendments to the Bill of Quantities are tabled below:

ADDENDUM 1 - Bidding Document: Construction of Samar Road Package 3 15


Millennium Challenge Account - Philippines

Part Chapter Item Item Description Change Reason


Provide, Laboratory Testing To be in accordance with the DPWH
Equipment and Apparatus for the This item was replaced with Standard Specifications requirements and
A Facilities for the Engineer A.1.1(f) the revised version of the Special
Engineer on Rental Basis (Schedule Item A 1.2
C) Provisions.
To be in accordance with the DPWH
Provide, Operate and Maintain Standard Specifications requirements and
This item was replaced with
A Facilities for the Engineer A.1.1(g) Communication Facility for the the revised version of the Special
Item A 1.3(a)
Engineers (Schedule D) Provisions.
To be in accordance with the DPWH
Provision of Supplies and Standard Specifications requirements and
Consumable Stores for Field Office, This item was replaced with the revised version of the Special
A Facilities for the Engineer A.1.1(h)
Laboratory and Living Quarters for Item A 1.3(b) Provisions.
the Engineers (Schedules E)

Provide, Operate and Maintain Separate items have been added for the
4WD Pick-up Type, Double Crew provision and maintenance of vehicles.
A Facilities for the Engineer A.1.2 Removed
Cab, Service Vehicle for the
Engineers
Provide 4W D Pick-up Type, Double PMC Recommendation
A Facilities for the Engineer A.1.4(a) Crew Cab, Service Vehicle for the Item added
Engineer
Operate and Maintain 4W D Pick- PMC Recommendation
A Facilities for the Engineer A.1.4(a) up Type, Double Crew Cab, Service Item added
Vehicle for the Engineer
To be in accordance with the DPWH
Provide and Maintain Survey Standard Specifications requirements and
This item was replaced with
A Facilities for the Engineer A.1.3(a) Equipment for the Assistance to the the revised version of the Special
Item A 1.5(a)
Engineer (Schedule F) Provisions.
To be in accordance with the DPWH
Provision of Survey Personnel This item was replaced with Standard Specifications requirements and
A Facilities for the Engineer A.1.3(b) the revised version of the Special
(Schedule G) Item A 1.5(b)
Provisions.

ADDENDUM 1 - Bidding Document: Construction of Samar Road Package 3 1


Millennium Challenge Account - Philippines

To be in accordance with the DPWH


This item was replaced with Standard Specifications requirements and
A Facilities for the Engineer A.1.4 Progress Photographs the revised version of the Special
Item A 1.6
Provisions.

This item was replaced with To be in accordance with the DPWH


Item B.2 "Construction Standard Specifications requirements and
Other General the revised version of the Special
B B2 Project Billboard Health and Safety Including
Requirements Provisions.
Materials and First Aid
Facilities (Schedule A)"
To be in accordance with the DPWH
This item was replaced with Standard Specifications requirements and
Other General
B B3 Construction Safety and Health Item B.3 "Environmental the revised version of the Special
Requirements
and Social Safeguards" Provisions.
To be in accordance with the DPWH
This item was replaced with Standard Specifications requirements and
Other General Environmental and Social
B B4 Item SPL B.4 "Traffic the revised version of the Special
Requirements Safeguards
Control" Provisions.
To be in accordance with the DPWH
This item was replaced with Standard Specifications requirements and
Other General
B B.5 Traffic Control Item SPL B.5 "Project the revised version of the Special
Requirements
Billboard" Provisions.

This item is to cover removal of all


Removal of Structures and obstructions and existing structures
C Earthworks 101(1) Item added
Obstructions according to DPWH BRS comments.
This came about through DPWH request
to remove short sections of PCCP and
Trim and cut existing subbase to replace with new pavement and AC
C Earthworks 101(3)a Item added
spoil surfacing. This Item was missing.

To be in accordance with the DPWH


This item was replaced with Standard Specifications requirements and
C Earthworks 101(3)a Removal of existing AC Pavement the revised version of the Special
Item 101(3)b
Provisions.
The item wasn't initially added in the
This item was replaced with
C Earthworks 101(2) Removal of existing RCBC works needed for the rehabilitation of the
Item 101(4)c
existing bridges

ADDENDUM 1 - Bidding Document: Construction of Samar Road Package 3 2


Millennium Challenge Account - Philippines

The intention is to re-use stripped topsoil.


Conservation of topsoil and This was not provided for previously -
C Earthworks 102(5) Item added only the stripping of topsoil.
stockpile for later re-use

Pipe Culverts and Drain Excavation Quantity corrected after review.


C Earthworks 103(6) Updated quantities
(earth ditch)
To be in accordance with the DPWH
This item was replaced with Standard Specifications Requirements
C Earthworks 104(1)b Embankment from Common Borrow and the revised version of the Special
Item 104(2)a
Provisions.
Foundation preparation and proof Missing Item that is provided for in the
C Earthworks 104(5) Item added
rolling Special Provisions.
Pay Item corrected (as per Standard
This item was replaced with Specification) as there is no existing
Subgrade Preparation (Existing Item 105(2): "Subgrade gravel surface. This also came about due
C Earthworks 105(2)a
Gravel Surface) Preparation (Existing to change from PCCP to AC surfacing.
Pavement)"
This is now covered under respective
C Earthworks 101(5) Removal of existing Riprap Removed
bridge Pay Items.

Lime stabilized road mix subbase To be in accordance with the DPWH


and base course (new or salvaged) This item was replaced with Standard Specifications requirements and
D Subbase and Base Course 203a
the revised version of the Special
soil-aggregate, exclusive of lime Item 203(1)
supply. Provisions.
To be in accordance with the DPWH
This item was replaced with Standard Specifications requirements and
D Subbase and Base Course 203b Supply of lime. the revised version of the Special
Item 203(1)
Provisions.
Cement stabilized road mix subbase To be in accordance with the DPWH
and base course (new or salvaged) This item was replaced with Standard Specifications requirements and
D Subbase and Base Course 204a
the revised version of the Special
soil-aggregate, exclusive of lime Item 204(1)
supply. Provisions.
To be in accordance with the DPWH
Supply of Ordinary Portland his item was replaced with Standard Specifications requirements and
D Subbase and Base Course 204b
the revised version of the Special
Cement Item 204(2)
Provisions.

ADDENDUM 1 - Bidding Document: Construction of Samar Road Package 3 3


Millennium Challenge Account - Philippines

This item was replaced with Technically corrected type of bitumen to


Item. 301(2):" Rapid Cure be used at the appropriate nominal spray
Bituminous Prime Coat, MC-70 Cut-
E Surface Course 301(1) (RC) Bituminous Prime rate and specified unit of measurement.
Back Asphalt
Coat" and the quantity
updated
This item was replaced with Technically corrected type of bitumen to
Item. 302(2):" Bituminous be used at the appropriate nominal spray
Tack Coat, Emulsified rate and specified unit of measurement.
Bituminous Tack Coat, Emulsified
E Surface Course 302(2) Asphalt Cationic Spray
Asphalt
Grade Bitumen Emulsion
60%" and the quantity
updated
Technical correction as there is no single
E Surface Course 304(1) 14mm+7mm double seal Item added seal within the design.

Technical correction as sand seal only


E Surface Course 304(2) 14mm+7mm+sand seal Item added applied on top of double seal.

Added in line with the Special Provisions.


Variation rate 14mm surfacing
E Surface Course 304(3) Item added Rates (and hence costs) could be either
aggregate
positive or negative.
Added in line with the Special Provisions.
Variation rate 7mm surfacing
E Surface Course 304(4) Item added Rates (and hence costs) could be either
aggregate
positive or negative.
Added in line with the Special Provisions.
Variation rate Cationic rapid setting
E Surface Course 304(5) Item added Rates (and hence costs) could be either
emulsion
positive or negative.
Added in line with the Special Provisions.
Variation rate penetration grade
E Surface Course 304(6) Item added Rates (and hence costs) could be either
bitumen
positive or negative.
Added in line with the Special Provisions.
Variation in binder content for
E Surface Course 310(2) Item added Rates (and hence costs) could be either
bituminous concrete surface course
positive or negative.
Added in line with the Special Provisions.
Variation in active filler (cement)
E Surface Course 310(3)a Item added Rates (and hence costs) could be either
content
positive or negative.

ADDENDUM 1 - Bidding Document: Construction of Samar Road Package 3 4


Millennium Challenge Account - Philippines

Added in line with the Special Provisions.


Variation in active filler (lime)
E Surface Course 310(3)b Item added Rates (and hence costs) could be either
content
positive or negative.
PCC Pavement (Plain) 100mm thick Missing Pay Item.
E Surface Course 311(1)b Item added
(sidewalk)
Separated from PCCP Pay Item due to
Construction of concrete infill for
E Surface Course 311(2) Item added difference in the type of work called for.
widening (.05m wide) complete
Cover aggregates for Bituminous Covered under Pay Item No. 304(1).
E Surface Course 305(1)a Removed
Seal Coat: 14mm.
Cover aggregates for Bituminous Covered under Pay Item No. 304(1).
E Surface Course 305(1)b Removed
Seal Coat: 7mm.
E Surface Course 305(1)c Cover aggregates for Sand Seal. Removed Covered under Pay Item No. 304(2).

The Pay Item number was changed in


Cleaning of Existing Bridge(Remove line with the Specifications.
surface dirt paint, water blast all
This item was replaced with
F Pundo Bridge SPL421(2) exposed surfaces including
Item SPL419(2)
substructure to remove all deposits
of oil etc, loose aggregate and sand)

Epoxy Injection of Structural The Pay Item number was changed in


Cracks(Pressure fill cracks structure This item was replaced with line with the Specifications.
F Pundo Bridge SPL421(3)
and substructure with Epoxy Grout Item SPL419(3)
where instructed)
Repair of Spalls, Potholes, The Pay Item number was changed in
This item was replaced with
F Pundo Bridge SPL421(4) Voids(Saw trim edges, break out, line with the Specifications.
Item SPL419(4)
treat, repair and fill)
To be in accordance with the DPWH
Reinforcing steel, bridge Standard Specifications requirements and
This item was replaced with
F Pundo Bridge 404(1)a structure(replace corroded steel the revised version of the Special
Item 404(1)b
where instructed, Grade 40) Provisions.

ADDENDUM 1 - Bidding Document: Construction of Samar Road Package 3 5


Millennium Challenge Account - Philippines

Apply one coat Xypex concentrate The Pay Item number was changed in line
over the entire exposed bridge with the Specifications.
surface, including the top surface of This item was replaced with
the deck(apply before casting new Item 419(5) "Apply Xypex
F Pundo Bridge SPL421(5) topping where applicable), the concentrate or approved
underside of the deck, all beams equivalent over the entire
abutments piles and piers where exposed bridge surface"
accessible. Cure using Xypex
gamma cure coating
This item was replaced with The Pay Item number was changed in line
Retrofitting of Expansion Joint, in Item SPL419(6) "Expansion with the Specifications.
F Pundo Bridge SPL421(6)
accordance with detail Joint, in accordance with
detail"
To be in accordance with the DPWH
Bituminous Seal CoatType 2, 25mm This item was replaced with Standard Specifications requirements and
F Pundo Bridge 303 the revised version of the Special
thick asphalt Item 303a
Provisions.
To be in accordance with the DPWH
Remove damaged sections or Standard Specifications requirements and
ground rock walls and repair to the revised version of the Special
F Pundo Bridge 505(1) Item was removed Provisions. Removal and construction of
match existing Grouted RipRap
Class "A" new RipRap has been put under two
separate items.
The item wasn't initially added in the
Removal of existing RipRap Class
F Pundo Bridge 101(5) Item added works needed for the rehabilitation of the
"A"
existing bridges.
The item wasn't initially added in the
F Pundo Bridge 505(5) Grouted RipRap Class "A" Item added works needed for the rehabilitation of the
existing bridges
This item was replaced with To be in accordance with the DPWH
Item 103(5)a " Shoring, Standard Specifications requirements and
Construction of coffer dams and all
F Pundo Bridge 103(5) Cribbing and Related the revised version of the Special
temporary works
Works(Temporary Provisions.
Cofferdam)

ADDENDUM 1 - Bidding Document: Construction of Samar Road Package 3 6


Millennium Challenge Account - Philippines

The Pay Item number was changed in


Cleaning of Existing Bridge(Remove line with the Specifications.
surface dirt paint, water blast all
This item was replaced with
F Barobo Bridge SPL421(2) exposed surfaces including
Item SPL419(2)
substructure to remove all deposits
of oil etc, loose aggregate and sand)

Epoxy Injection of Structural The Pay Item number was changed in


Cracks(Pressure fill cracks structure This item was replaced with line with the Specifications.
F Barobo Bridge SPL421(3)
and substructure with Epoxy Grout Item SPL419(3)
where instructed)
Repair of Spalls, Potholes, The Pay Item number was changed in
This item was replaced with
F Barobo Bridge SPL421(4) Voids(Saw trim edges, break out, line with the Specifications.
Item SPL419(4)
treat, repair and fill)
To be in accordance with the DPWH
Reinforcing steel, bridge Standard Specifications requirements and
This item was replaced with
F Barobo Bridge 404(1)a structure(replace corroded steel the revised version of the Special
Item 404(1)b
where instructed, Grade 40) Provisions.
Apply one coat Xypex concentrate The Pay Item number was changed in
over the entire exposed bridge line with the Specifications.
surface, including the top surface of This item was replaced with
the deck(apply before casting new Item 419(5) "Apply Xypex
F Barobo Bridge SPL421(5) topping where applicable), the concentrate or approved
underside of the deck, all beams equivalent over the entire
abutments piles and piers where exposed bridge surface"
accessible. Cure using Xypex
gamma cure coating
To be in accordance with the DPWH
Bituminous Seal CoatType 2, 25mm This item was replaced with Standard Specifications requirements and
F Barobo Bridge 303 the revised version of the Special
thick asphalt Item 303a
Provisions.
To be in accordance with the DPWH
Remove damaged sections or Standard Specifications requirements and
ground rock walls and repair to the revised version of the Special
F Barobo Bridge 505(1) Item was removed Provisions. Removal and construction of
match existing Grouted RipRap
Class "A" new RipRap has been put under two
separate items.

ADDENDUM 1 - Bidding Document: Construction of Samar Road Package 3 7


Millennium Challenge Account - Philippines

The item wasn't initially added in the


Removal of existing RipRap Class
F Barobo Bridge 101(5) Item added works needed for the rehabilitation of the
"A"
existing bridges
The item wasn't initially added in the
F Barobo Bridge 505(5) Grouted RipRap Class "A" Item added works needed for the rehabilitation of the
existing bridges
This item was replaced with To be in accordance with the DPWH
Item 103(5)a " Shoring, Standard Specifications requirements and
Construction of coffer dams and all
F Barobo Bridge 103(5) Cribbing and Related the revised version of the Special
temporary works
Works(Temporary Provisions.
Cofferdam)

This item was replaced with Quantity corrected after review.


Subgrade Preparation (Common
F Pagbabangnan Bridge 105(1)a Item 105 and the quantity
Material)
updated
The Pay Item number was changed in
Cleaning of Existing Bridge(Remove line with the Specifications.
surface dirt paint, water blast all
This item was replaced with
F Pagbabangnan Bridge SPL421(2) exposed surfaces including
Item SPL419(2)
substructure to remove all deposits
of oil etc, loose aggregate and sand)

Epoxy Injection of Structural The Pay Item number was changed in


Cracks(Pressure fill cracks structure This item was replaced with line with the Specifications.
F Pagbabangnan Bridge SPL421(3)
and substructure with Epoxy Grout Item SPL419(3)
where instructed)
Repair of Spalls, Potholes, The Pay Item number was changed in
This item was replaced with
F Pagbabangnan Bridge SPL421(4) Voids(Saw trim edges, break out, line with the Specifications.
Item SPL419(4)
treat, repair and fill)
To be in accordance with the DPWH
Reinforcing steel, bridge Standard Specifications requirements and
This item was replaced with
F Pagbabangnan Bridge 404(1)a structure(replace corroded steel the revised version of the Special
Item 404(1)b
where instructed, Grade 40) Provisions.

ADDENDUM 1 - Bidding Document: Construction of Samar Road Package 3 8


Millennium Challenge Account - Philippines

Apply one coat Xypex concentrate The Pay Item number was changed in
over the entire exposed bridge line with the Specifications.
surface, including the top surface of This item was replaced with
the deck(apply before casting new Item 419(5) "Apply Xypex
F Pagbabangnan Bridge SPL421(5) topping where applicable), the concentrate or approved
underside of the deck, all beams equivalent over the entire
abutments piles and piers where exposed bridge surface"
accessible. Cure using Xypex
gamma cure coating
This item was replaced with To be in accordance with the DPWH
Supply and fit seismic restraint Item SPL417(1) "Type 1, Standard Specifications requirements and
F Pagbabangnan Bridge SPL417(1) the revised version of the Special
brackets Type 1 as per drawing Supply and Fit Seismic
Lateral Restraint Bracket" Provisions.
This item was replaced with To be in accordance with the DPWH
Supply and fit seismic connection Item SPL417(1) "Type 2, Standard Specifications requirements and
F Pagbabangnan Bridge SPL417(2) brackets Type 2 over piers as per Supply and Fit Seismic the revised version of the Special
drawing Connection of Beams over Provisions.
piers "
This item was replaced with The Pay Item number was changed in
Retrofitting of Expansion Joint, in Item SPL419(6) "Expansion line with the Specifications.
F Pagbabangnan Bridge SPL421(6)
accordance with detail Joint, in accordance with
detail"
To be in accordance with the DPWH
Bituminous Seal CoatType 2, 25mm This item was replaced with Standard Specifications requirements and
F Pagbabangnan Bridge 303 the revised version of the Special
thick asphalt Item 303a
Provisions.
To be in accordance with the DPWH
Elastomeric Bearing Pad(Jack Up Standard Specifications requirements and
Deck Beams Sufficient To Remove This item was replaced with the revised version of the Special
F Pagbabangnan Bridge 412
Existing Bearings, repair bearing Item 412(2) Provisions.
surfaces and Replace bearings)
To be in accordance with the DPWH
Remove damaged sections or Standard Specifications requirements and
ground rock walls and repair to the revised version of the Special
F Pagbabangnan Bridge 505(1) Item was removed Provisions. Removal and construction of
match existing Grouted RipRap
Class "A" new RipRap has been put under two
separate items.

ADDENDUM 1 - Bidding Document: Construction of Samar Road Package 3 9


Millennium Challenge Account - Philippines

The item wasn't initially added in the


Removal of existing RipRap Class
F Pagbabangnan Bridge 101(5) Item added works needed for the rehabilitation of the
"A"
existing bridges
The item wasn't initially added in the
F Pagbabangnan Bridge 505(5) Grouted RipRap Class "A" Item added works needed for the rehabilitation of the
existing bridges
This item was replaced with To be in accordance with the DPWH
Item 103(5)a " Shoring, Standard Specifications requirements and
Construction of coffer dams and all
F Pagbabangnan Bridge 103(5) Cribbing and Related the revised version of the Special
temporary works
Works(Temporary Provisions.
Cofferdam)

The Pay Item number was changed in


Cleaning of Existing Bridge(Remove line with the Specifications.
surface dirt paint, water blast all
This item was replaced with
F Bugas Bridge SPL421(2) exposed surfaces including
Item SPL419(2)
substructure to remove all deposits
of oil etc, loose aggregate and sand)

Epoxy Injection of Structural The Pay Item number was changed in


Cracks(Pressure fill cracks structure This item was replaced with line with the Specifications.
F Bugas Bridge SPL421(3)
and substructure with Epoxy Grout Item SPL419(3)
where instructed)
Repair of Spalls, Potholes, The Pay Item number was changed in
This item was replaced with
F Bugas Bridge SPL421(4) Voids(Saw trim edges, break out, line with the Specifications.
Item SPL419(4)
treat, repair and fill)
To be in accordance with the DPWH
Reinforcing steel, bridge Standard Specifications requirements and
This item was replaced with
F Bugas Bridge 404(1)a structure(replace corroded steel the revised version of the Special
Item 404(1)b
where instructed, Grade 40) Provisions.
Apply one coat Xypex concentrate The Pay Item number was changed in
over the entire exposed bridge line with the Specifications.
surface, including the top surface of This item was replaced with
the deck(apply before casting new Item 419(5) "Apply Xypex
F Bugas Bridge SPL421(5) topping where applicable), the concentrate or approved
underside of the deck, all beams equivalent over the entire
abutments piles and piers where exposed bridge surface"
accessible. Cure using Xypex
gamma cure coating

ADDENDUM 1 - Bidding Document: Construction of Samar Road Package 3 10


Millennium Challenge Account - Philippines

To be in accordance with the DPWH


Bituminous Seal CoatType 2, 25mm This item was replaced with Standard Specifications requirements and
F Bugas Bridge 303 the revised version of the Special
thick asphalt Item 303a
Provisions.
To be in accordance with the DPWH
Remove damaged sections or Standard Specifications requirements and
ground rock walls and repair to the revised version of the Special
F Bugas Bridge 505(1) Item was removed Provisions. Removal and construction of
match existing Grouted RipRap
Class "A" new RipRap has been put under two
separate items.
The item wasn't initially added in the
Removal of existing RipRap Class
F Bugas Bridge 101(5) Item added works needed for the rehabilitation of the
"A"
existing bridges
The item wasn't initially added in the
F Bugas Bridge 505(5) Grouted RipRap Class "A" Item added works needed for the rehabilitation of the
existing bridges
This item was replaced with To be in accordance with the DPWH
Item 103(5)a " Shoring, Standard Specifications requirements and
Construction of coffer dams and all
F Bugas Bridge 103(5) Cribbing and Related the revised version of the Special
temporary works
Works(Temporary Provisions.
Cofferdam)

The Pay Item number was changed in


Cleaning of Existing Bridge(Remove line with the Specifications.
surface dirt paint, water blast all
This item was replaced with
F Bayaran Bridge SPL421(2) exposed surfaces including
Item SPL419(2)
substructure to remove all deposits
of oil etc, loose aggregate and sand)

Epoxy Injection of Structural The Pay Item number was changed in


Cracks(Pressure fill cracks structure This item was replaced with line with the Specifications.
F Bayaran Bridge SPL421(3)
and substructure with Epoxy Grout Item SPL419(3)
where instructed)
Repair of Spalls, Potholes, The Pay Item number was changed in
This item was replaced with
F Bayaran Bridge SPL421(4) Voids(Saw trim edges, break out, line with the Specifications.
Item SPL419(4)
treat, repair and fill)

ADDENDUM 1 - Bidding Document: Construction of Samar Road Package 3 11


Millennium Challenge Account - Philippines

To be in accordance with the DPWH


Reinforcing steel, bridge Standard Specifications requirements and
This item was replaced with
F Bayaran Bridge 404(1)a structure(replace corroded steel the revised version of the Special
Item 404(1)b
where instructed, Grade 40) Provisions.
Apply one coat Xypex concentrate The Pay Item number was changed in
over the entire exposed bridge line with the Specifications.
surface, including the top surface of This item was replaced with
the deck(apply before casting new Item 419(5) "Apply Xypex
F Bayaran Bridge SPL421(5) topping where applicable), the concentrate or approved
underside of the deck, all beams equivalent over the entire
abutments piles and piers where exposed bridge surface"
accessible. Cure using Xypex
gamma cure coating
To be in accordance with the DPWH
Bituminous Seal CoatType 2, 25mm This item was replaced with Standard Specifications requirements and
F Bayaran Bridge 303 the revised version of the Special
thick asphalt Item 303a
Provisions.
This item was replaced with To be in accordance with the DPWH
Item 103(5)a " Shoring, Standard Specifications requirements and
Construction of coffer dams and all
F Bayaran Bridge 103(5) Cribbing and Related the revised version of the Special
temporary works
Works(Temporary Provisions.
Cofferdam)

The Pay Item number was changed in


Cleaning of Existing Bridge(Remove line with the Specifications.
surface dirt paint, water blast all
This item was replaced with
F Balacdas Bridge SPL421(2) exposed surfaces including
Item SPL419(2)
substructure to remove all deposits
of oil etc, loose aggregate and sand)

Epoxy Injection of Structural The Pay Item number was changed in


Cracks(Pressure fill cracks structure This item was replaced with line with the Specifications.
F Balacdas Bridge SPL421(3)
and substructure with Epoxy Grout Item SPL419(3)
where instructed)
Repair of Spalls, Potholes, The Pay Item number was changed in
This item was replaced with
F Balacdas Bridge SPL421(4) Voids(Saw trim edges, break out, line with the Specifications.
Item SPL419(4)
treat, repair and fill)

ADDENDUM 1 - Bidding Document: Construction of Samar Road Package 3 12


Millennium Challenge Account - Philippines

To be in accordance with the DPWH


Reinforcing steel, bridge Standard Specifications requirements and
This item was replaced with
F Balacdas Bridge 404(1)a structure(replace corroded steel the revised version of the Special
Item 404(1)b
where instructed, Grade 40) Provisions.
Apply one coat Xypex concentrate The Pay Item number was changed in
over the entire exposed bridge line with the Specifications.
surface, including the top surface of This item was replaced with
the deck(apply before casting new Item 419(5) "Apply Xypex
F Balacdas Bridge SPL421(5) topping where applicable), the concentrate or approved
underside of the deck, all beams equivalent over the entire
abutments piles and piers where exposed bridge surface"
accessible. Cure using Xypex
gamma cure coating
To be in accordance with the DPWH
Bituminous Seal CoatType 2, 25mm This item was replaced with Standard Specifications requirements and
F Balacdas Bridge 303 the revised version of the Special
thick asphalt Item 303a
Provisions.
To be in accordance with the DPWH
Remove damaged sections or Standard Specifications requirements and
ground rock walls and repair to the revised version of the Special
F Balacdas Bridge 505(1) Item was removed Provisions. Removal and construction of
match existing Grouted RipRap
Class "A" new RipRap has been put under two
separate items.
The item wasn't initially added in the
Removal of existing RipRap Class
F Balacdas Bridge 101(5) Item added works needed for the rehabilitation of the
"A"
existing bridges
The item wasn't initially added in the
F Balacdas Bridge 505(5) Grouted RipRap Class "A" Item added works needed for the rehabilitation of the
existing bridges
This item was replaced with To be in accordance with the DPWH
Item 103(5)a " Shoring, Standard Specifications requirements and
Construction of coffer dams and all
F Balacdas Bridge 103(5) Cribbing and Related the revised version of the Special
temporary works
Works(Temporary Provisions.
Cofferdam)

ADDENDUM 1 - Bidding Document: Construction of Samar Road Package 3 13


Millennium Challenge Account - Philippines

The Pay Item number was changed in


Cleaning of Existing Bridge(Remove line with the Specifications.
surface dirt paint, water blast all
This item was replaced with
F Borongan Bridge SPL421(2) exposed surfaces including
Item SPL419(2)
substructure to remove all deposits
of oil etc, loose aggregate and sand)

Apply one coat Xypex concentrate The Pay Item number was changed in
over the entire exposed bridge line with the Specifications.
surface, including the top surface of This item was replaced with
the deck(apply before casting new Item 419(5) "Apply Xypex
F Borongan Bridge SPL421(5) topping where applicable), the concentrate or approved
underside of the deck, all beams equivalent over the entire
abutments piles and piers where exposed bridge surface"
accessible. Cure using Xypex
gamma cure coating
This item was replaced with The Pay Item number was changed in
Retrofitting of Expansion Joint, in Item SPL419(6) "Expansion line with the Specifications.
F Borongan Bridge SPL421(6)
accordance with detail Joint, in accordance with
detail"
To be in accordance with the DPWH
Bituminous Seal CoatType 2, 25mm This item was replaced with Standard Specifications requirements and
F Borongan Bridge 303 the revised version of the Special
thick asphalt Item 303a
Provisions.
Bore 800mm dia. Piles, 300 tones The Pay Item number was changed in
strength capacity as per plan. This item was replaced with line with the Specifications.
F Borongan Bridge 400(17)
Provide temporary or sacrifical Item 400(23)
casing as needed.
This item was replaced with To be in accordance with the DPWH
Item 404(1)a Reinforcing Standard Specifications requirements and
Reinforcing steel, bridge structure
Steel Grade 40 - the revised version of the Special
F Borongan Bridge 404 (Supply and fix cap beam
Substructures (Supply and Provisions.
reinforcement as per detail)
fix cap beam reinforcement
as per detail)
This item was replaced with To be in accordance with the DPWH
Item 405(1)a Structural Standard Specifications requirements and
F Borongan Bridge 405(1)a Supply and place cap beam concrete Concrete Class "A" - the revised version of the Special
Substructure (Supply and Provisions.
place cap beam concrete)

ADDENDUM 1 - Bidding Document: Construction of Samar Road Package 3 14


Millennium Challenge Account - Philippines

This item was replaced with To be in accordance with the DPWH


Item 103(5)a " Shoring, Standard Specifications requirements and
Construction of coffer dams and all
F Borongan Bridge 103(5) Cribbing and Related the revised version of the Special
temporary works
Works(Temporary Provisions.
Cofferdam)

The Pay Item number was changed in


Cleaning of Existing Bridge(Remove line with the Specifications.
surface dirt paint, water blast all
This item was replaced with
F Loom Bridge SPL421(2) exposed surfaces including
Item SPL419(2)
substructure to remove all deposits
of oil etc, loose aggregate and sand)

Apply one coat Xypex concentrate The Pay Item number was changed in
over the entire exposed bridge line with the Specifications.
surface, including the top surface of This item was replaced with
the deck(apply before casting new Item 419(5) "Apply Xypex
F Loom Bridge SPL421(5) topping where applicable), the concentrate or approved
underside of the deck, all beams equivalent over the entire
abutments piles and piers where exposed bridge surface"
accessible. Cure using Xypex
gamma cure coating
This item was replaced with The Pay Item number was changed in
Retrofitting of Expansion Joint, in Item SPL419(6) "Expansion line with the Specifications.
F Loom Bridge SPL421(6)
accordance with detail Joint, in accordance with
detail"
To be in accordance with the DPWH
Bituminous Seal CoatType 2, 25mm This item was replaced with Standard Specifications requirements and
F Loom Bridge 303 the revised version of the Special
thick asphalt Item 303a
Provisions.
To be in accordance with the DPWH
Remove damaged sections or Standard Specifications requirements and
ground rock walls and repair to the revised version of the Special
F Loom Bridge 505(1) Item was removed Provisions. Removal and construction of
match existing Grouted RipRap
Class "A" new RipRap has been put under two
separate items.
The item wasn't initially added in the
Removal of existing RipRap Class
F Loom Bridge 101(5) Item added works needed for the rehabilitation of the
"A"
existing bridges

ADDENDUM 1 - Bidding Document: Construction of Samar Road Package 3 15


Millennium Challenge Account - Philippines

The item wasn't initially added in the


F Loom Bridge 505(5) Grouted RipRap Class "A" Item added works needed for the rehabilitation of the
existing bridges
This item was replaced with To be in accordance with the DPWH
Item 103(5)a " Shoring, Standard Specifications requirements and
Construction of coffer dams and all
F Loom Bridge 103(5) Cribbing and Related the revised version of the Special
temporary works
Works(Temporary Provisions.
Cofferdam)

This item was replaced with Quantity corrected after review.


Subgrade Preparation (Common
F Can-Obing Bridge 105(1)a Item 105 and the Quantity
Material)
updated
The Pay Item number was changed in
Cleaning of Existing Bridge(Remove line with the Specifications.
surface dirt paint, water blast all
This item was replaced with
F Can-Obing Bridge SPL421(2) exposed surfaces including
Item SPL419(2)
substructure to remove all deposits
of oil etc, loose aggregate and sand)

Epoxy Injection of Structural The Pay Item number was changed in


Cracks(Pressure fill cracks structure This item was replaced with line with the Specifications.
F Can-Obing Bridge SPL421(3)
and substructure with Epoxy Grout Item SPL419(3)
where instructed)
Repair of Spalls, Potholes, The Pay Item number was changed in
This item was replaced with
F Can-Obing Bridge SPL421(4) Voids(Saw trim edges, break out, line with the Specifications.
Item SPL419(4)
treat, repair and fill)
To be in accordance with the DPWH
Reinforcing steel, bridge Standard Specifications requirements and
This item was replaced with
F Can-Obing Bridge 404(1)a structure(replace corroded steel the revised version of the Special
Item 404(1)b
where instructed, Grade 40) Provisions.
Apply one coat Xypex concentrate The Pay Item number was changed in
over the entire exposed bridge line with the Specifications.
surface, including the top surface of This item was replaced with
the deck(apply before casting new Item 419(5) "Apply Xypex
F Can-Obing Bridge SPL421(5) topping where applicable), the concentrate or approved
underside of the deck, all beams equivalent over the entire
abutments piles and piers where exposed bridge surface"
accessible. Cure using Xypex
gamma cure coating

ADDENDUM 1 - Bidding Document: Construction of Samar Road Package 3 16


Millennium Challenge Account - Philippines

This item was replaced with To be in accordance with the DPWH


Supply and fit seismic restraint Item SPL417(1) "Type 1, Standard Specifications requirements and
F Can-Obing Bridge SPL417(1) the revised version of the Special
brackets Type 1 as per drawing Supply and Fit Seismic
Lateral Restraint Bracket" Provisions.
This item was replaced with To be in accordance with the DPWH
Supply and fit seismic connection Item SPL417(1) "Type 2, Standard Specifications requirements and
F Can-Obing Bridge SPL417(2) brackets Type 2 over piers as per Supply and Fit Seismic the revised version of the Special
drawing Connection of Beams over Provisions.
piers "
This item was replaced with The Pay Item number was changed in
Retrofitting of Expansion Joint, in Item SPL419(6) "Expansion line with the Specifications.
F Can-Obing Bridge SPL421(6)
accordance with detail Joint, in accordance with
detail"
To be in accordance with the DPWH
Bituminous Seal CoatType 2, 25mm This item was replaced with Standard Specifications requirements and
F Can-Obing Bridge 303 the revised version of the Special
thick asphalt Item 303a
Provisions.
To be in accordance with the DPWH
Elastomeric Bearing Pad(Jack Up Standard Specifications requirements and
Deck Beams Sufficient To Remove This item was replaced with the revised version of the Special
F Can-Obing Bridge 412
Existing Bearings, repair bearing Item 412(2) Provisions.
surfaces and Replace bearings)
To be in accordance with the DPWH
Remove damaged sections or Standard Specifications requirements and
ground rock walls and repair to the revised version of the Special
F Can-Obing Bridge 505(1) Item was removed Provisions. Removal and construction of
match existing Grouted RipRap
Class "A" new RipRap has been put under two
separate items.
The item wasn't initially added in the
Removal of existing RipRap Class
F Can-Obing Bridge 101(5) Item added works needed for the rehabilitation of the
"A"
existing bridges
The item wasn't initially added in the
F Can-Obing Bridge 505(5) Grouted RipRap Class "A" Item added works needed for the rehabilitation of the
existing bridges
This item was replaced with To be in accordance with the DPWH
Item 103(5)a " Shoring, Standard Specifications requirements and
Construction of coffer dams and all
F Can-Obing Bridge 103(5) Cribbing and Related the revised version of the Special
temporary works
Works(Temporary Provisions.
Cofferdam)

ADDENDUM 1 - Bidding Document: Construction of Samar Road Package 3 17


Millennium Challenge Account - Philippines

This item was replaced with Quantity corrected after review.


Subgrade Preparation (Common
F Suribao Bridge 105(1)a Item 105 and the Quantity
Material)
updated
The Pay Item number was changed in
Cleaning of Existing Bridge(Remove line with the Specifications.
surface dirt paint, water blast all
This item was replaced with
F Suribao Bridge SPL421(2) exposed surfaces including
Item SPL419(2)
substructure to remove all deposits
of oil etc, loose aggregate and sand)

Apply one coat Xypex concentrate The Pay Item number was changed in
over the entire exposed bridge line with the Specifications.
surface, including the top surface of This item was replaced with
the deck(apply before casting new Item 419(5) "Apply Xypex
F Suribao Bridge SPL421(5) topping where applicable), the concentrate or approved
underside of the deck, all beams equivalent over the entire
abutments piles and piers where exposed bridge surface"
accessible. Cure using Xypex
gamma cure coating
This item was replaced with To be in accordance with the DPWH
Supply and fit seismic restraint Item SPL417(1) "Type 1, Standard Specifications requirements and
F Suribao Bridge SPL417(1) the revised version of the Special
brackets Type 1 as per drawing Supply and Fit Seismic
Lateral Restraint Bracket" Provisions.
This item was replaced with To be in accordance with the DPWH
Supply and fit seismic connection Item SPL417(1) "Type 2, Standard Specifications requirements and
F Suribao Bridge SPL417(2) brackets Type 2 over piers as per Supply and Fit Seismic the revised version of the Special
drawing Connection of Beams over Provisions.
piers "
This item was replaced with The Pay Item number was changed in
Retrofitting of Expansion Joint, in Item SPL419(6) "Expansion line with the Specifications.
F Suribao Bridge SPL421(6)
accordance with detail Joint, in accordance with
detail"
To be in accordance with the DPWH
Bituminous Seal CoatType 2, 25mm This item was replaced with Standard Specifications requirements and
F Suribao Bridge 303 the revised version of the Special
thick asphalt Item 303a
Provisions.

ADDENDUM 1 - Bidding Document: Construction of Samar Road Package 3 18


Millennium Challenge Account - Philippines

To be in accordance with the DPWH


Elastomeric Bearing Pad(Jack Up Standard Specifications requirements and
Deck Beams Sufficient To Remove This item was replaced with the revised version of the Special
F Suribao Bridge 412
Existing Bearings, repair bearing Item 412(2) Provisions.
surfaces and Replace bearings)
To be in accordance with the DPWH
Remove damaged sections or Standard Specifications requirements and
ground rock walls and repair to the revised version of the Special
F Suribao Bridge 505(1) Item was removed Provisions. Removal and construction of
match existing Grouted RipRap
Class "A" new RipRap has been put under two
separate items.
The item wasn't initially added in the
Removal of existing RipRap Class
F Suribao Bridge 101(5) Item added works needed for the rehabilitation of the
"A"
existing bridges
The item wasn't initially added in the
F Suribao Bridge 505(5) Grouted RipRap Class "A" Item added works needed for the rehabilitation of the
existing bridges
This item was replaced with To be in accordance with the DPWH
Item 103(5)a " Shoring, Standard Specifications requirements and
Construction of coffer dams and all
F Suribao Bridge 103(5) Cribbing and Related the revised version of the Special
temporary works
Works(Temporary Provisions.
Cofferdam)

The Pay Item number was changed in


Cleaning of Existing Bridge(Remove line with the Specifications.
surface dirt paint, water blast all
This item was replaced with
F Cabay bridge SPL421(2) exposed surfaces including
Item SPL419(2)
substructure to remove all deposits
of oil etc, loose aggregate and sand)

Apply one coat Xypex concentrate The Pay Item number was changed in
over the entire exposed bridge line with the Specifications.
surface, including the top surface of This item was replaced with
the deck(apply before casting new Item 419(5) "Apply Xypex
F Cabay bridge SPL421(5) topping where applicable), the concentrate or approved
underside of the deck, all beams equivalent over the entire
abutments piles and piers where exposed bridge surface"
accessible. Cure using Xypex
gamma cure coating

ADDENDUM 1 - Bidding Document: Construction of Samar Road Package 3 19


Millennium Challenge Account - Philippines

This item was replaced with The Pay Item number was changed in
Retrofitting of Expansion Joint, in Item SPL419(6) "Expansion line with the Specifications.
F Cabay bridge SPL421(6)
accordance with detail Joint, in accordance with
detail"
To be in accordance with the DPWH
Bituminous Seal CoatType 2, 25mm This item was replaced with Standard Specifications requirements and
F Cabay bridge 303 the revised version of the Special
thick asphalt Item 303a
Provisions.
To be in accordance with the DPWH
Remove damaged sections or Standard Specifications requirements and
ground rock walls and repair to the revised version of the Special
F Cabay bridge 505(1) Item was removed Provisions. Removal and construction of
match existing Grouted RipRap
Class "A" new RipRap has been put under two
separate items.
This item was replaced with To be in accordance with the DPWH
Item 103(5)a " Shoring, Standard Specifications requirements and
Construction of coffer dams and all
F Cabay bridge 103(5) Cribbing and Related the revised version of the Special
temporary works
Works(Temporary Provisions.
Cofferdam)

This item was replaced with This item was replaced with Item 101(1)
F Malobago Bridge 101(1)21 Demolition of Existing Bridge Item 101(1) "Removal of Removal of Structures and Obstructions
Structures and Obstructions"
The item wasn't initially added in the
Bridge Excavation, Rock Material
F Malobago Bridge 103(2)c Item added works needed for the rehabilitation of the
(Below O.W.L.)
existing bridges
The item wasn't initially added in the
F Malobago Bridge 104(2)a Embankment from Common Borrow Item added works needed for the rehabilitation of the
existing bridges
To be in accordance with the DPWH
Precast Concrete Piles(450x450, This item was replaced with Standard Specifications requirements and
F Malobago Bridge 400(13)b the revised version of the Special
TypeD)Driven Item 400(14)b
Provisions.
To be in accordance with the DPWH
Test Piles Concrete, Piles(450x450, This item was replaced with Standard Specifications requirements and
F Malobago Bridge 400(15)b the revised version of the Special
TypeD)Furnished and Driven Item 400(16)b
Provisions.

ADDENDUM 1 - Bidding Document: Construction of Samar Road Package 3 20


Millennium Challenge Account - Philippines

To be in accordance with the DPWH


Precast Concrete Piles(450x450, This item was replaced with Standard Specifications requirements and
F Malobago Bridge 400(13)c the revised version of the Special
TypeE)Driven Item 400(14)c
Provisions.
To be in accordance with the DPWH
Precast Concrete Piles(450x450, This item was replaced with Standard Specifications requirements and
F Malobago Bridge 400(15)c the revised version of the Special
TypeE)Furnished and Driven Item 400(16)c
Provisions.
To be in accordance with the DPWH
This item was replaced with Standard Specifications requirements and
F Malobago Bridge 401 Concrete Bridge Railing the revised version of the Special
Item 4001(1)
Provisions.
To be in accordance with the DPWH
This item was replaced with Standard Specifications requirements and
F Malobago Bridge 405(6) Lean Concrete the revised version of the Special
Item 407(1)
Provisions.
This item and the quantity To be in accordance with the DPWH
was replaced with Item Standard Specifications requirements and
Preformed Sponge Rubber or Cork
F Malobago Bridge 407(1)b 407(2)a "Preformed the revised version of the Special
12mm thick with Sealant
Expansion Joint Filler(12mm Provisions.
thick)"
This item and the quantity To be in accordance with the DPWH
was replaced with Item Standard Specifications requirements and
Preformed Sponge Rubber or Cork
F Malobago Bridge 407(1)c 407(2)b "Preformed the revised version of the Special
25mm thick with Sealant
Expansion Joint Filler(12mm Provisions.
thick)"
This item was replaced with To be in accordance with the DPWH
Metal Drain (150mm dia. X 700mm Item 517(2) "Galvanized Standard Specifications requirements and
F Malobago Bridge SPL417(1) the revised version of the Special
G.I. Pipe) Iron (G.I) Pipe Drain 150mm
dia." Provisions.
This item was replaced with The Pay Item number was changed in line
Construction, Maintenance and Item SPL420 "Construction, with the Specifications.
F Malobago Bridge SPL422
Removal of Detour Road Maintenance and Removal
of Detour Bridge and Road"
To be in accordance with the DPWH
This item was replaced with Standard Specifications requirements and
F Malobago Bridge 504(5) Grouted RipRap Class "A" item 505(5) and the quantity the revised version of the Special
revised Provisions.

ADDENDUM 1 - Bidding Document: Construction of Samar Road Package 3 21


Millennium Challenge Account - Philippines

This item was replaced with This item was replaced with Item 101(1)
F Cancasalay Bridge 101(1)21 Demolition of Existing Bridge Item 101(1) "Removal of Removal of Structures and Obstructions
Structures and Obstructions"
Bridge Excavation, Common Quantity corrected after review.
F Cancasalay Bridge 103(2)a Quantity updated
Material (Above O.W.L.)
Bridge Excavation, Common Quantity corrected after review.
F Cancasalay Bridge 103(2)b Quantity updated
Material (Below O.W.L.)
The item wasn't initially added in the
Bridge Excavation, Rock Material
F Cancasalay Bridge 103(2)c Item added works needed for the rehabilitation of the
(Below O.W.L.)
existing bridges
To be in accordance with the DPWH
This item was replaced with Standard Specifications requirements and
F Cancasalay Bridge 104(1)b Embankment from Common Borrow the revised version of the Special
Item 104(2)a
Provisions.
This item was replaced with To be in accordance with the DPWH
Precast Concrete Piles(450x450, Item 400(4)c "Precast Standard Specifications requirements and
F Cancasalay Bridge 400(4)b the revised version of the Special
TypeD)Furnished Concrete Piles(450x450,
TypeE)Furnished" Provisions.
This item was replaced with To be in accordance with the DPWH
Precast Concrete Piles(450x450, Item 400(14)c "Precast Standard Specifications requirements and
F Cancasalay Bridge 400(13)b the revised version of the Special
TypeD)Driven Concrete Piles(450x450,
TypeE)Driven" Provisions.
This item was replaced with To be in accordance with the DPWH
Item 400(16)c "Test Piles Standard Specifications requirements and
Test Piles Concrete, Piles(450x450,
F Cancasalay Bridge 400(15)b Concrete, Piles(450x450, the revised version of the Special
TypeD)Furnished and Driven
TypeE)Furnished and Provisions.
Driven"
To be in accordance with the DPWH
This item was replaced with Standard Specifications requirements and
F Cancasalay Bridge 401 Concrete Bridge Railing the revised version of the Special
Item 4001(1)
Provisions.
To be in accordance with the DPWH
This item was replaced with Standard Specifications requirements and
F Cancasalay Bridge 405(6) Lean Concrete the revised version of the Special
Item 407(1)
Provisions.

ADDENDUM 1 - Bidding Document: Construction of Samar Road Package 3 22


Millennium Challenge Account - Philippines

This item and the quantity To be in accordance with the DPWH


was replaced with Item Standard Specifications requirements and
Preformed Sponge Rubber or Cork
F Cancasalay Bridge 407(1)b 407(2)a "Preformed the revised version of the Special
12mm thick with Sealant
Expansion Joint Filler(12mm Provisions.
thick)"
This item and the quantity To be in accordance with the DPWH
was replaced with Item Standard Specifications requirements and
Preformed Sponge Rubber or Cork
F Cancasalay Bridge 407(1)c 407(2)b "Preformed the revised version of the Special
25mm thick with Sealant
Expansion Joint Filler(12mm Provisions.
thick)"
This item was replaced with To be in accordance with the DPWH
Metal Drain (150mm dia. X 700mm Item 517(2) "Galvanized Standard Specifications requirements and
F Cancasalay Bridge SPL417(1) the revised version of the Special
G.I. Pipe) Iron (G.I) Pipe Drain 150mm
dia." Provisions.
This item was replaced with The Pay Item number was changed in line
Construction, Maintenance and Item SPL420 "Construction, with the Specifications.
F Cancasalay Bridge SPL422
Removal of Detour Road Maintenance and Removal
of Detour Bridge and Road"
To be in accordance with the DPWH
This item was replaced with Standard Specifications requirements and
F Cancasalay Bridge 504(5) Grouted RipRap Class "A" item 505(5) and the quantity the revised version of the Special
revised Provisions.

This item was replaced with This item was replaced with Item 101(1)
F Libas Bridge 101(1)21 Demolition of Existing Bridge Item 101(1) "Removal of Removal of Structures and Obstructions
Structures and Obstructions"
Bridge Excavation, Common Quantity corrected after review.
F Libas Bridge 103(2)b Quantity updated
Material (Below O.W.L.)
The item wasn't initially added in the
Bridge Excavation, Rock Material
F Libas Bridge 103(2)c Item added works needed for the rehabilitation of the
(Below O.W.L.)
existing bridges
To be in accordance with the DPWH
This item was replaced with Standard Specifications requirements and
F Libas Bridge 104(1)b Embankment from Common Borrow the revised version of the Special
Item 104(2)a
Provisions.

ADDENDUM 1 - Bidding Document: Construction of Samar Road Package 3 23


Millennium Challenge Account - Philippines

To be in accordance with the DPWH


Precast Concrete Piles(450x450, This item was replaced with Standard Specifications requirements and
F Libas Bridge 400(13)b the revised version of the Special
TypeD)Driven Item 400(14)b
Provisions.
To be in accordance with the DPWH
Test Piles Concrete, Piles(450x450, This item was replaced with Standard Specifications requirements and
F Libas Bridge 400(15)b the revised version of the Special
TypeD)Furnished and Driven Item 400(16)b
Provisions.
To be in accordance with the DPWH
This item was replaced with Standard Specifications requirements and
F Libas Bridge 401 Concrete Bridge Railing the revised version of the Special
Item 4001(1)
Provisions.
To be in accordance with the DPWH
This item was replaced with Standard Specifications requirements and
F Libas Bridge 405(6) Lean Concrete the revised version of the Special
Item 407(1)
Provisions.
This item and the quantity To be in accordance with the DPWH
was replaced with Item Standard Specifications requirements and
Preformed Sponge Rubber or Cork
F Libas Bridge 407(1)b 407(2)a "Preformed the revised version of the Special
12mm thick with Sealant
Expansion Joint Filler(12mm Provisions.
thick)"
This item and the quantity To be in accordance with the DPWH
was replaced with Item Standard Specifications requirements and
Preformed Sponge Rubber or Cork
F Libas Bridge 407(1)c 407(2)b "Preformed the revised version of the Special
25mm thick with Sealant
Expansion Joint Filler(12mm Provisions.
thick)"
This item was replaced with To be in accordance with the DPWH
Metal Drain (150mm dia. X 700mm Item 517(2) "Galvanized Standard Specifications requirements and
F Libas Bridge SPL417(1) the revised version of the Special
G.I. Pipe) Iron (G.I) Pipe Drain 150mm
dia." Provisions.
This item was replaced with To be in accordance with the DPWH
Item 103(5)a " Shoring, Standard Specifications requirements and
F Libas Bridge SPL420 Temporary Cofferdam Cribbing and Related the revised version of the Special
Works(Temporary Provisions.
Cofferdam)
This item was replaced with The Pay Item number was changed in line
F Libas Bridge SPL423 Temporary Craneway
Item SPL 421 with the Specifications.

ADDENDUM 1 - Bidding Document: Construction of Samar Road Package 3 24


Millennium Challenge Account - Philippines

This item was replaced with The Pay Item number was changed in line
Construction, Maintenance and Item SPL420 "Construction, with the Specifications.
F Libas Bridge SPL422
Removal of Detour Road Maintenance and Removal
of Detour Bridge and Road"
To be in accordance with the DPWH
This item was replaced with Standard Specifications requirements and
F Libas Bridge 504(5) Grouted RipRap Class "A" item 505(5) and the quantity the revised version of the Special
revised Provisions.

This item was replaced with This item was replaced with Item 101(1)
F Limlim Bridge 101(1)21 Demolition of Existing Bridge Item 101(1) "Removal of Removal of Structures and Obstructions
Structures and Obstructions"
Bridge Excavation, Common Quantity corrected after review.
F Limlim Bridge 103(2)b Quantity updated
Material (Below O.W.L.)
The item wasn't initially added in the
Bridge Excavation, Rock Material works needed for the rehabilitation of the
F Limlim Bridge 103(2)c Item added
(Below O.W.L.)
existing bridges
To be in accordance with the DPWH
This item was replaced with Standard Specifications Requirements
F Limlim Bridge 104(1)b Embankment from Common Borrow and the revised version of the
Item 104(2)a
Specifications
This item was replaced with To be in accordance with the DPWH
Precast Concrete Piles(450x450, Item 400(4)c "Precast Standard Specifications requirements and
F Limlim Bridge 400(4)b the revised version of the Special
TypeD)Furnished Concrete Piles(450x450,
TypeE)Furnished" Provisions.
This item was replaced with To be in accordance with the DPWH
Precast Concrete Piles(450x450, Item 400(14)c" Precast Standard Specifications requirements and
F Limlim Bridge 400(13)b the revised version of the Special
TypeD)Driven Concrete Piles(450x450,
TypeE)Driven" Provisions.
This item was replaced with To be in accordance with the DPWH
Item 400(16)c" Precast Standard Specifications requirements and
Test Piles Concrete, Piles(450x450,
F Limlim Bridge 400(15)b Concrete Piles(450x450, the revised version of the Special
TypeD)Furnished and Driven
TypeE)Furnished and Provisions.
Driven"
To be in accordance with the DPWH
This item was replaced with Standard Specifications requirements and
F Limlim Bridge 401 Concrete Bridge Railing the revised version of the Special
Item 4001(1)
Provisions.

ADDENDUM 1 - Bidding Document: Construction of Samar Road Package 3 25


Millennium Challenge Account - Philippines

To be in accordance with the DPWH


This item was replaced with Standard Specifications requirements and
F Limlim Bridge 405(6) Lean Concrete the revised version of the Special
Item 407(1)
Provisions.
To be in accordance with the DPWH
Prestressed Concrete Girder, Standard Specifications requirements and
This item was replaced with
F Limlim Bridge 406(1)b AASHTO Girder Type IV, L=+/- the revised version of the Special
Item 406(1)a
25.0m Provisions.
To be in accordance with the DPWH
Elastomeric Bearing Standard Specifications requirements and
This item was replaced with
F Limlim Bridge 407(2)i Pad(600mmx400mmx20mm Duro 60 the revised version of the Special
Item 412(1)a
Hardness) Provisions.
This item and the quantity To be in accordance with the DPWH
was replaced with Item Standard Specifications requirements and
Preformed Sponge Rubber or Cork
F Limlim Bridge 407(1)b 407(2)a "Preformed the revised version of the Special
12mm thick with Sealant
Expansion Joint Filler(12mm Provisions.
thick)"
This item and the quantity To be in accordance with the DPWH
was replaced with Item Standard Specifications requirements and
Preformed Sponge Rubber or Cork
F Limlim Bridge 407(1)c 407(2)b "Preformed the revised version of the Special
25mm thick with Sealant
Expansion Joint Filler(12mm Provisions.
thick)"
This item was replaced with To be in accordance with the DPWH
Metal Drain (150mm dia. X 700mm Item 517(2) "Galvanized Standard Specifications requirements and
F Limlim Bridge SPL417(1) the revised version of the Special
G.I. Pipe) Iron (G.I) Pipe Drain 150mm
dia." Provisions.
This item was replaced with To be in accordance with the DPWH
Item 103(5)a " Shoring, Standard Specifications requirements and
F Limlim Bridge SPL420 Temporary Cofferdam Cribbing and Related the revised version of the Special
Works(Temporary Provisions.
Cofferdam)
This item was replaced with The Pay Item number was changed in line
F Limlim Bridge SPL423 Temporary Craneway
Item SPL 421 with the Specifications.
This item was replaced with The Pay Item number was changed in line
Construction, Maintenance and Item SPL420 "Construction, with the Specifications.
F Limlim Bridge SPL422
Removal of Detour Road Maintenance and Removal
of Detour Bridge and Road"

ADDENDUM 1 - Bidding Document: Construction of Samar Road Package 3 26


Millennium Challenge Account - Philippines

To be in accordance with the DPWH


This item was replaced with Standard Specifications requirements and
F Limlim Bridge 504(5) Grouted RipRap Class "A" item 505(5) and the quantity the revised version of the Special
revised Provisions.

This item was replaced with This item was replaced with Item 101(1)
F Mypangdan Bridge 101(1)21 Demolition of Existing Bridge Item 101(1) "Removal of Removal of Structures and Obstructions
Structures and Obstructions"
Bridge Excavation, Common Quantity corrected after review.
F Mypangdan Bridge 103(2)b Quantity updated
Material (Below O.W.L.)
The item wasn't initially added in the
Bridge Excavation, Rock Material
F Mypangdan Bridge 103(2)c Item added works needed for the rehabilitation of the
(Below O.W.L.)
existing bridges
To be in accordance with the DPWH
This item was replaced with Standard Specifications requirements and
F Mypangdan Bridge 104(1)b Embankment from Common Borrow the revised version of the Special
Item 104(2)a
Provisions.
This item was replaced with To be in accordance with the DPWH
Precast Concrete Piles(450x450, Item 400(4)c "Precast Standard Specifications requirements and
F Mypangdan Bridge 400(4)b the revised version of the Special
TypeD)Furnished Concrete Piles(450x450,
TypeE)Furnished" Provisions.
This item was replaced with To be in accordance with the DPWH
Precast Concrete Piles(450x450, Item 400(14)c" Precast Standard Specifications requirements and
F Mypangdan Bridge 400(13)b the revised version of the Special
TypeD)Driven Concrete Piles(450x450,
TypeE)Driven" Provisions.
This item was replaced with To be in accordance with the DPWH
Item 400(16)c" Precast Standard Specifications requirements and
Test Piles Concrete, Piles(450x450,
F Mypangdan Bridge 400(15)b Concrete Piles(450x450, the revised version of the Special
TypeD)Furnished and Driven
TypeE)Furnished and Provisions.
Driven"
To be in accordance with the DPWH
This item was replaced with Standard Specifications requirements and
F Mypangdan Bridge 401 Concrete Bridge Railing the revised version of the Special
Item 4001(1)
Provisions.
To be in accordance with the DPWH
This item was replaced with Standard Specifications requirements and
F Mypangdan Bridge 405(6) Lean Concrete the revised version of the Special
Item 407(1)
Provisions.

ADDENDUM 1 - Bidding Document: Construction of Samar Road Package 3 27


Millennium Challenge Account - Philippines

To be in accordance with the DPWH


Prestressed Concrete Girder, Standard Specifications requirements and
This item was replaced with
F Mypangdan Bridge 406(1)b AASHTO Girder Type IV, L=+/- the revised version of the Special
Item 406(1)a
25.0m Provisions.
To be in accordance with the DPWH
Elastomeric Bearing Standard Specifications requirements and
This item was replaced with
F Mypangdan Bridge 407(2)i Pad(600mmx400mmx20mm Duro 60 the revised version of the Special
Item 412(1)a
Hardness) Provisions.
This item and the quantity To be in accordance with the DPWH
was replaced with Item Standard Specifications requirements and
Preformed Sponge Rubber or Cork
F Mypangdan Bridge 407(1)b 407(2)a "Preformed the revised version of the Special
12mm thick with Sealant
Expansion Joint Filler(12mm Provisions.
thick)"
This item and the quantity To be in accordance with the DPWH
was replaced with Item Standard Specifications requirements and
Preformed Sponge Rubber or Cork
F Mypangdan Bridge 407(1)c 407(2)b "Preformed the revised version of the Special
25mm thick with Sealant
Expansion Joint Filler(12mm Provisions.
thick)"
This item was replaced with To be in accordance with the DPWH
Metal Drain (150mm dia. X 700mm Item 517(2) "Galvanized Standard Specifications requirements and
F Mypangdan Bridge SPL417(1) the revised version of the Special
G.I. Pipe) Iron (G.I) Pipe Drain 150mm
dia." Provisions.
This item was replaced with To be in accordance with the DPWH
Item 103(5)a " Shoring, Standard Specifications requirements and
F Mypangdan Bridge SPL420 Temporary Cofferdam Cribbing and Related the revised version of the Special
Works(Temporary Provisions.
Cofferdam)
This item was replaced with The Pay Item number was changed in line
F Mypangdan Bridge SPL423 Temporary Craneway
Item SPL 421 with the Specifications.
This item was replaced with The Pay Item number was changed in line
Construction, Maintenance and Item SPL420 "Construction, with the Specifications.
F Mypangdan Bridge SPL422
Removal of Detour Road Maintenance and Removal
of Detour Bridge and Road"
To be in accordance with the DPWH
This item was replaced with Standard Specifications requirements and
F Mypangdan Bridge 504(5) Grouted RipRap Class "A" item 505(5) and the quantity the revised version of the Special
revised Provisions.

ADDENDUM 1 - Bidding Document: Construction of Samar Road Package 3 28


Millennium Challenge Account - Philippines

This item was replaced with This item was replaced with Item 101(1)
F Bulalacao Bridge 101(1)21 Demolition of Existing Bridge Item 101(1) "Removal of Removal of Structures and Obstructions
Structures and Obstructions"
Bridge Excavation, Common Quantity corrected after review.
F Bulalacao Bridge 103(2)b Quantity updated
Material (Below O.W.L.)
The item wasn't initially added in the
Bridge Excavation, Rock Material
F Bulalacao Bridge 103(2)c Item added works needed for the rehabilitation of the
(Below O.W.L.)
existing bridges
To be in accordance with the DPWH
This item was replaced with Standard Specifications requirements and
F Bulalacao Bridge 104(1)b Embankment from Common Borrow the revised version of the Special
Item 104(2)a
Provisions.
This item was replaced with To be in accordance with the DPWH
Precast Concrete Piles(450x450, Item 400(4)c "Precast Standard Specifications requirements and
F Bulalacao Bridge 400(4)b the revised version of the Special
TypeD)Furnished Concrete Piles(450x450,
TypeE)Furnished" Provisions.
This item was replaced with To be in accordance with the DPWH
Precast Concrete Piles(450x450, Item 400(14)c" Precast Standard Specifications requirements and
F Bulalacao Bridge 400(13)b the revised version of the Special
TypeD)Driven Concrete Piles(450x450,
TypeE)Driven" Provisions.
This item was replaced with To be in accordance with the DPWH
Item 400(16)c" Precast Standard Specifications requirements and
Test Piles Concrete, Piles(450x450,
F Bulalacao Bridge 400(15)b Concrete Piles(450x450, the revised version of the Special
TypeD)Furnished and Driven
TypeE)Furnished and Provisions.
Driven"
To be in accordance with the DPWH
This item was replaced with Standard Specifications requirements and
F Bulalacao Bridge 401 Concrete Bridge Railing the revised version of the Special
Item 4001(1)
Provisions.
To be in accordance with the DPWH
This item was replaced with Standard Specifications requirements and
F Bulalacao Bridge 405(6) Lean Concrete the revised version of the Special
Item 407(1)
Provisions.
This item and the quantity To be in accordance with the DPWH
was replaced with Item Standard Specifications requirements and
Preformed Sponge Rubber or Cork
F Bulalacao Bridge 407(1)b 407(2)a "Preformed the revised version of the Special
12mm thick with Sealant
Expansion Joint Filler(12mm Provisions.
thick)"

ADDENDUM 1 - Bidding Document: Construction of Samar Road Package 3 29


Millennium Challenge Account - Philippines

This item and the quantity To be in accordance with the DPWH


was replaced with Item Standard Specifications requirements and
Preformed Sponge Rubber or Cork
F Bulalacao Bridge 407(1)c 407(2)b "Preformed the revised version of the Special
25mm thick with Sealant
Expansion Joint Filler(12mm Provisions.
thick)"
This item was replaced with To be in accordance with the DPWH
Metal Drain (150mm dia. X 700mm Item 517(2) "Galvanized Standard Specifications requirements and
F Bulalacao Bridge SPL417(1) the revised version of the Special
G.I. Pipe) Iron (G.I) Pipe Drain 150mm
dia." Provisions.
This item was replaced with To be in accordance with the DPWH
Item 103(5)a " Shoring, Standard Specifications requirements and
F Bulalacao Bridge SPL420 Temporary Cofferdam Cribbing and Related the revised version of the Special
Works(Temporary Provisions.
Cofferdam)
This item was replaced with The Pay Item number was changed in line
F Bulalacao Bridge SPL423 Temporary Craneway
Item SPL 421 with the Specifications.
This item was replaced with The Pay Item number was changed in line
Construction, Maintenance and Item SPL420 "Construction, with the Specifications.
F Bulalacao Bridge SPL422
Removal of Detour Road Maintenance and Removal
of Detour Bridge and Road"
To be in accordance with the DPWH
This item was replaced with Standard Specifications requirements and
F Bulalacao Bridge 504(5) Grouted RipRap Class "A" item 505(5) and the quantity the revised version of the Special
revised Provisions.

To be in accordance with the DPWH


This item was replaced with Standard Specifications requirements and
Reinforced Concrete Pipe Reinforced Concrete Pipe Culvert,
G 500(1)a.1 Item 500(1)a and the the revised version of the Special
Culvert 375mm dia. Class IV
quantities updated Provisions.
To be in accordance with the DPWH
This item was replaced with Standard Specifications requirements and
Reinforced Concrete Pipe Reinforced Concrete Pipe Culvert,
G 500(1)b.1 Item 500(1)b and the the revised version of the Special
Culvert 450mm dia. Class IV
quantities updated Provisions.
To be in accordance with the DPWH
This item was replaced with Standard Specifications requirements and
Reinforced Concrete Pipe Reinforced Concrete Pipe Culvert,
G 500(1)c.1 Item 500(1)c and the the revised version of the Special
Culvert 610mm dia. Class IV
quantities updated Provisions.

ADDENDUM 1 - Bidding Document: Construction of Samar Road Package 3 30


Millennium Challenge Account - Philippines

To be in accordance with the DPWH


This item was replaced with Standard Specifications requirements and
Reinforced Concrete Pipe Reinforced Concrete Pipe Culvert,
G 500(1)e.1 Item 500(1)e and the the revised version of the Special
Culvert 910mm dia. Class IV
quantities updated Provisions.
To be in accordance with the DPWH
This item was replaced with Standard Specifications requirements and
Reinforced Concrete Pipe Reinforced Concrete Pipe Culvert,
G 500(1)f.1 Item 500(1)f and the the revised version of the Special
Culvert 1070mm dia. Class IV
quantities updated Provisions.
To be in accordance with the DPWH
This item was replaced with Standard Specifications requirements and
Reinforced Concrete Pipe Reinforced Concrete Pipe Culvert,
G 500(1)g.1 Item 500(1)g and the the revised version of the Special
Culvert 1220mm dia. Class IV
quantities updated Provisions.
To be in accordance with the DPWH
This item was replaced with Standard Specifications requirements and
Reinforced Concrete Pipe Reinforced Concrete Pipe Culvert,
G 500(1)h.1 Item 500(1)h and the the revised version of the Special
Culvert 1520mm dia. Class IV
quantities updated Provisions.
To be in accordance with the DPWH
RC Headwall for New RC Headwall, Straight Type ( 1 - This item was replaced with Standard Specifications requirements and
G 502(SPL1)b the revised version of the Special
Culvert 910 mm dia., RCPC ) Item SPL520(1)a
Provisions.
To be in accordance with the DPWH
RC Headwall for New RC Headwall, Straight Type ( 1 - This item was replaced with Standard Specifications requirements and
G 502(SPL1)c the revised version of the Special
Culvert 1070 mm dia., RCPC ) Item SPL520(1)b
Provisions.
To be in accordance with the DPWH
RC Headwall for New RC Headwall, Straight Type ( 1 - This item was replaced with Standard Specifications requirements and
G 502(SPL1)b the revised version of the Special
Culvert 910 mm dia., RCPC ) Item SPL520(2)a
Provisions.
To be in accordance with the DPWH
RC Headwall for New RC Headwall, Straight Type ( 1 - This item was replaced with Standard Specifications requirements and
G 502(SPL1)c the revised version of the Special
Culvert 1070 mm dia., RCPC ) Item SPL520(2)b
Provisions.
To be in accordance with the DPWH
RC Headwall for New RC Headwall, Straight Type ( 1 - This item was replaced with Standard Specifications requirements and
G 502(SPL1)d the revised version of the Special
Culvert 1220 mm dia., RCPC ) Item SPL520(2)c
Provisions.

ADDENDUM 1 - Bidding Document: Construction of Samar Road Package 3 31


Millennium Challenge Account - Philippines

To be in accordance with the DPWH


RC Headwall for New RC Headwall, Straight Type ( 1 - This item was replaced with Standard Specifications requirements and
G 502(SPL1)e the revised version of the Special
Culvert 1520 mm dia., RCPC ) Item SPL520(2)e
Provisions.
To be in accordance with the DPWH
RC Headwall for New RC Headwall, Straight Type ( 2 - This item was replaced with Standard Specifications requirements and
G 502(SPL1)f the revised version of the Special
Culvert 1220 mm dia., RCPC ) Item SPL520(3)a
Provisions.
To be in accordance with the DPWH
RC Headwall for New RC Headwall, Straight Type ( 2 - This item was replaced with Standard Specifications requirements and
G 502(SPL1)g the revised version of the Special
Culvert 1520 mm dia., RCPC ) Item SPL520(3)b
Provisions.
To be in accordance with the DPWH
RC Wingwall for New RC Wingwall, ( 1 - 910 mm dia., Standard Specifications requirements and
G SPL520(4)a Item added the revised version of the Special
Culvert RCPC )
Provisions.
To be in accordance with the DPWH
RC Wingwall for New RC Wingwall, ( 1 - 1070 mm dia., Standard Specifications requirements and
G SPL520(4)b Item added the revised version of the Special
Culvert RCPC )
Provisions.
To be in accordance with the DPWH
RC Wingwall for New RC Wingwall, ( 1 - 1220 mm dia., Standard Specifications requirements and
G SPL520(4)c Item added the revised version of the Special
Culvert RCPC )
Provisions.
To be in accordance with the DPWH
RC Wingwall for New RC Wingwall, ( 1 - 1520 mm dia., Standard Specifications requirements and
G SPL520(4)d Item added the revised version of the Special
Culvert RCPC )
Provisions.
To be in accordance with the DPWH
RC Wingwall for New RC Wingwall, ( 2 - 1220 mm dia., Standard Specifications requirements and
G SPL520(5)a Item added the revised version of the Special
Culvert RCPC )
Provisions.
To be in accordance with the DPWH
RC Wingwall for New RC Wingwall, ( 2 - 1520 mm dia., Standard Specifications requirements and
G SPL520(5)b Item added the revised version of the Special
Culvert RCPC )
Provisions.

ADDENDUM 1 - Bidding Document: Construction of Samar Road Package 3 32


Millennium Challenge Account - Philippines

To be in accordance with the DPWH


RC Wingwall for New RC Wingwall, ( 3 - 1520 mm dia., Standard Specifications requirements and
G SPL520(6) Item added the revised version of the Special
Culvert RCPC )
Provisions.
To be in accordance with the DPWH
RCBC Headwall, Straight Type, Standard Specifications requirements and
G RCBC Headwall SPL520(7)a Item added the revised version of the Special
Single Barrel (1-1.80 x 1.25m)
Provisions.
To be in accordance with the DPWH
RCBC Headwall, Straight Type, Standard Specifications requirements and
G RCBC Headwall SPL520(7)b Item added the revised version of the Special
Single Barrel (1-1.80 x 1.50m)
Provisions.
To be in accordance with the DPWH
RCBC Headwall, Straight Type, Standard Specifications requirements and
G RCBC Headwall SPL520(7)c Item added the revised version of the Special
Single Barrel (1-2.40 x 2.10m)
Provisions.
To be in accordance with the DPWH
RCBC Headwall, Straight Type, Standard Specifications requirements and
G RCBC Headwall SPL520(7)d Item added the revised version of the Special
Single Barrel (1-2.40 x 2.75m)
Provisions.
To be in accordance with the DPWH
RCBC Headwall, Straight Type, Standard Specifications requirements and
G RCBC Headwall SPL520(7)e Item added the revised version of the Special
Single Barrel (1-3.00 x 2.10m)
Provisions.
To be in accordance with the DPWH
RCBC Headwall, Straight Type, Standard Specifications requirements and
G RCBC Headwall SPL520(7)f Item added the revised version of the Special
Single Barrel (1-3.00 x 2.40m)
Provisions.
To be in accordance with the DPWH
RCBC Headwall, Straight Type, Standard Specifications requirements and
G RCBC Headwall SPL520(7)g Item added the revised version of the Special
Single Barrel (1-3.00 x 2.75m)
Provisions.
To be in accordance with the DPWH
RCBC Headwall, Straight Type, Standard Specifications requirements and
G RCBC Headwall SPL520(8)a Item added the revised version of the Special
Double Barrel (2-1.50 x 1.25m)
Provisions.

ADDENDUM 1 - Bidding Document: Construction of Samar Road Package 3 33


Millennium Challenge Account - Philippines

To be in accordance with the DPWH


RCBC Headwall, Straight Type, Standard Specifications requirements and
G RCBC Headwall SPL520(8)b Item added the revised version of the Special
Double Barrel (2-1.80 x 1.50m)
Provisions.
To be in accordance with the DPWH
RCBC Headwall, Straight Type, Standard Specifications requirements and
G RCBC Headwall SPL520(9) Item added the revised version of the Special
Triple Barrel (3-2.40 x 3.00m)
Provisions.
To be in accordance with the DPWH
Quantity updated & Item Standard Specifications requirements and
RCBC RCBC Wingwall, Single Barrel (1-
G SPL502(2)d number changed to the revised version of the Special
Headwall/Wingwall 1.50 x 1.50m)
SPL520(10)a Provisions.

To be in accordance with the DPWH


Quantity updated & Item Standard Specifications requirements and
RCBC RCBC Wingwall, Single Barrel (1-
G SPL502(2)g number changed to the revised version of the Special
Headwall/Wingwall 1.80 x 1.50m)
SPL520(10)b Provisions.
To be in accordance with the DPWH
RCBC RCBC Wingwall, Single Barrel (1- Standard Specifications requirements and
G SPL520(10)c Item added the revised version of the Special
Headwall/Wingwall 2.40 x 2.40m)
Provisions.
To be in accordance with the DPWH
Quantity updated & Item Standard Specifications requirements and
RCBC RCBC Wingwall, Double Barrel (2-
G 502(2)e number changed to the revised version of the Special
Headwall/Wingwall 1.50 x 1.50m)
SPL520(11)a Provisions.
To be in accordance with the DPWH
RCBC RCBC Wingwall, Double Barrel (2- Standard Specifications requirements and
G SPL520(11)b Item added the revised version of the Special
Headwall/Wingwall 1.80 x 1.25m)
Provisions.
To be in accordance with the DPWH
RCBC RCBC Wingwall, Double Barrel (2- Standard Specifications requirements and
G SPL520(11)c Item added the revised version of the Special
Headwall/Wingwall 1.80 x 1.80m)
Provisions.
To be in accordance with the DPWH
RCBC RCBC Wingwall, Double Barrel (2- Standard Specifications requirements and
G SPL520(11)d Item added the revised version of the Special
Headwall/Wingwall 2.10 x 3.00m)
Provisions.

ADDENDUM 1 - Bidding Document: Construction of Samar Road Package 3 34


Millennium Challenge Account - Philippines

To be in accordance with the DPWH


RCBC RCBC Wingwall, Double Barrel (2- Standard Specifications requirements and
G SPL520(11)e Item added the revised version of the Special
Headwall/Wingwall 2.20 x 3.00m)
Provisions.
To be in accordance with the DPWH
RCBC RCBC Wingwall, Double Barrel (2- Standard Specifications requirements and
G SPL520(11)f Item added the revised version of the Special
Headwall/Wingwall 2.40 x 2.10m)
Provisions.
To be in accordance with the DPWH
RCBC RCBC Wingwall, Triple Barrel (3- Standard Specifications requirements and
G 502(2)h Removed the revised version of the Special
Headwall/Wingwall 1.80 x 1.50m)
Provisions.
To be in accordance with the DPWH
RC Box Culvert, Double Barrel (2- Quantity updated & Item Standard Specifications requirements and
G RC Box Culvert SPL520(13)b the revised version of the Special
1.50 x 1.50m) number changed
Provisions.
To be in accordance with the DPWH
RC Box Culvert, Double Barrel (2- Quantity updated & Item Standard Specifications requirements and
G RC Box Culvert SPL520(13)d the revised version of the Special
1.80 x 1.50m) number changed
Provisions.
To be in accordance with the DPWH
RC Box Culvert, Single Barrel (1- Standard Specifications requirements and
G RC Box Culvert SPL520(12)a Item added the revised version of the Special
1.50 x 1.50m)
Provisions.
To be in accordance with the DPWH
RC Box Culvert, Single Barrel (1- Standard Specifications requirements and
G RC Box Culvert SPL520(12)b Item added the revised version of the Special
1.80 x 1.25m)
Provisions.
To be in accordance with the DPWH
Quantity updated & Item Standard Specifications requirements and
RC Box Culvert, Single Barrel (1-
G RC Box Culvert 502(1)g number changed to the revised version of the Special
1.80 x 1.50m)
SPL520(12)c Provisions.
To be in accordance with the DPWH
RC Box Culvert, Single Barrel (1- Standard Specifications requirements and
G RC Box Culvert SPL520(12)d Item added the revised version of the Special
2.40 x 2.10m)
Provisions.

ADDENDUM 1 - Bidding Document: Construction of Samar Road Package 3 35


Millennium Challenge Account - Philippines

To be in accordance with the DPWH


RC Box Culvert, Single Barrel (1- Standard Specifications requirements and
G RC Box Culvert SPL520(12)e Item added the revised version of the Special
2.40 x 2.40m)
Provisions.
To be in accordance with the DPWH
RC Box Culvert, Single Barrel (1- Standard Specifications requirements and
G RC Box Culvert SPL520(12)f Item added the revised version of the Special
2.40 x 2.75m)
Provisions.
To be in accordance with the DPWH
RC Box Culvert, Single Barrel (1- Standard Specifications requirements and
G RC Box Culvert SPL520(12)g Item added the revised version of the Special
3.00 x 2.10m)
Provisions.
To be in accordance with the DPWH
RC Box Culvert, Single Barrel (1- Standard Specifications requirements and
G RC Box Culvert SPL520(12)h Item added the revised version of the Special
3.00 x 2.40m)
Provisions.
To be in accordance with the DPWH
RC Box Culvert, Single Barrel (1- Standard Specifications requirements and
G RC Box Culvert SPL520(12)i Item added the revised version of the Special
3.00 x 2.75m)
Provisions.
To be in accordance with the DPWH
RC Box Culvert, Double Barrel (2- Standard Specifications requirements and
G RC Box Culvert SPL520(13)a Item added the revised version of the Special
1.50 x 1.25m)
Provisions.
To be in accordance with the DPWH
RC Box Culvert, Double Barrel (2- Standard Specifications requirements and
G RC Box Culvert SPL520(13)c Item added the revised version of the Special
1.80 x 1.25m)
Provisions.
To be in accordance with the DPWH
Quantity updated & Item Standard Specifications requirements and
RC Box Culvert, Double Barrel (2-
G RC Box Culvert 502(1)e number changed to the revised version of the Special
1.50 x 1.50m)
SPL520(13)b Provisions.
To be in accordance with the DPWH
Quantity updated & Item Standard Specifications requirements and
RC Box Culvert, Double Barrel (2-
G RC Box Culvert 502(1)h number changed to the revised version of the Special
1.80 x 1.50m)
SPL520(13)d Provisions.

ADDENDUM 1 - Bidding Document: Construction of Samar Road Package 3 36


Millennium Challenge Account - Philippines

To be in accordance with the DPWH


RC Box Culvert, Double Barrel (2- Standard Specifications requirements and
G RC Box Culvert SPL520(13)e Item added the revised version of the Special
1.80 x 1.80m)
Provisions.
To be in accordance with the DPWH
RC Box Culvert, Double Barrel (2- Standard Specifications requirements and
G RC Box Culvert SPL520(13)f Item added the revised version of the Special
2.10 x 3.00m)
Provisions.
To be in accordance with the DPWH
RC Box Culvert, Double Barrel (2- Standard Specifications requirements and
G RC Box Culvert SPL520(13)g Item added the revised version of the Special
2.20 x 3.00m)
Provisions.
To be in accordance with the DPWH
RC Box Culvert, Double Barrel (2- Standard Specifications requirements and
G RC Box Culvert SPL520(13)h Item added the revised version of the Special
2.40 x 2.10m)
Provisions.
To be in accordance with the DPWH
RC Box Culvert, Triple Barrel (3- Standard Specifications requirements and
G RC Box Culvert SPL520(14) Item added the revised version of the Special
2.40 x 3.00m)
Provisions.
To be in accordance with the DPWH
RC Box Culvert, Triple Barrel (3- Standard Specifications requirements and
G RC Box Culvert 502(2)f Removed the revised version of the Special
1.80 x 1.50m)
Provisions.
To be in accordance with the DPWH
Concrete lined channel with precast Standard Specifications requirements and
G RC Box Culvert 500(3)a Removed the revised version of the Special
covers as per drawings.
Provisions.
To be in accordance with the DPWH
Concrete lined channel open no Standard Specifications requirements and
G RC Box Culvert 500(3)b Removed the revised version of the Special
covers as per drawings.
Provisions.
To be in accordance with the DPWH
Lined side drains as per design Standard Specifications requirements and
G RC Box Culvert 500(1)e.1 Removed the revised version of the Special
drawings.
Provisions.

ADDENDUM 1 - Bidding Document: Construction of Samar Road Package 3 37


Millennium Challenge Account - Philippines

To be in accordance with the DPWH


Reinforced Concrete Pipe Culvert, Standard Specifications requirements and
G RC Box Culvert 500(1)e.1 910mm dia. Class IV (Pipe drain Removed the revised version of the Special
beneath sidewalk) Provisions.
To be in accordance with the DPWH
Granular Bedding for Concrete Side Standard Specifications requirements and
G RC Box Culvert 500(3)c Removed the revised version of the Special
U-Ditch
Provisions.
To be in accordance with the DPWH
Combination Curb Inlet and Standard Specifications requirements and
G RC Box Culvert 502(10) Removed the revised version of the Special
Manhole
Provisions.
To be in accordance with the DPWH
Cleaning Culvert Pipe in place Standard Specifications requirements and
G RC Box Culvert 503(3)b Removed the revised version of the Special
(910mm dia. and 1070mm dia.)
Provisions.
To be in accordance with the DPWH
Cleaning Culvert Pipe in place Standard Specifications requirements and
G RC Box Culvert 503(3)c Removed the revised version of the Special
(1220mm dia. and above)
Provisions.
To be in accordance with the DPWH
Standard Specifications requirements and
G RC Box Culvert 504(5) Cleaning Box Culvert in Place Removed the revised version of the Special
Provisions.
To be in accordance with the DPWH
Standard Specifications requirements and
G RC Box Culvert 509 Gabion Mattress Removed the revised version of the Special
Provisions.
To be in accordance with the DPWH
Standard Specifications requirements and
G RC Box Culvert SPL 319 Geotextile Paving Fabric Removed the revised version of the Special
Provisions.
To be in accordance with the DPWH
Rework of existing drainage Standard Specifications requirements and
G RC Box Culvert SPL 320 Removed the revised version of the Special
connection
Provisions.

ADDENDUM 1 - Bidding Document: Construction of Samar Road Package 3 38


Millennium Challenge Account - Philippines

To be in accordance with the DPWH


Concrete lined channel with precast Standard Specifications requirements and
G Side Drain 500(2)a Item added the revised version of the Special
covers as per drawings
Provisions.
To be in accordance with the DPWH
Concrete lined channel open no Standard Specifications requirements and
G Side Drain 500(2)b Item added the revised version of the Special
covers as per drawings
Provisions.
To be in accordance with the DPWH
Lined side drains as per design Standard Specifications requirements and
G Side Drain 500(2)c Item added the revised version of the Special
drawings
Provisions.
To be in accordance with the DPWH
Reinforced Concrete Pipe, 910mm Standard Specifications requirements and
G Side Drain 500(2)d Item added the revised version of the Special
dia. Class IV (Underneath Sidewalk)
Provisions.
To be in accordance with the DPWH
Granular Backfill Filter Material Standard Specifications requirements and
G Side Drain 501(3) Item added the revised version of the Special
for Underdrain
Provisions.
To be in accordance with the DPWH
Combination Curb Inlet and Standard Specifications requirements and
G Side Drain 502(10) Item added the revised version of the Special
Manhole with concrete cover
Provisions.
To be in accordance with the DPWH
Cleaning of Existing Pipe Culvert in Standard Specifications requirements and
G Side Drain 504(3)a Item added the revised version of the Special
place
Provisions.
To be in accordance with the DPWH
Cleaning of Existing Box Culvert in Standard Specifications requirements and
G Side Drain 504(3)b Item added the revised version of the Special
Place
Provisions.
To be in accordance with the DPWH
Reconditioning Drainage Structures Standard Specifications requirements and
G Side Drain 504(4) (Rework of existing drainage Item added the revised version of the Special
connection) Provisions.

ADDENDUM 1 - Bidding Document: Construction of Samar Road Package 3 39


Millennium Challenge Account - Philippines

To be in accordance with the DPWH


Standard Specifications requirements and
G Side Drain 504(5) Cleaning of Existing Side Drain Item added the revised version of the Special
Provisions.
To be in accordance with the DPWH
Standard Specifications requirements and
G Side Drain 511(1) Gabions Item added the revised version of the Special
Provisions.
To be in accordance with the DPWH
Standard Specifications requirements and
G Side Drain 511(3) Filter Cloth Item added the revised version of the Special
Provisions.

To be in accordance with the DPWH


Combination of concrete curb and This item was replaced with Standard Specifications requirements and
H Miscellaneous Structures 600(3)a the revised version of the Special
gutter Item 600(3)
Provisions.
To be in accordance with the DPWH
This item was replaced with Standard Specifications requirements and
H Miscellaneous Structures 602(2) Maintanance Marker Post the revised version of the Special
Item 602(2)
Provisions.
To be in accordance with the DPWH
This item was replaced with Standard Specifications requirements and
Removal and relocate Kilometer
H Miscellaneous Structures 602(3)a Item 101(2)a and the the revised version of the Special
posts
quantity updated Provisions.
Dismantle and remove existing The item wasn't initially added in the
H Miscellaneous Structures 603(3)a guardrail and transport to District Item added needed works
Engineer's
Removal existing guardrail and The item wasn't initially added in the
H Miscellaneous Structures 101(4)d transport to distrcit Engineer's Item added needed works
office
Quantity corrected after review.
H Miscellaneous Structures 602(3) Kilometer Posts Quantity updated
To be in accordance with the DPWH
This item was replaced with Standard Specifications requirements and
Metal Guardrail(Metal
H Miscellaneous Structures 603(3a) Item 603(3a)1 and the the revised version of the Special
Beam)including Concrete Post
quantity updated Provisions.

ADDENDUM 1 - Bidding Document: Construction of Samar Road Package 3 40


Millennium Challenge Account - Philippines

Quantity corrected after review.


H Miscellaneous Structures 603(3a) Metal Beam End Piece Quantity updated
To be in accordance with the DPWH
Remove Existing Warning and This item was replaced with Standard Specifications requirements and
H Miscellaneous Structures 605(1)a Regulatory Signs and transport to Item 101(2)b and the the revised version of the Special
District quantity updated Provisions.
To be in accordance with the DPWH
This item was replaced with Standard Specifications requirements and
Remove Existing Warning and
H Miscellaneous Structures 605(1)b Item 101(2)c and the the revised version of the Special
Regulatory Signs
quantity updated Provisions.

Quantity corrected after review.


H Miscellaneous Structures 605(1) Warning Signs Quantity updated

Quantity corrected after review.


H Miscellaneous Structures 605(2) Regulatory Signs Quantity updated

To be in accordance with the DPWH


Remove existing informatory Signs This item was replaced with Standard Specifications requirements and
H Miscellaneous Structures 605(3)a and transport to District Engineer's Item 101(2)d and the the revised version of the Special
Office quantity updated Provisions.

To be in accordance with the DPWH


This item was replaced with Standard Specifications requirements and
H Miscellaneous Structures 605(3)b Remove existing informatory Signs Item 101(2)a and the the revised version of the Special
quantity updated Provisions.

To be in accordance with the DPWH


This item was replaced with Standard Specifications requirements and
Informatory
H Miscellaneous Structures 605(3)b Item 605(3)a and the the revised version of the Special
Signs(1000mmx1800mm)
quantity updated Provisions.

To be in accordance with the DPWH


This item was replaced with Standard Specifications requirements and
Informatory
H Miscellaneous Structures 605(3)c Item 605(3)b and the the revised version of the Special
Signs(1000mmx2000mm)
quantity updated Provisions.

Reflectorized Pavement Studs (Flush Quantity corrected after review.


H Miscellaneous Structures 607(1) Quantity updated
Type)

ADDENDUM 1 - Bidding Document: Construction of Samar Road Package 3 41


Millennium Challenge Account - Philippines

Reflectorized Thermoplastic Quantity corrected after review.


H Miscellaneous Structures 612(1) Quantity updated
Pavement Markings, (White)
Reflectorized Thermoplastic Quantity corrected after review.
H Miscellaneous Structures 612(2) Quantity updated
Pavement Markings, (Yellow))

The pay items of the BOQ are not in


accordance with DPWH Standard
Electrical Works (Street All item numbers have been Specification requirements as well as
II All - Special Provisions of the Bidding
Lighting System) changed
Documents. Additional specifications for
equipment were provided.
The pay items of the BOQ are not in
accordance with DPWH Standard
Specification requirements as well as
Special Provisions of the Bidding
All item numbers have been Documents. Missing provisions for the
III Water Supply System All - relocation of water meter and shallow
changed
well development were added. Also
change of pipe material to conform with
the BOQ and design requirements.

ADDENDUM 1 - Bidding Document: Construction of Samar Road Package 3 42


Amendment to Section IX Technical Specifications

Section IX of the Bidding Documents issued 11 April 2012 is replaced in its entirety by the
Revised Section IX included in the Addendum below.

The changes to the Technical Specifications are included in the changes to the BOQ provided in
tabular form in the Amendment to Section VIII Bill of Quantities above.

ADDENDUM 1 - Bidding Document: Construction of Samar Road Package 3 43


SECTION IX
TECHNICAL SPECIFICATIONS

This Section contains the references to the Standard Specifications and supplementary
information (Special Provisions) that describes the Works to be procured.

ADDENDUM 1 - Bidding Document: Construction of Samar Road Package 3 44


Millennium Challenge Account - Philippines

INTRODUCTION

The Specifications describe in detail the work to be executed, the character and quality of
materials and workmanship and any special responsibilities of the Contractor. It shall be read
in conjunction with the contract plans and the other contract documents and comprises the
following:
Section I is the DPWH Standard Specifications consisting of two (2) Volumes as follows:
a) 2004 Edition, Volume II Highways, Bridges and Airports.

Volume II of the DPWH Standard Specifications is presented in nine (9) parts (Part
A, Part B, Part C. up to Part I) with each part (except for Electrical Works and
Water Supply System) providing the specifications for certain items of work
belonging to a particular type of work, as follows:
Part A - Facilities for the Engineer
Part B - Other General Requirements
Part C - Earthwork
Part D - Subbase and Base Course
Part E - Surface Courses
Part F - Bridge Construction
Part G - Drainage and Slope Protection Structures
Part H - Miscellaneous Structures
Part I - Materials
PART A Facilities for the Engineer and Part B Other General Requirements
prescribe some general requirements of the Contract in terms of items of temporary
works or facilities required for the proper implementation and completion of the
project which do not necessarily become integral parts of the completed project.
Part C to Part G provide the specifications of items of permanent works with each
part covering only items belonging to the particular type of work that the part
represents.
Part H Miscellaneous Structures provides the specifications for items of permanent
works regarding ancillary structures pertinent to highways, bridges and airport-
runways that may not be properly classified as belonging to any of the particular types
of work represented by the earlier parts (Part C to Part G).
b) 1995 Edition, Volume III Public Works Structures (Building, Ports and
Harbors, Flood Control and Drainage Structures and Water Supply)

Volume III of the DPWH Standard Specifications is presented in ten (10) parts (Part
A, Part B, Part C. up to Part I) with Part I (Water Supply) providing the
specifications for the Water Supply of the project under consideration.
Section II comprises the Special Provisions and Supplemental Specifications. The
Special Provisions are specific clauses setting forth the conditions or requirements
applicable to the project under consideration, whilst the Supplemental specifications
are the specifications for Special items not covered by the Standard Specifications.
The Special Provisions and Supplemental Specifications for this project consist of
the following:
Amendments to the specifications, comprising:
Modifications and/or clarifications in the specifications of standard work items (or
work items under Volume II, PART A to PART H of the General Specifications as

ADDENDUM 1 - Bidding Document: Construction of Samar Road Package 3 45


Millennium Challenge Account - Philippines

well as Volume III, PART I of the General Specifications without changing the
number and name of each standard work items, and
Additions to the specifications comprising additional or special work items, if any,
under each of Volume II, PART A to PART G and Volume III, PART I AND PART
J.
If any applicable Special Specification is lacking in this Volume, the corresponding
specifications in the AASHTO Standard Specifications for Highway Bridges, latest
Edition, shall be deemed to apply.
Whenever conflict occurs between Section I and Section II, the latter shall prevail.
Pertinent notes appearing in the Contract Plans or Drawings shall also be considered
as part and parcel of the Technical Specifications. Such notes shall take precedence
over the General Specifications and Special Provisions. Further amendments to the
Specifications, if necessary, shall be furnished by means of Supplemental Notices.

ADDENDUM 1 - Bidding Document: Construction of Samar Road Package 3 46


Millennium Challenge Account - Philippines

TABLE OF CONTENTS
Section I Standard Specifications .............................................................................. 49
Section II A Special Provisions and Supplemental Specifications Cross-referenced
to DPWH Standard Specifications for Highways, Bridges and Airports, Volume II, 2004
edition 49
PART A - FACILITIES FOR THE ENGINEER ....................................................... 50
A.1. Requirements ....................................................................................................................... 50
A.1.1. Field Office, Laboratory Building and Living Quarters for the Engineer ................ 50
A.1.2. Materials Testing Laboratory and Services ............................................................... 57
A.1.3. Communication Facilities for the Engineer .............................................................. 86
A.1.4. Transport - Vehicles for the Engineer ....................................................................... 91
A.1.5. Assistance to the Engineer ........................................................................................ 91
A.1.6. Progress Photographs ................................................................................................ 93
A.1.7. Provisional Facilities ................................................................................................. 93
A.1.8. Ownership of the Facilities ....................................................................................... 94
A.2. Measurement and Payment ................................................................................................ 94
A.2.1. Measurement ............................................................................................................. 94
A.2.2. Payment ..................................................................................................................... 96
PART B - OTHER GENERAL REQUIREMENTS ................................................... 98
B.1. Offices, Shops, Stores and Workmens Accommodation for Contractor ...................... 98
B.2. Medical Room and First Aid Facilities .............................................................................. 98
B.2. Construction Health and Safety ......................................................................................... 98
B.2.1. Health and Safety Plan .............................................................................................. 98
B.2.2. Accident Prevention Officer; Accidents ................................................................... 98
B.2.3. Protective Clothing and Safety Equipment ............................................................... 99
B.2.4. Medical and FirstAid Facilities ............................................................................... 99
B.2.5. Supply of Drinking Water, Sanitation ..................................................................... 100
B.2.6. Measurement and Payment ..................................................................................... 100
B.3. Measurement and Payment .............................................................................................. 101
B.3. Environmental and Social Safeguards ............................................................................ 101
B.3.1. General Provisions .................................................................................................. 101
B.3.2. Environmental and Social Management Plan (ESMP) ........................................... 101
B.3.3. Environmental Control Provisions .......................................................................... 105
B.3.4. Measurement and Payment ..................................................................................... 114
B.3.5. Basis of Payment ..................................................................................................... 115
SPL B.4 Traffic Management Provisions ........................................................................... 115
SPL B.4.1 Traffic Control Plan ............................................................................................ 115
SPL B.4.2 General Traffic Management Requirements ....................................................... 115
SPL B.4.3 Measurement and Payment ................................................................................. 118
SPL B.5 Project Billboard ................................................................................................... 119
SPL B.5.1 Material Requirement .......................................................................................... 119
SPL B.5.2 Basis of Payment ................................................................................................. 119
SPL B.6 Sexually Transmitted Infections (STI) Including HIV/AIDS Awareness
Program 119
SPL B.6.1 General Provisions .............................................................................................. 119
SPL B.6.2 Measurement and Payment ................................................................................. 120
SPL B.7 Field Engineering Services ................................................................................... 120
SPL B.7.1 Description .......................................................................................................... 120
SPL B.7.2 Setting Out of the Works ..................................................................................... 121
SPL B.7.3 Measurement for Pay Quantities ......................................................................... 122
SPL B.7.4 Stability Analysis and Deformation Monitoring Survey..................................... 123
SPL B.8 Project Record Documents ................................................................................... 123

ADDENDUM 1 - Bidding Document: Construction of Samar Road Package 3 47


Millennium Challenge Account - Philippines

SPL B.8.1 Description .......................................................................................................... 123


SPL B.8.2 Submittal Requirements ...................................................................................... 123
SPL B.8.3 Project Record Documents .................................................................................. 124
SPL B.8.4 Project Records for Materials and Equipment .................................................... 125
SPL B.8.5 Final Record Documents ..................................................................................... 126
SPL B.9 Bonds and Insurances ........................................................................................... 127
SPL B.10 Plant and Fabrication Yard ................................................................................. 127
SPL B.11 Clearing the Site .................................................................................................... 128
SPL B.12 Silence of Contract Documents ............................................................................ 130
SPL B.13 Meetings and Conferences .................................................................................... 131
SPL B.14 Construction Planning .......................................................................................... 131
SPL B.15 Materials Sources .................................................................................................. 131
SPL B.16 EXISTING PUBLIC UTILITIES ........................................................................... 132
PART C - EARTHWORKS ................................................................................................... 133
PART D - SUBBASE AND BASE COURSE ........................................................................ 154
PART E - SURFACE COURSES .......................................................................................... 185
PART F - BRIDGE CONSTRUCTION ............................................................................... 216
PART G - DRAINAGE AND SLOPE PROTECTION STRUCTURES............................ 236
PART H - MISCELLANEOUS STRUCTURES .................................................................. 249
PART I - WATER SUPPLY ................................................................................................. 254
PART J - MOBILIZATION / DEMOBILIZATION .......................................................... 271
PART K - DAYWORKS ......................................................................................................... 272
PART L - PROVISIONAL SUMS......................................................................................... 274
PART M - ELECTRICAL DISTRIBUTION SYSTEM ...................................................... 275

ADDENDUM 1 - Bidding Document: Construction of Samar Road Package 3 48


Millennium Challenge Account - Philippines

Section I
Standard Specifications

The Standard Specifications referred to in the Contract Documents are the following Standard
Specifications published by the Department of Public Works and Highways:
Volume II: Highways, Bridges and Airports, 2004 edition; and
Volume III: Building, Ports and Harbors, Flood Controls and Drainage Structures and
Water Supply Systems, 1995 edition.
Work shall be carried out in accordance with these Standard Specifications except as
supplemented, modified or revised in the following Special Provisions. Where the Special
Provisions are silent, the Standard Specifications remain fully applicable where relevant.
The numbering of clauses within the Special Specifications follow those of the Standard
Specifications. However, all revisions to the Standard Specifications made herein are denoted
with the letters SPL.

Section II A
Special Provisions and Supplemental Specifications Cross-referenced to DPWH
Standard Specifications for Highways, Bridges and Airports, Volume II, 2004
edition

ADDENDUM 1 - Bidding Document: Construction of Samar Road Package 3 49


Millennium Challenge Account - Philippines

PART A - FACILITIES FOR THE ENGINEER

A.1. Requirements

The following Sub-section is modified and supplemented as follows:

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

1. The Contractor shall construct and maintain until final completion of the project, one
(1) unit combined field office and materials testing laboratory and a separate building
for the living quarters, including all necessary electricity, water, drainage, sanitary
facilities and telephone services for the use of the Engineer. The field office/laboratory
and quarters shall be constructed all in accordance with the Standard Specification and
design shown on the approved Drawings. The individual building shall have the floor
area prescribed on the Plans and shall have a 24-hour security services and shall strictly
comply with the provisions of Batas Pambansa 344 (Accessibility Law) and the
Building National Code. Both buildings shall contain the equipment, supplies,
furnishing, apparatus, and appliances specified in Schedules B of these Special
Provisions. Testing equipment shall be brand new when furnished and in accordance
with Schedule C of these Specifications and shall be located in the testing laboratory as
directed by the Engineer.

While the combined field office and laboratory building and living quarters for the
Engineer are under construction, the Contractor shall provide a temporary field office,
laboratory and quarters ready for occupancy and use by the Engineer for a period of
three (3) months reckoned from the commencement of the Works subject to the
approval of the Engineer. The Contractor shall provide temporary facility on the rented
building(s) conforming to the requirements and to the satisfaction of the Engineer.

All facilities to be provided by the Contractor shall conform to the best standard for the
required types. On completion of the Contract, the facilities provided by the Contractor
including utilities and communication facilities shall revert to the Government
including office equipment, survey equipment/apparatus, pieces of furniture, laboratory
equipment, etc.

The Contractor shall be responsible for raising the ground (if necessary), the grading
and provision of drainage facilities in the vicinity of the facility with suitable access

ADDENDUM 1 - Bidding Document: Construction of Samar Road Package 3 50


Millennium Challenge Account - Philippines

walkways, seeding and sodding of the ground as directed and approved by the
Engineer. Also, the Contractor shall construct a parking area at the compound near the
building and a satisfactory access road to the parking area. The Contractor shall be
responsible for the maintenance and protection of all facilities to be provided during the
entire duration of the Contract including provision of adequate stock of all expendable
items, such as light bulbs, light tubes, laboratory equipment and supplies, etc., at all
times to ensure proper and continuous functioning of all the Engineers facilities.

The whole area of the Engineers compound shall be fenced and provided with
necessary gates and outside lighting around the building and parking to the satisfaction
of the Engineer.

The buildings shall be provided with air-conditioning system, complete with all
standard accessories which will operate on a 220 volt, 60 cycle, 3-phase current at the
location and quantity/capacity reflected per approved Plans which can cool and
dehumidify the air.

The Contractor shall provide within thirty (30) days after receipt of Notice to Proceed, a
sufficient supply of all normal stationary, printing paper, laboratory and testing
materials, consumable items specified under Schedule E, all as required and on the
discretion of the Engineer.

It shall be understood that if the Contractor cannot provide the articles as described or
intends to supply equivalent substitutes, the Engineer may execute their provision and
the Contractor shall pay therefore as certified by the Engineer, or the Engineer shall
have the right to deduct the sums from any money which is due or which will become
due to the Contractor.

2. All test and quality control works shall be done by the Contractors Materials Testing
and Laboratory Staff under the direct supervision of the Engineer. The Contractor shall
also provide qualified and experienced laboratory staff, enumerated under Schedule A,
to carry out all materials quality control and all the tests specified in the Contract as
required by the Engineer. The person so appointed by the Contractor to manage the
laboratory shall be well experienced in the type of work to be undertaken and shall be
subject to the approval of the Engineer. He shall work full time and shall be responsible
to the Engineer for all works carried out. All tests shall normally be carried out on the
site, except for any special tests to be carried out at an approved, independent testing

ADDENDUM 1 - Bidding Document: Construction of Samar Road Package 3 51


Millennium Challenge Account - Philippines

laboratory. The Contractor shall make all necessary arrangements for the supply and
delivery of samples to, and collection of samples from such laboratory. He shall arrange
for one copy of the independent testing laboratorys test certificate to be delivered to
the Engineer not less than three 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. It shall be reiterated that all test and
quality control works shall be the responsibility of the Contractor. 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 such statement from time to time
during the progress of work if deemed necessary.
3. The telephone service shall have a direct line to the telephone companys telephone
exchange line for the exclusive use of the Engineer.
4. By way of maintenance, the Contractor shall provide the necessary personnel specified
under Schedule A to maintain all of the facilities in good operating condition and
adequately safeguard and secure the building, equipment and property day and night,
regularly and properly cleaned, and to take care of household help, all as directed and
approved by the Engineer.
5. Any portable offices required in the Contract shall be dismantled, moved and erected
from time to time as directed by the Engineer.
6. Appropriate signs shall be installed to identify the Engineers compound to the public.
7. Buildings for the Engineers field office, laboratory and living quarters must be located
in an area free of air and noise pollution from any constructional plant or construction
operations.
8. The buildings shall be structurally sound, weather tight with floors raised above to a
grade that will keep it completely free from flooding or to prevent inundation during
rainy season and shall be provided with a minimum ceiling height of 2.85 meters and a
roof eaves of at least 1.5 meters from the walls, unless otherwise specified in the Plans.
9. Buildings required for storage of materials shall be suitably insulated to prevent
deterioration of the stored materials.
10. Field offices and storage sheds should be installed on proper foundations and provided
with connections for utility services. In the absence of potable water supply system
within the area, the Contractor shall install a 3,000 liters capacity to sufficiently supply
the requirements of the Engineer.

ADDENDUM 1 - Bidding Document: Construction of Samar Road Package 3 52


Millennium Challenge Account - Philippines

11. A septic tank, as part of the facilities for the Engineer, shall have a capacity of not less
than six (6) cubic meters with two (2) compartments, as shown in the Plan. The
Contractor must provide a drain tile or leaching well with adequate capacity for the
personnel and the usage of the facility for the duration of the Contract. The Contractor
may propose other satisfactory method of disposing of sanitary waste that may be
implemented only after written approval by the Engineer.
12. The Contractor shall, for the duration of the Contract, provide to the Engineers field
office, staff quarters and laboratory all services including electricity, telephone, gas,
pressurized piped water, clean drinking water and trouble-free sewage disposal, the
costs of which shall be included under the Maintenance of Facilities for the Engineer. A
standby electricity generator of 220 Volt, 10,000 watt minimum capacity, shall be
provided by the Contractor at the Engineers field office, quarters and laboratory in the
event of a failure in the main supply. The generator shall be housed in solid concrete
bunkers to minimize the noise of their operation and for the same reason shall be
located remotely from the building it is servicing and also from all local habitations.
13. The Contractor shall provide adequate firefighting equipment in all camps, offices,
stores and workshop areas including the office building provided for the Engineer, to
meet the minimum requirements of fire safety regulations.
14. Materials, equipment and furnishings used in the buildings must be brand new when
furnished and adequate for the required purpose, and must not violate applicable codes
or regulations. 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 supplementary provision. In the absence of any
Details or Specifications or Provisions for the purpose of making alternations or
amendments to the pay items, the Contractor shall seek approval of the Engineer.

Schedule A - Provision for Operation and Maintenance of


Field Office, Laboratory and Living Quarters for the Engineer

A. Operation / Maintenance Staff


Quantity Unit
a. Secretary 1 month
b. Clerk / Encoder 1 month
c. Laboratory Technician 2 month
d. Laboratory Aides 4 month

ADDENDUM 1 - Bidding Document: Construction of Samar Road Package 3 53


Millennium Challenge Account - Philippines

A. Operation / Maintenance Staff


e. Cook / Maid 1 month
f. Laundrywoman 1 month
g. Utility 1 month
h. Security Guard 2 month
Key Personnel
i. Project Manager 1 month
j. Highway/Pavement Engineer 1 month
k. Topographic Surveyor 1 month
l. Quantity Surveyor 1 month
m. Bridge Engineer 1 month
n. Drainage Engineer 1 month
o. Electrical Engineer 1 month
p. Plant and Equipment Manager 1 month
Materials and Quality Control
q. 1 month
Engineer
Note: (1) Health and Safety Manager and (2) Environmental and Social Manager
are included under Pay-item nos. B.2 and B.3, respectively.

B. Miscellaneous
a. Water Bill 36 month
b. Electricity Bill 36 month
c. Telephone Bill 36 month

Schedule B - Equipment, Furniture and Appliances for


the Combined Field Office, Laboratory and Living Quarters for the Engineer

DESCRIPTION QTY. UNIT

I. For Field Office and Laboratory


FURNITURE

Executive Desk, 75 cm x 150 cm, with 3 lockable drawers 2 Each

Office Desk, 70 cm x 120 cm, with 3 lockable drawers 12 Each

Jr. Executive swivel chair, HB BP5119 screw type with pneumatic 4 Each

ADDENDUM 1 - Bidding Document: Construction of Samar Road Package 3 54


Millennium Challenge Account - Philippines

DESCRIPTION QTY. UNIT


height adjustment

Standard swivel chairs, screw type with pneumatic height adjustment 12 Each

Visitor chair, padded seat backrest upholster with arm, steel


construction 10 Each

Steel storage cabinet, 4 adjustable shelves, fire resistant with locks 2 Each

Steel modular vertical filing cabinet, 4 drawers, fire resistant with


locks 4 Each

Steel horizontal plan file chest, 5 drawers with non-gloss paint 1 Each

Bookshelf, KD Tanguile, 140 cm long with 3 shelves, 32 cm deep 4 Each

Clerical desk, with 1 master drawer, 2 side drawer and 1 open box
drawer 3 Each

Computer Work Station (Roller Type) 4 Each

Conference table for 10 person, 120 cm x 245 cm with 10 chairs with


backseat 1 Each

EQUIPMENT AND SUPPLIES

Electronic and battery operated calculator with adaptors 8 Each

Fire extinguisher (Carbon Dioxide Type, 10 lbs) 4 Each

Electric fans, 16 blade, free standing human height 5 Each

Air Conditioner (Split Type), 2.5 HP, 220V AC 2 Each

Air conditioners, window mounted type, 1.5 HP 3 Each

Photo copier A3 & A4 sizes, reducer/ enlarger capability, incl.


accessories 1 Set

Desktop computer, Intel Core i7-2600 Processor or higher, with


minimum 250 GB hard disk drive, 4 GB RAM memory, DVD-ROM
Drive, with LCD monitor, Voltage Regulator, UPS and
Windows/Office Professional License 4 Set

Laptop computer, Intel Core i7-2640M Processor (2,80 GHz, 4 MB


Cache, Dual-Core) or higher, minimum 160 GB hard disk drive, 4 GB
RAM memory, DVD-ROM Drive, Voltage Regulator, UPS and
Windows/Office Professional License 1 Set

Portable printer DeskJet or equivalent compatible with the personal 4 Set

ADDENDUM 1 - Bidding Document: Construction of Samar Road Package 3 55


Millennium Challenge Account - Philippines

DESCRIPTION QTY. UNIT


computer, for both A4 and A3 paper

Portable printer LaserJet 1 Set

Portable Flatbed Scanner A3 size capable, high resolution quality 1 Set

One License of AutoCAD Civil 3D 2012 with manuals CDs,


installers 1 Set

Refrigerator, 10 cu. Ft. 1 Each

Tea and Coffee making facilities with sufficient capacity to cater for
meetings with up to 15 people

PUBLICATIONS (AASHTO)

Standard Specifications for Transportation Materials and Methods of


Sampling and Testing I Specification (Original) 1 Each

Standard Specifications for Transportation Materials and Methods of


Sampling and Testing II Specification (Original) 1 Each

II. FOR QUARTERS


LIVING ROOM

Sofa chair, 730mm x 900mm x 2100 all padded with dark brown
synthetic leather upholstery 2 Each

Lounge Chairs, 635mm x 840mm mm all padded with dark brown


synthetic leather upholstery 2 Each

Center Table, 430mm x 584mm x 1150mm Tanguile, non-gloss


varnish 2 Each

DINING ROOM AND KITCHEN

Dining Table, 720 h x 1200 w x 3,658 1mm 1 Each

Standard chair-padded with high back rest and arm, Tanguile, non-
gloss varnish 8 Each

Gas Stove, two burners, with LPG tank 1 Each

Ironing Table 1 Each

Electric Flat Iron 1 Each

Refrigerator, 10 cu ft. 1 Each

ADDENDUM 1 - Bidding Document: Construction of Samar Road Package 3 56


Millennium Challenge Account - Philippines

DESCRIPTION QTY. UNIT


Wall Clock 1 Each

Airpot at least 4 lit. cap 1 Each

Kettles, Aluminium 1 Set

Frying Pans, Stainless Steel (Big and Small) 2 Set

Casseroles, Aluminium (Big and Small) 2 Set

Set of kitchenware for at least 16 persons 1 Set

BEDROOM AND BATHROOM

Single Bed with spring boxers and mattress, 920mm x 1800mm 7 Each

Double Deck beds with spring and mattress 800x1800mm 4 Each

Bed Side Tables, 640 x 600 x 600 mm, Tanguile non-gloss 4 Each

Bed Pillows, at least 800 mm long 15 Each

Pillow cases 60 Each

Bed Sheets (set of two) 30 Each

Blankets 30 Each

Mirror, 500 x 1200 mm 2 Each

Air conditioner, window mounted type, 1.0 HP 3 Each

16 Electric Fans 6 Each

Fire Extinguisher 2 Units

At the completion of the contract, the combined field office and laboratory building and
living quarters for the Engineer shall become the property of the Government.

A.1.2. Materials Testing Laboratory and Services

A.1.2.1. Description

This work shall consist of furnishing and maintaining laboratory and field testing facilities,
equipment, and materials and labor to ensure compliance with the various material and
construction technical specifications and requirements included in the Contract. Generally,
the Contractor shall, under the direction and supervision of the Engineer, carry out all
sampling and testing works. The Contractor shall provide an independent transport vehicle
for the exclusive use of the laboratory personnel.

ADDENDUM 1 - Bidding Document: Construction of Samar Road Package 3 57


Millennium Challenge Account - Philippines

Testing services shall include but not be limited to the following items:
a) Soils
b) Aggregates
c) Cement and Concrete Mixture
d) Reinforcing and Structural Steel
e) Metals, Admixtures, Paints, and Miscellaneous Materials
f) Asphalts

A representative listing of the minimum test equipment and laboratory apparatus has been
included under Schedule C, Laboratory Equipment, Apparatus and Appliances. The items
and quantities provided shall be used as a guide only. The Contractor shall be responsible in
providing additional and sufficient testing equipment including staff at various locations to
ensure specifications-contract compliance and as may be directed by the Engineer.
Independent quality assurance testing to be performed by the Engineer and/or Employer is
not included in this Item.
All test and quality control works shall be done by the Contractors Materials Testing and
Laboratory Staff under the direct supervision of the Engineer. The Contractor shall also
provide qualified and experienced laboratory staff, enumerated under Schedule A, to carry
out all materials quality control and all tests specified in the Contract as required by the
Engineer. The person so appointed by the Contractor to manage the laboratory shall be well
experienced in the type of work to be undertaken and shall be subject to the approval of the
Engineer. He shall work full time and shall be responsible to the Engineer for all works
carried out. All tests shall be carried out on the site, except for some specialized tests that can
be carried out at an approved, independent testing laboratory. The Contractor shall make all
necessary arrangements for the supply and delivery of samples to, and collection of samples
from, such laboratory. He shall arrange for one copy of the independent testing laboratorys
test certificate to be delivered to the Engineer not less than three 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. It is reiterated that all test
and quality control works shall be the responsibility of the Contractor. The Engineer shall
define from the beginning of the works, and in accordance with the Specifications, all test to
be performed for each kind of materials and/or works, together with the corresponding
frequencies to be used and amend such statement from time during the progress of work if
deemed necessary.

A.1.2.2. Execution Requirements

A.1.2.2.1. Materials Testing Laboratory


The laboratory shall be laid out in accordance with the plan of the buildings(s) or as directed
by the Engineer for the accommodation and operation of the apparatus needed for the
performance of all tests specified or required as well as to provide office facilities for the
testing personnel of both Contractor and the Engineer.
Curing tanks of sufficient size shall be provided outside the laboratory building, complete
with ample protection from the elements and other outside forces which may disturb the
curing process of concrete cylinder/beam samples.

A.1.2.2.2. Accreditation of Testing Laboratories:

ADDENDUM 1 - Bidding Document: Construction of Samar Road Package 3 58


Millennium Challenge Account - Philippines

In order to ensure the quality of materials being used in infrastructure projects, the Bureau of
Research and Standard (BRS) of the DPWH or Department of Science and Technology
(DOST) shall accredit, in accordance with the industry guidelines, the testing laboratories
whose services are engaged or to be engaged in the project. All government infrastructure
projects owners must accept results of materials test(s) coming only from DOST/BRS-
Accredited Laboratories.
The service(s) of accredited private testing laboratories shall be engage only upon a
certification from BRS or the concerned DPWH Regional or District Testing Laboratory
stating that it does not have the capability to undertake the desired tests. All testing shall be
witnessed both by the authorized representatives of the Contractor, the Engineer and the
Employer.

A.1.2.2.3. Submittals
g) Proposed Testing Laboratory

The Contractor shall provide details for the mobilization of the laboratory and
equipment as part of the mobilization program within thirty (30) days of the
Commencement of Works.
h) Laboratory Personnel

The Contractor shall provide qualified and experienced laboratory staff who shall
conduct the field tests under the supervision of the Engineer. The person provided by
the Contractor to manage the laboratory shall be well experienced in the type of work
to be undertaken and shall be subject to the approval of the Engineer. They shall
work full time and shall responsible to the Engineer for all works carried out in the
laboratory.
The Contractor shall adequately provide protective clothing for laboratory staff,
waterproof clothing safety shoes and helmets for site staff. Such protective clothing
shall be deemed to be included in the unit prices under Part B, Other General
Requirements.
i) Schedule for Testing

The Contractor shall prepare a schedule of all items to be tested based on the
approved Quality Control Program (QCP). In coordination with the construction
schedule, tentative dates for each such activity shall be established. This data, in
preliminary form, shall be submitted for the Engineers review at the beginning of
each month.
j) Test Forms

Within thirty (30) days from the Commencement of Works, proposals for standard
test forms to be used on the Contract for all tests required by the Specifications shall
be submitted by the Contractor for the Engineers approval. For the actual testing and
reporting of test results, only those test forms approved in advance by the Engineer
shall be used.

A.1.2.2.4. Testing Procedures


k) Codes and Standards

ADDENDUM 1 - Bidding Document: Construction of Samar Road Package 3 59


Millennium Challenge Account - Philippines

Testing shall be executed strictly in accordance with all pertinent codes, regulations
and specified standards. Unless specifically approved otherwise by the Engineer, all
testing procedures shall comply with the most recent AASHTO standards as specified
in Standard Specifications for Transportation Materials and Methods of Sampling
and Testing, or in the event that no Specification has been officially adopted by said
association, such materials shall meet the Specifications of the American Society for
Testing and Materials (ASTM).
l) Notification

The Engineer shall be notified of the planned timing of the test at least one hour in
advance of its execution to permit the Engineer or his representative to witness any
non-routine tests they desire.
m) Distribution

Test reports shall be promptly processed and distributed to ensure the any necessary
re-testing, replacement of materials or re-compaction works may be carried out with
the least delay to the Works.
n) Materials Certifications

When these Specifications require a certification, the certification shall be approved


prior to use of the material, unless otherwise directed by the Engineer. In all cases,
certifications must be approved prior to payment.
All material used on the basis of a materials certification may be sampled and tested at
any time. The fact that a material is used on the basis of a certification shall not
relieve the Contractor of responsibility for incorporating material in the work which
conforms to the requirements of the Contract and any such material not conforming to
such requirements will be subject to rejection whether in place or not.

A.1.2.2.5. Equipment and Laboratory Apparatus


The Contractor shall, within thirty (30) days of the Commencement of Works, equip the
laboratory in accordance with the equipment and apparatus as listed in the following
Schedule C and as otherwise required for proper execution of the testing requirements of
these Technical Specifications for the complete Works. All equipment and apparatus shall be
subject to the prior approval of the Engineer.
Schedule C - Laboratory Testing Equipment and Apparatus for the Engineer

REF
DESCRIPTION QTY. UNIT
NO.

MECHANICAL SIEVE ANALYSIS OF SOIL


1.0 AND ANALYSIS OF FINE AND COURSE
AGGREGATE

Sieve Analysis Set, 203 mm dia. X 51 mm depth,


Brass, AASHTO M92

3" 8 dia. Brass Sieve 1 each

2 8 dia. Brass Sieve 1 each

ADDENDUM 1 - Bidding Document: Construction of Samar Road Package 3 60


Millennium Challenge Account - Philippines

REF
DESCRIPTION QTY. UNIT
NO.

2" 8 dia. Brass Sieve 1 each

1 8 dia. Brass Sieve 1 each

1" 8 dia. Brass Sieve 1 each

8 dia. Brass Sieve 1 each

8 dia. Brass Sieve 1 each

3/8 8 dia. Brass Sieve 1 each

#4 8 dia. Brass Sieve 1 each

#8 8 dia. Brass Sieve 1 each

#10 8 dia. Brass Sieve 1 each

#12 8 dia. Brass Sieve 1 each

#16 8 dia. Brass Sieve 1 each

#20 8 dia. Brass Sieve 1 each

#30 8 dia. Brass Sieve 1 each

#40 8 dia. Brass Sieve 1 each

#50 8 dia. Brass Sieve 1 each

#100 8 dia. Brass Sieve 1 each

#200 8 dia. Brass Wash Sieve 1 each

8 dia. Brass Was Sieve, 4" deep for


#200 1 each
washing

Brass Pan, 8" diameter x 2" deep 1 each

Brass Cover with ring 1 each

Galvanized Steel Pan, 24" x 24" x 2" 1 each

Galvanized Steel Pan, 24" x 24" x 4" 1 each

Volumetric Flask, 500 ml with top 1 each

Hand operated shaker for 8" diameter sieve 1 each

ADDENDUM 1 - Bidding Document: Construction of Samar Road Package 3 61


Millennium Challenge Account - Philippines

REF
DESCRIPTION QTY. UNIT
NO.

Mechanical Shaker 1 each

Balance, sensitive to 0.50 gm, 20kg capacity with set


2 unit
of weights to accommodate capacity of balance

Triple Beam Balance, 2610 grams / 0.10 gr 2 unit

Volumetric Flask, 500 ml with top 1 each

2.0 ATTERBERG LIMITS

Liquid Limit Set 1 set

Plastic Limit Set 1 set

Balance sensitive to 0.001 gm., 1.0 kg capacity with


1 unit
set weights

Moisture cans 150 mm dia 1 each

Evaporating Disk 1 each

3.0 SHRINKAGE FACTOR TEST

Shrinkage Limit Set 1 set

Disk, for Mercury, 150mm dia. 1 pc

Spatula 1 pc

Shrinkage Disk, 45 mm dia. 1 pc

Straight Edge, 300mm 1 pc

Glass Container, 50 mm dia. 1 pc

Glass Plate, 2 mm x 80 mm x 80 mm 1 pc

Glass Plate with Prongs 1 pc

Graduated Cylinder, 25 ml 1 pc

Mercury, 500 cc 1 Btl

4.0 MOISTURE DENSITY

Compaction Test

ADDENDUM 1 - Bidding Document: Construction of Samar Road Package 3 62


Millennium Challenge Account - Philippines

REF
DESCRIPTION QTY. UNIT
NO.

Compaction Mold, 4" dia. 1 each

Compaction Rammer, 5.5 lbs. 1 each

Compaction Mold, 6" dia. 1 each

Compaction Rammer, 10 lbs. 1 each

Sample Extruder 1 each

Steel Straight Edge 1 each

Mixing Pan, 24" x 24" x 3" 1 each

Moisture Cans, 3 oz. 1 doz

5.0 SPECIFIC GRAVITY TEST

Specific Gravity Test Set of Soil

Analytical Balance; 200 grams capacity, sensitive


1 unit
0.001 gm

Pycnometer Top and Jar 1 each

Volumetric Flask, 100 ml 1 each

Thermometer, range 0-100 oC graduated,1oC 1 each

Fine Aggregate Specific Gravity Test Set

Balance, capacity 1 kg. sensitivity 0.10 gm with set of


1 set
weights

Volumetric Flask, 500 ml 1 pc

Conical Mold, Metal 1 pc

Tamping Rod 1 pc

Course Aggregate Specific Gravity Test Set

LAA Machine Model 1 unit

Balance, capacity 5 kg. sensitivity 0.50 gm with set of


1 unit
weights

Basket, mesh opening 3.35 or 2.86 mm dia., height 1 each

ADDENDUM 1 - Bidding Document: Construction of Samar Road Package 3 63


Millennium Challenge Account - Philippines

REF
DESCRIPTION QTY. UNIT
NO.

20 mm

Steel container for wire basket 1 each

Steel stand with rubber plate covering upper surface 1 each

6.0 SAND EQUIVALENT VALUE

Sand Equivalent Base Set compose of: 1 set

Sand reading indicator 1 each

Irrigator tube 1 each

Measuring graduated cylinder 1 each

Siphon assembly 1 each

Measuring tin 90ml, 60mm dia. 1 each

Funnel 1 each

Bottle, 4liter Enamel Tray, 345mm x 265mm x 60mm 1 each

Sieve 4.75 (No.4) 1 each

Reagents

Anhydrous, Calcium Chloride. 500 gm 1 each

Glycerin 1 each

Formaldehyde 1 each

7.0 CALIFORNIA BEARING RATIO (CBR)

Mechanical CBR Loading Apparatus with strain gauge


1 Set
proving ring and penetration piston

CBR mould, 6" x 7" with perforated base plate and


6 each
collar

Spacer Disk 1 each

Filter Screen 12 each

Swell plate 6 each

Dial Gauge 1 each

ADDENDUM 1 - Bidding Document: Construction of Samar Road Package 3 64


Millennium Challenge Account - Philippines

REF
DESCRIPTION QTY. UNIT
NO.

Tripod attachment 3 each

Slotted surcharge Weights 6 each

Surcharge Weight, circular 6 each

Cutting edge 1 each

DENSITY OF SOIL IN-PLACE BY SAND CONE


8.0
METHOD

Sand Density Apparatus 1 each

Sand Cone and Jug 2 each

Density Plate 1 each

Replacement Jug 2 each

Sampling Spoon 1 each

On - Gallon Field Cans 2 each

One - Inch Steel Chisel 1 each

Sand Scoop 1 each

Ball Hammer 1 each

Field Scale, 16 kg., 20 gm sensitivity 1 each

Spoon Sampling 1 pcs

9.0 SPECIFIC GRAVITY AND ABSORPTION TEST

Sand absorption Cone and Tamper 1 each

Triple Beam Balance,2610 grams/0.10 gr 1 each

Micro Poise Balance; 100 grams / 0.10 grams 1 each

Density Basket 1 each

Bucket for immersing aggregates 1 each

Pycnometer Top and Jar 1 each

Volumetric Flask, 250 ml 1 each

ADDENDUM 1 - Bidding Document: Construction of Samar Road Package 3 65


Millennium Challenge Account - Philippines

REF
DESCRIPTION QTY. UNIT
NO.

Volumetric Flask, 500 ml 1 each

Tin Pans, Rectangular, 4" x 4" x 16" 1 each

COMPRESSION STRENGTH OF MOLDED


10.0
CONCRETE CYLINDER

Compression Machine, Hydraulic Operated with


1 set
changeable head for flexural testing

Air Entrapment Meter 1 unit

Capping Set for Capping of Specimen 1 set

Capping Compound 8 bags

MAKING AND CURING CONCRETE


11.0 COMPRESSION AND FLEXURAL TEST
SPECIMEN IN THE FIELD

Moulds for Compression Test Specimen 1 Each

Moulds for Flexural Test Specimen 1 Each

Tamping Rod, 5/8" in dia., 24" long having one end


1 Each
hemispherical

Small Tools
Two each of shovels, pails trowels wood float, blunted 1 set
trowels, straight edge, feeler gage, scoops, rubber
mallet and rulers

12.0 CONCRETE CORING AND SAW CUTTING

Core Drill Machine with 15 mm dia. With drill bit 1 unit

4" dia., drill bit for asphalt cored sample 2 each

Concrete Saw Cutter 1 unit

13.0. SLUMP OF PORTLAND CEMENT CONCRETE

Slump Test Apparatus 1 set

Slump Cone w/Base & graduated Tamping Rod 1 included

Mixing Pan 24" x 24" x 3" 1 each

ADDENDUM 1 - Bidding Document: Construction of Samar Road Package 3 66


Millennium Challenge Account - Philippines

REF
DESCRIPTION QTY. UNIT
NO.

Cement Trowel 1 each

Armored Thermometer 2 pc

Yield Bucket, 1/10 cu. Ft 1 each

Yield Bucket, 1/2 cu. Ft 1 each

14.0 BITUMINOUS MATERIALS

Marshall Stability Apparatus complete with


1 set
accessories

15.0 MISCELLANEOUS TOOLS AND EQUIPMENT

Laboratory Oven, Double Wall Gravity connection,


1 unit
220/60 cy.

A.C. Cap 1 cum

Hot Plate, 12" x 12", 220 volts 1 unit

Speedy Moisture Tester 1 unit

Organic Impurities Test Set 1 set

Sand Equivalent Test Set 1 unit

Gas Range, 2 Burners 1 unit

Portable Concrete Mixer 1 unit

Glass Cylinder, double graduated, 500 ml 1 pc

Sieve Brush 1 pc

Capping Ladle 1 pc

Pickaxe and Crowbar 1 each

16.0 OTHERS

Sodium Hydroxide Solution 1 btl.

Capping compounds 1 cartons

ADDENDUM 1 - Bidding Document: Construction of Samar Road Package 3 67


Millennium Challenge Account - Philippines

REF
DESCRIPTION QTY. UNIT
NO.

Sodium Sulfate 1 btl.

Calcium Carbide Reagent 1 cartons

Sand Equipment Solution Standards 1 btl.

Distilled Water 2 gals

The preceding equipment list shall be supplemented with the addition of those items required
for acceptance testing of hydraulic cement, hydraulic cement concrete mixtures and
miscellaneous sampling tools, storage devices and field monitoring tools required during
placement of the various materials included in the Contract.
The above listed Laboratory Testing Equipment and Apparatus shall upon completion of the
Project, be disposed of based on the Disposal of Assets provisions in the Compact
Agreement.
V. Publications (Latest Edition)
AASHTO Standard Specifications for Transportation Materials and Methods of Sampling
and Testing:
Part I - Specifications
Part II - Tests
Annual Book of ASTM Standards:
Volume 4.02: Concrete and Aggregates
Volume 4.03: Roads and Paving Materials, Traveled Surface Characteristics
Volume 4.08: Soil and Rock, Building Stone, Geotextiles
Volume 4.04: Roofing, Waterproofing, Bituminous Materials Asphalt Institute MS-2
Concrete Manual (ACI)
The above-mentioned technical publications and references are basic Contractors guide,
which should be procured by the Contractor for use in the project.

A.1.2.3. Minimum Test Requirements

The Schedule of Minimum Test Requirements Governing Items of Work of the DPWH shall
be complied as listed below. However, the number of tests required in the Special Provisions
shall govern and other test deemed necessary as required by the Engineer and Employer shall
be complied with.
Minimum Test Requirements
ITEMS OF WORK MINIMUM TEST REQUIREMENTS

PART C EARTHWORK

Item 100 - Clearing & Grubbing None

Item 101 - Removal of Structures &


None
Obstruction

ADDENDUM 1 - Bidding Document: Construction of Samar Road Package 3 68


Millennium Challenge Account - Philippines

ITEMS OF WORK MINIMUM TEST REQUIREMENTS

Item 102 - Excavation Same tests as for Items 103, 104 and
105, whichever is applicable.

Item 103 - Structure Excavation If excavated materials are incorporated


into the work:
If excavated materials are wasted, the Test: For every 1500 m3 or fraction
volume involved shall be reported thereof:
so that Quality Control requirements 1-G, Grading Test
may be adjusted accordingly. Submit 1-P, Plasticity Test (LL, PL, PI)
Project Engineer Certificate of Waste 1-C, Laboratory Compaction
Test : For every 150 mm layer in
uncompacted depth: 1-D, Field
Density

Item 104 - Embankment For every 1500 m3. or fraction thereof:


1-G, Grading Test
1-P, Plasticity Test (LL, PL, PI)
1-C, Laboratory Compaction

Test: For each 500 m2 of each layer of


compacted fill or fraction thereof at least
one group of three in-situ density tests.
The layers shall be placed not exceeding
200 mm in loose measurement or based
on the result of compaction trials.

Item 105 - Sub-grade Preparation Same tests as for Item 104

Item 106 - Compaction Equipment and Same tests as for Items 104, 105, 200,
Density Control Strips 201, 202, 203, 204, 205, 206 and 300.

PART D - SUBBASE AND BASE COURSE

Item 200 - Aggregate Subbase Course For every 300 m3 or fraction thereof:
1-G, Grading Test
1-P, Plasticity Test (LL, PL, PI)

For every 1500 m3 or fraction thereof:


1-C, Laboratory Compaction Test

For every 2500 m3 or fraction thereof:


1-CBR, California Bearing Ratio Test

ADDENDUM 1 - Bidding Document: Construction of Samar Road Package 3 69


Millennium Challenge Account - Philippines

ITEMS OF WORK MINIMUM TEST REQUIREMENTS


For every layer of 150 mm of
compacted depth/ based on the results
of compaction trials.
At least one group of three in-situ
density tests for each 500 m2 or
fraction thereof.

Item 201 - Aggregate Base Course For every 300 m3 or fraction thereof:
1-G, Grading Test
1-P, Plasticity Test (LL, PL, PI)

For every 1500 m3 or fraction thereof:


1-Q, Quality Test for : (Grading,
Plasticity and Abrasion)
1-C, Laboratory Compaction Test

For every layer of 150 mm of


compacted depth/ based on the results
of compaction trials
At least one group of three in-situ
density tests for each 500 m2 or
fraction thereof.

Item 202 - Crushed Aggregate Base Same tests as for Item 201 For every
Course 1500 m3 or fraction thereof: 1-F,
Fractured Face

Item 203 - Lime Stabilized Road A. Soil Aggregate


Mix Base Course Amount of Lime For every 300 m3 or fraction thereof:
to be added: 3 to 12 mass percent of 1-G, Grading Test
dry aggregate 1-P, Plasticity Test (LL, PL, PI) For
every 1500 m3 or fraction thereof:
1-Q, Quality Test for: (Grading,
Plasticity and Abrasion)

B. Mix
For every 300 m3 or fraction thereof:
1-C, Laboratory Compaction Test
1-UC, Unconfined Compression Test
1-CBR, California Bearing Ratio Test

ADDENDUM 1 - Bidding Document: Construction of Samar Road Package 3 70


Millennium Challenge Account - Philippines

ITEMS OF WORK MINIMUM TEST REQUIREMENTS

C. Compacted Base Course


For every layer of 150 mm of
compacted depth: 1-D, Field Density
Test for every 150m or fraction thereof

D. Hydrated Lime
For every 100 t or fraction thereof: 1-Q,
Quality Test

Item 204 - Portland Cement Stabilized A. Soil Aggregate


Road Mix Base Course Same tests as for Item 203
Amount of Cement to be added: 6 to 10
mass % of dry soil aggregate B. Cement
1-Q Quality Test for every 2000 bags of
fraction thereof

C. Water
1-Q, Quality Test/Project Engineers
Certificate

D. Mix
For every 300 m3 or fraction thereof:
1-C, Laboratory Compaction Test
1-UC, Unconfined Compression Test
1-CBR, California Bearing Ratio Test

E. Compacted Base Course


For every layer of 150 mm compacted
depth
1-D, Field density Test for every 150m
or fraction thereof
1-T, thickness determination for every
150 m or fraction thereof

Item 205 - Asphalt Stabilized Road Mix A. Soil Aggregate


Base Course Same tests as for Item 203
Amount of Asphalt to be added: 4 to 7
mass % of dry soil aggregate. B. Emulsified Asphalt
1-Q, Quality Test for every 40 to 200
drums or fraction thereof

ADDENDUM 1 - Bidding Document: Construction of Samar Road Package 3 71


Millennium Challenge Account - Philippines

ITEMS OF WORK MINIMUM TEST REQUIREMENTS

C. Mix
Same tests as for Item 203

D. Compacted Base Course


Same tests as for Item 203

Item 206 - Portland Cement Treated A. Soil Aggregate


Plant Mix Base course Same tests as for Item 203
Amount of Asphalt to be added: 6 to 10
mass % of dry soil aggregate B. Portland Cement
For every 2000 bags of fraction thereof:
1-Q, Quality Test

C. Water
1-Q, Quality Test/Project Engrs
Certificate

D. Same tests as for Item 204

E. Compacted Base Course


For every layer of 150 mm compacted
depth
1-D, Field Density Test for every 150 m
or fraction thereof
1-T, Thickness determination for every
150m or fraction thereof

Item 207 Aggregate Stockpile Same tests as specified in Item No. of


the Specs.

PART E - SURFACE COURSE

Item 300 - Aggregate Surface Course For every 300 cu. m. or fraction thereof:
1-G, Grading Test
1-P, Plasticity Test (Pl, LL, PI)

For every 1500 m3 or fraction thereof:


1-C, compaction Test for: (Grading,
plasticity and Abrasion)

For every layer of 150 mm of

ADDENDUM 1 - Bidding Document: Construction of Samar Road Package 3 72


Millennium Challenge Account - Philippines

ITEMS OF WORK MINIMUM TEST REQUIREMENTS


compacted depth/based on the results of
compaction trials.
At least one group of three in-situ
density tests for each 500 m2 or fraction
thereof.

For crushed Gravel or Crushed Stone,


1500 m3 or fraction thereof:
1-F, Fractured face

Item 301 - Bituminous Prime Coat Quantity: 1 to 2 L/sq.m.


1-Q, quality Test for every 40 t or 200
drums

Item 302 - Bituminous Tack Coat Quantity: 0.2 to 0.7 L/sq.m.


1-Q, Quality test for every 40 t or 200
drums

Item 303 - Bituminous Seal Coat A. Bituminous Materials


Quantity: o.2 to 1.5 L/sq.m.
1-Q, Quality Test for every 40t or 200
drums

B. Cover Aggregates
Quantity: From 5 to 14 kg/s.q. m.
For every 75 m3/200 kg. or fraction
thereof : 1-G, grading Test

Item 304 - Bituminous Surface A. Aggregates


Treatment Quantity:
Using Cut-Back Asphalt or Asphalt
Cement 13.6 to 38.0 kg/sq.m.
Using Emulsified Asphalt - 13.6 to
19.04
Kg/sq.m. For every 75 m3/200 kg. or
fraction thereof:
1- G, grading Test
1- P, Plasticity Test (PL, LL, PI)

For every 1500 m3 or fraction thereof:


1- Q, Quality Test for: (Grading,

ADDENDUM 1 - Bidding Document: Construction of Samar Road Package 3 73


Millennium Challenge Account - Philippines

ITEMS OF WORK MINIMUM TEST REQUIREMENTS


Plasticity,
Abrasion, Stripping and Bulk specific
Gravity)
1-F, Fractured Face

B. Bituminous Materials
Quantity: Using Cut-back Asphalt or
Asphalt Cement -
1.58 to 2.04 L/sq.m.
Using Emulsified asphalt - 1.58 to
2.04 L/sq.m. Same test as for Item 301

Item 307 - Bituminous Plant-Mix A. Aggregate


Surface Course General For every 75m3/ 200kg or fraction
thereof:
1-G, Grading Test
1-P, Plasticity Test (LL, PL, PI)
For every 1500m3/ or fraction thereof:
1-Q, Quality Test (Grading, Plasticity
and Abrasion, Stripping and Bulk
Specific gravity)
1-F, Fractured Face

B. Bituminous Material
Quantity:
5.0 to 8.0 mass % of total dry aggregate
Test:
1-Q, Quality test for every 40t or 200
drums

C. Mix
Tests:
For every 75m3/130t or fraction thereof:
1-G, Grading Test
1- Ext., Extraction
1-Sty., Stability
1-C., Laboratory Compaction

D. Hydrated Lime
For every 100t or fraction thereof:
Tests: 1-Q, Quality Test

ADDENDUM 1 - Bidding Document: Construction of Samar Road Package 3 74


Millennium Challenge Account - Philippines

ITEMS OF WORK MINIMUM TEST REQUIREMENTS

E. Mineral filler
For every 75 cu.m. or fraction thereof:
1-G & P, grading and Plasticity Tests
(LL, PL, PI)

F. Compacted Pavement
For each full days operation:
D & T (Density and Thickness Tests) -
at least one (1) but not more than three
(3) samples shall be taken.

Item 308 - Bituminous Plant Mix, A. Aggregate


Surface Course, Cold laid Same tests as for Item 307

B. Bituminous Material
Quantity:
Using Cut-Back Asphalt - 4.5 to 7.0
mass % of total dry aggregate
Using Emulsified Asphalt - 6.0 to 10.0
mass % of total dry aggregate
Tests: 1-Q, Quality Test for every 40t or
200
Drums

C. Mix
Same tests as for Item 307

D. Hydrated Lime
Same tests as for Item 307

E. Mineral Filler
For every 75 cu.m. or fraction thereof:
1-G & P, Grading and Plasticity Tests (
LL, PL, PI)

F. Compacted Pavement
Same tests as for Item 307

Item 309 - Bituminous Plant-Mix A. Aggregate


(Stockpile Maintenance Mixture) Same tests as for Item 307

ADDENDUM 1 - Bidding Document: Construction of Samar Road Package 3 75


Millennium Challenge Account - Philippines

ITEMS OF WORK MINIMUM TEST REQUIREMENTS

B. Bituminous Materials
Quantity: 4 to 10 Mass % of total mix
Test: 1-Q, Quality Test for every 40t or
200 drums:

C. Mix
Same tests as for Item 307

D. Hydrated Lime
Same tests as for Item 307

E. Mineral Filler
Same tests as for Item 307

F. Compacted Pavement
Same tests as for Item 307

Item 310 - Bituminous Concrete A. Aggregate


Surface Course, Hot-Laid Same tests as for Item 307

B. Bituminous Materials
Quantity: 5 to 8 Mass % of total dry
aggregates

C. Mix
Same tests as for Item 307

D. Hydrated Lime
Same tests as for Item 307

E. Mineral Filler
Same tests as for Item 307

F. Compacted Pavement
Same tests as for Item 307

Item 311 - Portland Cement Concrete A. Cement


Pavement
Quality: 9.00 bags cu.m. (40Kg/bag)
Tests: For every 2000 bags or fraction

ADDENDUM 1 - Bidding Document: Construction of Samar Road Package 3 76


Millennium Challenge Account - Philippines

ITEMS OF WORK MINIMUM TEST REQUIREMENTS


thereof
1-Q, Quality Test

B. Fine Aggregate
Quantity:
a) 0.05 cu.m./cu.m. concrete (if rounded
coarse aggregate is used)
b) 0.54 cu.m./cu.m. concrete (if angular
coarse aggregate is used)

Tests: For every 1500 cu.m. or fraction


thereof:
a) For a source not yet tested, or
failed in previous quality test:
1-Q, Quality Test For: Grading,
Elutriation (Wash), Bulk Specific
Gravity, Absorption Mortar Strength,
Soundness, Organic Impurities, Unit
Weight, % Clay Lumps and Shale.
b) For a source previously tested
and passed Quality Test:
1-Q, Quality Test for: Grading,
Elutriation (Wash), Bulk Specific
Gravity, Absorption Mortar Strength.

For every 75 cu.m. or fraction thereof


1-G, Grading Test

C. Course Aggregate
Quantity:
a) 0.77cu.m/cu.m concrete (if
rounded coarse aggregate is used)
b) 0.68 cu.m/cu.m concrete (if
angular coarse aggregate is used)

Tests: For every 1500 cu.m or fraction


Thereof
a) For a source previously tested and
passed quality tests:
1-Q, Quality Test for: Grading, Bulk
Specific Gravity, Absorption and
Abrasion

ADDENDUM 1 - Bidding Document: Construction of Samar Road Package 3 77


Millennium Challenge Account - Philippines

ITEMS OF WORK MINIMUM TEST REQUIREMENTS


For every 75 cu. m or fraction thereof:
1-G Grading Test

D. Water
Tests: 1-Certificate from Project
Engineer or
1-Q, Quality Test, if source is
questionable

E. Joint Filler
a)Poured Joint Filler
1-Q, Quality Test on each type of
ingredient for each shipment
b) Pre-moulded Joint Filler
1-Q, Quality Test on each thickness of
filler for each shipment

F. Special Curing Agents


1-Q, Quality Test for each shipment

G. Steel Bars
For every 10,000 kg. or fraction thereof
for each size
1-Q, Quality Test for Bending, Tension
and Chemical Analysis

H. Concrete
Flexural Strength Test on Concrete
Beam
Sample 1-set consisting of 3 beam
samples shall represent a 330 sq. m of
pavement, 230 mm depth or fraction
thereof placed each day. Volume of
concrete not more than 75 cu.m.

I. Completed Pavement
Thickness determination by concrete
core drilling on a lot basis
Five (5) holes per km per lane or five (5)
holes per 500 m when 2 lanes are poured
concurrently.

ADDENDUM 1 - Bidding Document: Construction of Samar Road Package 3 78


Millennium Challenge Account - Philippines

ITEMS OF WORK MINIMUM TEST REQUIREMENTS

PART F - BRIDGE CONSTRUCTION

Item 400 - Piling A. Concrete Piles


a. Concrete
Same tests as for Item 405
b. Reinforcing Steel
Same tests as for Item 404

B. Structural Piles
1-Q, Quality Test/Mill Test Certificate
1-IR, Inspection Report

Item 401 - Railings A. Concrete


Same tests as for Item 405, Class C

B. Reinforcing Steel
Same tests as for Item 404

Item 403 - Metal Structures 1-Q, Quality Test or Mill Test


Certificate for each type of materials
used
1-Inspection Report for each type and
shipment of metal used

Item 404 - Reinforcing Steel A. Bar Reinforcement for Concrete


for every 10,000
kg or fraction thereof for each size:
1-Q, Quality Test for Bending,
Tension and Chemical Analysis

B. Wire and Wire Mesh


1-Q, Quality Test

Item 405 - Structural Concrete Quantity :(40 kg/bag)


Class AA: 10.5 bags/m3 of
Concrete , 27.6MPa (4,000 psi)

Class A (MOD): 10.3 bags/ m3 of


Concrete , 24 MPa (3,500 psi)

Class B: 10.3 bags/ m3 of concrete, 24


MPa (3,500 psi )

ADDENDUM 1 - Bidding Document: Construction of Samar Road Package 3 79


Millennium Challenge Account - Philippines

ITEMS OF WORK MINIMUM TEST REQUIREMENTS


Class C: 9.5 bags/ m3 of concrete,
20.7 MPa (3000 psi)

Class D: 9.5 bags/ m3 of concrete,


20.7 MPa (3,000 psi)

Class PP1-A: 11 bags/m3 of concrete,


34.5 MPa (5,000 psi)

Class PP1-B: 11.5 bags/m3 of concrete,


42 MPa (6,000 psi)

Class PP2-A: 11 bags/m3 of concrete,


34.5 MPa (5,000 psi)

Class PP2-B: 11. bags/ m3 of concrete,


34.5 MPa (5,000 psi)

Class Seal: 9.50 bags/m3 of concrete,


20.7 MPa (3,000 psi)

Class Lean: 5.00 bags/ m3 of concrete,


13.8 MPa (2,000 psi)

Tests : For every 2,000 bags or


fraction thereof,
1-Q, Quality Test

B. Fine Aggregate
Tests: For every 1500 cu.m or fraction
Thereof
a. For a source not yet tested or failed in
previous quality test
1-Q, Quality Test for: Grading,
Elutriation (Wash), Bulk Specific
Gravity, Absorption, Mortar
Strength, Soundness, Organic
Impurities, Unit Weight, % Clay Lumps
and Shale

b. For a source previously tested and

ADDENDUM 1 - Bidding Document: Construction of Samar Road Package 3 80


Millennium Challenge Account - Philippines

ITEMS OF WORK MINIMUM TEST REQUIREMENTS


passed quality test:
1-Q, Quality Test for: Grading,
Elutriation (Wash), Bulk Specific
Gravity, Absorption, and Mortar
Strength

For every 75 cu.m. or fraction thereof:


1-G, Grading Test

C. Coarse Aggregates
Quantity: cu.m./cu.m. of concrete

Tests: For every 1500 cu.m or fraction


thereof
a. For a source not yet tested or failed in
previous quality tests:

1-Q, Quality Test for: Grading, Bulk


Specific Gravity, Absorption, Abrasion,
Soundness and Unit Weight

b. For a source previously tested and


passed quality test:
1-Q, Quality Test for Grading,
Absorption,

Bulk Specific Gravity and Abrasion


For every 75 cu.m. or fraction thereof:
1-G, Grading Test

D. Water
1-Certificate from Project Engineer
1-Q, Quality Test, if source is
questionable

E. Pre-moulded Filler for expansion


joints
1-Q, Quality Test on each thickness of
filler for each shipment

F. Steel Reinforcement

ADDENDUM 1 - Bidding Document: Construction of Samar Road Package 3 81


Millennium Challenge Account - Philippines

ITEMS OF WORK MINIMUM TEST REQUIREMENTS


1-Q, Quality Test for every 10,000 kg or
fraction thereof for each size

G. Concrete
Compressive strength test on concrete
cylinder samples. 1 set consisting of 3
concrete cylinder samples shall be taken
from each days pouring and to
represent not more than 75 cu.m. of
concrete or fraction thereof

Item 406 - Prestressed Concrete A. Concrete


Structures Same tests as for Item 405, Class P

B. Steel Reinforcement
Same tests as for Item 404
C. Wire Strand
1-Q, for every 20 t or fraction thereof

Item 407 - Concrete Structures Same tests as for Items 403, 404, 405
and 411. Elastomeric Bearing Pad
will be tested to determine its
quality

Item 410 - Treated and Untreated Inspection Report for Timber


Timber 1 Q, Quality Test for preservatives

Item 411 - Paint 1-Q, One 20-L can for every 100 cans
or fraction thereof or
1-Q, one 4-L can for every 100 cans or
fraction thereof.

PART G DRAINAGE AND SLOPE PROTECTION

Item 500 - Pipe Culverts and Storm A. Pipes


Drains Pipe for every 50 pieces: Strength,
Absorption and Dimension

Alternative Requirements:
1-set consisting of 3 concrete cylinder
samples for not more than 25 pipes cast
in the field, and 1-Inspection Report for
each size for not more than 25 pipes
cast in the field

ADDENDUM 1 - Bidding Document: Construction of Samar Road Package 3 82


Millennium Challenge Account - Philippines

ITEMS OF WORK MINIMUM TEST REQUIREMENTS


Cement, Fine Aggregates and Water
same as in Item 405

B. Mortar for Joint


Cement, Fine Aggregates and Water -
Same tests as for Item 405

Item 501 - Underdrains A. Concrete Pipe (Non-Reinforced)


0.5% of the number of pipes of each
size but not less than 2, for strength,
absorption and dimension

Alternative Requirements:
1-set consisting of 3 concrete cylinder
samples for not more than 25 pipes cast
in the field, and 1-Inspection Report for
each size for not more than 25 pipes
cast in the field.

B. Clay Pipe
1-Pipe for every 200 pieces each size,
with a minimum of 2 specimens for
strength, absorption and dimension.

Item 502 - Manholes, inlets and Catch A. Concrete


Basins Same tests as for Item 405, Class A

B. Lids, Cast Iron Frames and


Grating: Inspection Report

Item 504 - Cleaning and Inspection Report


Reconditioning of existing Drainage
Structures

Item 505 Riprap and Grouted Riprap Same tests as for Item 506

Item 506 Stone Masonry A. Cement


Quantity: 2 bags/cu.m. of concrete
Tests: For every 2,000 bags or fraction
thereof:
1-Q, Quality Tests

B. Fine Aggregate

ADDENDUM 1 - Bidding Document: Construction of Samar Road Package 3 83


Millennium Challenge Account - Philippines

ITEMS OF WORK MINIMUM TEST REQUIREMENTS


Quantity: 0.17 cu.m./cu.m. of concrete
Tests: for every 2,000 bags or fraction
thereof
1-Q, quality Test for: (Same as for Item
405)

For every 75 cu.m. or fraction thereof:


1-G, Grading Test

C. Stone
Inspection Report

D. Water
1-Certificate from Project Engineer or
1-Q, quality Test, if source is
questionable

Item 508 Hand-Laid Embankment Inspection Report

Item 510 - Concrete Slope Protection A. Bed Course


Same tests as for Item 200
B. Steel Reinforcement
Same tests as for Item 404
C. Concrete
Same tests as for Item 405
Item 511 Gabion and Mattresses 1 Q, Quality Test for each shipment

PART H - MISCELLANEOUS STRUCTURE

Item 600 - Curb and/or Gutter A. Concrete


Quantity:
0.078 cu.m./m (Curb only)
0.092 cu.m./m (Curb and Gutter, type A)
0.149 cu.m./m (Curb and Gutter
Type B)
0.074 cu.m./m (Curb and Gutter
Type C) Same tests as for Item 405

B. Steel Reinforcement
Same tests as for Item 404

C. Joint Filler

ADDENDUM 1 - Bidding Document: Construction of Samar Road Package 3 84


Millennium Challenge Account - Philippines

ITEMS OF WORK MINIMUM TEST REQUIREMENTS

Same tests as for Item 311

Item 601 - Sidewalk A. Concrete


Same tests as for Item 405, Class A

B. Pre-moulded Expansion Joint


Filler
Same tests as item 311

Item 602 - Maintenance Marker Post A. Concrete


Same as for Item 405

B. Reinforcing Steel
Same tests as for Item 404

C. Timber
Same tests as for Item 410

D. Paint
Same tests as for Item 411

Item 603 - Guardrail A. Steel Posts


Test: same as for item 403

B. Timber Posts
Test: same as for item 410

C. Concrete
Test: same as for item 405

D. Reinforcing Steel
Test: same as for item 404

E. Rail
Test: Inspection Report

F. Test: same as for item 411

Item 605 - Road Sign Inspection Report

Item 606 - Pavement Markings Same tests as for Item 411

ADDENDUM 1 - Bidding Document: Construction of Samar Road Package 3 85


Millennium Challenge Account - Philippines

ITEMS OF WORK MINIMUM TEST REQUIREMENTS

Item 607 - Reflective Pavement Studs Inspection Report

Item 608 - Topsoil Inspection Report

Item 609 - Sprigging Inspection Report

Item 610 - Sodding Inspection Report

Item 611 - Tree Planting Inspection Report

A.1.2.4. Measurement and Payment

o) Samples

All samples, whether in natural pits or in the completed works, shall be supplied by
the Contractor without additional costs.
p) Tests

The cost of carrying out all tests necessary for the proper completion of the Works, in
accordance with the various specified or implied testing requirements in the Contract
Documents, shall be borne by the Contractor and all such costs shall be deemed to be
already included in the relevant Unit Prices for the materials concerned. This includes
tests required at the project site or at the place of manufacture or fabrication of the
materials to be tested.
q) Laboratory Testing Equipment and Apparatus For the Engineer

The cost of furnishing, operation and maintaining the laboratory premises, office
equipment, and apparatus shall not be measured or paid for under this section.
Compensation for this work shall be deemed to be included in the Lump Sum
payment made under Pay Item A.1.2.
The quantities for the provision and maintenance of laboratory equipment, apparatus
and testing facilities shall be the number of each type of laboratory equipment and
apparatus as listed in Schedule C Laboratory Equipment, Apparatus for the
Engineer. This item shall be paid Lump Sum upon delivery of the listed
equipment/apparatus and acceptance by the Engineer. Hence, all Laboratory
Equipment and Apparatus shall revert to the DPWH upon completion and/or final
acceptance of the project.

A.1.3. Communication Facilities for the Engineer

The Contractor shall provide and maintain the following communication facilities
for the exclusive use of the Engineer:
Schedule D - Provide Radio Communication Equipment for the Engineer

DESCRIPTION QTY. UNIT


A. EQUIPMENT (to be supplied during the
first month only)
Base Radio including microphone, 1.00 each

ADDENDUM 1 - Bidding Document: Construction of Samar Road Package 3 86


Millennium Challenge Account - Philippines

power cord and bracket


Portable Radio including battery,
4.00 each
charger, antenna and belt
Permit/License 3.00 year

B. Labor (Monthly)
Radio Operator 36 month

C. Materials (to be supplied during the first


month only)
Antenna 1 Each
Power Supply 1 Each
Wire 250 meter

In order to have continuous operation and efficient maintenance of the equipment, the
Contractor shall provide monthly operating expenses including cost for servicing and minor
repairs.
The Contractor shall provide the communication facility/equipment within thirty (30) days
from the issuance of the Notice to Commence.
The Contractor shall provide regular supply of consumable items per month required for the
Engineers facilities, as listed hereunder.
It shall be understood that if the Contractor is unable to provide any of the items/ articles
described herein when required by the Engineer, the Engineer has the right to secure such
articles and shall have the right to deduct the sums from any money due or which may
become due to the Contractor, whichever is convenient to the Engineer.
Schedule E - Provision of Supplies and Consumable Stores for the Field Office,
Laboratory and Living Quarters for the Engineer

REF NO. DESCRIPTION QTY. UNIT

OFFICE SUPPLIES (to be supplied during the first


a)
month only)

1. Desk Paper Organizer Trays 5 each

2. First Aid Kit 2 each

3. Heavy Duty Flashlights 8 each

4. Heavy Duty Cutter 2 each

5. Mechanical Pencil 15 each

6. Pencil Sharpener (Table Mounted) 2 each

7. Plastic Triangles, 45"; 30"x60" 4 pair

8. Protractor, 360 deg., 8" dia. 1 each

ADDENDUM 1 - Bidding Document: Construction of Samar Road Package 3 87


Millennium Challenge Account - Philippines

REF NO. DESCRIPTION QTY. UNIT


9. Puncher 3 each

10. Record Book, 100 pages 12 each

11. Scissor 2 each

12. Stainless Erasing Shield 2 each

13. Stamp Pad with Ink 1 each

14. Staple Wire Remover, Special 2 each

15. Stapler, Max HD 12N/70, Cap. 30 to 170 sheets 1 each

16. Stapler, Max HD 50, standard #35 staple wire 6 each

17. Steel Ruler,12inch 1 each

18. Tape Dispenser 4 each

19. Technical Pen 0.1 to 1.2 1 set

20. Technical Pen Points 0.1 to 0.6 24 each

21. Technical Pen Points 0.8, 1.0 & 1.2 12 each

22. Triangular Metric Scale 6 each

23. Waste Paper Bins 10 each

24. Whiteboard, 1200 mm x 1200 mm 2 each

b) OFFICE SUPPLIES (Monthly)

25. Ballpen (Black, Red, Blue) 6 each

26. Bond Paper Long 1 ream

27. Bond Paper, A3 size 1 ream

28. Bond Paper, A4 size 5 ream

29. Brown Envelope, Long 12 each

30. Brown Envelope, Short 12 each

31. CD Recordable 4 each

32. CD Rewritable 2 each

33. Colored Pencil, 12"s 1 each

ADDENDUM 1 - Bidding Document: Construction of Samar Road Package 3 88


Millennium Challenge Account - Philippines

REF NO. DESCRIPTION QTY. UNIT


34. Cross-section Paper 0.20 roll

35. Cutter Blade 4 each

36. Engineer's Field Book 3 each

37. Expanded Envelope, Long 24 each

38. Fastener 1 box

39. Floppy Diskette 4 each

40. Folder, Long 12 each

41. Folder, Short 12 each

42. Glue Stick, 20 grams 2 each

43. Ink Eraser 1 each

44. Inkjet Cartridge, Black 2 each

45. Inkjet Cartridge, Tri-colour 2 each

46. Letter Envelope, brown 0.25 box

47. Letter Envelope, white 0.25 box

48. Magic Tape (18mm x 50mm) 3 roll

49. Marker, Stabilo (assorted colors) 1 box

50. Masking Tape 3 roll

51. Mini Correction Roller, 6m 2 each

52. Paper Clip 1 box

53. Pencil Lead 0.5mm 2B, HB, F 1 box

54. Scotch Tape (3/4") 3 roll

55. Sign pen (Black, Red, Blue) 6 each

56. Squared Paper (3x5mm/5x5mm)3M 2 pad

57. Staedtler Pencil (2B, HB & F) 0.25 box

58. Staple wire Special 0.15 box

59. Staple Wire, normal size #35 1 box

ADDENDUM 1 - Bidding Document: Construction of Samar Road Package 3 89


Millennium Challenge Account - Philippines

REF NO. DESCRIPTION QTY. UNIT


60. Technical Pen Ink 0.25 bottle

61. Toner Replacement for the photocopier

capable : Toner 0.5 each

Developer 0.5 each

Drum kit 0.375 each

62. Whiteboard Eraser 1 each

63. Whiteboard Marker, assorted colors 4 each

64. Yellow Paper, Rule 2 pad

c) LABORATORY CONSUMABLES (Monthly)

65. Calcium Carbide Reagent 0.25 box

66. Capping Compound 0.50 box

67. Color Standard Chart 0.50 set

68. Distilled Water 0.50 gals.

69. Plastic Bags, 8" x 14" size 50 each

70. Sand Equivalent Stock Solution 0.20 bot.

71. Sodium Hydroxide Solution 0.50 bot.

72. Sodium Sulfate 0.40 bot.

d) CONSUMABLE STORES (Monthly)

73. Battery 4 each

74. Broom 2 each

75. Dust Pan 2 each

76. Floor Mop (Set Handle with Mophead) 1 set

77. Fluorescent Tube 20-40 watts 2 each

78. Insect spray 1 each

79. Toilet Deodorant 3 each

80. Toilet Paper 12 each

ADDENDUM 1 - Bidding Document: Construction of Samar Road Package 3 90


Millennium Challenge Account - Philippines

REF NO. DESCRIPTION QTY. UNIT


81. Toilet Soap 4 Each

A.1.4. Transport - Vehicles for the Engineer

The Contractor shall provide within thirty (30) calendar days after Notice to Commence,
transport vehicles for the exclusive use of the Engineer; the payments for which shall be paid
upon delivery for each vehicle as per the Bill of Quantities. Payment for the operation and
maintenance of the vehicles shall be paid on a monthly basis as per the Bill of Quantities. The
vehicles to be provided by the Contractor shall be brand new (latest model) and to the
satisfaction of the Engineer. All vehicles shall be registered and 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 law and shall have
comprehensive/liability insurance and all necessary tools for minor repair. The vehicles on
delivery shall be driven by a competent, qualified and experienced driver who shall be
approved and under the direct orders of the Engineer.
The Contractor shall maintain the vehicles in first class condition and they shall be supplied
with appropriate fuel and lubricants, spare tires, servicing driver and minor repair at all times
at his own expense. He shall provide equivalent substitute vehicles during any period when
the specified vehicles are taken out of service for maintenance, major repair or any other
reason. If the Contractor fails to comply with this requirement, the Engineer shall be entitled
to provide the equivalent vehicles in a way he deems fit under the government regulations
and charge the cost to the Contractor which shall be reimbursed upon presentation of the
necessary supporting documents.
The quantity and types of vehicles to be provided by the Contractor shall be:
Quantity Description
Brand new (latest model) 4x4 Pick-up type
with double crew cab or approved equivalent,
Eight (8) units
diesel engine, 3,000 cc, A/T with stereo, Air
Conditioner unit

A.1.5. 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 and
qualified personnel and laborers required by the Engineer for inspecting and measuring the
Works.
The Contractor shall provide and maintain at least the following new surveying instruments
and survey personnel, to wit;
Provision and Maintenance of Survey Instrument/ Equipment for the Assistance to the
Engineer
Schedule F - Survey Instrument/Equipment

REF
DESCRIPTION QUANTITY UNIT
NO.

ADDENDUM 1 - Bidding Document: Construction of Samar Road Package 3 91


Millennium Challenge Account - Philippines

REF
DESCRIPTION QUANTITY UNIT
NO.

A EQUIPMENT

Electronic Total Station, complete set (with tripod, 1 pc.


2 prism), 30X telescope magnification with 2x
plug-in camcorder NIMH GEB 111, GKL 111
charger, RS232 interface cable for date transfer,
GDF 111 Tribrach, laser plummet incorporation

Automatic level complete with aluminum tripod 2 pc.


3x magnification, +/-0.80 mm standard deviation,
erect image telescope, 0.50 m shortest focusing
distance, with built-in compensator of less than
0.3 setting built-in compensator of less than 0.3
setting accuracy, fully waterproof and dust
resistant with a horizontal circle that can be in
grads or degrees and aluminum tripod

Leveling Rod (5 m ht.) Aluminum 4 pc.

50 m Fiberglass Tape 2 pc.

5 m Carpenter's Tape 2 pc.

Range Poles 4 pc.

Survey Umbrella 2 pc.


Schedule G - Provision of Survey Personnel

REF
DESCRIPTION QTY. UNIT
NO.

A OPERATION / MAINTENANCE STAFF

Survey

Instrument man 1 month

Level man 2 month

Survey Aide 4 month

CADD Operator 1 month

All above-listed equipment and instruments provided by the Contractor for the use of the
Engineer shall be measured and paid in lump sum and shall revert to DPWH upon project

ADDENDUM 1 - Bidding Document: Construction of Samar Road Package 3 92


Millennium Challenge Account - Philippines

completion. The provision of qualified survey personnel listed shall be paid to the Contractor
on the number of personnel supplied per month.

A.1.6. Progress Photographs

The Contractor shall provide record progress photographs taken when (as before, during and
after) and where directed by the Engineer at intervals of not more than twenty-five (25) days
to record the exact progress of the Construction Works. The Contractor shall provide one
proof print of each photograph taken, and the e-file and ten (10) copies of any photographs
taken selectively by the Engineer. These photographs shall have the signature of the Engineer
with copies furnished the Contractor. The photographs retained by the Engineer will become
the property of the Employer and the Contractor shall supply approved albums to
accommodate them, so arranged in consecutive order in accordance with the construction
program executed and approved. Each album shall show the name of the project on the cover
and shall contain a location map of the construction site. A set of photographs shall consist of
one electronic file plus ten (10) print copies each of the selected photographs.
The following occasions or events shall be observed on the selection of photos:
15. When a portion of the works is difficult or impossible to inspect after a particular
activity or operation or where a portion will be covered by backfill or filling materials,
i.e., unsuitable excavations, after completion and acceptance of a work section by the
Engineer.
16. When and where special or unusual features of the work or latent conditions on the site
are present, i.e., soft rock or hard rock and unsuitable excavations.

When submitting such photographs the Contractor is required to observe that:


a) An indicator such as scale, pole or similar item shall be placed thereon to
signify or illustrate the relative dimensions of the pictures.
b) Each photo shall be captioned and identified as to date, location, description of
the work in progress or completed operation or activity or presence of unusual
features.
c) Each photo shall be properly referenced.
d) The content of the photo shall be clearly discernible, in color, having a
dimension of not less than 3R size or more.

The photographs shall be part of the supporting documents in the progress billings to be
submitted by the Contractor, in pursuant to the Department Order No. 55, Series of 1994.

A.1.7. Provisional Facilities

In the period of three (3) months between the start of contract time and the construction until
occupancy of the specified facilities to the Engineer, the Contractor shall provide provisional
substitute facilities. During the said period, he shall lease spaces acceptable to the Engineer,
for use as combined field office/laboratory and a separate staff quarters in the immediate
vicinity of the project. He shall provide provisional vehicles acceptable to the Engineer until
the specified vehicles are delivered. For the quality control of materials and the Works,

ADDENDUM 1 - Bidding Document: Construction of Samar Road Package 3 93


Millennium Challenge Account - Philippines

testing shall be undertaken at the laboratory of the Bureau of Research and Standards of the
respective DPWH Region, or at another laboratory accredited by DOST/BRS with the cost
thereof for the account of the Contractor.
If the provisional facilities are not provided by the Contractor, the Engineer may lease or rent
such facilities and the cost thereof shall be immediately reimbursed to the Engineer by the
Contractor. In the event that the Contractor fails to provide the specified facilities within the
specified period, the Contractor shall continue to lease or rent and maintain the provisional
facilities at his expense until the specified facilities are made fully available to the satisfaction
of the Engineer.

A.1.8. Ownership of the Facilities

The specified facilities provided by the Contractor and paid for directly by the Government
shall revert to the government upon completion of the project. However, ownership of
facilities provided under Sub-section A.1.1 shall remain the property of the Contractor upon
final acceptance of the project wherein their provision has been on a rental basis under the
terms approved by the Government.
A.2. Measurement and Payment

Payment shall be made under the following pay items included in the Bill of Quantities. Such
payments shall be full compensation for furnishing, maintaining and insuring against loss of
the facilities and equipment specified including removal and restoration of the site(s). The
requirement that ownership of facilities shall revert to the government shall not apply if such
facilities are provided on rental basis under terms approved by the Government.

A.2.1. Measurement

17. Combined Field Office/Laboratory, Living Quarters and Compound

a) Provide Temporary Field Office, Laboratory and Living Quarters for the
Engineer.
(i) The provisions for the Temporary Field Office, Laboratory and Living
Quarters for the Engineer occupancy on rented building shall be the number
of buildings occupied and the requirements specified on this Specification.
(ii) Payment of rental rate shall be made on a monthly basis as specified in the
contract and upon presentation of the invoice/official receipt made by the
Contractor, until the Engineer occupancy of the allotted buildings. Unit of
measurement and payment is Month.
b) Operate and Maintain Field Office, Laboratory and Living Quarters for the
Engineer.
The operation and maintenance of field office, laboratory and living quarters shall
include salaries and wages of personnel and janitors, provision of security,
provision of water and electricity 24 hours daily, repairs of item 1 above and shall
be paid for from the date the Engineer occupies the same until completion of the
Contract, reckoned from the commencement of the Works. Unit of measurement
and payment is Month.

ADDENDUM 1 - Bidding Document: Construction of Samar Road Package 3 94


Millennium Challenge Account - Philippines

c) Provide Combined Field Office/Laboratory Building for the Engineer


Lump Sum item shall be provided for the construction of Combined Field
office and Laboratory Building for the Engineer at designated Site in accordance
with this Specification and design shown on the approved Drawings. The lump
sum shall also include the cost of site preparation and ground improvement.
d) Provide Living Quarters Building for the Engineer
Lump Sum item shall be provided for the construction of Living Quarters
Building for the Engineer at designated Site in accordance with this Specification
and design shown on the approved Drawings. The lump sum shall also include
the cost of site preparation and ground improvement.
e) The quantities for the provision of equipment, furniture/fixtures, apparatus and
appliances for the Combined Field Office, Laboratory and Living Quarters for
the Engineer shall be the number of each type of equipment, furniture/fixtures,
apparatus and appliances supplied and as listed in Schedule B. This item shall
be paid at the Lump Sum price upon delivery of equipment, furniture /
fixtures, apparatus, appliances, etc. and upon its approval / acceptance by the
Engineer.

18. Vehicles for the Engineer

The quantities for the provision of transport vehicles for the Engineer shall be the
number of each type of vehicle supplied as listed in Subsection A.1.4.a, including
registration and fully comprehensive insurance. Quantities for operation and
maintenance including driver, renewal of registration and comprehensive insurance of
the vehicles for the Engineer shall be measured in Vehicle-Month as listed in
Subsection A.1.4.b from the date the Contractor is supplied with each type of vehicle
until the completion and/or final acceptance of the project. The vehicles to be provided
under this contract shall be turned over to DPWH upon completion of the project.

19. Assistance to the Engineer

Quantities for the provision of survey equipment/instrument and materials for the
Engineer shall be as specified in Subsection A.1.5 and upon complete delivery of
equipment and acceptance by the Engineer and shall include for the operation and
maintenance of the apparatus and other incidentals. However, the salaries and wages of
survey personnel supplied shall be paid on Man-Month basis dependent of the
number of men approved and accepted by the Engineer reckon from the
commencement until completion and/or final acceptance of the project.

20. Colored Progress Photographs

ADDENDUM 1 - Bidding Document: Construction of Samar Road Package 3 95


Millennium Challenge Account - Philippines

This item consist of the supply of equipment (digital camera with high resolution
minimum of 10 megapixel and with 2 GB memory) and materials, i.e., album, films,
necessary to undertake photographic progress activities of the project and of all costs
incidental to the preparation and submission of photographs. The quantities for
photographs shall be one (1) set of photographs per month selected and provided as
Progress Photographs. Unit measurement and payment shall be per month.

21. Communication Facilities for the Engineer

This item consists of the provision of communication equipment, its operation and
maintenance as specified in Subsection A.1.3. The provision of communication
equipment shall be the total number and type of equipment and accessories supplied.
The unit of measurement and payment is Month, which payment shall include for
maintenance until completion of the Contract.

A.2.2. Payment
Payment will be made under:
Basis of Payment A 1
Pay Item Description Unit of Measurement

Provide Temporary Field Office, Laboratory


A.1.1(a) Month
and Living Quarter's for the Engineer (Rental)

Operate/Maintain Field Office, Laboratory and


A.1.1(b) Month
Living Quarter's for the Engineer (Schedule A)

Provide Combined Field Office and


A.1.1(c) Lump sum
Laboratory Building for the Engineer

Provide Living Quarters Building for the


A.1.1(d) Lump sum
Engineer

Furnish Equipment, Furnitures, Fixtures and


Appliances for the Combined Field Office,
A.1.1(e) Lump sum
Laboratory, and Living Quarters for the
Engineer (Schedule B)

Provide Laboratory Testing Equipment and


A.1.2 Apparatus for the Engineer on Rental Basis Lump sum
(Schedule C)

Provide, Operate and Maintain


A.1.3(a) Communication Equipment for the Engineer Month
(Schedule D)

ADDENDUM 1 - Bidding Document: Construction of Samar Road Package 3 96


Millennium Challenge Account - Philippines

Pay Item Description Unit of Measurement

Provide Supplies and Consumable Stores for


A.1.3(b) Field Office, Laboratory and Living Quarters Month
for the Engineer (Schedules E)

Provide 4W D Pick-up Type, Double Crew


A.1.4.a Each
Cab, Service Vehicle for the Engineer

A.1.4.b Operate and Maintain 4WD Pick-up Vehicle-month

Provide and Maintain Survey


A.1.5(a) Instrument/Equipment for the Assistance to the Lump sum
Engineer (Schedule F)

A.1.5(b) Provision of Survey Personnel (Schedule G) Month

A.1.6 Progress Photographs Month

ADDENDUM 1 - Bidding Document: Construction of Samar Road Package 3 97


Millennium Challenge Account - Philippines

PART B - OTHER GENERAL REQUIREMENTS

B.1. Offices, Shops, Stores and Workmens Accommodation for


Contractor

At the end of the paragraph add the following:


The selection of the site shall be the responsibility of the Contractor and shall be
approved by the Engineer. It is entirely up to the Contractor to make whatever
arrangements he deems necessary with landowners regarding use of land for the
purpose of erecting camps, workshops, garages, stockpiling of materials, location of
plants, housing of labor and staff, welfare facilities, etc. and all costs incurred in
connection with rental or lease of such land shall be at the Contractors expense.
The Contractor shall be solely responsible for the erection, maintenance and
subsequent disposal of whatever facilities he deems necessary to execute the work.
The Contractor shall not erect temporary buildings or structures within the road right-
of-way without the prior written approval of the Engineer.
B.2. Medical Room and First Aid Facilities

Delete Section B.2, Medical Room and First Aid Facilities in its entirety and
replace with the following:
B.2. Construction Health and Safety

B.2.1. Health and Safety Plan


Within one month of his arrival on the project site, the Contractor shall submit a
Health and Safety Plan/Program with operational details of his proposals to the
Employer through the Engineer for prior approval.

B.2.2. Accident Prevention Officer; Accidents


a) Due precautions shall be taken by the Contractor, at his own cost, to
ensure the safety and protection against accidents of all staff and labor
engaged on the Works, local residents in the vicinity of the Works, and
the public traveling through the Works.
b) The Contractor shall have on his staff on Site a designated full-time
Health and Safety Manager qualified to promote and maintain safe
working practices. This Health and Safety Manager shall have authority
to issue instructions and shall take protective measures to prevent
accidents, including but not limited to, the establishment of safe working
practices and the training of staff and labor in their implementation.
c) The Contractor shall be responsible for all costs including medical
treatment, transport, accommodation etc. incurred by any member of the

ADDENDUM 1 - Bidding Document: Construction of Samar Road Package 3 98


Millennium Challenge Account - Philippines

public or his labor force whether on direct contract or sub-contract as a


result of injuries or illness arising from the execution of the Works.

B.2.3. Protective Clothing and Safety Equipment


The Contractor shall, at his own expense, provide protective clothing and safety
equipment to all staff and labor engaged on the Works to the satisfaction of the
Engineer. Such clothing and equipment shall include, at a minimum, high visibility
vests for workers directing traffic, protective footwear for workmen undertaking
concrete mixing work, protective footwear and gloves for workmen performing
bituminous paving works, dust masks, rubber boots, rain coats and otherwise as
appropriate to the job on hand and to the Engineers satisfaction.
Refer to Schedule A below, after Sub-section B.2.4 (Medical and First Aid Facilities)
for the breakdown of protective clothing and safety equipment as well as Staff to be
supplied by the Contractor for the entire duration of the Project.

B.2.4. Medical and FirstAid Facilities


d) The Contractor shall provide and maintain throughout the duration of the
Contract, a medical examining room and sickbay together with all
necessary supplies and equipment to be sited in the Contractors main
camp. The rooms shall be used exclusively for medical purposes and
shall be of good quality construction with electric lighting and otherwise
suitable for their purpose. The sickbay shall have at least two beds, and
shall be provided with adjacent washing and sanitation facilities.
e) The Contractor shall employ permanently on site at least one fully
trained medical aide, nurse or paramedic who shall be engaged solely for
medical duties.
f) The Contractor shall, at his own expense, provide first aid equipment at
all camps and work sites to the satisfaction of the Engineer, and shall
ensure that at all camps and works sites where 40 or more persons are
engaged on the Works there shall at all times be a person qualified in
first-aid with access to appropriate first-aid equipment.
g) The location of the medical room and other medical and first-aid
arrangements shall be made known to all employees by posting suitable
notices at prominent locations around the site and by verbal instruction
upon recruitment.
h) The Contractors arrangements for complying with this Sub-Section
shall be subject to the prior approval of the Engineer and also to the

ADDENDUM 1 - Bidding Document: Construction of Samar Road Package 3 99


Millennium Challenge Account - Philippines

approval of any qualified Medical Officer designated by the Employer to


inspect or supervise medical arrangements on the Site.

Schedule A Construction Health and Safety including Materials and First Aid
Facilities

Description Quantity Unit


Labor
Health and Safety Manager 36 month
Safety Aide 36 month

Materials (Quantities shown below shall be supplied for the entire contract
duration of 36 months)
Medical and First Aid Facilities 17 set
Protective Footwear 72 set
Hard Hats 72 set
Reflectorized Vests 36 set
Safety Glasses 36 set

B.2.5. Supply of Drinking Water, Sanitation


The Contractor shall provide on the Site at his expense, an adequate supply of
drinking water for all staff and labor engaged on the Works, together with sanitary
facilities (portable toilets or latrines), to the satisfaction of the Engineer. The
Contractor shall thoroughly disinfect and fill all latrine pits, sumps and trenches when
no longer required.

B.2.6. Measurement and Payment


Payment will be under:
Pay Item Description Unit of
No. Measurement

B.2 Construction Health and Safety Including Month


Materials and First Aid Facilities (Schedule A)

The quantities for the provision of construction safety and health are provided under
Schedule A, (Construction Safety and Health (including Medical and First Aid
Facilities).
Payment of this shall be full compensation for fully satisfying the requirement of this
Item to the approval of the Engineer.

ADDENDUM 1 - Bidding Document: Construction of Samar Road Package 3 100


Millennium Challenge Account - Philippines

B.3. Measurement and Payment

Delete Section B.3, Measurement and Payment in its entirety and replace with the
following new Section B.3:

B.3. Environmental and Social Safeguards

The following Environmental Protection and Social Safeguard Clauses are to be read
in conjunction with the remainder of the Contract Documents.

B.3.1. General Provisions


The Contractor shall be required to follow the IFC Performance Standards on
Environmental and Social Sustainability, January 2012.
The Contractor shall take all necessary measures and precautions to ensure that the
execution of the Works and all associated operations are carried out in conformity
with statutory and regulatory environmental and social requirements of the
Government of the Philippines. The Contractor shall be required to develop an
Environmental and Social Management Plan) that follows the framework ESMP
shown in Section XI of this bidding document, and shall comply with the Contract
Specifications, of which these Environmental and Social Safeguard provisions are a
part.
ESIAs are currently being completed for the road consistent with MCC
Environmental Guidelines, MCC Gender Policy and Government of Philippines
DENR EMB (DAO 03-30, August 2007). Once these assessments have been
completed, the Contractor will be required to develop or update their ESMP to
comply with site-specific requirements and other measures identified in these
assessments.
The ESMP shall also include the requirements and conditions stipulated in the permits
issued by the Department of Environment and Natural Resources (DENR), including
the Environmental Compliance Certificate (ECC).
In the event of serious or repeated violations of the conditions stipulated in the ECC,
ESMP and the Contract Specifications, the Employer reserves the right to withhold
payments and/or stop construction.

B.3.2. Environmental and Social Management Plan (ESMP)

The Contractor is required to prepare and submit a project Environmental and Social
Management Plan (ESMP) with operational details for review and approval by the
Engineer not later than 30 days after the receipt of the Notice to Proceed.
The ESMP shall be organized in four sections as follows:

B.3.2.1. Management Acknowledgements

i) Certification and Commitment

The ESMP submitted by the Contractor shall provide a signed statement from
the Contractors managing directors attesting to a commitment that all
environmental protection, safety and industrial health aspects of the Contract
shall be given the highest priority in the discharge of contractual obligations

ADDENDUM 1 - Bidding Document: Construction of Samar Road Package 3 101


Millennium Challenge Account - Philippines

and certifying a commitment to the provisions specified by the ESMP as


approved by the Engineer.
j) Statutory Understanding and Compliance

The ESMP shall provide a statement attesting the firms understanding of, and
means of ensuring due compliance with, the statutory regulations relating to
construction work in the GOP, specifically in regard to compliance with:
, All safety and industrial health legislation including, without limitation,
the Rules and Regulations of the GOP and the authorities having
jurisdiction;
, All current environmental laws and regulations - be they national or local
related but not necessarily limited to:

! Noise;
! Air pollution;
! Water contamination;
! Solid waste disposal;
! Liquid waste disposal;
! Sanitary conditions (water supply, sewerage, etc.);
! Use of explosives; and
! Protection of public traffic.

The Contractor shall restore areas citing temporary plants to their original
condition on completion of Project Works. This shall include the clean-up of
spillage and debris before leaving any temporary construction site.

k) Availability of Documents

The Plan shall state where copies of safety and industrial health regulations
and documents will be available on the construction site and verify that all
regulations and documents have been or will be available and displayed or
kept.

l) Management of Sub-Contractors

The Plan shall provide a commitment that the Contractor for the work shall:
Provide subcontractors with copies of the EMP and the ECC and incorporate
provisions of the EMP and ECC into all sub-contract documentation to ensure
the compliance with the Plan at all tiers of the sub-contracting.
Require all subcontractors to appoint a safety representative who shall be
available on the Site throughout the operational period of the respective
subcontract; and
Ensure, as far as is practically possible, that employees of subcontractors of all
tiers are conversant with appropriate parts of the EMP, ECC and the statutory
regulations.

ADDENDUM 1 - Bidding Document: Construction of Samar Road Package 3 102


Millennium Challenge Account - Philippines

B.3.2.2. Organization and Staffing

m) Organization Chart.

The Plan shall include an organization chart identifying (by job title and by the
name Of the individual) the personnel to be engaged solely for environmental
protection and safety. The chart and the supporting text shall identify the
designated Environmental/Health and Safety Officer and identify other
participants and their Areas of responsibility.
n) Identification of Responsibilities.

The Plan shall provide a description of the responsibilities of the


Environmental, Health and Safety staff appearing on the Organization Chart.
o) Nomination of proposed Environmental and Social Manager.

The Plan shall indicate the name of theses proposed personnel.


p) Certification related to the Environmental and Social Manager.

The Plan shall certify that:


, These managers will be appointed and assigned duties throughout the
period of the Contract entirely connected with the environmental and
safety activities on the Site.
, The proposed managers shall be bilingual (Tagalog/English) and
suitably qualified and experienced to supervise and monitor
compliance with the ESMP and will, in particular but without
limitation, carry out auditing of the operation of the ESMP to be
submitted, from time to time, to the Engineer for his consent.
, These managers shall not be removed from the Site without the
express, prior written permission of the Engineer. Within fourteen
(14) days of any such removal or notice of intent of removal,
replacement staff shall be nominated for the Engineers approval.
, These managers shall be provided with supporting staff in accordance
with the staffing levels set out in the Plan.
, These managers will be empowered to instruct all employees of the
Contractor or Subcontractors at any level to cease operations and take
urgent and appropriate action to make safe the Site and prevent unsafe
working practices or other infringements of the Plan or the statutory
regulations.
, These managers shall maintain a daily Site Diary in order to
comprehensively record all relevant matters concerning Site

ADDENDUM 1 - Bidding Document: Construction of Samar Road Package 3 103


Millennium Challenge Account - Philippines

environmental management and safety, inspections and audits, related


incidents and the like. The Site Diary shall be available at all times for
inspection by the Engineer.

q) Contact Information.

Contact information for the Environmental and Social Manager and his staff
shall be provided in the Plan.

B.3.2.3. Communications and Reporting

r) Communications & Routine Reporting Procedures

The Plan shall explain the proposed interaction and communication procedures
between construction personnel and environmental protection, safety and
traffic control staff, including:
, Communication facilities; and
, Routine reporting systems

s) Environmental and Safety Reports

The following environmental and safety reports shall be submitted:


, Weekly Environmental and Safety Reports. Documented safety and
environmental audits shall be undertaken on weekly basis.
, Incorporation of Summaries in the Project Monthly Report.
Summaries of the Weekly Environmental and Safety Reports will be
included in the Projects Monthly Progress Report.

t) Notification of Accidents

The Plan shall verify that provisions have been made to ensure that:
, The Engineer will be notified immediately of any accidents which
occur whether on-site or off-site in which the Contractor, his personnel
or construction plant, or those of any subcontractors are directly or
indirectly involved and which result in any injuries to any persons.
, Such initial notification may be verbal and shall be followed by a
written comprehensive report within 24 hours of the accident.

u) Communications with Sub-Contractors

The Plan shall specify:


, The means by which environmental management, safety and traffic
control and industrial health matters and requirements will be

ADDENDUM 1 - Bidding Document: Construction of Samar Road Package 3 104


Millennium Challenge Account - Philippines

communicated to Subcontractors at all levels and their due compliance


with the ESMP and all relevant statutory regulations is ensured.
Subcontractors shall be supplied with copies of the ESMP. Additional
activities may include attendance at training programs, circulation of
newsletters and other means as specified by the Plan.
, The method by which the procedures and practices proposed by
subcontractors will be reviewed for compliance with the ESMP and
statutory regulations. This could include, for example, the inclusion of
environmental and safety criteria as a part of daily and/or weekly Site
inspections.

B.3.3. Environmental Control Provisions


Incorporating the Provisions of the ESMP - Section XI of this bidding document - the
required project specific ESMP shall consider amongst others, the following
Environmental Provisions:

B.3.3.1. Environmental Protection during Construction

22. The road causes or passes close to several areas of existing or recent instability,
and the Engineer shall have the power to disallow the method of construction
and/or the use of any borrow/stockpiles/spoil disposal areas if, in his opinion,
the stability and safety of the Works or any adjacent features is endangered, or
if there is undue interference with the natural or artificial drainage, or if the
method or use if the area will promote undue erosion. In particular, the
Contractor shall note that side-casting of spoil (down slope disposal of material
from excavation) will not be permitted.
23. Borrow areas and quarries shall be sited, worked and restored in accordance
with Clause 102.1.4 of these Supplemental Specifications. No borrow pits or
quarries will be permitted in the Samar Island Natural Park or other protected
areas. Spoil shall be disposed of at approved disposal sites prepared, filled and
restored in accordance with Clause 102.1.5
24. Following excavation, the Contractor shall take all steps necessary to complete
drainage and slope protection works in advance of each rainy season. Erosion or
instability or sediment deposition arising from operation not in accordance with
the Specification shall be made good immediately by the Contractor at his
expense.

ADDENDUM 1 - Bidding Document: Construction of Samar Road Package 3 105


Millennium Challenge Account - Philippines

25. Notwithstanding approval of the intended method of working, the Contractor


shall at all times be responsible for constructing the earthworks in accordance
with the Specifications and Drawings.
26. The project area can experience inclement weather fog, heavy rainfall,
monsoons and earthquakes. It will be deemed that the Contractors is familiar
with these conditions and has formulated his Works Program considering
possible loss of time due to these causes, and it shall be the obligation of the
Contractor to revise his program and enhance his construction efforts as
necessary to ensure timely completion of the work schedule for each working
season.

B.3.3.2. Re-vegetation of Disturbed Ground

Where directed by the Engineer, the Contractor shall establish vegetation on fill
slopes, cut slopes of 1:1 (horizontal : vertical) or less, worked out borrow pits, and
other areas which may include roadway shoulders and verges, spoil disposal areas,
stockpile areas, quarries, access tracks, plant sites, camp, land slide scars, gullies and
stream and river banks. Prior to placing topsoil and/or establishing vegetation on
embankments, all fill material not compacted to the required standards shall be
removed from the side slopes.
The Contractor shall be responsible for supplying sufficient planting material to carry
out all re-vegetation work, and shall establish and operate plant nurseries as necessary
and shall make his own arrangements for procuring cutting, slips and seed for
growing. Re-vegetation materials should use endemic species or plant material that is
approved by DPWH and DENR for re-vegetation.

B.3.3.3. Prevention of Air and Water Pollution

27. The Contractor shall ensure that his activities do not result in any contamination
of land or water by polluting substances. He shall implement physical and
operational measures such as earth bunds of adequate capacity around fuel, oil
and solvent storage tanks and stores, oil and greases traps in drainage systems
from workshops, vehicle and plant washing facilities and service and fuelling
areas and kitchens, the establishment of sanitary solid and liquid waste disposal
systems, the maintenance in effective condition of these measures, the
establishment of emergency response procedures for pollution, events, and dust
suppressions, all in accordance with normal good practice and to the satisfaction
of the Engineer.
28. Should any pollution arise from the Contractors activities including the
improper deposition of sediment he shall clean up the affected area immediately

ADDENDUM 1 - Bidding Document: Construction of Samar Road Package 3 106


Millennium Challenge Account - Philippines

at his own cost and to the satisfaction of the Engineer, and shall pay full
compensation to any affected parties.

B.3.3.4. Protection of Trees and Vegetation

Unless otherwise provided in the Specifications, the Contractor shall ensure that no
trees or shrubs or waterside vegetation are felled or harmed except for those required
to be cleared for execution of the Works. The Contractor shall protect trees and
vegetation from damage to the satisfaction of the Engineer. The Contractor shall be
responsible for obtaining any necessary felling permits and for ensuring the disposal
of felled trees in accordance with prevailing regulations. Endangered species shall be
identified, and the Contractor will follow any special provisions in the ESMP or
DENR permits regarding the potential removal of endangered species. No trees shall
be removed without the prior approval of the Engineer and any competent authorities.
Should the Contractor become aware during the period of the Contract that any tree or
trees designated for clearance have cultural or religious significance he shall
immediately inform the Engineer and await his instruction before proceeding with
clearance.
In the event that trees or other vegetation not designated for clearance are damaged or
destroyed, they shall be repaired or replaced to the satisfaction of the Engineer.

B.3.3.5. Use of Wood and Fuel

The Contractor shall not use, or permit to be used, wood as fuel for the execution of
any part of the Works including, but not necessarily limited to, the heating of bitumen
and bitumen mixtures, and to the extent practicable shall ensure that fuels other than
wood are used for cooking, space and water heating in all camps and living
accommodations. Any wood so used must be harvested legally, and the Contractor
shall provide the Engineer with copies of the relevant permits if required.

B.3.3.6. Fire Prevention

29. In addition to the provision of adequate fire-fighting equipment at this base


camp and other facilities to the satisfaction of the Engineer, the Contractor shall
take all precautions necessary to ensure that no vegetation along the line of the
road outside area of the permanent works is affected by fires arising from the
execution of the Works. These precautions shall include the prevention of fires
for any purposes in the vicinity of the Works except where expressly permitted
by the Engineer.
30. Should a fire occur in the natural vegetation or plantations adjacent to the road
for any reason, the Contractor shall immediately suppress it. In the event of any
other fire emergency in the vicinity of the Works, the Contractor shall render
assistance to the civil authorities to the best of his ability.

ADDENDUM 1 - Bidding Document: Construction of Samar Road Package 3 107


Millennium Challenge Account - Philippines

31. Areas of forest, scrub or plantation damages by fire considered by the Engineer
to have been initiated by the Contractors staff shall be replanted and otherwise
restored to the satisfaction of the Engineer at the Contractors expense.

B.3.3.7. Environmental Protection during Construction

In undertaking the Works, the Contractor shall be aware that the Engineer may
prohibit or restrict the Contractors activities in other ecologically, culturally or
historically sensitive areas which become known to him during the course of the
project. The location of any such areas shall be notified to the Contractor by the
Engineer at the earliest opportunity.

B.3.3.8. Relationships with Local Communities and Authorities

32. In siting and operating his plant and facilities and in executing the Works, the
Contractor shall, at all times, and to the extent possible, minimize the impact of
his activities on existing communities. Where communities are likely to be
affected by major activities such as road widening or the establishment of a
camp or quarry or extensive road closure or bypassing, he shall liaise closely
with the concerned communities and their representatives and, if so directed,
shall attend additional meetings arranged by the Engineer or Employer to
resolve issues and claims and minimize impacts on local communities.
33. Any problems arising from his operations and which cannot be resolved by the
Contractor shall be referred to the Employer through the Engineer. The
Contractor shall be responsible for any compensation due to reinstatements
necessary with respect to any damage caused by him to areas outside the Site
and no separate payment will be made in this regard.

B.3.3.9. Privately or Community-Owned Services and Structures

34. The Contractor shall take all necessary precautions to ensure that no public or
private services, utilities or similar facilities are damaged or interrupted by the
Works. These precautions shall include but not be limited to liaison with public
and private service providers, local government units, and private owners; a
condition survey of all affected services; provision of a satisfactory alternative
service while the works are carried out; and reinstatement of a satisfactory
permanent facility after completion of the Works in each area.
35. No service or utilities shall be disturbed or cut before arrangements have been
made for a satisfactory alternative service, or the Contractor has obtained

ADDENDUM 1 - Bidding Document: Construction of Samar Road Package 3 108


Millennium Challenge Account - Philippines

agreement in writing from the service provider or owner to a temporary


cessation of service.
36. Not less than 14 days before commencing site clearance on any particular
section of Road in accordance with his agreed Program of Work, the Contractor
shall supply to the Engineer for his prior approval, a copy of his condition
survey of all utilities and services to be affected, copies of any agreements with
service providers and owners, his plans for providing temporary service, and his
plans for reinstating permanent service following construction of the Works.
37. Provision of temporary and permanent services shall be to at least the pre-
existing level of service and to the satisfaction of the Engineer.

B.3.3.10. Water Supply for Construction

38. The Contractor shall make the necessary arrangements, at his own expense, for
water supply for construction and other purposes. Only clean water, free from
deleterious materials and appropriate quality for its intended use, shall be used.
In providing water, the Contractor shall ensure that the rights of and supply to
existing users are not affected either in quality or timing.
39. In the event of a dispute over the effect of the Contractors arrangement on the
water supply of others, the Engineer shall be informed immediately and shall
instruct the Contractor as to appropriate remedial actions to be undertaken at his
expense.

B.3.3.11. Hot Mix, Screening and Crushing Plants

The Contractor shall not locate any hot mix, screening, crushing or similar potentially
polluting plant closer than 200m to any settlement, unless such plant is fitted with
dust suppression equipment and operated and maintained at all times in conformity
with the manufacturers specifications, instructions, instruction and manuals.

B.3.3.12. Operation of Crushing Plant and Stock Yard

The Contractor shall locate plant, equipment and stock yards away from residential
and environmentally sensitive areas, provide adequate pollution control devices,
filters, etc. and the equipment shall be operated during daytime only.

B.3.3.13. Construction and Management of Work Camp

The location of the work camp shall be far from residential areas. The Contractor
shall provide adequate fuel or LPG gas for both cooking and other needs. The
collection and treatment of solid wastes shall be maintained during construction. The

ADDENDUM 1 - Bidding Document: Construction of Samar Road Package 3 109


Millennium Challenge Account - Philippines

Contractor shall prohibit illegal fishing and hunting in the vicinity of the camp.
Cutting of trees shall be avoided to the extent possible and removal of vegetation shall
be minimized. Water and pit latrine facilities shall be provided for the employees. At
completion of the project, all wreckage, rubbish or temporary works that are no longer
required shall be removed or given to local residents. All temporary structures
including office building, shelters and latrines shall be removed to prevent
encroachment within the road right-of-way. The site shall be restored to near natural
or stable conditions. The Engineer shall report in writing that the camp has been
vacated and restored to pre-project conditions before acceptance of the works.

B.3.3.14. Borrow Pits and Quarries

The Contractor shall make his own arrangements for the supply of any necessary
aggregates including compensation for landowners and others, the acquisition of the
Environmental Compliance Certificate and any necessary permits from the competent
authorities, access, and site clearance and restoration, subject to the provisions of
these Specifications and the Conditions of Contract.
In making his arrangements for winning and working construction materials the
Contractor shall bear in mind his duties and responsibilities towards the public and the
environment as stipulated in the Conditions of Contract. He is reminded in particular
of his plans for moving large quantities of material on any particular route, to work
safely and not to cause or exacerbate nuisance or health problems, not to damage or
interfere with public or private property or resources, to remedy or compensate for
any damage or accidents caused by his actions, to leave excavated sites and related
facilities in a condition fit for productive use and otherwise acceptable to the
landowner and the Engineer, and to ensure that his Sub-Contractors are under
identical obligations as himself.
40. At least 14 days before he intends to commence opening up any approved
borrow pit or quarry, the Contractor shall submit to the Engineer his intended
method of working and restoration. This shall include, but not necessarily
limited to:

i the location, design and method of construction of any access track;


ii the volume and nature of materials to be removed;
iii the sequence and method of excavation of materials;
iv measures for controlling runoff and sediment from the site during
operation;
v proposals for site restoration including approximate finished levels,
drainage, erosion and sediment control, slope stabilization and re-
vegetation, including restoration of the access track where so
directed by the Engineer.

41. No borrow pit or quarry operation shall be permitted until the method of
working proposed by the Contractor for that particular pit or quarry has been

ADDENDUM 1 - Bidding Document: Construction of Samar Road Package 3 110


Millennium Challenge Account - Philippines

approved by the Engineer in writing. The Contractor should note that the nature
of the terrain through which the road passes severely restricts the number of
environmentally acceptable sites for borrow pits and quarries.
42. The Contractor shall supply the Engineer with a copy of the relevant quarrying
permits (e.g., DENR Environmental Compliance Certificate) and his agreement
with any landowner when so directed. Notwithstanding permission from others,
such borrow pits and quarries may be prohibited or restricted in dimensions and
depth by the Engineer where:

i they might affect the stability or safety of the Works or adjacent


property or land;
ii they might interfere with natural or artificial drainage;
iii they may be environmentally unsuitable; and
iv where adequate health and safety procedures are not in place.

43. Where the Contractor obtains his construction materials from borrow pits and
quarries operated by others, the Engineer reserves the right to disallow such
materials where the borrow pits or quarries in question are unlicensed or fall
under 3 (i), (ii) or (iii) above.
44. The Contractor should note that all borrow pits, quarries, and associated access
tracks and stockpile areas shall be restored and re-vegetated, unless otherwise
directed by the Engineer.
45. The Engineer may direct that materials be selected in borrow pits which may
include double handling, stockpiling and excavation in particular areas of a
borrow pit.
46. The Contractor shall construct all accesses, clear and remove all vegetation,
boulders and unsuitable or oversize materials and dispose of it in an approved
manner. The Contractor shall provide adequate supervision in every borrow pit
and quarry to ensure that suitable materials are not contaminated with
unsuitable material. Unsuitable materials shall be spoiled in accordance with
Clause 102.2.10 of these Special Provisions.
47. The Engineer may permit or direct that worked-out borrow pits or quarries be
used as spoil disposal sites.
48. On completion of work, all excavations shall be restored in accordance with the
plans approved under (4) above. The Contractor shall pay particular attention to

ADDENDUM 1 - Bidding Document: Construction of Samar Road Package 3 111


Millennium Challenge Account - Philippines

the establishment of stable side slopes in excavations and a stable permanent


drainage system. Where, for any reason, a working face is to be left exposed,
the edge shall be permanently fenced, as instructed by the Engineer, and
measurement and payment for such fencing shall be in accordance with Part 1
of the Standard Specifications.
49. The Employer reserves the right to inspect the site of any borrow facilities or
quarries established or used by the Contractor in connection with the Works and
to undertake any corrective measures necessary to reinstate the site, and to
recover the cost from monies due or to become due to the Contractor.

B.3.3.15. Spoil and Spoil Disposal

50. All suitable excavated materials shall be used insofar as it practicable in


constructing the Works. Surplus and unsuitable material whether from site
clearance, excavations, failed cut or fill slopes, landslides, or maintenance
operations, shall be known as spoil.
51. Unless otherwise permitted by the Engineer under paragraph (4), all spoil shall
be deposited at spoil disposal sites approved in advance by the Engineer in
accordance with Clause 102.1.3.
52. The Engineers approval of any spoil disposal site shall not in any way relieve
the Contractor of his responsibility, inter alia, for land acquisition, provision of
temporary access, works preparatory to spoiling, management of the spoiling
operation, and making good after completion of spoiling.
53. Where the alignment traverses side-long ground and spoil volumes are low, or
where existing environmental damage is so great that the additional impact from
soil disposal would be insignificant, the Engineer may permit limited side-
casting. Permission will be granted in writing for specific sections of roadway
not exceeding 25 m in length. Where side-casting is permitted, the volume of
material side-cast shall be limited to the surplus from the adjacent earthwork.
54. Unless exempted by the Engineer, in all locations where side-cast material
exceeds 250 mm average depth, the surface will be re-vegetated in accordance
with Clause B.3.5. The Engineer may direct that additional vegetation and
stabilization measures be applied to side-cast slopes.
55. Spoil disposal sites will fall into three categories:

ADDENDUM 1 - Bidding Document: Construction of Samar Road Package 3 112


Millennium Challenge Account - Philippines

, Borrow pits and quarries, whether pre-existing or opened up


specifically for the road contract riverside sites; other sites where spoil
disposal will not result in a potential safety hazard, instability, erosion,
or water management problems.
, Preference shall be given to the backfilling of borrow pits and quarries
as an aid to site reinstatement and to a larger number of smaller sites.
, Spoil sites should be located away from wetland areas, tributaries, and
rivers where at all possible. If riverside sites are required, the
Contractor shall be required to receive permission from the Engineer
for approval and must employ best practices in consultation with the
Contractors Environmental Manager. Riverside sites shall be located
only on major rivers with a high natural bed load but not their
tributaries. Riverside sites should be chosen such that land take is
minimized and the presence of spoil in the river channel will not
harmfully deflect the flow under flood conditions. Local communities
must have given their informed consent before any riverside site shall
be permitted. Riverside sites will not be permitted in areas of
cultivated land if alternative sites are available in the vicinity, or in
riverine forest.

56. No spoil disposal sites shall be located:

, on level irrigated rice terraces


, on slopes of more than 25 degrees
, where geological structures are unfavorable to stability (e.g. in fault
or sheer zones or where structural planes are dipping out of the
slope)
, on slopes that are being undercut by stream erosion.
, on spurs above converging stream channels.
, on talus slopes or in any situation where they might be expected to
load a slope along a failure plane.
, in any watercourse or drainage line whether permanent or seasonal
except those permitted under paragraphs (4) and (6).
, on areas identified within the ESMP to be protected areas or special
status habitat.

ADDENDUM 1 - Bidding Document: Construction of Samar Road Package 3 113


Millennium Challenge Account - Philippines

57. Disposal sites should also avoid forest, cultivated land, active slope failure
areas, and gullies. Areas of groundwater discharge, sources of drinking or
irrigation water, areas where failure of the spoil tip would endanger or harm the
Works or buildings or cultivated land, and areas where permanent stabilization
of the filled disposal area would be difficult.
58. The Engineer may restrict, prohibit, or otherwise modify the Contractors spoil
disposal proposals if, in the Engineers opinion, they are likely to cause
unacceptable environmental damage.
59. Except at riverside sites or where side-cast, the Contractor shall prepare each
approved disposal site to receive spoil by:

a) marking the boundaries of the site with white paint so that the perimeter
is clearly visible;
b) erecting a sign at the entrance to the site with the words Road Project
Tipping Area

B.3.4. Measurement and Payment


a. Revegetation works under Clause B.3.3.2 shall not be measured and paid for
separately and shall be deemed to be included in the unit prices of the other items
of work.
b. Payment for the Cost of Environmental Protection during construction prescribed
in Section B.3.3.1 and any associated construction measures shall not be paid
separately, and should be considered as subsidiary to the other pay items in the
contract.
c. Payment for the cost of the following items will be included and paid under B.3.

Description Quantity Unit


Labor
Environmental and Social 36 mo.
Manager
Environmental and Social Aide 36 mo.
Utility 36 mo.

Materials
Consumables for:
Reporting and Monitoring 36 mo.
Routine Periodic Monitoring 36 mo.

ADDENDUM 1 - Bidding Document: Construction of Samar Road Package 3 114


Millennium Challenge Account - Philippines

B.3.5. Basis of Payment


Payment will be made under:
Pay Item Description Unit of
No. Measurement

B.3 Environmental and Social Safeguards month

SPL B.4 Traffic Management Provisions

SPL B.4.1 Traffic Control Plan


No later than thirty (30) days from the receipt of the Notice to Proceed, the Contractor
shall submit for the Engineers prior approval, a Traffic Control Plan to explain the
means and method to be taken for proper and adequate control of traffic during the
course of the Works. This Plan shall include, but not necessarily be limited to:
Traffic control equipment the Contractor proposes to use for the Works;
Traffic control signage including location and sign descriptions;
Traffic control means during no working periods; and
Traffic control means and devices for night and off-hour periods.

SPL B.4.2 General Traffic Management Requirements


The following conditions shall apply in regard to traffic management:
c) The Contractor shall keep open to traffic, existing roads during the
performance of the Works, provided that when approved by the
Engineer the Contractor may bypass traffic over a detour. The
Contractor shall at all times keep roads and footpaths affected by his
operations free from material spillage.
d) The Contractor shall keep the length of the construction areas in such
condition that traffic will be accommodated safely. Traffic control
devices and services shall be provided and maintained both inside and
outside the Project limits as needed to facilitate traffic guidance should
this be necessary.
e) Prior to the start of construction operations, the Contractor shall erect
such signs, barricades and traffic control devices as may be required by
the plans, Specifications or as directed by the Engineer.

ADDENDUM 1 - Bidding Document: Construction of Samar Road Package 3 115


Millennium Challenge Account - Philippines

f) Any devices provided under this Clause that are lost, stolen, destroyed
or deemed unacceptable while their use is required on the Project
shall be replaced by the Contractor without compensation.
g) Night time operations shall be illuminated by a lighting system approved
by the Engineer. The lighting system shall be positioned and operated to
preclude glare.
h) The Contractor shall take necessary care at all times during the
execution of the works to ensure the existing convenience and safety of
residents along and adjacent to the road, and any public highway or port
facility that may be affected by the Works.
i) The Contractor should thoroughly acquaint himself with existing traffic
conditions and understand the importance of maintaining traffic safety
and the avoidance of excessive traffic delay. The Contractor shall
cooperate with the pertinent agencies regarding traffic control and all
details will be subject to the Engineers prior approval.
j) The Contractors requirements shall include, but not necessarily be
limited to, provisions of traffic control devices and services for the
control and protection of traffic through areas of construction.
k) Any failure of the Contractor to meet these requirements will entitle
the Engineer to carry out such works as he deems to be necessary and to
charge the Contractor with the full cost thereof plus ten percent of such
cost, which sum will be deducted from any money due or which may
become due to the Contractor under the Contract.

SPL B.4.2.1 Temporary Roadworks


l) The Contractor shall furnish, maintain, and remove on completion of the
work for which they are required, all temporary road works such as
sleeper tracks and staging over roads, access and service roads,
temporary crossings over streams or unstable ground, and shall make
them suitable in every respect to carrying materials for the work, for
provided access to traffic for himself or others, or for any other purpose.
Such temporary road works shall be constructed to the satisfaction of the
Engineer, but the Contractor shall nevertheless be responsible for any
damage done to or caused by such temporary road works.

ADDENDUM 1 - Bidding Document: Construction of Samar Road Package 3 116


Millennium Challenge Account - Philippines

m) Before constructing temporary road works, the Contractor shall, at no


cost to the Employer, make all necessary arrangements, including
payment (if required) to the public authorities or landowners concerned
for the use of the land and shall obtain the prior approval of the
Engineer. Such approval will be dependent on the Engineer being
satisfied with the Contractors proposals for items such as signing,
lighting and riding quality of the temporary road together with the
proposed maintenance arrangements. Such approval will not, however,
relieve the Contractor of his responsibilities under the Contract. Upon
completion of the works, the Contractor shall clean up and restore the
land to the satisfaction of the Engineer.
n) The Contractor, when required by the Engineer, shall submit for the
Engineers approval, drawings giving full details of temporary roads.
Such details shall include align, profile, pavement construction, signing,
lighting and the duration of the temporary road.

SPL B.4.2.2 Traffic Control


The Contractor shall ensure that all works are adequately sign posted (see Table on
Sub-item SPL B.4.2.3) especially where restrictions on the width of the highway are
imposed due to construction works. The Contractor shall provide details in writing to
the Engineer for his approval at least seven (7) days in advance of the works. On
receipt of the Engineers approval, advance warning signs (reflectorized, coning and
bunding, stop and give way signs), other appropriate signing and lighting shall be
provided and maintained by the Contractor in accordance with his proposals and the
effectiveness of this signing and lighting shall be constantly monitored by the
Contractor.
All full, partial and temporary road closures shall be manned by the Contractor, day
and night. All operatives shall be trained and fully briefed by the Contractor on their
responsibilities. These shall include achieving minimum disruption to traffic
consistent with the safety of pedestrians, construction operatives and supervisory staff
and vehicular traffic.
The Health and Safety Manager will communicate with local communities with
regards to the temporary closures to avoid disruptions and to communicate any safety
requirements that need to be followed during this time.
Where required and as appropriate, the traffic controllers or flagmen shall be provided
with communication equipment.
SPL B.4.2.3 Traffic Signs and Safety
The Contractor shall carefully plan his traffic control management and liaise with all
concerned parties to advertise and seek agreement on the most universally acceptable
traffic management practices. Diversions shall be advertised in advance and fully
signed and lighted when implemented. Safety of all parties using and working on the
road shall be paramount. The Contractor will be required to provide and maintain

ADDENDUM 1 - Bidding Document: Construction of Samar Road Package 3 117


Millennium Challenge Account - Philippines

effective protective fences, bunding, etc. below slope works and to define the edges of
steep excavations or existing down slopes and provide signing and lighting as
necessary.
Traffic Control Signs, Delineator and Warning Lights
Item Specification
1. General The Contractor shall provide one way traffic control for the 200 meter
or less long construction section through the project, except the repair
of small areas of damaged concrete slabs. In these areas, the Contractor
shall provide for one-way traffic control beginning and ending 50
meters from the work area. Signs, delineators, warning lights and
flagmen shall be posted and maintained as described in Items 2, 3, and
4.
2. Signs 1.2 and 1.3 meter square plywood painted reflective white with 12
centimeter reflective red letters shall be installed at 50 meters intervals
commencing 150 meter from the worksite. The signs shall be 1.2 meter
high and placed on the edge of pavement facing the traffic flow. Sign
wording shall be SLOW-LANE OR ROAD CLOSED AHEAD;
CAUTION: ROAD CONSTRUCTION AHEAD; REDUCE SPEED,
CONSTRUCTION PROGRESS; STOP, OBEY FLAGMEN;
REDUCE SPEED, ON LANE AHEAD.
3. Delineator Reflective red or orange plastic or rubber cones 45 centimeters high
s shall be placed at 30 meters interval along the traffic side of the
restricted area.
4. Warning Amber flashing lights with a 15 centimeter diameter lens head shall be
Lights provided at all sign locations. The intensity of the lights shall be at
least 4 candle powers and have a flash rate between 50-75 flashes
directing traffic movements.

All barricades fences and such other aids that maybe required shall be reflectorized
and shall conform to the regulations of the DPWH and shall be illuminated at night by
lantern.
SPL B.4.2.4 Contractors Liabilities and Responsibilities
The Contractor shall be fully liable for traffic control and safety. Approval by the
Engineer of the Contractors traffic control and signing proposals shall in no way be
construed as relieving the Contractor of any of his obligations or liabilities. If, in the
opinion of the Engineer, the Contractor does not fulfill his duties and responsibilities
under Specifications Item B.2, the Engineer will be forced to carry out such works as
he deems to be necessary and to charge the Contractor with the full cost thereof plus
ten percent of such cost, which sum will be deducted from any money due or which
may become due to the Contractor under the Contract.
SPL B.4.3 Measurement and Payment
Payment will be under:
Pay Item Description Unit of

ADDENDUM 1 - Bidding Document: Construction of Samar Road Package 3 118


Millennium Challenge Account - Philippines

No. Measurement

SPL B.4 Traffic Control Month

Breakdown for Pay-item SPL B.4 - Traffic Controls


Description Quantity Unit
Labor
10 Traffic Personnel 36 month

Materials (Quantities shown below shall be supplied for the entire contract duration of 36
months)
Warning Signs 30 each
Guide Signs 30 each
Traffic Cone 150 pcs
G.I. Barricade and Warning Signs 150 l.m.
Traffic Flags 15 pcs
Reflectorized Vests 36 pcs

SPL B.5 Project Billboard

SPL B.5.1 Material Requirement


SPL B.5.1.1 Installment of Billboards
The Contractor shall install two (2) Billboards measuring 1200 mm x 2400 mm (4ft x
8ft) using 12mm (1/2 inch) marine plywood or tarpaulin posted on 5mm (3/16 inch)
marine plywood at the beginning and end of the Project pursuant to Department Order
No. 37, Series of 2010. Additional Billboards shall be installed at 5 kilometer
intervals. Project Billboards and Markers 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.
SPL B.5.2 Basis of Payment
Payment will be made under:
Pay Item Description Unit of
No. Measurement

SPL B.5 Project Billboard Each

SPL B.6 Sexually Transmitted Infections (STI) Including HIV/AIDS


Awareness Program

SPL B.6.1 General Provisions


Notwithstanding the provisions of the General Conditions of Contract, the Contractor
shall, throughout the duration of the Contract, include a program of education for site
staff and labor and their families in respect of Sexually Transmitted Infections (STI)
including HIV/AIDS and prohibitions in engaging in TIP activities.

ADDENDUM 1 - Bidding Document: Construction of Samar Road Package 3 119


Millennium Challenge Account - Philippines

SPL B.6.1.1 Conduct Information, Education and Communication (IEC)


Campaigns
Information, Education and Communication (IEC) campaigns shall be conducted at
the project site, at least every 3rd month, addressed to all Site staff and labor
(including all the Contractors employees, all Subcontractors and consultants
employees, and all truck drivers and crew making deliveries to site for construction
activities) and to the avoidance behavior with respect to Sexually Transmitted
Infections (STI) in general and HIV/AIDS in particular. The content for IEC will be
based on the national STI and HIV/AIDS program. The Contractor shall, throughout
the contract, liaise with the Department of Health (DOH) and/or their designated local
representatives or agents: in drawing up the Works STI and HIV/AIDS program
(including IEC). The Contractor shall subcontract NGO staff. The Contractor shall
report progress and coordinate the STI/AIDS measures on Site with the national STI
and HIV/AIDS program.
The above provisions shall be provided free of charge to the participants and the
Contractor shall ensure that all the site staff have free access to attend the IEC
campaigns.
SPL B.6.2 Measurement and Payment
There will be no separate payment for provision of all the STI and HIV/AIDS
awareness program as stipulated herein. However, the Contractor will be reimbursed
the cost of the NGO staff for their transportation, accommodation, venue and other
minimal expenses incurred for the IEC campaign. Payment of such approved costs
will be made from the provisional sum provided for the contract package.
SPL B.7 Field Engineering Services

SPL B.7.1 Description


The Contractor shall provide all necessary skilled and experienced engineering
personnel to execute both survey and construction of the Works to the specified
performance requirements.
Field survey work to be performed by the Contractor shall include but is not
necessarily limited to the following:
o) Setting out of the Works;
p) Measurements for pay quantities;
q) Horizontal and vertical control monitoring survey.

In addition to the above routine field survey services, the Contractor shall provide a
geotechnical engineering specialist to monitor and ensure compliance with
requirements for soft soil improvement measures, foundation pile driving and
additional soils boring, if ordered by the Engineer.
Furthermore, the As-Stake Survey shall be conducted expeditiously under the
supervision of the Engineer and the necessary As-Stake Plan, which shall be prepared
in conformity with the requirements of the following DPWH Department Orders:
Furthermore, the As-Stake Survey shall be conducted expeditiously under the
supervision of the Engineer and the necessary As-Stake Plan, which shall be prepared
in conformity with the requirements of DPWH Department Order No.56, series of
1995 (Quality of Plans) including the As-Stake Quantities, shall be submitted to

ADDENDUM 1 - Bidding Document: Construction of Samar Road Package 3 120


Millennium Challenge Account - Philippines

DPWH through the Engineer in as much as possible within the first four (4) months of
the contract period or on a much earlier time.
No activities on a certain work shall be started until the As-Stake Quantities are
established, checked and approved by the Engineer.
SPL B.7.2 Setting Out of the Works
60. The Contractor shall have sole responsibility for establishing and maintaining
all horizontal and vertical control points required or as may be directed by the
Engineer. Information for the existing control monuments is shown on the
Plans and shall be used by the Contractor for establishing the horizontal and
vertical controls needed for his work.

a) The permanent control points to be established shall be as numerous as


possible. These control points should preferably be at 100 meters
interval.
b) Marked on-site random points along the centerline of the existing road.
At least two (2) road centerline points along straight sections of the road
and at least three (3) road centerline points along curved sections shall
be marked.
c) The coordinates of the marked points shall be established through EDM
settings from the established horizontal control points. From the list of
coordinated marked points, the Engineer shall prepare stake-out data
(based on a spline-drawn alignment which cuts through the marked
points) for staking out on-site the road centerline at 20 meter station
interval.
d) Road sectioning shall commence at the centerline point at 20 meter
station interval as staked out. The road cross-section shall be drawn on
appropriately-sized reproducible sheets.
e) All required documentation with regard to the foregoing shall be
properly put on-file (electronic as well as hard copy each for the
Contractor and the Engineer).

61. Scheduling notification for survey shall be provided to the Engineer and is
subject to review and monitoring by the Engineers representative.
62. The Contractor shall make minor adjustments, subject to the Engineers
approval, in the event that discrepancies are found between the information
shown on the Plans and actual field conditions.

ADDENDUM 1 - Bidding Document: Construction of Samar Road Package 3 121


Millennium Challenge Account - Philippines

63. From the control provided by the Engineer and Employer, the Contractor shall
establish all additional and intermediate controls for accurately locating all
structures, centerlines, right-of-way lines, slopes, etc. as shown on the Plans and
as required by the Contract.
64. Should the Engineer so require, the Contractor shall to the extent required,
provide the Engineer with all necessary instruments, personnel, labor and
materials that the Engineer may require for checking the setting out or for any
other relevant work to be done.

SPL B.7.3 Measurement for Pay Quantities


The requirements under this Sub-Section shall be met by the Contractor without
additional payment and all costs thereof shall be deemed to be included in the unit
prices for the various pay items listed in the Bill of Quantities.
a) The Contractor and Engineer shall jointly measure and calculate the
quantity and quality (Material Testing) of the Works for the purpose of
establishing progress and final pay quantities.
b) The Contractor shall provide all necessary personnel and equipment to
perform the measurements for payment required by the Contract.
c) Whenever required for the purpose of measurement of quantities, the
Contractor shall take cross sections on the original ground at intervals of
20 meters or less, as directed by the Engineer. The profiles so
established shall be plotted on tracing paper to a scale, size and layout as
stipulated by the Engineer. The drawn cross sections shall include the
proposed finished lines derived from the approved design details.
d) The original profile together with three copies shall be submitted to the
Engineer who will endorse one copy with his approval, or his revision
thereof, and return it to the Contractor.
e) At locations where measurement for payment of the Work requires
material volumes to be determined as the difference between the after-
construction (or design) profile and the existing before-construction
profile, the Contractor shall carry out as a part of his routine
construction survey work all necessary topographic surveys in sufficient
detail to enable the work volumes to be accurately calculated.
f) The Contractors routine construction survey work for Works quantity
measurement requires not only geometric measurement using precise
levels, theodolites, chains, etc., but also the taking and measurement of

ADDENDUM 1 - Bidding Document: Construction of Samar Road Package 3 122


Millennium Challenge Account - Philippines

pavement cores, the checking of embankment fill thickness by auger


boring or settlement plates, the keeping of haulage truck tallies, the
determination of asphalt density and bitumen content in both the
laboratory and the field, and such other methods of work volume
measurement as the Engineer may direct. The detailed requirements for
the measurement of the Works are specified for each Pay Item in the
relevant sections of these Technical Specifications.

SPL B.7.4 Stability Analysis and Deformation Monitoring Survey


If required, the Contractor shall prepare methodology and procedure including
working drawings and cost estimates for deformation monitoring and stability
analysis and submit the same to the Engineer for approval. Such work shall include
provision of all personnel, equipment, labor and materials.
SPL B.8 Project Record Documents

SPL B.8.1 Description


Throughout the progress of the works, the Contractor shall maintain an accurate
record of all changes in the Contract Documents on a job set of Project Record
Documents, and shall transfer the final as-built information to the Final Record
Documents before the completion of the Works.
No separate measurement and payment will be made for this Item. This work shall be
considered incidental to the other bid items and all costs are deemed to be included in
the various other payment items for this Contract.
SPL B.8.2 Submittal Requirements
65. Submit or make available for review by the Engineers representative, the job
set of Project Documents as currently maintained on the 25th of each month.
The Engineers approval of these documents will be a pre-requisite for approval
of the Monthly Progress Payment Certificates.
66. Submit for the Engineers approval the Final Project Record Documents at the
time of application for Certificate of Completion. Accompany the submittal
with a transmittal letter containing:

a) Date
b) Project title and loan agreement number (If any)
c) Contractors name and address
d) Title and number of each record document
e) Certification that each document as submitted is complete and accurate
f) Signature of the Contractor or his authorized representative

ADDENDUM 1 - Bidding Document: Construction of Samar Road Package 3 123


Millennium Challenge Account - Philippines

67. Submittal of As-Built Drawings

As-Built drawings on approved reproducible film shall be prepared by the


Contractor for the whole of the Works. The drawings shall be kept up-to-date
as the work proceeds with detail completed for each item of the Works
immediately after the work has been completed. One (1) complete set in
reproducible medium and five (5) complete sets of blue print copies of As-
Built drawings and A3 size book-binded copy with electronic file shall be
submitted by the Contractor within thirty (30) calendar days after the
completion date of the Project.

No Certificate of Completion shall be issued to the Contractor by the Engineer


unless the As-Built drawings have been submitted to and approved by the
Bureau of Design (BOD).

SPL B.8.3 Project Record Documents


68. Job Set

Promptly following Award of Contract, the Contractor shall obtain from the
Engineer, at no cost to the Contractor, two complete sets of all Documents
comprising the Contract.

The Job Set will include (unless otherwise stated in the Contract):

a) Conditions of Contract consisting of two parts:

i *General Conditions, and


ii Conditions of Particular Application (COPA)

b) *Technical Specifications (Section I: DPWH Standard Specifications


and Section II: Special Provisions and Supplemental Specifications)
c) Approved Contract Drawings;
d) Addenda to the Bid Documents;
e) Other Modifications to the Contract (if any);

*Note: The Contractor has to obtain for himself a copy of:

f) 2004 edition of DPWH Standard Specifications, Volume II, Highways,


Bridges and Airport;

ADDENDUM 1 - Bidding Document: Construction of Samar Road Package 3 124


Millennium Challenge Account - Philippines

g) 1995 edition of DPWH Standard Specifications, Volume III, Building,


Ports and Harbors, Flood Control and Drainage Structures and Water
Supply System and;
h) The FIDIC Conditions of Contract for Construction, 1st Edition 1999
prepared and copyrighted for the exclusive use of MCC and MCA
entities by the International Federation of Consulting Engineers
(Fdration Internationale des Ingnieurs-Conseils, or FIDIC). These
General Conditions of Contract can be found at the following link:
www.mcap.ph

69. Storage of Job Set

The job set shall be stored in the field office in files and racks and the
Contractor shall maintain the job set protected from loss and damage until the
transfer of As-Built data to the Final Project Documents has been completed.
The record documents shall not be used for construction purposes and the
documents shall be available at all times for inspection by the Engineer and
Employer.

SPL B.8.4 Project Records for Materials and Equipment


All records concerning the testing and approval of materials and equipment to be
incorporated into the Permanent Works shall form a part of the project records. The
Contractor shall develop and maintain a record system which clearly shows the
current status of all material sources, testing and approvals. All approved samples
shall be maintained at the job site.
Update and Maintenance of the Job Set Documents
a) Responsibility

The Contractor shall delegate the responsibility for the maintenance of Record
Documents to one nominated person of the Contractors staff whose
nomination shall be approved by the Engineer.
b) Identification

Immediately upon receipt of the job set, identify each of the Documents with
the title PROJECT RECORD DOCUMENTS JOB SET, in 5cm high
printed letters.
c) Preservation

Considering the Contract completion time, the probable number of occasions


upon which the job set must be taken out for new entries and for examination,
and the conditions under which these activities will be performed, device a
suitable method to be approved by the Engineer for protecting the job.
d) Marking Entries on Drawings

ADDENDUM 1 - Bidding Document: Construction of Samar Road Package 3 125


Millennium Challenge Account - Philippines

Using an erasable colored pencil (not ink or indelible pencil), clearly describe
the change by notes and by graphic lines as required. Date all entries, call
attention to the entry by a cloud around the area or areas affected. In the
event of overlapping changes, different colors may be used for each of the
changes. Keep record documents current and do not permanently conceal any
work carried out.
i Legibly mark to record actual construction details such as:
ii Depths of various elements of foundation in relation to datum
shown;
iii Horizontal and vertical location of underground utilities referenced
to permanent surface improvements;
iv Locations of internal utilities concealed in construction reference to
visible and accessible featured of structures
v Field changes of dimension and detail;
vi Changes made by Change Order;
vii Details not on original Contract Drawings.

e) Timing

All entries should be made within 24 hours after receipt of the information.
f) Accuracy

Use all means necessary, including the proper tools for measurement, to
determine actual locations of the installed items and the accuracy of entries.
The Contractor should thoroughly coordinate all changes within the Record
Documents, marking adequate and proper entries on each page of the
Specifications and sheet of Drawings and other Documents where such entry
is required to properly show the change. The accuracy of records shall be such
that any future search for items shown in the Contract Documents may be
obtained from the approved Record Documents.
SPL B.8.5 Final Record Documents
g) General

The purpose of the Final Report Documents is to provide factual information


regarding all aspects for the Works, both concealed and visible, to enable
future modification of design to proceed without lengthy and expensive site
measurement, investigation, and examination.
h) Transfer of Data to Drawings

Carefully transfer all changed data shown on the job set of Record Drawings
to the corresponding drawing originals of the Final Report Drawings and
clearly indicate the full description of all changes made during construction
and the actual location of all items. Call attention to each entry by drawing a
cloud around the area or areas affected. Make all change entries on the
originals neatly, consistently, and in ink or crisp black pencil.

ADDENDUM 1 - Bidding Document: Construction of Samar Road Package 3 126


Millennium Challenge Account - Philippines

i) Transfer of Data to Other Documents

If Documents, other than Drawings, have been kept clean successfully during
the progress of the Work, and if entries have been sufficiently orderly to the
approval of the Engineer, the job set of those Documents (other than
Drawings) will be accepted by the Engineer as Final Record Documents for
those Documents. If any such documents are not so approved by the Engineer,
secure a new copy of that document from the Engineer and carefully transfer
the changed data to the new copy to the approval of the Engineer.
j) Review and Approval

Submit the completed set of Final Record Documents to the Engineer at the
time of application for the Certificate of Completion. If requested by the
Engineer, participate in a review meeting or meetings, execute any required
changes and promptly re-submit the Final Record Documents to the Engineer
for his acceptance.
k) Changes subsequent to Acceptance

The Contractor shall have no responsibility for recording changes to the


Works subsequent to the issue by the Engineer of the Certificate of
Completion except for changes resulting from replacements, repairs, and
alterations made by the Contractor as part of his guarantee, or additional work
that the Contractor has agreed to carry out during the Maintenance Period.
SPL B.9 Bonds and Insurances

The Contractor shall be required to comply with the following in accordance with the
Instructions to Bidder and Conditions of Contract and Appendices.
l) Performance Securities;
m) Advance Payment Securities;
n) Erection/Contractors All Risk Insurance;
o) Workmans Compensation Insurance;
p) Construction Equipment Insurance;
q) Other necessary Insurances.

SPL B.10 Plant and Fabrication Yard

The Contractor shall provide or lease a property for the erection of crushing and
batching plant; the location of which shall be near to the project site. To prevent any
noise generation, limit the use of heavy equipment i.e. crushing and batching plant to
daytime hours. The Contractor shall take all measures necessary to limit any air, dust
and noise pollution.
The area shall be provided with complete facilities, plant and equipment that will
sustain the required rate of production of outputs needed for the project structures.
The Contractor shall provide access for the Engineer and his authorized
representatives and/or inspectors for the supervisions, testing, sampling and other
relative activities.
The yard shall have the following minimum facilities:

ADDENDUM 1 - Bidding Document: Construction of Samar Road Package 3 127


Millennium Challenge Account - Philippines

r) Stockyard
s) Provisional Buildings (depending on location):

1) Field Office 10) Repair Shop

2) Bunkhouse 11) Fuel Station

3) Sub-Contractors Office 12) Steel/Woodwork


Shop

4) Warehouse 13) Canteen

5) Reinforcing Steel Bar Shop 14) Labor Camp

6) Laboratory 15) Housing

7) Generator House 16) Guard House

8) Pump Room 17) Garage

9) Boiler Room

t) Roads
u) Parking
v) Fence and Lightings

Cost for the yard is deemed to be included as part of the mobilization and
demobilization works.
SPL B.11 Clearing the Site

Upon completion of all construction operations, the entire roadway or roadways shall
be finished as specified in these specifications. Stockpiling of materials on the
finished construction area and drifting of materials across the pavement will not be
permitted. The finished pavement shall be cleaned of all dirt and foreign material.
The slopes of embankments, excavations, road approaches, road connections, ditches,
channel changes, and materials sites within or adjacent to the project boundaries shall
be finished to the lines and grades called for by the plans. Ditches and channels
within or adjacent to the project boundaries shall be cleared of debris and
obstructions. Sewers, culverts and other drainage facilities and their appurtenant
structures constructed under the contract shall be cleaned out. All stones and other
waste materials exposed on slopes, which are liable to become loosened, shall be
removed and disposed of. All materials and debris resulting from clearing and
grubbing operations not previously remove, shall be disposed of.
All materials resulting from the above specified finishing operations shall become the
property of the Contractor and shall be disposed of outside the project boundaries
unless otherwise permitted by the special provisions.

ADDENDUM 1 - Bidding Document: Construction of Samar Road Package 3 128


Millennium Challenge Account - Philippines

Disposal of materials outside the highway right of way shall be in accordance with the
following provisions. The entire roadway and right of way shall be left in a neat and
presentable condition.
70. Spoil disposal sites will fall into two categories:

a) borrow pits and quarries, whether pre-existing or opened-up specifically


for the road contract;
b) other sites where spoil disposal will not result in a potential safety
hazard, instability, erosion, or water management problems.

Preference shall be given to the backfilling of borrow pits and quarries as an


aid to site restoration.
71. Local communities must give their consent before any spoil disposal site shall
be permitted.
72. No spoil disposal sites shall be located:

a) on level irrigated rice fields;


b) on slopes of more than 25 degrees;
c) where geological structures are unfavorable to stability (e.g. in fault or
shear zones or where structural planes are dipping out of the slope);
d) on-slopes that are being subjected to stream channels;
e) on spurs above converging stream channels;
f) on talus slopes or in any situation where they might be expected to load
a slope along a failure plane; and
g) in any water course or drainage line whether permanent or seasonal; and
h) in or adjacent to the Samar Island Natural Park.

Disposal sites should also avoid forest, cultivated land, active slope failure
areas, gullies, areas of groundwater discharge, sources of drinking or irrigation
water, areas where failure of the spoil tip would endanger or harm the Works
or buildings or cultivated land, and areas where permanent stabilization of the
disposal area would be difficult.
73. The Engineer may restrict, prohibit, or otherwise direct the Contractor to
modify the spoil disposal proposals if, in the Engineers opinion, they are likely
to cause environmental damage.
74. The Contractor shall prepare each approved disposal site by:

a) marking the boundaries of the site with white paint so that the perimeter
is clearly visible;

ADDENDUM 1 - Bidding Document: Construction of Samar Road Package 3 129


Millennium Challenge Account - Philippines

b) erecting a sign at the entrance to the site with the words Road Project
Disposal Area;
c) carrying out appropriate and effective drainage works to the satisfaction
of the Engineer;
d) constructing spoil retention structures around the perimeter as approved
by the Engineer.

75. The Contractor should ensure that no drainage or concentrated runoff occurs
down the face of any spoil disposal site.
76. Spoil shall be placed in shallow layers and compacted to 90% relative density or
as otherwise directed by the Engineer.
77. The Contractor shall monitor the condition of each disposal site and shall
submit a report to the Engineer at least monthly and after any precipitation
event exceeding 100mm in 24 hours to include:

a) volume of materials disposed at site;


b) any signs of movement or instability;
c) any movement of spoil beyond the perimeter of the site;
d) any erosion and sediment deposition caused by runoff from the site.

78. The Contractor shall modify his disposal practice and/or carry out remedial
works to prevent erosion, instability or uncontrolled runoff as directed by the
Engineer. The Engineer may direct that a disposal site be closed to prevent
possible or further environmental damage and will then agree an alternative
disposal site or sites with the Contractor.
79. When ordered by the Engineer that any disposal site shall be closed to prevent
environmental damage or, in the opinion of the Engineer, it has reached its
capacity, the Contractor shall render the site permanently stable by means of
shaping, drainage, structural conservation measures and planting to the
satisfaction of the Engineer, and in addition restore the area so that it satisfies
any agreement with the landowner and complies to applicable governing laws.

SPL B.12 Silence of Contract Documents

The apparent silence in the Plans, Specifications, Supplemental Specifications, and


Special Provisions, as to any detail or the apparent omission from them of a detailed
description concerning any point shall be regarded as meaning that only the best
general practice is to prevail and that only material and workmanship of First Class

ADDENDUM 1 - Bidding Document: Construction of Samar Road Package 3 130


Millennium Challenge Account - Philippines

quality are to be used. All interpretation of the Contract Documents shall be made by
the Engineer on the basis stated above.
SPL B.13 Meetings and Conferences

As often as possible, or as the necessity arises, meetings/conferences shall be held to


discuss matters of detail, i.e. construction sequences, progress, materials, procedures,
temporary works, quality control and similar subjects pertinent to the satisfactory
execution of the Works, or to discuss problems arising out of the implementation of
the Project.
Such meetings/conferences shall not be less frequent than twice a month and shall be
attended by the Project Manager of the Contractor, the Engineer or his representative
and by the Employer or his representative.
Minutes of the Meetings/Conferences shall be officially documented by the
Contractor, confirmed or concurred to by all parties, copies thereof submitted to the
Engineer and Employer, properly dated and numbered.
SPL B.14 Construction Planning

The Contractor shall submit, for the prior approval of the Engineer, construction
plans, detailed design for the construction and shop drawings for major structures
prior to construction.
In the construction plans, the detailed methods of construction shall be shown. Shop
drawings, details of temporary structures including construction stages, support,
formworks, temporary bridges or jetty, shall be submitted with supporting
calculations.
Also to be submitted are details of the proposed temporary work and method of pile
driving and shall make such amendments or alterations as the Engineer may direct.
SPL B.15 Materials Sources

Information as to the locations, availability and suitability of construction materials


are contained in the Geotechnical Report prepared by the Design Consultants.
Although the information is made available for examination, the Contractor is
cautioned to take the following into considerations in preparing his Bid:
a) The Geotechnical Report does not form part of the Contract Documents.
The Contractor shall be solely responsible for making all arrangements
for obtaining required materials including provisions for access thereto:
b) The Contractor shall determine the adequate transportation requirements
from the supply source to the work site. No separate payments shall be
allowed to cover the cost of haulage, the cost of which shall be
understood to be included in the various bid items.
c) The Contractor shall determine the amount for handling and removal of
overburden from the borrow pits or quarry sites and the cost and the
amount of work required to crush, screen and store materials in

ADDENDUM 1 - Bidding Document: Construction of Samar Road Package 3 131


Millennium Challenge Account - Philippines

accordance with the Specifications. All such costs shall be included in


the Bid prices.
d) The Contractor is permitted to obtain aggregates from Government-
owned quarries, rivers and/or other sites subject to existing regulations.
However, this shall not relieve him of responsibility for charges levied,
by other agencies, if any. If payment of taxes, duties or other charges is
demanded by such Agency, the charges shall be considered in the Bid
prices pertinent to the quarried materials.
e) If probable sites or sources of materials are shown on the Drawings, it is
understood that the information given is only for the purpose of
indicating their approximate locations and distances to the project road
and to provide the Contractor reference locations.
f) The Contractor, after receipt of the Notice of Award - and before the
signing of the contract - shall secure Quarry Permit(s) for borrow
materials, sand, gravel, boulders and other quarry resources from the
office of the Provincial Governor of the locality from where quarried
materials will be taken.
Note: Unless specifically included in the Bill of Quantities as pay-item(s),
works prescribed under Part B- Other General Requirements shall not be
measured for direct payment, but shall be considered as subsidiary work for
other related Pay Items.
SPL B.16 EXISTING PUBLIC UTILITIES

The Contractor shall carry out the necessary investigations to identify the
location of all existing public utilities within the right-of-way and provide
accurate records of such to the Engineer prior to commencement of the Works.
The Contractor shall notify the Engineer, and provide accurate records, of any
public utilities encountered during the execution of the Works. He shall take all
necessary steps to prevent damage to and safeguard any such services.
The Contractor shall co-operate with the public utility authorities in the removal
and relocation of any underground or overhead services or facilities so as to
safeguard and minimize disruption to the services. In the event of a utility
service being interrupted as a result of damage caused by the Contractor, the
Contractor shall promptly notify the authority concerned and be responsible for
the cost of any repairs that are required to restore the services.

ADDENDUM 1 - Bidding Document: Construction of Samar Road Package 3 132


Millennium Challenge Account - Philippines

PART C - EARTHWORKS

Item 100: Clearing and Grubbing

100.1 Description
The first sentence of this section is modified and is to be read as follows:
This item shall consist of the removal and satisfactory disposal of all materials
including trees, stumps, roots, vegetation, logs, wastes, debris, top soil and protruding
objects except those that are designated to remain or to be removed in accordance
with other items of the Specifications and where directed by the Engineer.
The works are also required were the road is to be widened in both the rural and urban
environments.

100.2 Construction Requirements

100.2.1 General
Add the following after the last sentence of the second paragraph:
Those trees and brushes designated to be left in place shall be carefully trimmed as
directed by the Engineer and shall be protected from scarring, barking and other
injuries during construction operations. Clearing operations shall only be undertaken
immediately prior to the commencement of Works in the area concerned.
At the end of the last paragraph, add the following paragraph:
Within the town and village areas, clearing and grubbing shall be strictly limited to
the extent of cut and fill as shown in the Drawings or as directed by the Engineer. No
buildings, crops, signs, fences and other structures shall be removed, relocated or
altered without the prior written authorization from the Engineer.
Structures, properties and the like that ultimately need to be removed but are still
under legal expropriation proceedings, shall, in the meantime be preserved or
excluded from the Works. The Contractor shall be solely liable for any complaint or
litigation filed by the Owner for any damage to the structure and/or property as a
result of his action.
Any unauthorized interference and damage to the Owners property shall be made
good or restored by the Contractor, all to the satisfaction of the Engineer and the
Owner.

Add the following Sub-Section after Sub-Section 100.2.4:

100.2.4 Method of Working


80. At least one (1) week prior to commencing site clearing, the Contractor shall
submit to the Engineer for his prior approval, the intended method of works.
This shall include, but not necessarily be limited to:

a) The precise areas to be cleared of vegetation both for the construction


width and for sightlines within the road reserve;

ADDENDUM 1 - Bidding Document: Construction of Samar Road Package 3 133


Millennium Challenge Account - Philippines

b) Methods of clearing, including tree felling;


c) Method and location of disposal of cleared vegetation;
d) Location of areas for storing stripped topsoil for re-use.

81. No site clearing or topsoil stripping will be permitted until the method of
working for that particular area has been approved by the Engineer in writing.
82. Subsoil structures with salvage value, such as PVC and metal water supply
pipes, shall be removed with care and stored at points as directed by the
Engineer and shall be turned over to DPWH, unless re-used for reinstating
services.
83. Subject to the provisions of the Conditions of Contract, all materials arising
from Site Clearing that are surplus to or unsuitable for use in the Works, shall
become the property of the Employer and shall be disposed of by the Contractor
either off the Site at an approved disposal area, or at the Site in an approved
manner as directed by the Engineer.

Delete the 3rd to 7th paragraph (inclusive) of Sub-Section 100.2.2 and replace with
the following:
Materials from clearing and grubbing and other unsuitable materials shall only spoiled
in designated areas approved by the Engineer.

100.2.2 Clearing and Grubbing


Add the following after paragraph four (4):
In areas covered by cogon, wild grass, talahib and other vegetation, topsoil shall be
excavated to a depth of 150 mm below the original ground surface, or as otherwise
ordered by the Engineer, and disposed of in accordance with Sub-Section 102.1.5
(Spoils and Spoils Disposal) of these Special Specifications.

100.2.3 Clearing and Grubbing


Add the following provisions to Sub-Section 100.2.3:
Prior to the cutting/removal of any tree, the Contractor shall prepare an inventory of
the trees scheduled for cutting/removal for the Engineers approval. Trees to be cut
shall be submitted in tabulated form showing as much information for easy
identification as follows:
84. Station Limit
85. Description / Name / Species of Tree;
86. Size / Diameter (in centimeters);
87. Distance from the centerline of the road;
88. Location (Left / Right).

Upon approval of this list by the Engineer, the Contractor shall make a request from
the Local DENR (with approved list attached) that such number of trees will be cut

ADDENDUM 1 - Bidding Document: Construction of Samar Road Package 3 134


Millennium Challenge Account - Philippines

and removed for the construction of the proposed Project. 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. Special requirements may
be required to ball and remove endangered species listed in the IUCN Red Book. The
Contractor will adhere to requirements stipulated by the Local DENR with regards to
the removal and cutting of any endangered species.
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. All fees
related to securing permit(s) shall be borne by the Contractor.
Individual trees intended to be removed and relocated as ordered by the Engineer
shall be removed and relocated by the Contractor with care.

100.3 Method of Measurements


Delete the first paragraph in its entirety and replace with the following:
Measurement for activities under this Section shall be as follows:
Clearing and Grubbing: The work to be paid for shall be based on the total area
cleared and grubbed which is calculated in hectares within the limits defined on the
drawings or as directed by the Engineer, including adjustments that may be made to
satisfy certain site requirements.
Removal of Trees: The diameter of trees will be measured at a height of 1.4m (54
inches) above the ground and trees less than 150 mm (6 inches) in diameter will not
be measured for payment. The units will be designated and measured in accordance
with the following schedule of sizes:

Diameter at height of 1.4 m Pay Item Description

150 mm to 900 mm diameter Small

Over 900 mm diameter Large

100.4 Basis of Payment


Modify the second paragraph of Sub-Section 100.4 to read as follows:
Payment will be made under:
Pay Item Description Unit of
Measurement

100(1) Clearing and Grubbing Hectare

100(3) Individual Removal of Trees, Small Each


(0.15m to 0.90 m dia.)

100(4) Individual Removal of Trees, Large Each


(dia. greater than 0.90m)

Item 101: Removal of Structures and Obstructions

101.1 Description
The Sub-Section is amended as follows:

ADDENDUM 1 - Bidding Document: Construction of Samar Road Package 3 135


Millennium Challenge Account - Philippines

The works consist of the removal, either wholly or in part, and satisfactory disposal of
all existing box culverts and its inlet and outlet structures, pipe culverts and its
headwall and wing walls, lined-ditch canals, retaining walls, PCC and AC pavements,
fences, buildings, abandoned pipelines, bridges subject for replacement and any other
obstructions which are not subject for replacement and any other obstructions which
are not designated or permitted to remain. It shall also include the salvaging of
designated materials and backfilling the resulting trenches, holes and pits.
This item shall also include provision of temporary alternative facilities to maintain
services across and along the road in accordance with Sub-Section B.4.11 of these
Special Provisions.

101.2 Construction Requirements

101.2.1 General
All obstacles for the execution of the works shall be demolished and disposed of by
the Contractor in the manner and at locations prescribed by the Engineer. All loose
rubbish, debris, free roots, used wire ropes, unsuitable materials, existing facilities not
to be used and the like which may affect all subsequent works whatsoever shall also
be demolished.
The removed materials shall become the property of DPWH and the Contractor shall
turn over the same to the Engineer unless they are utilized for incorporation in the
Works all as directed by the Engineer.

This Sub-Section is modified as follows:

101.2.2 Removal of Existing Bridges, Culverts and other Drainage Structures


All existing bridges, culverts and other drainage structures on roadways open to
traffic that are to be salvaged for future re-use shall not be removed until satisfactory
arrangements (detours, traffic rerouting, etc.) have been made to accommodate traffic.
The removal of existing culverts within embankment areas will be required only as
necessary for the installation of new structures. Abandoned culverts for future re-use
as determined by the Engineer shall be carefully removed and all precautions shall be
employed to avoid breakage or structural defect to any part. All sections of structures
removed that are not designated for stockpiling or relaying shall become the property
of the Government, and the Contractor shall remove these from the project or dispose
of them in a manner approved by the Engineer, including crushing and screening for
re-use.
a) Bridges

The Contractor shall dismantle, remove and dispose of the existing bridges to
be demolished only after the detour structure is completed and the traffic is
diverted where required. Unless otherwise specified and where possible, the
superstructure shall be removed in a condition suitable for re-erection. It shall
be dismantled and removed in such a manner so as to avoid damage to any
member thereof. The bridge substructure, including all the abutments, wings,
piles, footings, bulkheads and piers, if included in the demolition and/or
removal, shall be razed 30 cm (12 inches) from the stream bottom and those
parts outside the stream shall be removed to a minimum of 60 cm below the

ADDENDUM 1 - Bidding Document: Construction of Samar Road Package 3 136


Millennium Challenge Account - Philippines

ground surface. Where such substructures to be removed are supported on


piles, the piles shall be cut 50 cm below the stream bottom or as otherwise
directed by the Engineer. Where such portions of existing bridges lie wholly or
in part within the limits for new bridges, they shall be removed as necessary to
accommodate the construction of the proposed new structures. If the
substructures are to be retained, they shall be repaired as required and made
good by the Contractor. Disposal of materials from demolished bridges shall
be at the direction and satisfaction of the Engineer, including crushing and
screening for re-use.
The components of any bailey bridges to be dismantled and/or removed shall,
after completion of the works, be hauled and stored, all as directed by the
Engineer. However, during the period of the works, the Contractor may,
subject to the Engineers prior approval, use said Bailey bridge components
for the purposes of the temporary works as part of his contract obligations.

b) Box Culverts etc.

Structures to be either removed or demolished at locations where box culverts


are to constructed shall be disposed of as directed by the Engineer. Materials
to be salvaged in connection with the demolition and/or removal shall be
hauled and stored as directed. Where existing concrete structures are to be
demolished, such materials, if approved by the Engineer, may be utilized for
embankment or protection works like riprap.
c) Reinforced Concrete Pipe Culverts (RCPC) etc.

All RC pipe culverts to be removed that are not deemed suitable for re-use
shall be disposed of as directed by the Engineer, or utilized for filling purposes
if found suitable. All other structures removed which are not suitable for use
shall be disposed of immediately.
d) Other Structures to be Removed

All other structures, apart from a), b) and c) above, within the limits of
construction as indicated on the Drawings or as directed by the Engineer that
obstruct or interfere with the execution of the works shall be removed,
reinstalled, hauled and/or stockpiled as the case may be in accordance with the
Specifications or as directed by the Engineer, except for the obstructions to be
removed and disposed of under other items of the work provided for in the Bill
of Quantities.

101.2.5 Removal of Existing Pavement


Supplement this sub-clause to be read as follows:
Existing concrete pavements that require reconstruction shall be carefully removed
according to the existing casting panels, and disposed of as specified or as directed by
the Engineer. In the case of partial or half width pavement reconstruction, the tie bars
shall be pre-cut before the concrete is removed. The Contractor shall submit a
methodology for pre-cutting the bars before the concrete is demolished and removed.
The use of drop ball or weight shall not be allowed in breaking the damaged portion
or deteriorated portion of existing pavement. Concrete pavement slabs shall be broken
down through the use of self-propelled hydraulic hammer equipped with

ADDENDUM 1 - Bidding Document: Construction of Samar Road Package 3 137


Millennium Challenge Account - Philippines

interchangeable heads for specific purpose as demolition breaking and punching.


Where necessary, transverse boundaries must be sawed full-depth with saw blades.
The full-depth sawing creates an open joint with no load transfer and thus high
deflections will occur. Therefore, it is very important to limit the traffic loading
between the time of sawing and the removal operation.
During the demolition process, care must be exercised to prevent the adjacent slab
and the existing tie bars from getting damaged. Any damaged portion ordered to be
kept in place shall be repaired and made good by the Contractor at his own expense
and to the satisfaction of the Engineer.
For excessive thickness of asphalt pavement that is not to be recycled for
incorporation into the Works, this excess shall be removed through the use of
purpose-made milling equipment.

101.3 Method of Measurement


Delete this sub-clause in its entirety and substitute the following:
Measurement for the removal of existing structures and obstructions encountered
within the roadway limits shall be made on a lump sum basis as provided for in the
Bill of Quantities, except RC pipe culverts: the removal of which shall be measured
based on the lengths actually removed.
Items not included in the Bill of Quantities shall not be paid for directly, but shall be
considered as a subsidiary obligation of the Contractor under other Pay Items.

101.4 Basis of Payment


Modify this sub-clause to be read as follows:
The accepted quantities shall be paid for at the contract unit price for each of the Pay
Items listed below that are included in the Bill of Quantities, which price and payment
shall be full compensation for removing and disposing of obstruction, including all
materials, labor, equipment, tools and incidentals necessary to complete the work
prescribed in this Item. The price shall also include backfilling, hauling of salvaged
materials, storage or preservation and disposal as provided for in sub-Section 101.2 of
the Specifications.
Payment will be made under:
Pay Item Description Unit of
Measurement

101(1) Removal of Structures and Obstructions Lump Sum

101(2)a Removal and Relocation of Kilometer Each


Post

101(2)b Removal of existing Warning and Each


Regulatory Signs and transport to District
Engineer's office

101(2)c Removal and Relocation of existing Each

ADDENDUM 1 - Bidding Document: Construction of Samar Road Package 3 138


Millennium Challenge Account - Philippines

Pay Item Description Unit of


Measurement

Warning and Regulatory Signs

101(2)d Removal of existing Informatory Signs Each


and transport to District Engineer's office

101(2)e Removal and Relocation of existing Each


Informatory Signs

101(3)a Trim and cut existing subbase to spoil Square meter

101(3)b Removal of Existing AC Pavement Square meter

101(3)c Removal of Existing PCC Pavement Square meter

101(4)a Removal of Existing RCPC Meter


(760 mm diameter and below)

101(4)b Removal of Existing RCPC Meter


(910 mm diameter and above)

101(4)c Removal of Existing RCBC Meter

101(4)d Removal of existing Guardrail and Meter


transport to District Engineer's office.

101(5) Removal of Existing Grouted Riprap Cubic meters

Item 102: Excavation

102.1 Description
At the end of the first sentence under this Sub-Section, add the following:
Excavation at cut sections of the roadway shall be carried down to at least 150mm
below the subgrade level to allow for the placement of select fill, when required.
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 Material).
Roadway excavation shall be classified as Common Excavation, Hard Rock
Excavation, Soft Rock/Unclassified Excavation and Unsuitable/Muck
Excavation as indicated in the Bill of Quantities and hereunder described.

ADDENDUM 1 - Bidding Document: Construction of Samar Road Package 3 139


Millennium Challenge Account - Philippines

89. Common Excavation shall consist of suitable material which is acceptable in


accordance with the contract for the use in the works and which is capable of
being compacted in accordance with the Specifications to form a stable fill
having side slopes as indicated on the drawings.
90. Soft Rock excavation shall consist of hard material of suitable size for
deposition and compaction in accordance with the Specifications and may
consist of broken stone or other comparable hard inert material which cannot be
ripped by a properly equipped tractor with a drawbar power of 160 HP.
91. Hard Rock Excavation shall consist of hard material in mass (including
individual rock boulders exceeding 1.0 cubic meter in volume) which, in the
opinion of the Engineer, necessitates the use of blasting or the use of a bulldozer
equipped with a 350 HP or greater drawbar power.
92. Unsuitable/Muck Excavation shall consist of deposits of saturated or
unsaturated mixtures of soils and organic matter not suitable for foundation
material regardless of moisture content.

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


Engineer.

102.1.2 Borrow Excavation


Delete in accordance with Clause 61 and replace with in accordance with Sub-
Section 102.1.4 of the Special Provisions.
Add the following paragraph after the Sub-Section 102.2 to be read as follows:

102.1.3 Method of Working


93. At least 14 days prior to commencing excavation in any particular location, the
Contractor shall submit to the Engineer for approval, his proposed Method of
Working. This shall concern individual sections of road up to a maximum
length of 10 kilometers and shall include but not necessarily be limited to:

a) The sequence and method of construction;


b) Protective measures in the event of inclement weather;
c) The location of borrow areas and quarries and the proposed method of
working and restoring these in accordance with Sub-Section 102.1.4 of
these Provisions;
d) The location of stockpiles;

ADDENDUM 1 - Bidding Document: Construction of Samar Road Package 3 140


Millennium Challenge Account - Philippines

e) The location of disposal sites for suitable surplus and unsuitable materials
and method of disposal in accordance with Sub-Section 102.1.5 of these
Provisions;
f) List of designated equipment and numbers;
g) Slope protection method for road excavation area and its progress
scheduled related cut work;
h) Safety measures for hauling of excavated materials.

94. No earthworks will be permitted until the method of working for those
particular areas has been approved by the Engineer in writing.
95. Earthworks operations shall be strictly limited to the areas to be occupied by the
permanent Works and approved borrow areas and quarries unless otherwise
permitted by the Engineer.
96. Erosion and/or instability and/or sediment deposition arising from earthwork
operations and/or damages to residential property and/or agricultural crops or
any others not in accordance with the Specifications shall be made good
immediately by the Contractor at his own expense.

102.1.4 Borrow Pits and Quarries


97. The Contractor shall make his own arrangements for the supply of any
necessary aggregates, including compensation for landowners and others, the
acquisition of any necessary permits from the competent authorities (i.e.
Governors Office, Mayors Office, Barangay) access, and site clearance and
restoration, subject to the provisions of these Specifications and the Conditions
of Contract.
98. The Contractor shall bear in mind his duties and responsibilities towards the
public and the environment as stipulated in the Contract Documents. He is
reminded in particular of his obligations to liaise with local communities with
respect to borrow pits and quarries and access to them, to seek the Engineers
prior approval for his plans for moving large quantities of material on any
particular route, to observe legal axle load limits, to work safely and not to
damage or interfere with public or private property or resources, to remedy or
compensate for any damage or accidents caused by his actions, to leave
excavated sites and related facilities in a condition fit for productive use and

ADDENDUM 1 - Bidding Document: Construction of Samar Road Package 3 141


Millennium Challenge Account - Philippines

otherwise acceptable to the landowner and the Engineer, and to ensure that his
sub- Contractors are under identical obligations as himself.
99. At least 14 days before opening-up any approved borrow pit or quarry, the
Contractor shall submit to the Engineer, his proposed method of working and
restoration. This shall include but not necessarily limited to:

a) the location, design and method of construction of any access road(s);


b) the volume and nature of materials to be removed;
c) the sequence and method of excavation of materials;
d) measures for controlling run-off and sediment from the site during
operations;
e) proposals for site restoration including approximate finished levels,
drainage, erosion and sediment control, slope stabilization and re-
vegetation, including restoration of access roads.

100. No borrow pit or quarry operation shall be permitted until the required method
of working proposed by the Contractor for particular pit or quarry has been
approved by the Engineer in writing. No borrow pits or quarries will be
permitted in the Samar Island Natural Park or other protected areas.
101. The Contractor shall supply the Engineer with copies of the relevant quarry
permit(s) and agreement with landowner(s). Notwithstanding permission from
others, such borrow pits and quarries may be prohibited or restricted in
dimensions and depth by the Engineer in view of the following:

a) they might affect the stability or safety of the Works or adjacent property
or land;
b) they might interfere with natural or artificial drainage;
c) they may be environmentally unacceptable.

102. The Contractor should ensure that all borrow pits, quarries, access roads and
stockpile areas shall be restored in compliance to the provisions/requirements of
the agency who issued the quarry permit(s), the local government units and the
landowner(s). Restoration shall generally be to stabilize vegetated slopes and in
some cases to make the same adaptable to agriculture or forestry use to the
satisfaction of the Engineer.

ADDENDUM 1 - Bidding Document: Construction of Samar Road Package 3 142


Millennium Challenge Account - Philippines

103. The Engineer may direct that materials be processed in borrow pits which may
include double handling, stockpiling and excavation in particular areas of a
borrow pit.
104. The Contractor shall construct all accesses, clear and remove all vegetation,
boulders and unsuitable or oversize materials and dispose of in an approved
manner. The Contractor shall provide adequate supervision in every borrow pit
and quarry to ensure that suitable material is not contaminated with unsuitable
material. Unsuitable material shall be spoiled in accordance with sub-Section
102.1.5 of these Special Provisions.
105. The Engineer may permit or direct that worked-out borrow pits or quarries be
used as spoil disposal sites.
106. On completion of work, all excavation shall be restored in accordance with the
plans approved under (4) above. The Contractor shall pay particular attention to
the establishment of stable side slopes in excavations and an effective drainage
system. Where, for any reason, a working face is to be left exposed, the edges
shall be permanently fenced.
107. The Employer reserves the right to inspect the site of any borrow facilities or
quarries established or used by the Contractor in connection with the Works and
to undertake any corrective measures necessary to restore the site and to recover
the cost from monies due to the Contractor.

102.1.5 Spoils and Spoils Disposal


108. All suitable excavated materials shall be used, insofar as it is practicable, in
constructing the Works. Surplus and unsuitable materials whether from site
clearing, excavations, cut or fill slopes, landslides or maintenance operations,
shall be considered and termed as spoil.
109. Unless otherwise permitted by the Engineer under paragraph (4), all spoil
material shall be deposited at spoil disposal sites approved in advance by the
Engineer in accordance with Sub-Section 102.1.3.
110. The Engineers approval of any spoil disposal site shall not in any way relieve
the Contractor of his responsibility, inter alia, for land acquisition, provision of
temporary access, works preparatory to spoiling, management of the spoiling
operation and making good the site after completion of spoiling.

ADDENDUM 1 - Bidding Document: Construction of Samar Road Package 3 143


Millennium Challenge Account - Philippines

111. Where the alignment traverses side-long ground and spoil volumes are low, or
where existing environmental damage is not so great that the additional impact
from spoil disposal would be insignificant, the Engineer may permit limited
side-casting. Permission will be granted in writing for specific sections of
roadway not exceeding 25 m in length. Where side-casting is permitted, the
volume of material side-cast shall be limited to the surplus from the adjacent
earthwork.

Unless exempted by the Engineer, all locations where side-cast material exceeds
250mm average depth the surface shall be re-vegetated. The Engineer may
direct that additional vegetation and stabilization measures be applied to side-
cast slopes.

112. Spoil disposal sites will fall into two categories:

a) borrow pits and quarries, whether pre-existing or opened-up specifically


for the road contract;
b) other sites where spoil disposal will not result in a potential safety hazard,
instability, erosion, or water management problems.

Preference shall be given to the backfilling of borrow pits and quarries as an


aid to site restoration.
113. Local communities must give their consent before any spoil disposal site shall
be permitted.
114. No spoil disposal sites shall be located:

a) on irrigated rice fields;


b) on slopes of more than 25 degrees;
c) where geological structures are unfavorable to stability (e.g. in fault or
shear zones or where structural planes are dipping out of the slope);
d) on slopes that are subjected to stream channels;
e) on spurs above converging stream channels;
f) on talus slopes or in any situation where they might be expected to
load a slope along a failure plane; and
g) in any water course or drainage line, whether permanent or seasonal; and
h) in or adjacent to the Samar Island Natural Park.

Disposal sites should also avoid forest, cultivated land, active slope failure
areas, gullies, areas of groundwater discharge, sources of drinking or irrigation

ADDENDUM 1 - Bidding Document: Construction of Samar Road Package 3 144


Millennium Challenge Account - Philippines

water, areas where failure of the spoil tip would endanger or harm the Works
or buildings or cultivated land, and areas where permanent stabilization of the
disposal area would be difficult.
115. The Engineer may restrict, prohibit, or otherwise direct the Contractor to
modify the spoil disposal proposals if, in the Engineers opinion, they are likely
to cause environmental damage.
116. The Contractor shall prepare each approved disposal site by:

a) marking the boundaries of the site with white paint so that the perimeter is
clearly visible;
b) erecting a sign at the entrance to the site with the words Road Project
Disposal Area;
c) carrying out appropriate and effective drainage works to the satisfaction
of the Engineer;
d) constructing spoil retention structures around the perimeter as approved
by the Engineer.

117. The Contractor should ensure that no drainage or concentrated run-off occurs
down the face of any spoil disposal site.
118. Spoil shall be placed in shallow layers and compacted to 90% relative density or
as otherwise directed by the Engineer.
119. The Contractor shall monitor the condition of each disposal site and shall
submit a report to the Engineer at least monthly and after any precipitation
event exceeding 100mm in 24 hours to include:

a) volume of materials disposed at site;


b) any signs of movement or instability;
c) any movement of spoil beyond the perimeter of the site;
d) any erosion and sediment deposition caused by runoff from the site.

120. The Contractor shall modify his disposal practice and/or carry out remedial
works to prevent erosion, instability or uncontrolled runoff as directed by the
Engineer. The Engineer may direct that a disposal site be closed to prevent
possible or further environmental damage and will then agree an alternative
disposal site or sites with the Contractor.
121. When ordered by the Engineer that any disposal site shall be closed to prevent
environmental damage or because, in the opinion of the Engineer, it has reached

ADDENDUM 1 - Bidding Document: Construction of Samar Road Package 3 145


Millennium Challenge Account - Philippines

its capacity, the Contractor shall render the site permanently stable by means of
shaping, drainage, structural conservation measures and planting to the
satisfaction of the Engineer, and in addition restore the area so that it satisfies
any agreement with the landowner and complies to applicable governing laws.

102.2 Construction Requirements

102.2.1.1 General
Amend the first paragraph to be read as follows:
Prior to execution of any excavation works in areas where volume of earthwork will
be quantified for payment purposes, the As-staked quantities should have been
established, checked and approved by the Engineer.

102.2.1.2 Conservation of Topsoil


At the end of the Sub-Section add the following:
Prior to removal of topsoil, trial holes of a sufficient depth shall be excavated to
enable the Engineer to measure the thickness of topsoil. Topsoil shall be stripped and
stockpiled in locations safe from erosion, mixing with other materials, or compaction
by construction traffic. The Contractor shall maintain a record of the volume and
location of topsoil stockpiles.
Except where otherwise specified on the Drawings or as directed by the Engineer, the
minimum depth of stripping of topsoil shall be 15 centimeters.

102.2.5 Pre-splitting
At the end of the Sub-Section, add the following:
Regardless of the variance allowed in the formation of the slope in rock excavations,
only the volume within the limits indicated in the Drawings shall be considered as pay
quantity unless adjusted and approved by the Engineer.

102.2.6 Excavation of Ditches, Gutters, etc.


Include the following to this Sub-Section:
Side ditches at sections of cut, whether on rock or on common soil, shall be formed
and shaped as shown on the Drawings. At sections of fill where the original ground
and toe of slope of the designed road meet and where the original ground slopes away
from the intersection such that run-off does not accumulate but flow freely away from
the roadbed, no drainage ditch will be necessary. However, if the ground slopes down
towards the roadbed, the provisions of drainage ditches to convey run-off water away
from the road will be necessary, whether or not indicated on the Drawings. Whenever
the longitudinal gradient of drainage ditches constructed on common soil exceeds the
maximum allowed by the Drawings or when the conditions exist which, in the
opinion of the Engineer, will result in damage of the system through the action of
erosion, the Contractor may be required to provide appropriate slope protection
works. The slope protection works, whenever required, shall be constructed in
accordance to the relevant provision of Part G of the General Specifications.
Excavation shall be included and governed by the provisions of Item 102. Structures
to be constructed related to slope protection works shall be measured and paid for in
accordance with relevant items found in the Bill of Quantities, Part G.

ADDENDUM 1 - Bidding Document: Construction of Samar Road Package 3 146


Millennium Challenge Account - Philippines

102. 2.7 Excavation of Roadbed Level


Add the following at the end of this Sub-Section:
Dimensional Tolerance:
a) Finished grades, lines and formations after excavation shall not vary from
those specified by more than 50 mm at any point;
b) Cut slopes in soils shall have a tolerance of plus or minus one hundred
millimeters (+/- 100 mm);
c) Cut slopes in blasted rock shall have a tolerance of plus or minus three
hundred millimeters (+/- 300 mm);
d) Finished grades shall be sufficiently smooth and uniform and have
sufficient slope, to ensure the free drainage of the run-off water with no
ponding.

102. 2.8 Borrow Areas


In the 3 sentence of the 2nd paragraph, delete the words as prescribed in Clause 61
rd

and replace with the words as directed by the Engineer.


Add the following:
Material from borrow areas shall normally be used for the construction of
embankment or for backfill when there is no suitable materials available from road
excavation. Permission to use the material from borrow areas shall first be obtained
in writing from the Engineer. Nevertheless, the total amount of material from
roadway excavation, ditch and water source excavations, and structure excavations
after deduction of the material declared unsuitable by the Engineer, shall be
considered available for use in the work regardless of haul distance. Any surplus
material resulting from the Contractor having used the materials from borrow
materials to replace wasted from roadway excavation, shall not be measured for
payment.
No borrow material shall be taken nearer than 30 meters from the toe of the
embankment or the top of the cuts unless called for in the widening of the cuts or
authorized by the Engineer.
In addition, no borrow material shall be obtained from any area within two hundred
(200) meters downstream of drainage/bridge structure(s) without approval of the
Engineer and shall be in conformity with related existing environmental laws.

102.9 Removal of Unsuitable Materials


Supplement the following paragraphs to this Sub-Section:
All unsuitable material shall be excavated to a minimum depth of 400 mm and duly
replaced with selected borrow materials.
Whenever materials of doubtful characteristics are discovered in any area where
excavation is being performed or at places where embankment will be formed which,
in the opinion of the Engineer, constitutes materials unsuitable for use as backfill or
embankment, such materials so discovered, shall not be used in the works until the
Contractor has shown by laboratory test, with the approval of the Engineer, that they
satisfy the specified requirements. If the test results prove otherwise, and if allowed
by the Engineer to use such materials, these shall be treated or blended to produce the

ADDENDUM 1 - Bidding Document: Construction of Samar Road Package 3 147


Millennium Challenge Account - Philippines

materials of the required quality, the Contractor shall perform such treatment or
blending to the complete satisfaction of the Engineer. Otherwise, all materials
declared unsuitable by the Engineer shall be disposed of in accordance with the
relevant provisions of the Specifications. In all cases, the Contractor, in electing to
undertake the testing and blending operations, shall not be entitled to extra time
account of the delay or additional compensation to take care of the additional
expenses incurred.
When any material, including surplus or unsuitable materials from excavation, are to
be disposed of outside the right-of-way, the Contractor shall first obtain a written
permit from the property owner of the proposed disposal site. He shall submit to the
Engineer the said permit or a certified copy thereof together with a written release by
the property owner absolving the Government from any and all responsibility in
connection with the disposal of the material at the sites.
102.3 Methods of Measurement
Include the following paragraph to this Sub-Section:
When, in the opinion of the Engineer, the control of measurement of excavation
cannot be exercised as the materials are being supplied simultaneously to other work
or for any reasons, the measurement shall be made of the actual truckloads of material
hauled from the site of the excavation. The volume of the materials in each truck shall
be considered as the volumetric capacity of the truck multiplied by an appropriate
factor to account for looseness. The factor shall be determined by dividing the density
of the material in the truck by the density of the material at the source. Each truck
shall be filled so that the material at the side panels is no more than 30mm below the
top of the panels and shall be heaped so that in the middle of the material is at least
800mm above the top of the panels. Each truck filled in this manner shall be
considered a truck load.

102.4 Basis of Payment


The volume of excavated material measured shall be paid for at the contract unit price
per cubic meter as indicated in the Bill of Quantities which payment shall constitute
full compensation for all labor, equipment, tools and incidentals necessary to
complete the excavation and disposal of the materials.
Payment for excavation shall be made under:
Pay Item Description Unit of
Measurement

102(1) Unsuitable Material Excavation Cubic Meter

102(2) Surplus Common Excavation Cubic Meter

102(3) Surplus Soft Rock Excavation Cubic Meter

102(5) Conservation of Topsoil and Stockpile for Cubic Meter


later use

Item 103: Structure Excavation

103.1 Description

ADDENDUM 1 - Bidding Document: Construction of Samar Road Package 3 148


Millennium Challenge Account - Philippines

This Sub-Section is supplemented by the following paragraphs:


Structure excavation shall consist of excavation in earth or rock within the limits of
the work as specified or shown on the Drawings and backfilling of the structure
considered with suitable material. The work shall also include disposing of surplus
materials, all necessary draining, pumping, bailing, sheeting, shoring, the construction
of cribs and cofferdams and their subsequent removal of existing structures or parts
thereof which obstruct or encroach upon the structural excavation.
For purpose of classification of structure excavation as bases for measurement and
payment, bridge excavation shall be measured and paid differently from other
structure excavations.
Structural excavation for bridges starts after the temporary cofferdam construction is
completed. The excavation shall be carried out mechanically and methodically and
will continue to a depth of twenty (20) centimeters lower than the bottom of the
abutment and pier footing design elevation. The final excavation and trimming shall
be done manually to conform to the level and lines indicated in the drawings. The
bottom of the excavation works shall be free from irregular mounds or any foreign
materials.
Excavation shall be classified for measurement and payment as Structure Excavation
Above Ordinary Water Level and Structure Excavation Below Ordinary Water
Level as the case may be, and as indicated on the Drawings.
Any variation thereof found during construction shall not be used as a basis for extra
compensation for the Item.
Structural excavation shall also include the furnishing and placing of approved
foundation fill material to replace unsuitable material encountered below the
foundation elevation of structures.

103.2 Construction Requirements

103.2.1 Excavation
The first paragraph under this Sub-Section shall be supplemented as follows:
Any excavation carried out beyond the limits shown or described on the Drawings or
in the Specifications or beyond the dimension resulting from adjustments made by the
Engineer shall be backfilled with approved materials as directed by the Engineer all at
the Contractors expense.

103.2.4 Cofferdams
Supplement this Sub-Section as follows:
The Contractor shall submit to the Engineer for prior approval, the necessary drawing
details of the procedure and method of construction of the temporary facilities as
means of support or protection to enhance or facilitate excavation under critical
situations as and 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
Insert the following after the first paragraph of this Sub-Section:
All structural backfill material shall consist of material free from organic material or
other unsuitable material, and shall conform to the following:

ADDENDUM 1 - Bidding Document: Construction of Samar Road Package 3 149


Millennium Challenge Account - Philippines

STRUCTURAL BACKFILL GRADING


Sieve Size Percent Passing

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

103.3 Method of Measurement

103.3.4 Shoring, Cribbing and Related Works


Amend this Sub-Section as follows:
If required in the construction, shoring, cribbing and related works to a depth of 1.5m
or less below the lowest elevation shown on the drawings shall not be paid separately
but considered subsidiary to the item for which they are constructed and utilized.

103.3.5 Basis of Payment


Amend Sub-Section (1) as follows:
Any excavation for footings ordered at a depth greater than 1.5m below the lowest
elevation shown on the drawings will be paid for in accordance with the provisions of
the Conditions of Contract, unless a separate pay item for such excavation is
provided in the Bill of Quantities.

Amend Sub-Section (4) as follows:


Shoring, cribbing, and related protective works required for excavation ordered more
than 1.5m below the lowest elevation shown on the drawings will be paid for in
accordance with the provisions of the Conditions of Contract.
Amend the second paragraph of Sub-Section 103.5 to read as follows:
Payment will be made under
Pay Item Description Unit of
Measurement

103(1) Structure Excavation, Common Materials Cubic meter

103(2)a Bridge Excavation, Common Material Cubic meter


(above O.W.L)

103(2)b Bridge Excavation, Common Material Cubic meter


(below O.W.L)

ADDENDUM 1 - Bidding Document: Construction of Samar Road Package 3 150


Millennium Challenge Account - Philippines

Pay Item Description Unit of


Measurement

103(2)c Bridge Excavation, Rock Material (below Cubic meter


O.W.L)

103(5)a Shoring, Cribbing and Related Works Lump sum


(Temporary Cofferdam)

103(6) Pipe Culverts and Drain Excavation Cubic meter


(Earth Ditch)

103(7) Structure Backfill Cubic meter

Item 104: Embankment

104.1 Description
Include the following text at the end of the last paragraph:
This section includes the foundation preparation and construction of the selected fill
for the pavement widening and road bed compaction.

104.3 Construction Requirements


104.3.1 General
Include the following text at the end of the last paragraph:
Prior to the placement of the fill for the embankments or widening, the embankment
foundation shall be ripped/scarified, compacted and proof rolled.
104.3.3 Compaction
Insert the following paragraphs at the beginning of this section:
Foundation Preparation
e) Compaction

After completion of clearing and grubbing, the subgrade shall be rolled with at
least 8 passes of a vibrating/oscillating steel wheeled pad-foot roller, with a
static mass of not less than 13 tons. A roller pass is deemed to be two (2)
passes of the roller over the surface.
On completion of the foundation compaction, the surface shall be proof rolled.
f) Proof Rolling

Proof rolling shall only take place in the presence of, and when approved by,
the Engineer. The Contractor must designate a Hold Point in the project
quality plan for approval to commence proof rolling. The Contractor shall
advise the Engineer at least 24 hours in advance of the time that proof rolling
will be ready to commence and the area of subgrade that he proposes to proof
roll.

ADDENDUM 1 - Bidding Document: Construction of Samar Road Package 3 151


Millennium Challenge Account - Philippines

The Engineer may direct that the area be proof rolled again if rain falls during
the period between proof rolling and placing of the covering layer. If the
covering layer has not been placed and rain falls, any additional proof rolling
and subgrade replacement shall be at the Contractor's expense.
Proof rolling shall commence at one edge of the prepared area and shall be
executed in a systematic manner such that the entire area of the pavement
being rolled is subjected to the number of passes specified. The pattern of
rolling shall be such that the coverage applied to the pavement is uniform. The
rollers shall be operated at a speed of between 5 and 8 km per hour with the
final pass at a speed directed by the Engineer for inspection of the stability of
the surface being considered.
Any areas of foundation that, in the opinion of the Engineer, rut, distress or are
in any way unstable or unsatisfactory under the rolling, shall be replaced for
the area and to the depth directed at the Contractors expense.
g) Foundation Replacement

Areas of subgrade to be replaced shall be excavated for the area and to the
depth directed. The excavated material shall be used as unclassified fill or
spoiled as and where directed. The Contractor must designate a Hold Point in
the project quality plan for inspection by the Engineer prior to replacement.

104.5 Basis of Payment


Amend this Sub-section with the following:
Payment will be made under:
Pay Item Description Unit of
Measurement

104(1)a Embankment from Roadway Cubic meter


Excavation (Common Material)

104(2)a Embankment from Common Borrow Cubic meter

104(5) Foundation Preparation and Proof Square Meters


Rolling

Item 105: Subgrade Preparation


Adopt the existing provision of this item of work in the DPWH Standard
Specifications for Highways, Bridges and Airport, Volume II, 2004 edition.

105.5 Basis of Payment


Amend the second paragraph of this Sub-section:
Payment will be made under:
Pay Item Description Unit of
Measurement

105(1) Subgrade Preparation (Common Material) Square meter

ADDENDUM 1 - Bidding Document: Construction of Samar Road Package 3 152


Millennium Challenge Account - Philippines

Pay Item Description Unit of


Measurement

105(2) Subgrade Preparation (Existing Gravel Square meter


Surface)

Item 106: Compaction Equipment and Density Control Strips

106.2.1 Compaction Equipment


Delete the following sentence from the first paragraph,
The compacting units may be of any type, provided they are capable of compacting
each lift of material as specified and meet the minimum requirements as contained
herein.
And replace with the following:
The Contractor shall select the compaction equipment that will impart the required
energy to achieve the specified degree of compaction, taking into consideration the
environmental impacts of equipment-induced vibrations to the areas and structures
surrounding the site.
Compaction of the pavement and surfacing layers will be required in both urban and
rural environments. The residents and properties in the urban environment may be
sensitive to high frequency vibrations. The Contractor shall select the compaction
plant to ensure the following guidelines:
Line Type of structure Guideline values for velocity, vi(t)
[mm/s]
Vibration at the foundation at a
frequency of
1 Hz to 10 10 Hz to 50 50 Hz to
Hz Hz 100 Hz1
1 Buildings used for commercial 20 20 to 40 40 to 50
purposes, industrial buildings
and buildings of similar design
2 Dwellings and buildings of 5 5 to 15 15 to 20
similar design and/or occupancy
3 Structures that, because of their 3 3 to 8 8 to 10
particular sensitivity to vibration,
cannot be classified under lines 1
and 2 and are of great intrinsic
value (e.g. listed buildings under
preservation order)

Delete the first sentence in item 3, and replace with the following sentence,
Vibratory or Oscillatory steel wheeled rollers shall have a minimum mass of 6
tones.

ADDENDUM 1 - Bidding Document: Construction of Samar Road Package 3 153


Millennium Challenge Account - Philippines

PART D - SUBBASE AND BASE COURSE

Insert the following introductory paragraph to be read in conjunction with clauses


relating to stabilization of the subbase and base course layers.
FLEXIBLE PAVEMENT CONSTRUCTION AND WIDENING
h) Flexible Pavements

Rehabilitation of flexible pavements shall comprise asphalt wearing course


underlain by a primed, bitumen stabilized insitu base, manufactured from
recycled existing asphalt and insitu base course.
Flexible pavement widening includes a bituminous sprayed chip seal with a
natural base course and subbase.

i) Portland Cement Concrete Pavements (Rural and Urban Cross-Sections)

Rehabilitation of existing PCCP entails the removal of the existing concrete to


spoil and in situ stabilization of the material below the old concrete pavement
to provide adequate support to the new pavement and a weather resistant
trafficable surface. The material below the pavement varies from sandy
gravels to plastic clays, requiring stabilization with cement, lime and/or
bitumen. Road widening for parking and pedestrian access will comprise a
granular pavement and a chip seal surfacing.

j) Insitu stabilization of existing pavement materials.

The design calls for the insitu materials below existing concrete pavements to
be stabilized to improve the bearing capacity and provide uniform support.
The Contractor shall propose a suitable method to carry out the work and
prepare a suitable stabilization design for the materials.
Materials that have a plasticity index in excess of 10 may need to be treated
with lime or a lime/cement blend to achieve a suitable material strength.
Materials with a plasticity index of 10 or less shall be stabilized with cement.

Item 200: Aggregate Subbase Course

200.1 Description
Include the following text at the end of the last paragraph,
In addition it includes the provision of new subbase to the pavement widening in the
rural and urban sections of the project for both flexible and rigid pavements.

200.2 Material Requirements


Delete the following sentence,
The material shall have a soaked CBR value of not less than 25% as determined by
AASHTO T 193-10.
Replace the deleted sentence with the following:
The material shall have a soaked CBR value of not less than 45% as determined by
AASHTO T 193-10.

ADDENDUM 1 - Bidding Document: Construction of Samar Road Package 3 154


Millennium Challenge Account - Philippines

Item 201: Aggregate Base Course

201.1 Description
Include the following text at the end of the last paragraph,
In addition it includes the provision of new base course to the pavement widening in
the rural and urban sections of the project for the flexible pavements.

201.2 Material Requirements


Insert the following at the end of the following paragraph,
The base course construction is required for the pavement widening for both the
urban and rural sections. The base course shall conform to the Grading B in Table
201.1 Grading Requirements.
In the second last paragraph delete the words shall have a soaked CBR value of not
less than 80% and replace with the following shall have a soaked CBR value of not
less than 100%.

Item 203: Lime Stabilized Road Mix Base Course


Delete and replace the heading with the following,

Item 203 Lime Stabilized Road Mix Subbase and Base Course

203.1 Description
Insert the following at the end of the paragraph,
PCC pavements that require the insitu subbase to be stabilized are covered under this
section.
The Contractor shall take representative samples of the exposed existing subbase and
carry out grading and Atterberg limit testing. The results shall be submitted to the
Engineer for evaluation and instructions on whether cement or lime stabilization
according to Section 203 is required. Before insitu stabilization is carried out, the
subbase shall be trimmed to line and level to accommodate the thickness of the new
concrete pavement. Excess subbase material shall be trimmed and cut to spoil.

203.2.5 Strength Requirements


Insert the following clauses, Materials that are required to be insitu stabilized to
improve the strength shall be assessed by the Engineer for suitability. As a minimum,
the material shall be stabilized so as to achieve a soaked CBR of at least 100 % after
stabilization and seven days of curing.

203.4 Method of Payment


Add the following sentence at the end of the paragraph,
The rate for lime stabilization shall be exclusive of the supply of lime but shall
include for spreading and mixing. In addition to the payment of the stabilization
process, the Contractor shall be paid for the pre-agreed tonnage of lime that is
procured and blended into the product.

203.5 Basis of Payment


Delete the existing table and replace with the following,
Pay Item Description Unit of
Number Measurement

ADDENDUM 1 - Bidding Document: Construction of Samar Road Package 3 155


Millennium Challenge Account - Philippines

203(1) Lime Stabilized Road Mix Subbase and Cubic Meter


Base course (new or salvaged) Soil
Aggregate (exclusive of lime supply)

203(2) Supply of lime Metric ton

Item 204: Portland Cement Stabilized Road Mix Base Course


Delete and replace the heading with the following,

Item 204 Portland Cement Stabilized Road Mix Subbase and Base Course

204.1 Description
Insert the following at the end of the paragraph,
PCC pavements that require the insitu subbase to be stabilized are covered under this
section.
The Contractor shall take representative samples of the exposed existing subbase and
carry out grading and Atterberg limit testing. The results shall be submitted to the
Engineer for evaluation and instructions on whether cement or lime stabilization
according to Section 204 is required. Before insitu stabilization is carried out, the
subbase shall be trimmed to line and level to accommodate the thickness of the new
concrete pavement. Excess subbase material shall be trimmed and cut to spoil.

204.2.5 Strength Requirements


Insert the following clauses, Materials that are required to be insitu stabilized to
improve the strength shall be assessed by the Engineer for suitability. As a minimum,
the material shall be stabilized so as to achieve a soaked CBR of at least 100% after
stabilization and seven days of curing.

204.4 Method of Payment


Add the following sentence at the end of the paragraph:
The rate for Portland cement stabilization shall be exclusive of the supply of cement
but shall include for spreading and mixing. In addition to the payment of the
stabilization process the Contractor shall be paid for the pre agreed tonnage of cement
that is procured and blended into the product.

204.5 Basis of Payment


Delete the existing table and replace with the following:
Pay Item Description Unit of
Number Measurement

204(1) Portland Cement Stabilized Road Mix Cubic Meter


Subbase and Base course (new or
salvaged) Soil Aggregate (exclusive of
cement supply)

204(2) Supply of Portland Cement Metric ton

ADDENDUM 1 - Bidding Document: Construction of Samar Road Package 3 156


Millennium Challenge Account - Philippines

Item 205: Bituminous Stabilized Road Mix Base Course


Delete the entire Item and replace with the following new sections.

Item 205: Cold In Situ Recycling Work

205.1 Scope
This section describes the cold insitu recycling of the existing flexible pavement.
Cold in situ recycling is a construction process that uses large, special-purpose
machines to recover and reuse material from the upper portion of existing pavements,
without pre-heating the road surface. This process is referred to as in situ recycling
or recycling in these specifications.
The work to be undertaken by in situ recycling includes;
Recycling the existing pavements, which generally comprise old hot mix
asphalt concrete and crushed granular base, to the depths and widths as
indicated in the project drawings and schedule;
The depths of insitu recycling vary along the length of the project to
accommodate the differing properties in the existing pavement;
The recycling shall be carried out in half widths to allow traffic accommodation
during construction.

205.2 Materials

205.2.1 Insitu Pavement Material


The results of all relevant investigations, surveys and tests carried out on the existing
pavement are included in the Project Documents. These include test pit profiles,
results of laboratory tests carried out on material sampled from the various layers, the
thickness and integrity of any previously bound material (e.g. asphalt or cement
stabilized layers) and in situ subgrade conditions (indicated by the results of DCP
survey) and a longitudinal summary of the pavement properties.
The recycling process shall break down (pulverize) and blend together all material
encountered in the recycling horizon (previously bound and unbound materials), to
produce a homogeneous mixture with a grading curve that is relatively continuous,
similar to the ideal curve shown below.
In addition, the grading curve shall fall within the envelope relevant to the type of
stabilization specified in the figure below.

ADDENDUM 1 - Bidding Document: Construction of Samar Road Package 3 157


Millennium Challenge Account - Philippines

Figure 1 Grading

Where this grading cannot be achieved with the existing pavement, sufficient material
(specified in Item 205.2.2) shall be imported and spread on the existing road surface
prior to recycling in order to achieve the required grading.

205.2.2 Imported material


Imported material shall be won from approved borrow sources or commercial sites as
deemed suitable to meet the requirements.

205.2.3 Stabilizing Agents

205.2.3.1 Cementitious Stabilizing Agents


k) Portland cement shall comply with the relevant requirements of
AASHTO M 85-11 (ASTM C 150) as detailed in Item 700.
l) Road lime shall comply with the requirements of PHILSA I-1-68 or
ASTM 207-76 or M216-05, as detailed in Item 701.

205.3.2 Bituminous Stabilizing Agents

ADDENDUM 1 - Bidding Document: Construction of Samar Road Package 3 158


Millennium Challenge Account - Philippines

m) The bitumen emulsion to be used shall comply with the appropriate


specification for a stable-grade bitumen emulsion (60% net bitumen)
for:

AASHTO M 140-08 (ASTM D977) for anionic emulsion asphalt; or


AASHTO M 208-01 (ASTM D977) for cationic emulsion asphalt.
n) Foamed bitumen shall be produced by injecting a small amount of water
(between 2% and 4% by mass of bitumen) into an 80/100 road-grade
bitumen complying with AASHTO M 226-80. The minimum foaming
characteristics (in terms of expansion ratio and half-life) shall be
consistent with those stipulated in the table below.

Figure 2 Minimum Foaming Characteristics

205.2.4 Water for Construction


Water shall not contain any deleterious materials in harmful concentrations. Only
approved sources of water shall be used.

205.3 Stabilization Mix Designs


Within 30 days of the Contractor taking possession of the site, the Advance Testing
Program shall commence. This testing program shall be carried out on samples of
materials extracted from the full depth of the recycling horizon, taken from the outer
wheel path at 1km intervals, alternating between the left and right side of the road.
These samples shall be tested to determine the grading and plasticity of the material

ADDENDUM 1 - Bidding Document: Construction of Samar Road Package 3 159


Millennium Challenge Account - Philippines

and the results used to identify sections of Material Uniformity in the existing
pavement (the minimum length of such a section shall be 500m).
For each Material Uniform Section thus identified, two separate bulk samples shall be
extracted from the recycling horizon and used in the stabilization mix design
procedures. The location at which such samples are taken shall be selected by
dividing the length of the uniform section by three and sampling from the outer wheel
path in opposite lanes at one-third intervals. Stabilization mix designs shall be
undertaken by an approved laboratory to determine:
details for blending the recycled material with imported material (where
necessary);
application rates for stabilizing agent(s); and
target strengths achieved from such application rates.

Stabilization mix designs shall be carried out in accordance with the latest edition of
the following publications:
Cementitious stabilization: AASHTO T208-10, TRH 13 and TRH14.
Bituminous stabilization: Technical Guidelines for Bitumen Stabilized
Materials, Asphalt Academy, A Guide for the Design and Construction of
Bitumen Emulsion and Foamed Bitumen Stabilized Materials, Second Edition
May 2009.

Recycling work may only commence once the relevant mix designs have been
approved for the initial 1km section. Thereafter, it will be incumbent on the
Contractor to ensure that the laboratory work proceeds at a sufficiently fast pace to
provide the relevant mix design requirements and obtain the necessary approval ahead
of the recycling work. Should the situation arise where there is no approved mix
design due to any delay, recycling work shall cease until such time as the approved
mix design information becomes available and the Contractor shall have no recourse
for costs incurred as a consequence of such a delay.

205.4 Plant and Equipment


NOTE. These specifications are focused on the use of purpose-built wheel-mounted
recyclers. Where the Contractor intends using any other type of machine to recycle
(e.g. a modified track-mounted milling machine) he shall submit a full motivation for
using such a machine, including a detailed work plan describing the recycling /
mixing process and subsequent compaction / leveling processes that will produce a
layer that meets the specified end product requirements.

205.4.1 Recyclers
In situ recycling shall be carried out using a special-purpose recycler to break down
and recover material from the prescribed horizon in the upper layers of the existing
pavement, blended together with any imported material, stabilizing agent(s), water
and any other specified additives. The machine employed shall be capable of
achieving the required grading and consistency of mix in a single pass. As a
minimum, the recycler shall meet the following requirements:

ADDENDUM 1 - Bidding Document: Construction of Samar Road Package 3 160


Millennium Challenge Account - Philippines

It shall be factory-built by a proprietary manufacturer having a demonstrable


track record and manufacturing history in producing such equipment;
If older than 10 years, the machine shall be certified by the manufacturer or
manufacturer's authorized agent to confirm operational fitness-for-purpose
dated not more than 3 months earlier than the date on which it commences work
on the project;
A level-control system to maintain the cut depth within a tolerance of +- 10
millimeters of the required depth during continuous operation;
The milling / mixing drum (the cutter) shall have a minimum cut width of 2
meters with a facility to change the speed of rotation. The machine shall be
capable of recycling to the maximum depth specified in a single pass;
The cutter shall rotate within an enclosed chamber (the mixing chamber) into
which water and any liquid stabilizing agents are injected under pressure at the
specified application rate relative to the mass of material in the mixing chamber;
The cutter shall be mounted on a swing arm that is separate from the housing of
the mixing chamber, thereby allowing the volume of the mixing chamber to
increase as the depth of cut increases;
A liquid application system dedicated to adding water to the material in the
mixing chamber;
Where a bitumen stabilizing agent is to be applied, a second separate liquid
application system shall be fitted to the mixing chamber. Such system shall be
appropriate for the addition of either bitumen emulsion or foamed bitumen;
All liquid application systems shall be controlled by a micro-processor / flow
meter combination that accurately regulates pump delivery (flow rate) with the
speed of advance;
All liquid application systems shall include a dedicated spray bar that spans the
full width of the mixing chamber. Each spray bar shall be equipped with
multiple injection nozzles mounted equidistant along the length of the bar at a
maximum interval of 200mm with the ability to close off selected nozzles,
thereby allowing the width of application to be preset;
Where two liquid application systems are used, the water application spray bar
shall be mounted below the other spray bar (relative to the direction of rotation

ADDENDUM 1 - Bidding Document: Construction of Samar Road Package 3 161


Millennium Challenge Account - Philippines

of the cutter) such that the recycled material encounters the water spray before
the stabilizing agent; and
The recycler shall have sufficient power to recover and mix the existing
pavement material together with all additives to produce a homogenously mixed
material whilst pushing (or pulling) bulk supply tanker(s).

Additional requirements when stabilizing with foamed bitumen.


The liquid application system mounted on the recycler shall have the following
additional features:
Each injection nozzle on the spray bar shall be fitted with an expansion chamber
(the so-called Mobil system) for foaming the bitumen;
Functioning gauges on the bitumen supply line for monitoring temperature and
pressure;
The ability to demonstrate that all expansion chambers are free of blockages in
both the water and bitumen feed lines;
A means of producing a representative sample of foamed bitumen at any stage
during normal operations (i.e. a test nozzle); and
The micro-processor shall continuously monitor the actual bitumen
consumption whilst working and provide a running total that allows immediate
reconciliation with theoretical (calculated) consumption.

Before any recycling work commences, the Contractor shall submit a specification
sheet (obtained from the manufacturer) stating the capacity, pressure and temperature
limits for each liquid application system that will be used to treat the recycled
material.
The recycler that the Contractor intends deploying shall be subject to the Engineers
prior approval and he shall be entitled to reject a machine which, in his opinion, may
not be capable of producing a consistent product when recycling to the specified
depth(s).

205.4.2 Plant for Processing the Treated Material


The treated material exiting from the rear of the recycler shall be processed using
suitable compaction equipment and graders to achieve a layer that meets the specified
requirements. Sufficient plant and equipment shall be deployed to enable the treated
material to be processed and finished off within the time limitations specified in
Section 205.6 below.

205.4.2.1 Primary Compaction


Initial compaction shall be undertaken immediately behind the recycler using a
vibrating single-drum pad foot roller selected in accordance with the following
guidelines.

ADDENDUM 1 - Bidding Document: Construction of Samar Road Package 3 162


Millennium Challenge Account - Philippines

Minimum Static Mass of Roller for Layer Thickness

Compacted
150 200
thickness < 150 > 250
200 250
(mm)

Static roller
12 14 16 20
Mass (t)

The drum of the primary roller shall be capable of vibrating with a minimum
amplitude of 1.8mm at a frequency in the range of 30 35Hz.
The roller shall be equipped with an integrated compactometer device (Hamm HCN-
GPS Navigator system, or similar) to indicate and record the level of density that is
achieved with each successive recording pass of the roller. The minimum interval of
recording such measurements shall be 2 meters. These records shall be used by the
Contractor for Process Control to indicate that the maximum density has been
achieved.

205.4.2.2 Secondary Compaction


After the grader has pre-shaped the material, a smooth drum vibrating roller with a
static mass of not less than 10 tons and not more than 14 tons shall be used to
compact the upper portion of the layer.

205.4.2.3 Final Rolling


A pneumatic-tired roller (PTR) with a minimum static mass of 18 tons and mounted
on at least eight (8) tires shall be used to finish off the new layer.

205.4.3 Bulk Tankers


Only tankers with a capacity exceeding ten thousand (10,000) liters shall be deployed
to supply the recycler with water and liquid stabilizing agents. Tankers containing a
bitumen stabilizing agent shall be fitted with two recessed pin-type tow hitches, one
in front and one at the rear, thereby allowing the tanker to be pushed from behind by
the recycler, and to push a water tanker in front. No leaking tanker will be permitted
on the site.
Where a bituminous stabilizing agent is added, each tanker shall be equipped with:
A functioning thermometer reflecting the temperature of the contents in the
bottom half of the tank; and
A rear feed valve (minimum internal diameter of 75mm when fully opened) that
is capable of draining the contents of the tank.

205.5 Setting Out and Control of the Work


Unless otherwise stated in the Project Document, the Contractor shall establish his
own reference and level beacons for the setting-out and control of the works. The
existing horizontal alignment shall be retained and only minor modifications made to
the vertical alignment, as described below.
The Contractor shall establish a series of level control poles placed at a constant offset
on either side of the road at a minimum interval of 20m. At each 20m location, the

ADDENDUM 1 - Bidding Document: Construction of Samar Road Package 3 163


Millennium Challenge Account - Philippines

Contractor shall record the existing road surface levels at the center-line and at the
outer limits of each lane and prepare a series of graphs (for sections not less than
2.0km in length) with the recorded levels plotted at an exaggerated scale against the
km distance. Final levels for the new stabilized layer shall be selected in accordance
with a best-fit principle, taking into account the following:
the required camber or super elevation details at each location;
the minimum requirements governing changes in grade (longitudinal grade
line);
the thickness of the existing base layer; and
minimizing the amount of pre-work required (pre-treatment and/or importing
new material) before recycling can commence.

At least two weeks before recycling work is scheduled to commence at any specific
section, the Contractor shall select the best-fit design levels and submit these
proposals to the Engineer (both as a schedule of longitudinal grade, cross-fall and
final surface levels, as well as a drawing with the design lines superimposed on the
existing levels) for approval or amendment.
The Engineer will take control measurements to determine the accuracy and adequacy
of the reference beacons / control poles, and may instruct the Contractor to correct
any faulty work and to take and provide such additional measurements and details as
may be deemed necessary. Survey work will not be measured and paid for separately
and compensation for any work involved in staking, setting out, taking levels,
determining the final surface elevations and transferring these design levels on to the
level control poles (including the cost of all labor materials and reinstatement if
required for any reason) will be deemed to be included in the rates for the various
items of work included in this contract. No payment will be made for any
inconvenience or delay caused by compliance with these requirements.

205.6. Construction

205.6.1 General Limitations and Requirements


No recycling work shall be undertaken during misty or wet conditions, nor shall any
work commence if there is a risk that it may not be complete before such conditions
set in. Similarly, work shall not be undertaken if the ambient air temperature is below
5 C. No further work, other than finishing and compaction, will be permitted if the
air temperature falls below 10 C during operations.
Spreading of powdered stabilizing agent(s) and active filler(s) - lime and cement - on
the road ahead of the recycler shall not be permitted when windy conditions adversely
affect the operation.
The limitations shown in the following table shall be strictly enforced.

Stabilizing Agent Cement Lime Bitumen Foamed


Emulsion Bitumen
Minimum material 5 5 10 15
temperature ( C)
Maximum time for 4 8 12 12

ADDENDUM 1 - Bidding Document: Construction of Samar Road Package 3 164


Millennium Challenge Account - Philippines

completion (hours)

205.6.2 Requirements before Recycling Commences


On a daily basis, before the start of recycling work (or, alternatively, at the end of the
previous days work), the recycler shall be used to pulverize a short section of the
road ( 10m) that will be recycled when work begins. Such pulverizing shall be
carried out with the cutter set to the specified recycling depth and the machine
moving forward at the normal operating advance speed ( 8m/min) with no water or
stabilizing agent applied. A bulk sample (>100 kg) of such pulverized material shall
be taken from an area where the machine was advancing at the normal operating
advance speed and retained for laboratory testing.

205.6.2.1 Production Plan


Prior to the start of work every day, the Contractor shall prepare a Production Plan
detailing his proposals for the forthcoming days work. As a minimum, this plan shall
include a sketch showing:
the overall layout of the length and width of road intended to be recycled during
the day, broken into the number of parallel cuts required to achieve the specified
width of treatment;
the location of and overlap width at each longitudinal joint between adjacent
cuts, together with the location of the inner and outer wheel paths of each lane
affected by recycling;
the sequence and length of each cut to be recycled before starting on the
adjacent or following cut; and an estimate of the time required for recycling
each cut and for finishing off the work.

Note: The minimum width of overlap between adjacent cuts shall be 100mm.

205.6.2.2 Preparing the Surface


Before any recycling work commences, the surface of the existing road shall be
prepared by:
cleaning all vegetation, garbage and other foreign matter from the full road
width, including any adjacent lanes or shoulders that are not to be recycled;
removing any standing water;
pre-milling to remove high-spots and/or pre-pulverizing (where ordered); and
providing an accurate guideline to assist the operator to accurately steer the
recycler.

In addition, the Contractor shall record the location of all road marking features (e.g.
extent of barrier lines) that will be obliterated by recycling.

205.6.2.3 Surface Shape and Level Requirements

ADDENDUM 1 - Bidding Document: Construction of Samar Road Package 3 165


Millennium Challenge Account - Philippines

Where the grade line and cross-sectional shape of the existing road are acceptable (i.e.
not excessively distorted), it shall be the Contractor's responsibility to conduct his
operations in such a manner as to ensure that the surface levels of the completed
recycled layer are consistent with those that existed prior to recycling. Where surface
defects are to be corrected and/or modifications made to the grade line, instructions
will be issued detailing the new surface level requirements. These may be achieved
prior to recycling by either pre-milling to remove in-situ material, by pre-pulverizing,
pre-shaping and pre-compacting the pulverized material, or by importing material and
accurately spreading on the existing road surface, as described below.

205.6.2.4 Pre-milling
Where instructed, pre-milling shall be undertaken using a purpose-built milling
machine (not a recycler) to:
Remove material from the road. Isolated high spots shall be removed and/or
minor modifications made to crest vertical curves by accurate milling. The
material resulting from such milling operations shall be loaded onto trucks and
disposed of as directed.
Break down (pulverize) thin layers of asphalt. Badly cracked asphalt layers
(full-depth crocodile cracks at intervals < 100mm), and/or sections where thin
asphalt overlays are delaminating, shall be pre-milled immediately in advance
of the recycling operation. To ensure that the milling operation achieves the
required degree of pulverization, the depth of milling shall be constantly
monitored and adjusted so that the bottom of the milling drum remains within
the lower half of the cracked / delaminating asphalt layer. Where an acceptable
degree of pulverization cannot be achieved, the machine shall be operated in
reverse (i.e. down-cutting) with the same controls applied to the depth of
milling. If such reverse milling fails to produce an acceptable degree of
pulverization, the offending asphalt layer shall be milled off and removed.

The pulverized asphalt material generated from such pre-milling shall remain on the
road, behind the milling machine, where it shall be spread across the width of
recycling and rolled with a smooth-drum roller.

205.6.2.5 Pre-pulverizing Existing Pavement Material


Pre-pulverizing shall only be undertaken on instruction from the Engineer for the
purpose of:
breaking down excessively hard material;
loosening the material across the road width so that it can be cross-mixed by
grader;
exposing the loosened (fluffed-up) material to the atmosphere to promote
drying; or

ADDENDUM 1 - Bidding Document: Construction of Samar Road Package 3 166


Millennium Challenge Account - Philippines

loosening the material in the existing pavement so that it can be loaded and
removed from site.

The depth of pre-pulverizing shall be carefully controlled throughout the operation to


ensure that the cut horizon always remains at least 25mm above the bottom of the
subsequent recycling / stabilization horizon.
Unless the objective of pre-pulverizing is to dry the material, a water tanker shall be
coupled to the recycler and sufficient water added to allow the material to be
compacted to a minimum density of 95% of the mod AASHTO density. Except
where the material is to be cross-mixed, it shall be compacted immediately behind the
recycler before using a grader to pre-shape the material in accordance with final level
requirements. Where cross-mixing is ordered, the material shall be bladed by grader
across the specified width to achieve a uniform blend of material before being
compacted and shaped.

205.6.2.6 Addition of Imported Material


Where instructed to import material for blending and/or as make-up material for the
purpose of shape correction, the prescribed material shall be imported and spread on
the existing road surface prior to recycling. The method of placing and spreading the
imported material shall be such as to achieve the required surface levels and will
require the use of a paver, motor grader or other such plant. All imported material
shall be pre-compacted to a minimum of 95% of the mod AASHTO density.
Nowhere shall the thickness of imported material exceed the recycling depth.

205.6.3 The Recycling Process

205.6.3.1 Before Starting


Prior to starting to recycle, the production planned for the day shall be approved by
the Engineer and the following checks carried out:
All relevant temperatures shall be measured and recorded, including air
temperature;
the material in the recycling horizon; and
the contents of all bulk supply tankers (including water);
All plant and equipment is on site and the operators of the different machines
are adequately trained and briefed on their particular tasks;
The recycler has been prepared and set up for the first cut. Such preparations
shall include:
checking that the mixing chamber is free of any material build-up that may
affect the functioning of the application nozzles on all relevant spray bars;
the cutting tools have sufficient remaining life to complete the first cut without
stopping;
all relevant liquid application systems are functioning, free of blockages and the
in-line filters are clean. Where a bitumen stabilizing agent is applied, a relevant

ADDENDUM 1 - Bidding Document: Construction of Samar Road Package 3 167


Millennium Challenge Account - Philippines

check-sheet (similar to the example forms included in the Appendices of the


latest version of TG2) shall be diligently followed, signed off and submitted to
the Engineer;
the on-board computer has been correctly set up and the input data verified;
the spray bar is set up with the correct nozzles selected to achieve the required
width of application;
Bulk supply tanker(s) are coupled correctly to the recycler; all feed pipes are
properly connected, bled of air and free of leaks. Where a bitumen stabilizing
agent is applied, the feed pipe shall only be connected immediately before work
is about to start. Where the stabilizing agent is foamed bitumen, the outlet
plumbing on the tanker shall be checked and any cold plug of bitumen
removed before attaching the feed pipe.
Where cement or lime is spread by hand on the road surface ahead of the
recycler, the spot marks for bag spacing shall be checked at random intervals
and recorded.
A clear guideline is in place for the recycler to follow and is correctly aligned
relative to the road geometry.
The integrated compactometer system on the primary roller is properly
functioning and has been set up to record the correct relevant data.

205.6.3.2 Recycling
The recycler shall be set up and operated to ensure that:
The speed of advance is regulated (below the maximum allowable of 10m/min)
to achieve adequate pulverization of all bound materials in the existing
pavement to produce a material that meets the grading requirements;
Operating pressures and flow rates in all liquid application systems that remain
within the limits prescribed by the manufacturer of the machine;
The depth of recycling coincides with the line and level specified for the bottom
horizon of the new stabilized layer. The bottom of cut horizon shall be checked
at least once every 100m of cut using a suitable T-bar to dip from a string line
pulled between the relevant final level reference marks on the level control
poles;
The planned width of overlap along all longitudinal joints is maintained and the
line of cut does not deviate laterally by more than 50mm from that required

ADDENDUM 1 - Bidding Document: Construction of Samar Road Package 3 168


Millennium Challenge Account - Philippines

(measured from the operators guideline that shall be positioned for each and
every cut);
The process is continuous with a minimum number of stops. Transverse joints
that occur every time the recycler stops are properly treated to achieve
continuity of stabilization and moisture across the resulting joint;
The application rate of liquid stabilizing agent(s) and water is uniformly
continuous across the required width of treatment, including all longitudinal
joints. The temperature across the width of material exiting the mixing chamber
shall be checked at least once every 100m using a digital thermometer with a
laser beam target held no more than 100mm above the material. Where the
temperature varies consistently by more than 3C along a particular longitudinal
strip 200mm wide, the recycler shall be stopped and the relevant application
nozzles on all spray bars that coincide with the offending strip shall be checked
for blockages;
The moisture content of the treated material is continuously monitored and the
application of water adjusted to achieve a uniform moisture content of not less
than 60% and not more than 80% of the optimum moisture content;
The mixed material exiting from the behind the recycler is struck off by the rear
door of the mixing chamber with sufficient pressure applied to obtain a uniform
surface that is free of valley lines, empty pockets and particle segregation.

The advance speed of the recycler and the speed of rotation of the recycling drum
shall be set to obtain the required grading and sufficient mixing of all components
(recycled material and additives) so that a homogeneous material is produced.
IMPORTANT NOTE: Recyclers are configured such that their rear wheels run on top
of the treated material towards the outer extremities of the cut. To prevent introducing
a density differential across the width of cut, primary compaction shall be completed
prior to any grader work commencing. If the treated material is pre-shaped by grader
prior to being compacted, the work shall be summarily rejected.

205.6.4 Primary Compaction


A single-drum vibrating roller (described in sub-Section 205.4.2.1) shall be deployed
to compact the recycled material immediately behind the recycler. This roller shall
travel forwards and backwards at a constant speed (maximum 3km/hr [50m/min]),
remaining within the confines of the recycled cut. Recycled material covering the
outer extremities of cut shall be moved at regular intervals ( 5m) to expose the cut
line, thereby allowing the operator to remain within the cut width.
The vibration mode shall be set on high amplitude and shall not be adjusted for the
duration of the primary compaction exercise. Successive lengths of recycled / treated
material shall be compacted (each approximately 50m in length).

ADDENDUM 1 - Bidding Document: Construction of Samar Road Package 3 169


Millennium Challenge Account - Philippines

Rolling shall continue on each section until the integrated compactometer device
indicates that no further density is being achieved over at least 80% of the length of
the section (i.e. maximum achievable density has been reached). Should the device
indicate a consistent loss of density at any point during primary compaction (as
indicated over two successive recording passes), rolling on that section shall be
terminated and the roller moved forward to start compacting the next section.
After each day's production, the Contractor shall provide the Engineer with an
electronic copy of the data file from the compactometer device containing detailed
compaction records for the day's work. As a minimum, this file will include the
number of passes made on each section of every cut made by the recycler, as well as
the following data for each 2m interval along the length of each cut:
the compactometer reading;
the amplitude of vibration; and
the advance speed of the roller.

These records will constitute the Contractors Process Control for primary
compaction.

NOTES:
i. A roller pass shall be defined as a single unidirectional pass made by
the roller. Where the roller travels forwards and backwards over the
same point, it would have made 2 passes.
ii. A recording pass is a roller pass where the compactometer readings
are stored (recorded) and used for comparison purposes. Recording
passes are always in one direction of travel only. Recordings shall be
made commencing with the first pass and every alternative subsequent
pass that is made (i.e. 1, 3, 5, 7, etc.);
iii. The Contractor shall base his tendered rates on the minimum number
of primary roller passes shown in the following table.

Layer thickness (mm) Number of passes

Depth Minimum Maximum

Up to 175 5 9

175 250 7 11

Over 250 9 15

Additional roller passes (to the maximum shown in the above table)
shall be measured and paid separately, provided that, at the time of
compaction, the moisture content of the mixed material falls within the

ADDENDUM 1 - Bidding Document: Construction of Samar Road Package 3 170


Millennium Challenge Account - Philippines

prescribed range of not less than 60% and not more than 80% of the
optimum moisture content (OMC).

iv. Where the moisture content is below 60% of OMC, additional passes
will be required to achieve the maximum density for which no
additional payment shall be made. Where the moisture content is
above 80% of OMC, the Contractor runs the risk of creating instability
(heaving) in the layer that may result in the layer being rejected.
v. Where the number of passes required by the primary roller exceeds 5, a
second identical roller may be required to ensure that the primary
compaction process follows at the same rate as the recycling operation.
Where two rollers are used, only one needs to be fitted with an
integrated compactometer device provided they work in tandem. The
roller with the integrated compactometer device shall then be
positioned to follow the one without a device (travelling towards the
recycler) and the number of passes recorded will be multiplied by two
(2).

205.6.5 Grader Work and Secondary Compaction


After completing the primary compaction on all adjacent cuts that make up the width
of pavement that is recycled in one shift, the surface shall be pre-shaped before final
compaction is applied. Pre-shaping shall address the lateral shift of material resulting
from the surface inclination (cross-fall) and shall be undertaken in the following
sequence:
i. the full width of primary compacted material shall be treated with a
generous application of water sprayed from a tanker;
ii. the grader shall then cut the uppermost portion of recycled material
from the centre-line extremity towards the outer shoulder, cutting to a
depth that coincides with the lower part of the step located at each
longitudinal construction joint (overlap between adjacent cuts), often
identifiable with pad foot imprints (normally 50mm for standard 2%
camber). The cut material is windrowed to the outermost edge of cut
and a light application of water sprayed on the full width of the
exposed surface. To prevent the lamination phenomenon, no roller
will be allowed onto the exposed cut surface;
iii. The grader shall then blade the windrowed material to the opposite
side of the recycled width, cutting the strip underlying the location of

ADDENDUM 1 - Bidding Document: Construction of Samar Road Package 3 171


Millennium Challenge Account - Philippines

the original windrow to the same depth as the first cut, and placing the
material in windrow along the innermost edge of cut. A light
application of water is then sprayed over the full width of the exposed
surface. As with the previous cut, no roller will be permitted onto this
exposed surface;
iv. After spraying the exposed surface with water, the grader shall then
spread the windrow across the full recycled width as a layer of uniform
thickness approximating final surface levels.

Secondary compaction shall then be applied using the smooth-drum vibrating roller
operating in low amplitude vibration mode. A minimum of three (3) unidirectional
passes shall be applied to the entire area. The outer cut extremities shall be exposed
as a guide for the roller operator to ensure that the compaction effort is directed only
on to the recycled material (thereby preventing any bridging across from the un-
recycled pavement).
Once compacted, final surface levels will be cut with the grader and finished off by
blading (skimming) the working windrow across the surface, first from the outer edge
towards the center-line and then back towards the outer shoulder where it shall either
be spread across the shoulder and compacted or picked up and removed. After cutting
final levels the smooth-drum roller shall make a final compacting pass over the entire
area before the finishing work commences.

205.6.6 Finishing off the Layer


When the grader work and secondary compaction is complete, the surface will be
sprayed with an appropriate amount of water and a pneumatic tired roller (PTR)
applied. The PTR shall make sufficient passes required to generate a mild slush
and close up voids in the surface together with any other grader-induced defects and
achieve a tightly-knit surface finish.
Where the recycled material is treated with a bitumen stabilizing agent and the
intention is to open the finished layer to early trafficking, a dilute emulsion (15%
residual bitumen) may be substituted for water in the slushing process. Such slushing
shall be undertaken in short sections ( 20m) over the full width of the recycled layer.
A water tanker fitted with an appropriate spraying system (or binder distributor) shall
be used to spray a uniform amount of dilute emulsion on the surface before applying
the PTR. Additional dilute emulsion may be applied where the first application failed
to generate sufficient slush under the wheels of the PTR. Personnel equipped with
squeegees shall be deployed to move the slush over areas showing signs of roughness
and/or segregation. Squeegees shall be used to remove any surplus slush to the side of
the road.
Once slushing is complete, the entire area shall receive a fog spray application using
the same dilute emulsion (applied at a nominal rate of 0.75 liters/m) and left to dry
back before opening the road to traffic.
NOTE: Dilute emulsion for slushing and fog spraying shall only be applied using an
appropriate water tanker or binder distributor.

205.7 Trial Sections

ADDENDUM 1 - Bidding Document: Construction of Samar Road Package 3 172


Millennium Challenge Account - Philippines

Before the Contractor commences with any recycling work, he shall demonstrate by
means of constructing a trial section that the processes he proposes to use will enable
him to construct a new layer in accordance with the specified requirements.
Prior to carrying out the trial section, the Contractor shall assemble all items of plant
and equipment that he proposes to use for the recycling operation. Only those
machines he intends using for production work shall be used to construct the trial
section and under no circumstances shall he be permitted to use any substitutes. The
first section of pavement to be recycled shall be regarded as a trial section with the
objective of:
demonstrating that the equipment and processes he proposes to employ are
capable of constructing the recycled layer in accordance with the specified
requirements;
determining the effect on the grading of the recycled material by varying the
forward speed of the recycling machine and the rate of rotation of the milling
drum; and
determining the amount of rolling necessary to achieve the compaction
requirements.

The trial section shall be at least 200m in length and shall cover the full lane-width or
half-road width in accordance with the geometry of the road and the accepted work
plan.
To allow the Engineer sufficient time to assess all aspects of quality of the completed
trial section and contingent on the results being satisfactory, the Contractor shall
programme to start production recycling work no sooner than one week after
constructing the trial section.
Should the Contractor make any alterations in the methods, processes, equipment or
materials used, or if he is unable to comply consistently with the specifications due to
variations in the in-situ material, or for any other reason, he may be required to
undertake further trial sections before continuing with the permanent work.
Provision is made for payment for the first approved trial section, measured separately
in square meters for the area actually constructed as a trial section. Such payment
will be made as an extra-over to the various payment items for recycling work
together with all additives that will be measured and paid as normal production work.
Any further trial sections ordered by the Engineer shall likewise be paid provided they
are approved. Trial sections that fail to obtain approval shall be deemed to be at the
Contractors expense.

205.8 Protection and Maintenance


New layers constructed from recycled material stabilized with cement require
different protection and maintenance measures from those stabilized with bitumen.

205.8.1 Curing

205.8.1.1 Cementitious Stabilization


o) Where the recycled layer forms the subbase in the new pavement
structure it shall be covered with the material required for the next layer

ADDENDUM 1 - Bidding Document: Construction of Samar Road Package 3 173


Millennium Challenge Account - Philippines

while the stabilized layer is still in a wet or damp condition. The material
forming the protective layer shall be watered at such intervals as may be
required to keep the stabilized layer continuously wet or damp and, in dry
weather, this shall be done at least once every 24 hours.
p) Where the recycled layer forms the base of the new pavement structure
the prime coat shall be utilized as a curing membrane and will be applied
no later than 24 hours after completing the recycled layer.

205.8.1.2 Bituminous Stabilization


No special curing treatment is required for layers of bitumen stabilized material.

205.8.2 Trafficking the Completed Layer

205.8.2.1 Cementitious Stabilization


Light traffic shall be allowed to travel on layers of cement stabilized material where
the pavement is constructed in half widths.

205.8.2.2 Bituminous Stabilization


q) Where bitumen emulsion is applied as the stabilizing agent:

Traffic shall not be allowed to travel on the completed layer for a period of 24
hours. The moisture content of the layer shall then be checked and, provided
it is below 80% of OMC, the new layer may be opened to traffic.
r) Where foamed bitumen is applied as the stabilizing agent:

Traffic shall be allowed to traffic the completed layer as soon as the surface
has dried back to a damp condition. As soon as the surface of the layer has
dried (normally within 24 hours under favorable weather condition), the
section shall be closed to traffic to allow a fog spray of dilute emulsion (15%
residual bitumen) to be applied at a nominal application rate of 0.75 liters/m.
The section shall be reopened to traffic after two hours, or as soon as the
emulsion has broken.
Where the surface was slushed with a dilute emulsion and a fog spray applied as part
of the finishing process (as described in sub-Section 205.6.6), the section shall remain
closed to traffic for a minimum of two hours after completion or until the emulsion at
the surface has broken.
Until the surfacing is applied, the Contractor shall maintain the surface integrity of the
new layer by deploying staff on a daily basis to visually monitor all sections under
traffic and take immediate action as soon as signs of raveling are detected. Such
action shall include the local application of dilute emulsion (applied by hand using a
large paint brush) or the application of a further fog spray.

205.8.3 Application of Surfacing


To prevent environmental degradation and abrasion damage (where the completed
work is open to traffic), new base layers shall be surfaced as soon as the moisture
content in the upper 100mm horizon has reduced to below 50% of OMC.

ADDENDUM 1 - Bidding Document: Construction of Samar Road Package 3 174


Millennium Challenge Account - Philippines

The maximum time delay between completing a new base layer and applying the
surfacing shall be 14 days (with due allowance made for inclement weather).

205.9 Construction Tolerances

205.9.1 Stabilizing Agents


The average rate of application of stabilizing agents (cementitious and bituminous) as
measured from consumption records shall be within 5% of the specified application
rate.

205.9.2 Bitumen Stabilized Bases Subjected to Early Trafficking.


The Contractor shall be responsible for the maintaining the surface integrity of new
bitumen stabilized base layers that are opened to traffic before the surfacing has been
applied. Where damage occurs as a consequence of the surfacing not being applied
within the time limits specified in sub-Section 205.8.3 above, the Engineer shall have
the right to summarily reject the affected layer and the Contractor will have no
recourse for the costs he incurs in removing the layer and replacing it with fresh
bitumen stabilized material.

205.10 Quality of Materials and Workmanship

205.10.1 Process Control


The Contractor shall establish a comprehensive process control system for the
recycling work.

205.10.1.1 Daily Reports


The following daily reports shall be submitted:
The production plan (refer sub-Section 205.6.2.1);
The completed pre-start check list (where the material was stabilized with
bitumen);
A Daily Production Record that includes:
weather conditions and temperature measurements (refer sub-Section
205.6.3.1);
details of the recycling work completed during the day with the following
information for each cut that was made;
start and end chainages;
depth of cut (including a schedule of dip measurements);
width of application of stabilizing agent(s);
nozzle settings (closures) for each spray bar;
computer data input; and
cement / lime spreading check measurements (where relevant).

ADDENDUM 1 - Bidding Document: Construction of Samar Road Package 3 175


Millennium Challenge Account - Philippines

Where the material is treated with a bitumen stabilizing agent, the following shall be
included:
bitumen emulsion or Pen-grade bitumen consumption; and
average temperature and pressure measured at the spray bar; and
all other details shown in the sample report included in the Appendices of the
latest edition of TG2.

Relevant comments / information concerning the recycling operation.


These shall include but not necessarily limited to:
standing time and the reason(s);
sections where in situ pavement conditions changed together with a description
of the change (e.g. thick asphalt between Km 912+200 and Km 912+230 in Cut
#2);
details of any non-routine tests that were undertaken;
any changes in the weather during the day (e.g. strong wind from 13:00h);
relevant instructions received and from whom;
the location where the daily sample of pulverized material was taken.

205.10.1.2 Bitumen Consumption


Where the recycling process includes bitumen stabilization, the Contractor shall base
his consumption claim on that indicated in the recyclers computer. To verify his
claim, the Contractor shall provide the Engineer with a weekly reconciled schedule
showing any stock records together with all consumption and deliveries for that
specific week. All deliveries shall be supported by original (or certified copies of)
official weighbridge certificates that are used by the Contractor as the basis of
payment to the supplier.
Where there is a discrepancy between the actual and theoretical consumption for
stabilization, the Contractor shall immediately check the calibration of the flow meter
on the recycler. To do so, he shall provide a full tanker load of bitumen stabilizing
agent with a loading ticket from an assized weighbridge. The entire contents of the
tanker shall then be used to recycle a continuous section of cut (after resetting the
computer). The consumption reflected by the computer on the recycler shall be
compared with the mass shown on the weighbridge ticket and, if necessary, the
computer shall be re-calibrated. A second tank-load of bitumen stabilizing agent with
a loading ticket shall then be used to confirm the accuracy of the recalibration
exercise.
NOTE: Dipstick readings shall not be used as a basis of payment for bitumen
stabilizing agents.

205.10.1.3 Density of the Recycled Layer


Compaction data from the integrated compactometer device fitted to the primary
roller (refer sub-Section 205.4.2.1) shall be submitted daily in an electronic format.
Where the Contractor elects to provide the Engineer with printed summary sheets, the
electronic data shall also be supplied.

ADDENDUM 1 - Bidding Document: Construction of Samar Road Package 3 176


Millennium Challenge Account - Philippines

205.10.1.4 Grading of the Recycled Material


Samples of pulverized material shall be taken on a daily basis (refer to the first
paragraph in sub-Section 205.6.2) and tested to determine the grading curve. Where
the curve consistently fails to meet the specified requirements, the Engineer may issue
an order for suitable blend material to be imported.

205.10.2 Acceptance Control


Routine inspection and tests shall be carried out by the Engineer to determine the
following aspects of quality of the completed work:

205.10.2.1 Strength of the Stabilized Material


At least one sample shall be taken for every 1000m of stabilized material and
subjected to strength tests according to the type of stabilizing agent applied as
follows:
s) Cementitiously stabilized materials

Standard tests shall be undertaken to determine the 4-hour soaked UCS of the
material. The results will be used to indicate whether the material meets the
C classification stipulated in the Project Document.
t) Bituminous stabilized materials

Samples shall be taken to the laboratory and, within 12 hours, 100mm


diameter specimens shall be manufactured in accordance with the guidelines
of the latest publication of TG2 and the relevant ITS (indirect tensile strength)
values determined. The results will be used to indicate whether the material
meets the BSM 2 classification described below.
Figure 3 - BSM 2 Classification

205.10.2.2 Density of the Completed Layer


Unless otherwise stated, the reference density for recycled materials shall be the
modified AASHTO density. (Apparent relative density or Bulk relative density shall
only be considered where the material in the existing pavement is relatively uniform.)

Target densities are presented in the following table:


Target Densities
Target Density (% of modified AASHTO
Predominant Material density)
Type
Cementitious Bituminous

ADDENDUM 1 - Bidding Document: Construction of Samar Road Package 3 177


Millennium Challenge Account - Philippines

Natural gravel 97 100

Graded crushed stone 98 102

At least one density test shall be undertaken per 1000m of completed layer using a
nuclear gauge. At each and every density test location, sufficient material shall be
sampled from the full layer thickness to determine the moisture / density relationship
and the in situ moisture content. The results shall be used to determine the density
achieved at that specific location.
Where a density test result falls below the target, the Engineer will first check the data
produced by the integrated compaction system to determine whether or not sufficient
compaction effort was applied and confirm that the maximum density was achieved.
If so, then the moisture content of the material will first be checked (from the oven-
dried sample taken for the moisture correction value used by the nuclear gauge).
Should this value fall below 50% of the OMC (determined for the same sample), then
the test will be deemed a failure and the affected portion of the layer reworked at
the correct moisture level (or, in the case of cement stabilization, rejected).
If the moisture content is above 50%, then the Engineer will inspect the location of
the low density result and take whatever measurements are deemed necessary to
determine the cause of such low density. Such measurements may include:
repeating the mod AASHTO density test to confirm the MDD target;
driving a DCP probe through the underlying pavement structure to determine
the support conditions; and/or
taking additional samples and conducting further laboratory tests (e.g. gradings
of different horizons to determine the influence of any segregation that may
have occurred whilst blading the treated material with a grader).

205.10.2.3 Layer Thickness


The thickness of the completed layer will measured from sample holes excavated at
each density test location.

205.11 Measurement and Payment


NOTE: The quantities reflected in the Schedule, and especially those relating to the
import of new material, stabilizing agents and the recycling / stabilizing work, must
be regarded as provisional since they can only be finalized once the stabilization
mix designs have been completed as the Works progress. Bidders are advised to offer
only balanced rates against these items because the measured quantities will definitely
change from those shown in the Schedule. The Contractor shall therefore have no
grounds for any claim based on changing quantities, some of which may change
significantly, or even reduce to zero.

205.11.1 Preparations for pavement rehabilitation


Item Description Unit

205.11.1 Preparations for pavement rehabilitation Kilometer

ADDENDUM 1 - Bidding Document: Construction of Samar Road Package 3 178


Millennium Challenge Account - Philippines

The unit of measurement shall be the kilometer of road subjected to rehabilitation,


measured along the center-line of the existing road.
The tendered rate shall include full compensation for undertaking all the work
required in preparation for rehabilitation, including all survey and survey-related work
(e.g. setting out, establishing the level control poles and fixing the design levels),
removal of standing water, grass and weeds from the road (including the shoulders)
and for preparing the pavement surface.

205.11.2 Pre-milling using a Milling Machine


Item Description Unit

205(11)2a Milling all depths and removal of millings Square Meter


from site

205(11)2b Milling to break down thin asphalt layers Square Meter

The unit of measurement shall be the square meter of existing road surface that is pre-
milled, as instructed by the Engineer. The quantity shall be calculated from
measurements of the actual width pre-milled.
The tendered rate shall include full compensation for establishing the milling machine
on site, for setting out the works, for pre-milling all types of material in the existing
pavement structure, for controlling the depth of pre-milling and for disposing of the
milled material, whether it is removed from site or spread and compacted on the
existing road surface.

205.11.3 Pre-pulverizing Material in the Existing Pavement


Item Description Unit

205(11)3 Pre-pulverizing material in the existing Square Meter


pavement

The unit of measurement shall be the square meter of existing road surface that is pre-
pulverized in situ, as instructed by the Engineer, regardless of the hardness or type of
material encountered in the existing pavement. The quantity shall be calculated from
measurements of the actual width pre-pulverized and shall not be increased to include
any allowance for overlaps between adjacent cuts, nor for the number of cuts required
to cover the width of pre-pulverizing.
The tendered rate shall include full compensation for setting out the works, for pre-
pulverizing all types of material in the existing pavement structure, for controlling the
depth of pre-pulverizing, for the addition of water whilst pre-pulverizing, for mixing,
placing, cutting levels and compacting the material to a nominal density of 95% of the
modified AASHTO density.

205.11.4 New Material Imported for Modification of Existing Pavement Layers


Item Description Unit

ADDENDUM 1 - Bidding Document: Construction of Samar Road Package 3 179


Millennium Challenge Account - Philippines

Item Description Unit

205(11)4a Crushed Aggregate (G2) from commercial Cubic Meter


sources

205(11)4b Crusher dust from commercial sources Cubic Meter

The unit of measurement shall be the cubic meter of new material imported on to the
road, as instructed by the Engineer. The quantity shall be taken as 70% of the loose
volume measured in trucks, unless instructed by the Engineer that the quantity be
determined from cross-sections.
The tendered rate shall include full compensation for procuring the material, for
loading and transporting to site, for dumping, spreading, mixing by grader with water
(as required), cutting levels and compacting the material to a nominal density of 95%
of the modified AASHTO density.
The rate tendered for material obtained from commercial sources shall include for all
transport costs, regardless of the distance the material is hauled.
Note: No additional payment shall be made for working in restricted widths of 1.0m
on the shoulders and the tendered rates shall make provision for working in such
restricted widths.

205.11.5 New Pavement Layer Constructed by In Situ Recycling


u) Subbase layers (all materials), compacted to the specified density,
stabilized:

i Cement:

Item Description Unit

1. 150mm to 200mm Cubic Meter

2. 201mm to 250mm Cubic Meter

3. 251mm to 300mm Cubic Meter

ii Road Lime:

Item Description Unit

1. 150mm to 200mm Cubic Meter

2. 201mm to 250mm Cubic Meter

3. 251mm to 300mm Cubic Meter

v) Base layers stabilized with:

ADDENDUM 1 - Bidding Document: Construction of Samar Road Package 3 180


Millennium Challenge Account - Philippines

i Cement:

Item Description Unit

1. 150mm to 200mm Cubic Meter

2. 201mm to 250mm Cubic Meter

3. 251mm to 300mm Cubic Meter

ii Bitumen emulsion:

Item Description Unit

1. 100mm to 150mm Cubic Meter

2. 151mm to 200mm Cubic Meter

3. 201mm to 250mm Cubic Meter

4. 251mm to 300mm Cubic Meter

iii Foamed bitumen:

Item Description Unit

1. 100mm to 150mm Cubic Meter

2. 151mm to 200mm Cubic Meter

3. 201mm to 250mm Cubic Meter

4. 251mm to 300mm Cubic Meter

The unit of measurement shall be the cubic meter of completed stabilized layer. The
quantity shall be calculated in accordance with the authorized dimensions of the layer.
The quantity shall not be increased to include any allowance for overlaps between
adjacent cuts, nor for the number of cuts required to cover the width of the road.
The rates tendered shall include full compensation for setting out the works and for all
plant, labor, materials and other incidentals required for recovering and breaking
down the material to the prescribed depth, regardless of whether the recovered
material consists entirely of in situ pavement material, a blend of in situ material and
pre-treated material and/or new imported material and regardless of the hardness or
type of in situ material; for mixing the recovered material with stabilizing agents,
active filler (excluding the provision of the stabilizing agents and active filler which
shall be measured and paid for separately) and water (including the provision of
water); for placing, spreading and compaction; for cutting levels, final compaction

ADDENDUM 1 - Bidding Document: Construction of Samar Road Package 3 181


Millennium Challenge Account - Philippines

and finishing off the layer. The rates shall also include for protection and
maintenance of the new layer (excluding the application of the fog spray) and for
conducting all quality control inspections, measurements and tests.

205.11.6 Stabilizing Agents


w) Cementitious stabilizing agents (and active fillers)

Item Description Unit

205(11)6a Ordinary Portland Cement Metric Ton

205(11)6b Road Lime Metric Ton

x) Bituminous stabilizing agents

Item Description Unit

205(11)6c Bitumen emulsion (anionic stable grade) Metric Ton

205(11)6d Foamed bitumen from 80/100 penetration Metric Ton


grade bitumen

The unit of measurement shall be the ton of stabilizing agent actually consumed in the
recycling / stabilizing process. Measurement shall be based on assized weighbridge
tickets issued for each and every tanker load of bitumen consumed in the recycling
process. The measured quantity shall not exceed the calculated theoretical quantity
by more than 5%. The measurement for bitumen stabilizing agents shall provide for
double treatment over a nominal 100mm overlap width along longitudinal joints.
The tendered rates for cementitious stabilizing agents shall include full compensation
for procuring and providing the stabilizing agent or active filler on site, for all
handling and temporary storage requirements, for setting out and spotting
bags/pockets in a grid matrix along the line of cut, for opening, emptying and
spreading the contents of the bags/pockets accurately within the confines of the
relevant cells, for collecting and disposing of all empty bags/pockets, for all wastage
and for adhering to all safety measures whilst handling the bags/pockets.
The tendered rate for bituminous stabilizing agents shall include full compensation for
procuring and transporting the bitumen to site, for transfer into storage tanks, storage,
heating and transfer into tankers for coupling to the recycling train, for all transport on
site, for issuing the required assized weighbridge ticket showing the mass of bitumen
contained in the tanker, for any re-heating required, for all wastage and for strict
adherence to all safety measures required when handling warm or hot bitumen. The
rate shall also include for slushing with a dilute bitumen emulsion, including the
provision of the dilute emulsion. For foamed bitumen, the rate shall include for
foaming the bitumen on the recycler, including the water and any other additive that
may be required to achieve the minimum foaming characteristics and for injecting the
foamed bitumen in to the recycled material.

205.11.7 Removal from Site of Surplus Material

ADDENDUM 1 - Bidding Document: Construction of Samar Road Package 3 182


Millennium Challenge Account - Philippines

Item Description Unit

205(11)7 Removal from Site of Surplus Material Cubic Meter


The unit of measurement shall be the cubic meter of surplus material removed from
site. The quantity shall be taken as 70% of the loose volume measured in trucks.
Accurate load records shall be kept on site and submitted to the Engineer on a daily
basis.
The tendered rate shall include full compensation for gathering the surplus material
by windrowing or pushing it into heaps, for loading and transporting to a designated
spoil or stockpile site within a 20 km radius, for offloading and either spreading the
material or placing in neat stockpiles.

205.11.8 Trial Sections where Ordered


Item Description Unit

205(11)8 Trial Sections where ordered Square Meter

The unit of measurement shall be the square meter of recycled pavement treated as a
Trial Section, as ordered by the Engineer. Where the Trial Section is successful, this
item shall be measured and paid in addition to the various related work items. Where
a Trial Section fails to achieve the specified result for any reason whatsoever, no
payment shall be affected under this item, nor shall any payment be made under the
various related items for the failed work.
The tendered rate shall include full compensation for all additional costs incurred as a
consequence of designating the section of work a Trial Section, including all costs
relating to low productivity.

205.11.9 Application of a Fog Spray of Diluted Bitumen Emulsion


Item Description Unit

205(11)9a 65% Cationic spray grade emulsion Liter

205(11)9b 32.5% Cationic spray grade emulsion Liter

205(11)9c 16% Cationic spray grade emulsion Liter

The unit of measurement shall be the liters of emulsion sprayed measured at spraying
temperature.
The tendered rate shall include full compensation for procuring and providing all
plant, labor and materials required for applying the fog spray as specified, including
all preparation work required to dilute the emulsion and sweep the road surface before
applying the fog spray.

205.11.10 Variation in the Number of Compacting Passes made by the Primary


Roller:
Item Description Unit

ADDENDUM 1 - Bidding Document: Construction of Samar Road Package 3 183


Millennium Challenge Account - Philippines

Item Description Unit

205(11)10 Variation in the Number of Compacting No. of Passes


Passes made by the Primary Roller

The unit of measurement shall be the length of section (roller width) subjected to
additional roller passes of the primary roller to achieve the maximum density.
The tendered rate shall include full compensation for all additional costs associated
with making more than the specified minimum number of passes relative to the layer
thickness required to achieve the maximum density, as indicated by the intelligent
compactometer system on the primary vibrating roller. (Such additional costs shall
include those that will be incurred in providing extra plant (specifically additional
suitable vibrating rollers) where such additional plant is required to achieve
programmed daily production rates.)
Note: This item shall not be measured in cases where it is shown that the moisture
content of the material at the time of compaction was less than 50% of the optimum
moisture content.

ADDENDUM 1 - Bidding Document: Construction of Samar Road Package 3 184


Millennium Challenge Account - Philippines

PART E - SURFACE COURSES

Item 301: Bituminous Prime Coat


301.1 Description
Insert the following sentence at the end of the paragraph:
Prime coat shall be applied on the broomed and prepared base course surface where
asphalt concrete wearing course or a chip seal is to be applied

301.2 Material Requirements


Insert the following sentence at the end of the paragraph:
The prime coat shall be Rapid Curing (RC) cut-back asphalt.

301.5 Basis of Payment


Amend the 2nd paragraph of this Sub-section with the following:
Payment shall be made under:
Pay Item Description Unit of
Number Measurement

301(2) Rapid Cure (RC) Bituminous


Metric Ton
Prime Coat

Item 302: Bituminous Tack Coat


Insert the following sentence at the end of the paragraph:
The tack coat shall be an emulsified asphalt, Cationic Spray Grade emulsion 60%,
diluted 50:50 with water to produce a 30 % spray grade emulsion.
302.3 Basis of Payment
Amend the second paragraph of this Sub-section with the following:
Payment will be made under:
Pay Item Description Unit of
Number Measurement

302 (2) Bituminous Tact Coat, Emulsified Metric Ton


Asphalt Cationic Spray Grade
Bitumen Emulsion 60%

Item 303: Bituminous Seal Coat


Adopt the existing provision of this item of work in the DPWH Standard
Specifications for Highways, Bridges and Airport, Volume II, 2004 edition.
303.5 Basis of Payment
Amend the second paragraph of this Sub-section with the following:
Payment will be made under:
Pay Item Description Unit of
Number Measurement

303a Bituminous Seal Coat Type 2, Metric ton

ADDENDUM 1 - Bidding Document: Construction of Samar Road Package 3 185


Millennium Challenge Account - Philippines

25mm thick Asphalt

Item 304: Bituminous Surface Treatment

304.1 Description
Include the following at the end of the paragraph;
Bituminous seal coat shall be applied to the pavement widening adjacent to concrete
pavements as indicated on the drawings.
The seal shall comprise a primed surface as per Section 301 at the rate ordered by the
Engineer and ultimately a two coat chip seal using 60% bitumen emulsion finished
with a sand seal in areas where pedestrian and community requirements require a
smoother surface for drying rice and coconut. The seal shall be constructed in two
phases to ensure that the final surface is unblemished from construction damage and
detritus. Pre-coating of aggregate shall be required if hot applied liquid asphalt is
alternatively used as the binder for the seal.

304.2 Material Requirements

304.2.1 Quantities of Materials.


Delete Table 304.1 and replace with the following new Table 304.1.

TABLE 304.1: QUANTITIES OF MATERIALS FOR SEAL COATS


Application

Application

Application
Description

Stone Size

Stone Size
NCB l/m2

NCB l/m2

NCB l/m2
m2/m3

m2/m3
m2/m3

Sand
(1)

(1)

14+7 14mm 85 1.4 7mm 180 1.0 Nil

2.36
14+7+sand 14mm 85 1.4 7mm 180 1.0 0.8 (2)
mm

122. NCB Net liquid asphalt content either applied as emulsion or penetration grade
(net cold bitumen at 200 Celsius)
123. Binder shall be a cationic emulsion, diluted 50%

304.2 Material Requirements

304.2.1 Quantities of Materials


Delete Table 304.2.
Delete Table 304.3 and replace with the following new Table 304.3:

ADDENDUM 1 - Bidding Document: Construction of Samar Road Package 3 186


Millennium Challenge Account - Philippines

Table 304.3: Properties of Cover Aggregate


BS Sieve Percentage by Mass
Test
Size Passing each Sieve
2.36m
14mm 7mm m
Mm
Aggregate Aggregate
Sand
19.00 100
13.20 85-100
9.50 0-30 100
Particle 6.70 0 - 25 85-100
Size 4.75 0-5 0-30 100
Distribution 2.36 0-5 0-100
1.18 0 - 0.5 0-0.5
0.425 1.5 2.0 15.0
0.075 0.5 1.0 15.0
Flakiness 30 or less 30 or less
Index
Los 35 or less 30 or less
Angeles
Abrasion
Value
Average >6 mm >3.5 mm
Least
Dimension

Sand cover aggregate will be supplied by the Contractor and will be clean river sand
with a maximum particle size of 2.36 mm. The material will also be free from silt,
clay and organic matter. The application rates are provided as a guide for bidding.
The final seal design shall be completed by the Engineer when the properties of the
substrata and aggregate are known.

304.3.3 Application of Bituminous Material


Include the following sentence at the end of the paragraph,
Bituminous material shall be applied by means of a pressure distributor at the
approximate rate indicated in the Table 304.1 to the surface in a uniform and
unbroken spread over the section to be treated.

304.3 Construction Requirements

304.3.4 Spreading of Aggregate


Include the following at the end of the last paragraph:

ADDENDUM 1 - Bidding Document: Construction of Samar Road Package 3 187


Millennium Challenge Account - Philippines

Immediately after spreading, the surface will initially be rolled with a double drum,
steel-wheeled roller with a static mass not exceeding 5 tons, immediately followed by
a pneumatic tired rollers to give the aggregate on each spray at least 20 coverages.
Drag brooming of the surface will be ordered by the Engineer during this phase of
rolling to ensure an even texture of chips with no double application. The rolling will
be completed on each spray run to the 80% stage within 2 hours of completion of that
spray run or by the end of the day's work.
At the 80% stage of rolling, surplus screenings will be broomed off, and any
deficiencies in the seal shall be made good. Subsequent pneumatic tired rolling to the
100% stage without further drag brooming or sweeping will follow.
Insert the following new sub-items:

304.3.6 Pre-coating
Aggregate shall be pre-coated with a blend of distillate and an approved adhesion
agent before its intended use. The rate of application will be 5 to 7 liters to 1 cubic
meter of sealing aggregate loose as ordered by the Engineer. The mix blend of pre-
coater and adhesion agent will be 98% distillate to 2% approved adhesion agent.
The Contractor will supply to the Engineer for approval, details of the proposed
adhesion agent, including a Material Safety Data Sheet.
Upon completion of pre-coating operations, the pre-coating area is to be rehabilitated.
All contaminated material will be removed from site to the satisfaction of the
Engineer.

304.3.7 Emulsion Sand Seal


Before any bitumen emulsion is sprayed, sufficient sand cover aggregate to cover all
the bitumen emulsion to be sprayed in the spray run will be on site.
The maximum quantity of bitumen emulsion that will be applied in any spray run and
the length of any spray run will be limited to that which can be covered with the cover
aggregate on site, in trucks ready for spreading in accordance with the requirements
of the specification.
The bitumen emulsion will be applied at a rate between 0.6 l/m2 and 0.8 l/m2 residual
bitumen at 15C as directed by the Engineer. The rate is dependent on the ALD of
the aggregate to be sand blinded and previous bitumen rates used. The bitumen
emulsion will be sprayed at a temperature of not less than 50C.
The application rate will be reduced to the equivalent rate at 15C by multiplying the
application rate at the higher temperature by the factor F (Cat 60), where:
1 ! 15
!=
1667
and T is the temperature of the bitumen emulsion at the time of
spraying/measurement.
Sand cover aggregate that is dry and free flowing will be applied by the Contractor to
the bitumen emulsion, before the bitumen emulsion breaks, by means of an approved
aggregate spreader.
Rolling of the sand cover aggregate to be incorporated into the bituminous emulsion
will be carried out by the Contractor promptly and without delay such that all of the
required rolling is completed within 2 hours of spraying the bitumen emulsion.
Pneumatic tired rollers, covering the full width of the cover aggregate being spread,
will follow the aggregate spreader as closely as practicable and be operated at a
uniform speed sufficient to keep up with the aggregate spreader.

ADDENDUM 1 - Bidding Document: Construction of Samar Road Package 3 188


Millennium Challenge Account - Philippines

Rolling with pneumatic tired rollers will continue until not less than 5 coverages have
been applied uniformly to the entire area. Additional rolling may be ordered by the
Engineer until the Engineer is satisfied that sufficient sand has been forced into the
bitumen emulsion.

304.5 Basis of Payment


Delete the Payment Table and replace with the following new table:
Pay Item Description Unit of
Number Measurement

304(1) 14mm + 7mm double seal Square Meter

304(2) 14mm + 7mm double seal + sand seal Square Meter

304(3) 14mm surfacing chips (Variation rate only) Cubic Meter

304(4) 7mm surfacing chips (Variation rate only) Cubic Meter

304(5) Cationic Rapid Setting Emulsion (Variation rate Liter


only)

304(6) Penetration Grade Asphalt (Variation rate only) Liter

Item 307: Bituminous Plant Mix Surface Course General


Delete the entire sub-Section and replace with the following new sub-Section:

307.1 Scope
This section covers all the work in connection with the construction of asphalt
surfacing. It includes the procuring and furnishing of aggregate and bituminous
binder, mixing at a central mixing plant, spreading and compaction of the mixture, all
as specified for the construction of:
i Continuously graded asphalt surfacing;
ii The construction of asphalt surfacing on bridge decks where shown on
the drawings or ordered by the Engineer to the nominal thickness
indicated on the drawings.

307.2 Materials
b) Bituminous binders

The various bituminous binders specified shall comply with Item 702. The
type and grade of bituminous binder to be used in each case shall be as
specified hereinafter or in the project specifications
c) Aggregates

Course and fine aggregate shall be clean and free from decomposed materials,
vegetable matter and other deleterious substances and shall meet the
requirements of Table 307.1
i Resistance to crushing

ADDENDUM 1 - Bidding Document: Construction of Samar Road Package 3 189


Millennium Challenge Account - Philippines

The aggregate crushing valve (ACV) of the coarse aggregate, when


determined in accordance with TMH1 method B1, shall be not
exceed the following values for aggregate used for:

Base and surfacing 25

Rolled-in chippings, open-graded surfacing and stone-mastic 21


asphalt

The minimum dry 10% FACT values of the -13.2mm + 9.5mm fraction
shall be as follows:

Rolled-in chippings, open graded surfacing and stone-mastic 210 kN


asphalt

Other surfacing and base 160 kN

The wet/dry ratio shall not be less than 75%.

ii Shape of the aggregate

Surfacing and rolled-in chippings:

The flakiness index for asphalt surfacing aggregate shall not exceed
the values given in the Table 307.1. The grades refer to the single-
sized crushed stone grades as defined.

Table 307.1: Flakiness Index for Single Sized Aggregates for


Asphalt Manufacture
Nominal size of Maximum flakiness index
aggregate %
(mm)
Surfacing aggregate

Grade 1

19.0 25

13.2 25

ADDENDUM 1 - Bidding Document: Construction of Samar Road Package 3 190


Millennium Challenge Account - Philippines

9.5 30

6.7 30

In addition, at least 95% of all particles shall have at least three


fractured faces.
iii Polishing

The polished stone value of aggregate, when determined in


accordance with SABS method 848, shall not be less than the
following values for aggregate used for:

Continuously and open-graded surfacing and stone-mastic 50


asphalt surfacing

Aggregates with polishing values below those stated above may be


approved for use by the Engineer.

iv Adhesion

When tested in accordance with TMH1 method C5, the immersion


index of a mixture of the binder and aggregate proposed for use
shall not be less than 75%. The aggregate used for the test mixture
shall have a grading within the actual limits for the mix concerned.

v Absorption

When tested in accordance with TMH1 methods B14 and B15, the
water absorption of the coarse aggregate shall not exceed 1% by
mass, and that of the fine aggregate shall not exceed 1.5% by mass,
unless otherwise permitted.

vi Sand equivalent

The total fine aggregate used in all asphalt mixes shall have a sand
equivalent of at least 50, when tested in accordance with TMH1
method B19, and the natural sand where it is permitted to be mixed
with the aggregate shall have a sand equivalent of at least 30.

vii Design requirements

ADDENDUM 1 - Bidding Document: Construction of Samar Road Package 3 191


Millennium Challenge Account - Philippines

The Contractor shall, by conducting the necessary tests, satisfy


himself that he will be able to produce a mixture meeting the design
requirements specified hereinafter, using the aggregate he proposes
to supply, within the grading limits specified.

viii Grading

The grading of the combined aggregate including any filler added in


an approved working mix as described in Item 307.4 shall be within
the limits stated in Tables 307.2, 307.3 and 307.4 for the various
mixes. The approved grading shall be designated as the target
grading. The mean grading of each lot of the working mix
(minimum of 6 tests per lot) determined from samples obtained in a
stratified random sampling procedure, shall conform to the
approved target grading within the tolerances specified in Table
307.3.

d) Fillers

In the grading of the combined aggregates for asphalt surfacing mixes show a
deficiency in fines, an approved filler may be used to improve the grading.
Filler may consist of active filler as defined hereinafter or of inert material
such as rock dust having the required grading necessary to improve the
grading of the combined aggregates. In no instance shall more than 2% by
mass of active filler be used in asphalt mixes. Inert filler such as rock dust
used to improve grading shall not be subject to this limitation.
The Engineer may order the use of any active filler to improve the adhesion
properties of the aggregate. Active filler shall consist of milled blast furnace
slag, hydrated lime, ordinary Portland cement, Portland blast furnace cement,
fly-ash or a mixture of any of the above materials. Individual materials shall
comply with the requirements of the relevant specifications for such material.
Active filler shall have at least 70% by mass passing the 0.075 mm sieve and a
bulk density in toluene falling between 0.5 and 0.9 g/m. The voids in dry
compacted filler shall be between 0.3% and 0.5%, when tested in accordance
with British Standard 812.
Active fillers for use in asphalt bases shall be introduced to the mix prior to
wetting with the binder. An active filler content of 1.5% by mass shall be used
unless otherwise specified.
Only active filler added on the instructions of the Engineer, for the purpose of
improving adhesion, will be paid for. No payment will be made for filler
added to improve the grading.

e) General

ADDENDUM 1 - Bidding Document: Construction of Samar Road Package 3 192


Millennium Challenge Account - Philippines

All material shall be handled and stockpiled in a manner that will prevent
contamination, segregation or damage. Cement and lime shall be used in the
order in which it has been received.
The Contractor shall, as often as necessary, test and control the materials
produced by himself or the materials received by him from suppliers to ensure
that the materials always comply with the specified requirements.
In general, the Contractor will not be expected to construct layers in which the
nominal maximum aggregate size exceeds two-thirds of the compacted layer
thickness.

307.3 Composition of Asphalt Surfacing Mixtures


The rates of application and mix proportions of bituminous binder, aggregates and
fillers which are given in Tables 307.1 and 307.5, are nominal rates and proportions,
and shall only be used for bidding purposes. The rates and proportions actually used
shall be determined to suit the materials used and conditions prevailing during
construction and any approved variation on a nominal mix in the bitumen content or
active filler content shall be the subject of an adjustment in payment for binder or
active filler.
Before production or delivery of the asphalt, the Contractor shall submit samples of
the materials he proposes to use in the mix, together with his proposed mix design as
determined by an approved laboratory, to the Engineer, so that the Engineer may test
the materials and confirm the use of the proposed mix. The Engineer also reserves the
right to change aggregate blends in order to allow the selection of any combined
aggregate grading, within the specified grading envelope(s) for the proposed mix.
As soon as the materials become available the Contractor shall produce a working
mix in the plant in accordance with the design mix. The working mix shall again be
tested by him for compliance with the design requirements. Samples of the working
mix and the test results shall also be made available to the Engineer, who will
authorize the use of the working mix proportions approved for use in the trial section.
Final approval of the working mix will be subject to the approval of the trial section.
The composition of the approved working mix shall be maintained within the
tolerances given in Table 307.7.
The nominal mix proportions (by mass) of the various asphalt mixes are set out in
Table 307.4.

307.4 Design Parameters


All dense graded asphalt under this Contract shall be assessed in accordance with the
standard procedures laid down for the Marshall method of design as shown in the
table below, and in accordance with the gyratory air voids requirements specified as
well as the performance properties in Table 307.5.
The design shall produce a material which satisfies the limiting values of the various
Marshall properties listed in the table below. These values shall be used as the basis
of mix assessment.
In addition to achieving all the specified property values, all asphalt shall have an
adequate workability and shall be suitably resistant to segregation during handling
and placing.
Table 307.2: Marshall Properties Dense Graded Asphalt, 75-Blow Compaction

Parameter Min Max

ADDENDUM 1 - Bidding Document: Construction of Samar Road Package 3 193


Millennium Challenge Account - Philippines

Marshall Stability 8.0kN -

Marshall Flow 2.00 mm 4.00mm

Air Voids

nominal 10mm 4.0% 6.0%

nominal 14mm 4.0% 7.0%

Voids in Mineral Aggregate:

nominal 10mm 15.0% -

nominal 14mm 14.0% -

307.4.1 Proposed Mix


Details of the Bidders proposed mix proportions shall be included with the Bid. The
following details shall be provided:
f) a detailed description of all the materials to be used in the
manufacture of the dense graded asphalt. These descriptions shall include
a geological description of all the aggregates to be used.
g) the bitumen content expressed as in Table 307.4. The bitumen content
shall be based on a design mean with a maximum and minimum value
within a tolerance of 0.3% from the midpoint.
h) a particle size distribution in a format as shown in Table 307.4. The
particle size distribution shall be based on a design mean with the coarse
and fine limits within the production tolerances shown in Table 307.3:
i) test results for the proposed job mix which confirm Marshall properties
conforming with Table 307.2 over the range of particle sizes and bitumen
contents tendered. Nine mixes shall be prepared and tested. The mix
proportions shall represent the coarse and fine boundaries and the
midpoint of the tendered particle size distribution each at the upper, lower
and midpoint of the tendered bitumen content. Laboratory mixes
produced to replicate the nine mixes shall not vary from the PSD or
bitumen content at the midpoint, coarse and fine boundaries by more than
the limits shown below.

i 2% for 2.36mm sieve


ii 1% for < 2.36mm sieve

ADDENDUM 1 - Bidding Document: Construction of Samar Road Package 3 194


Millennium Challenge Account - Philippines

iii 0.1% for bitumen content

Table 307.3: Production Tolerances


Particle Size Distribution Tolerances on Percentage
AS Sieve Size (mm) by Mass Passing

4.75 and larger 7

2.36 and 1.18 5

0.6 and 0.3 4

0.150 2.5

0.075 1.5
j) test results for gyratory compaction air voids and resilient modulus
conforming with Item 307.41.

Note: The bitumen content shall be adjusted to produce air voids and VMA
complying with the limits shown in Table 307.2 but shall not be lower than the
minimum bitumen content.

307.5 Authorization of Job Mix Designs


Authorization for the use of any job mix design (tendered mix) shall be given only if
the tendered mix conforms to the following requirements:
k) The results of testing the nine mixes, defined in Item 307.4.1 indicate
that any permissible combination of the various mix proportions will
result in a dense graded asphalt having Marshall Properties satisfying the
limits specified in Table 307.2.
l) The mix shall produce a satisfactory workable material in the Works.
m) The midpoint grading and bitumen content of the tendered mix shall be
defined as the design mix. The design mix shall satisfy the requirements
of Table 307.2 and Item 307.4 when samples prepared in accordance with
AS 2891.2.2 are tested for air voids determination and resilient modulus.

Table 307.4: Target Gradings


Sieve mm Nominal 10mm Nominal 14mm

26.50 100 100

19.00 100 100

13.20 100 93 - 100

ADDENDUM 1 - Bidding Document: Construction of Samar Road Package 3 195


Millennium Challenge Account - Philippines

9.50 95 - 100 79 - 89

6.70 78 - 88 63 -73

4.75 63 - 73 49 - 59

2.36 40 - 48 33 - 41

1.18 25 - 32 22 - 32

0.600 18 - 24 15 - 23

0.300 12 - 17 10 - 18

0.150 8 - 12 6 11

0.075 35 2-5

Bitumen Content 5.4% 4.7%


(by percentage 0.3% 0.3%
mass of whole 60/70 penetration 60/70 penetration
mixture) grade B12 road- grade B12 road-
grade bitumen grade bitumen

Hydrated Lime 1.5% 1.5%


(by percentage
mass of total)

307.5.1 Gyratory Air Voids


n) After compaction at 120 cycles of the gyratory compactor the air voids
of the mix shall be reported.
o) After compaction to refusal density at 350 cycles of the gyratory
compactor the air voids of the design mix shall not be less than 2.5%.

307.5.2.1 Resilient Modulus


The design mix shall be tested in accordance with AS 2891.13.1 to determine the
resilient modulus. The resilient modulus shall be determined at an air void content of
5 1.0%.

307.6 Performance Properties


The Contractor shall carry out performance testing as a minimum according to the
frequencies listed in Table 307.5. The results shall be reported to the Engineer for
review.
Table 307.5: Performance Properties

Requirement Limits Minimum Frequency Test Method

ADDENDUM 1 - Bidding Document: Construction of Samar Road Package 3 196


Millennium Challenge Account - Philippines

Moisture Content Less than Sampled at the plant and AS 2891.10


for mixes during 0.15% tested daily
production

Indirect Tensile 5500 MPa One per 10,000 tons or part Austroads
Modulus thereof. AG:PT/T232 Tensile
Strength Ratio

Moisture 80% One per week of 5,000 tons Austroads


Sensitivity 700kPa AG:PT/T232 Tensile
Minimum Wet Strength Ratio (on
Strength Tensile samples not reheated)
Strength Ratio

Refusal Density 2.5% air one per week or 5000 tons BS 598-104 (1985)
voids

Wheel Tracking <3.5mm / One per 10,000 tons or part Austroads AG:
10,000 thereof PT/T231
repetitions

307.7 Plant and Equipment

307.7.1 General
All plant shall be so designed and operated as to produce a mixture complying with
the requirements of this specification. The plant and equipment used shall be of
adequate rated capacity in good working order and subject to the prior approval of the
Engineer. Obsolete or worn out plant will not be allowed on site.
Prior to the start of the work, the Contractor shall supply the Engineer with copies of
the manufacturers handbooks and copies of check lists prepared in terms of
ISO 9002 where applicable pertaining to the mixing, remixing and paving plant,
containing details of the correct settings and adjustment of the plant.
Any alteration which has been or is being effected to any constructional plant, and
which does not comply with the specifications of the manufacturer, shall be brought
to the notice of the Engineer.

307.7.2 Mixing plant


p) Conventional binders

Asphalt shall be mixed by means of an approved type mixer of proven


suitability for producing a mixture complying with all the requirements of the
specification.
The mixing plant may be either automatically or manually controlled but in
the latter case, two control operators shall be provided.
The heating system of the tanks sorting the binder shall be so designed that the
binder will not be degraded during heating. A circulating system for the binder
shall be provided which shall be of adequate size to ensure the proper and
continuous circulation between storage tanks and mixer during the entire
operating period.

ADDENDUM 1 - Bidding Document: Construction of Samar Road Package 3 197


Millennium Challenge Account - Philippines

Binder storage tanks shall be fitted with thermometers designed to provide a


continuous record of the temperature of the binder in the tank. Copies of these
records shall be supplied to the Engineer on a daily basis.
Satisfactory means shall be provided to obtain the proper amount of binder in
the mix within the tolerances specified, either by weighting or volumetric
measurements. Suitable means shall be provided for maintaining the specified
temperatures of the binder in the pipe lines, weigh buckets, spray bars and
other containers or flow lines.
In the case of a drum type mixer, the system shall control the cold feeding of
each aggregate fraction and of the filler by mass, by means of a load cell or
another device regulating the feed automatically, and by immediately
correcting any variation in mass which results from moisture or from any other
cause. The cold feed shall be regulated automatically in regard to the binder
feed so as to maintain the required mix proportion.
Suitable dust collecting equipment shall be fitted to prevent pollution of the
atmosphere in accordance with the provisions of current environmental acts.
The fuel chosen and control of the burner shall be such as to ensure the
complete combustion of the fuel in order to prevent pollution of the
atmosphere and the aggregate.
q) Non-homogeneous modified binders (bitumen-rubber)

In the event of on-site blending adequate and suitable heating tanks and
acceptable blending equipment shall be provided in addition to the mixing
plant for conventional binder.
r) Homogeneous modified binder

In addition to the mixing plant requirements for conventional binder, refer to


the requirements of the project specifications.
s) Recycling

In addition to the requirements set out in Item 307.7 the mixing equipment
shall be specially adapted to deal with recycling and any such adjustments
shall be in accordance with the instructions of the manufacturer of the mixing
plant. The recovered asphalt portion of the mix shall not be exposed directly to
the heating source whilst the feeding rate and proportioning shall be accurately
controlled. Before work is commenced, the Contractor shall submit full details
of his mixing equipment to the Engineer for his approval.

307.7.3 Spreading Equipment


t) Paver

The mixture shall be laid by an approved type of self-propelled mechanical


spreader and finisher capable of laying to the required widths, thicknesses,
profile, camber or cross-fall, without causing segregation dragging or other
surface defects.
All pavers shall be fitted with automatic electronic screed controls to maintain
the required levels, cambers and cross-falls.
Where leveling beams on multiple skids or sliding beams are used they shall
be at least 12.0 m long, or as specified by the Engineer.

ADDENDUM 1 - Bidding Document: Construction of Samar Road Package 3 198


Millennium Challenge Account - Philippines

u) Chip spreader

Wherever feasible, a machine straddling the full paved width shall be used for
spreading the pre-coated chippings. Such a mechanical spreader must be self-
propelled and be able to follow immediately behind the paver.
When coated chippings are spread by hand, special care shall be taken to
prevent bunching of the chippings.

307.7.4 Rollers
v) General requirements

Compaction shall be done by means of approved flat steel-wheeled, vibratory,


oscillating or pneumatic-tired rollers. The frequency as well as the amplitude
of vibratory rollers shall be adjustable. Vibratory rollers shall be used only
where there is no danger of damage being done to the asphalt, structures of
bridge decks or residential dwellings, or other layers. It will be indicated in the
project specifications where vibratory compaction equipment may be used on
bridge decks and what the constraining parameters will be. The rollers shall be
self-propelled and in good working condition, free from backlash, faulty
steering mechanism and work parts. Rollers shall be equipped with adjustable
scrapers to keep the drums clean and with efficient means of keeping the
wheels wet to prevent mixes form sticking to the rollers.
No leakages of any nature may occur in the rollers.
The mass and/or tire pressures shall be such so as to ensure proper compaction
to comply with the specifications of surface finish and density.

307.7.5 Binder Distributors


Where bituminous binders are to be sprayed onto areas before the asphalt is placed,
the binder distributors shall comply with Item 302.

307.7.6 Vehicles
The asphalt shall be transported from the mixing plant to the spreader in trucks having
tight, clean, smooth beds and sides which have been treated to prevent adhesion of the
mixture to the truck bodies. A thin film of soapy water or vegetable oil may be used
to prevent adhesion but petroleum products shall not be used for this purpose.
All vehicles used for transporting hot asphalt shall be fitted with canvas (transport in
excess of 10 km or cold, windy or rainy conditions prevailing) or other suitable
approved convert (less than 10 km and moderate climatic conditions prevailing) to
minimize temperature loss. Such covers shall be securely fixed over the hot asphalt
form the time of departure at the mixing plant until immediately prior to the discharge
of the asphalt into the paver.

307.7.7 Mass-Measuring Device for Asphalt Mixes


Where payment per ton is specified, the Contractor shall keep available the mixing
plant or on the site a suitable gauged mass-measuring device for measuring the
asphalt mixes. The device shall be provided with the printer for printing the type of
mix, the mass, the time and the date. The printed data shall be submitted to the
Engineer.

307.8 General Limitations and Requirements and the Storage of Mixed Material

ADDENDUM 1 - Bidding Document: Construction of Samar Road Package 3 199


Millennium Challenge Account - Philippines

307.8.1 Weather Conditions


Asphalt may be mixed and placed only under favorable weather conditions, and shall
not be mixed or placed when rain is imminent or during misty or wet conditions.
The following wind and temperature conditions are regarded as being suitable for
paving work.

307.8.1.1 Air Temperatures


w) While the air temperature is rising, work may be performed at
temperatures of 6C with an allowable wind velocity of less than 25 km/h;

10 C with an allowable wind velocity of less than 55 km/h or for asphalt with
a compacted thickness of less than 30 mm with an allowable wind velocity of
less than 25 km/h;
x) With falling air temperatures, work must be stopped when the temperature
reaches 6 C regardless of the wind velocity and may not be restarted
before the temperature is definitely rising.

307.8.1.2 Moisture
The mixing and placing of asphalt will not be allowed if:
y) The moisture content of the aggregate affects the uniformity of
temperature; or if
z) Free water is present on the working surface; or if
aa) The moisture content of the underlying layer, in the opinion of the
Engineer, it too high, or if the moisture content of the upper 50mm of the
base exceeds 50% of the optimum moisture content as determined by the
Engineer.

No overlay shall be placed immediately after a rainy spell on an existing partly


cracked and/or highly permeable surfacing resulting in the trapping of moisture in the
pavement structure. A minimum delay of 24 hours or such extended period as ordered
by the Engineer shall apply

307.8 1.3 Surface Requirements


After the prime coat has been applied, the base shall be checked for smoothness and
accuracy of grade, elevation and cross section.
Any portion of the base not complying with the specified requirements, shall be
corrected with asphalt at the Contractors own expense, until the specified
requirements are met. The Engineer may, however, in his sole discretion, allow minor
surface irregularities to remain, provided they can be taken up in the following asphalt
layer without adversely affecting that layer.
The asphalt used for the correction of the base or subbase, shall be the same mixture
as specified for the surfacing or as directed by the Engineer, and the maximum size of
aggregate used shall be dictated by the required thickness of the correction in each
case.

ADDENDUM 1 - Bidding Document: Construction of Samar Road Package 3 200


Millennium Challenge Account - Philippines

Notwithstanding these provisions for the correction of the base or subbase, the
Engineer reserves the right to order the removal and reconstruction of the layer or of
portions of the base and subbase layers not complying with the specified
requirements, instead of allowing the correction of substandard work with asphalt
material.
Where a prime coat is applied it shall be dry before further coats or layers are applied.
The Contractor shall not commence without the written approval of the Engineer.
The Contractors program shall allow for delays that are a function of the type of
prime, rate of application, base porosity and moisture content, and climatic
conditions.

307.8.1.4 Cleaning of the Surface


Immediately before applying the tack coat, the surface shall be broomed and cleaned
of all loose or deleterious material before the application of the asphalt.
Where the prime coat has been damaged, it shall be repaired by hand brushing or
spraying priming material over the damaged portions.
Where the surfacing is to be constructed on bridge decks, the concrete deck shall be
thoroughly cleaned by washing and brushing to remove all loose material and allowed
to dry.

307.8.1.5 Tack Coat


Where called for in these specifications, or where indicated by the Engineer, a tack
coat shall be applied to the surface to be paved.
The tack coast shall consist of a spray grade bitumen emulsion diluted to have a 30%
bitumen content and shall be applied at a rate of 0.55 l/m2 or as directed by the
Engineer.
For bridge decks a tack coat consisting of 30% stable-grade bituminous emulsion
shall be applied to the surface at a rate of 0.4 l/m2. The tack coat shall then be allowed
to dry.
The use of hand operated equipment for the application of tack coats shall be at the
sole discretion of the Engineer and his approval shall be timely obtained.
All exposed portions of kerbing, channeling and bridge railing shall be adequately
protected when the tack coat is applied.
The tack coat shall not be applied more than 24 hours before the paving is done.

307.8.1.6 Preparation for Placing of Overlays


The provisions of Part E shall apply to any surface to be covered with overlays. The
type of treatment to be applied, if any, will be specified in the project specifications or
instructed in writing by the Engineer.
Preparation where asphalt layers are to be widened or where surfacing over a section
of the road width requires replacement.
The existing asphalt shall be removed where required, or as instructed by the
Engineer.
Where a road has to widened, the overlay shall be cut back not less than 100mm from
the existing edge. Unless otherwise indicated on the drawings or instructed by the
Engineer, asphalt joints may not fall within a wheel track.

307.8.1.6 Storage
Mixing shall not be allowed to take place more than four hours before paving begins
unless provision has been made for storage. Storage of mixed material will only be

ADDENDUM 1 - Bidding Document: Construction of Samar Road Package 3 201


Millennium Challenge Account - Philippines

permitted in approved hoppers, which are capable of maintaining the temperature of


the mix uniform throughout. In any case, storage will not be permitted for a period
longer than 8 hours after mixing, unless otherwise approved by the Engineer. Open-
graded mixes and stone-mastic asphalt shall not be stored or mixed ahead of paving
operations, but shall be laid directly following mixing.

307.9 Producing and Transporting the Mixture

307.9.1 Mixing and Storage Temperatures of Binder


Bituminous binders shall be stored at temperatures not exceeding those given in Table
307.6 or as specified in the project specifications, and the aggregate and bituminous
binders shall be heated at the mixing plant to such temperatures that the mixed
product shall have a temperature within the range given in Table 307.6.

307.9.2 Production of the Mixture using Batching Plants

307.9.2.1 Heating the aggregate


The aggregate shall be dried and heated so that, when delivered to the mixer, its
temperature shall be between 0 C and 20 C lower than the maximum temperature
indicated in Table 307.6 for the mixture. The moisture content of the mix shall not
exceed 0.5%.

307.9.3 Batching
Each fraction of the aggregate and binder shall be measure separately and accurately
in the proportions by mass in which they are to be mixed. If filler is used, it shall be
measured separately on a scale of suitable capacity and sensitivity. The error in the
weighing apparatus used shall not exceed 2% for each batch.

307.9.4 Mixing
The aggregate, filler and binder shall be mixed until a homogeneous mixture is
obtained in which all particles are uniformly coated. Care shall be taken to avoid
excessively long mixing times which can cause hardening of the binder.
Table 307.6: Maximum Storage and Mixing Temperatures
Material Maximum Temperature
storage range of mix
temperature of in
binder in C C

Over Under Continuously,


24 24 hours semi-gap and
Bitumen
hours gap graded
mixes

40/50 penetration grade 145 175 140 165

60/70 penetration grade 135 175 135 160

80/100 penetration grade 125 175 130 155

ADDENDUM 1 - Bidding Document: Construction of Samar Road Package 3 202


Millennium Challenge Account - Philippines

Material Maximum Temperature


storage range of mix
temperature of in
binder in C C

150/200 penetration grade 115 165 125 150

307.9.3 Production of the Mixture using Drum-Type Mixing Plants


The aggregate and filler shall be accurately proportioned and conveyed into the drum-
mixing unit. The calibrated amount of binder shall be sprayed onto the aggregates at
the correct position so that no hardening of the binder shall take place. A
homogeneous mixture and uniform coating of binder must be achieved and the
moisture content of the asphalt mixture shall not exceed 0.5%. Once the final mix
temperature has been agreed upon, it may not be altered without the prior consent of
the Engineer.
The moisture content of the asphalt mixture shall be tested according to method C11
of TMH1.

307.9.4 Transporting the Mixture


The mixture shall be transported from the mixing plant to the works in trucks. Loads
shall be covered by waterproof canvas or insulated metal sheets when the haul
exceeds 10 km or during cold, windy or rainy weather. Deliveries shall be made so
that spreading and rolling of all the mixtures prepared for a days run can be
completed during daylight, unless artificial lighting, as approved by the Engineer, is
provided. Any asphalt which has become wet due to rain or any other cause shall be
rejected. Hauling over freshly laid material is not permitted.

307.9.5 Small Quantities of Asphalt


A small quantity of asphalt shall be a quantity of less than 10 tons of a specified
composition to be specially produced on occasion. For a small quantity of asphalt of
less than 10 tons, extra payment will be made if its use has been instructed by the
Engineer, in writing, and where, in the opinion of the Engineer it is necessary in
accordance with the approved working program of the Contractor, and / or for the
safety of the work or the traveling public on account of weather conditions or
abnormal traffic conditions.
No extra payment will be made where small quantities of asphalt are required in
consequence of the negligence of the Contractor, or of poor work or bad planning
dome by the Contractor, or because he did not execute the works in accordance with
his approved program.

307.10 Spreading the Mixture


The mixture shall be delivered to the paver in such a manner that the paver will never
be forced to stop for lack of asphalt. The temperature of the mixture shall be
controlled by measuring at a random pattern in the truck immediately before
emptying and shall not be more than 10 C below the minimum temperature specified
for mixing in Table 307.6. The adjustment of the screed, tamping bars, feed screws,
hopper feed, etc., shall be checked frequently to ensure uniform spreading of the mix.
If segregation or tearing occurs, the spreading operations shall immediately be
suspended until the cause if determined and corrected.

ADDENDUM 1 - Bidding Document: Construction of Samar Road Package 3 203


Millennium Challenge Account - Philippines

The addition and removal of material behind the paver shall normally not be allowed
and the paver shall be capable of spreading the mixture to the correct amounts that
will provide the required compacted thickness without resorting to spotting, picking-
up or otherwise shifting or disturbing the mixture.
Only minimal hand-working of the open graded asphalt shall be permitted after
discharge from the paver and before rolling and shall be carried out with wooden
spreaders. Operatives shall not be permitted to walk on un-compacted open graded
asphalt.
Paving shall, if possible, commence at the bottom of the grades and the lower edges
of super-elevated curves. Paving shall be done upgrade on grades steeper than 5%.
Spreading shall be so arranged that longitudinal joints do not coincide with joints in
lower layers of asphalt base paver laid crushed stone bases or surfacing.
Continuity of placing is especially important for open-graded asphalt. Cutting of
longitudinal joints shall be avoided when paving open-graded asphalt, but where
cutting is essential, only sawing shall be permitted. The existing layer shall be heated
to assure adequate longitudinal bonding of the asphalt in two lanes.
Unless otherwise specified in the project specifications the paver shall be equipped to
provide automatic control of levels, and cross section. In the case of asphalt base
construction, automatic control shall be run off guide wires and in the case of
surfacing and overlays skids or guide wires shall be used.
On restricted areas, inaccessible to the paving equipment used, the mixture may be
placed by hand or other means to obtain the specified results. Paving shall be carried
out in a manner which will avoid segregation and which will allow control of levels.
The mixer capacity and the operating speed of the paver are to be so coordinated as to
ensure continuous laying and to avoid intermittent stopping of the paver.
Paving shall cease when rain starts falling or when the surfaces to be paved are visibly
wet.
In the case of overlays, guide wires will normally not be required during the placing
of the mix unless specified in the project specification. In all cases, including leveling
courses, the paver shall be provided with approved skid beams with electronically
controlled equipment which can ensure a constant cross fall and can even out local
irregularities.
Asphalt shall be placed in restricted areas with the aid of smaller specially equipped
paver, hand tools or other approved equipment. The space concerned shall be properly
filled with asphalt, without leaving any gaps between the fresh asphalt and the
existing pavement layers.
All the provisions in regard to temperature, mix composition, uniformity, etc, shall
remain applicable, but layer thickness and control shall be such that the requirements
for compaction and surface tolerances can still be attained.

307.10.1 Surfacing of Bridge Decks


The type and nominal thickness of the surfacing shall be as indicated on the drawings,
and specified in the schedule of quantities.
Before commencing with the construction of the surfacing, the actual levels of the
bridge deck shall be determined by means of accurate leveling. The levels and grades
to which the surfacing is to be constructed shall be as shown on the drawings or as
indicated by the Engineer. If the levels of the concrete deck as constructed by the
Contractor deviate by more than the specified tolerances from the specified levels, he
shall construct a leveling layer at his own cost. The nominal size of the aggregate in
the leveling layer shall be 9.5 mm.

ADDENDUM 1 - Bidding Document: Construction of Samar Road Package 3 204


Millennium Challenge Account - Philippines

307.10.2 Joints
Longitudinal joints shall be continuous and parallel to the pavement centerline. The
side of the adjacent run shall be tack coated before the paving of the adjacent run
proceeds. Longitudinal joints in asphalt intermediate and asphalt base courses shall
be offset from layer to layer by not less than 150 mm and shall be within 300 mm of
the traffic lane line or the center of traffic lane. Joints shall be located away from
traffic wheel tracks. Where new pavement abuts an existing pavement, the existing
pavement shall be removed in steps to achieve an offset from layer to layer of not less
than 150mm.

307.10.2.1 Hot Joints (140 C)


bb) Hot joints shall only be used when the weather conditions and job
planning permit the placement of a paving run before the temperature of
the edge of the adjacent run has dropped below 140o C.
cc) Hot joints must be constructed using two asphalt pavers operating in
echelon by leaving a 150 mm wide strip of asphalt mix unrolled along the
free edge of each paving run until after the adjacent run has been placed
by compacting the unrolled strip of asphalt mix simultaneously with the
material in the adjacent run. Rolling must commence before the
temperature of the asphalt along the edge of the first placed run has fallen
below 140o C. After placing of the adjacent run, the initial pass with the
rollers must overlap the previously placed run by at least 500 mm.

307.10.2.2 Warm Joints (110 C)


dd) Where job planning and weather conditions permit the placement of the
adjacent run within 1.5 hours of placing the proceeding run and before the
temperature in the edge of the proceeding run has dropped below 110o C,
the joint may be treated as a warm joint. The full width of the run being
placed must be rolled with the breakdown roller.
ee) When rolling along a free edge, the roller must not overhang the edge by
more than 100 mm. The edge of the run must be formed while hot to a
straight, tight face at approximately 45o C to the vertical using steel lutes
or similar equipment.
ff) Pneumatic tired rolling must proceed along the run to within 50 to 100
mm of the edge, but not to the extent that collapse or rollover of the edge
occurs.

ADDENDUM 1 - Bidding Document: Construction of Samar Road Package 3 205


Millennium Challenge Account - Philippines

gg) After placing of the adjacent run, the initial passes with the medium
pneumatic tired roller must overlap the previously placed run by at least
500 mm.

307.10.2.3 Cold Joints


hh) Where a hot or warm longitudinal joint is not achievable, the full width of
the run being placed must be rolled with the breakdown roller. When
rolling along a free edge, the breakdown rollers should not overhang the
edge by more than 100 mm. Pneumatic tired rolling must be carried right
to the edge of the run such that the outer tire of the roller overlaps the
edge by approximately 25 mm.
ii) Before placing the adjacent run, the edge must be checked transversely
with a straight edge to determine the extent of any loss of shape (rolled
over edge). The edge must be cut back a minimum distance of 100 mm to
remove all segregated and out of shape material, with a cutting wheel or
other means approved by Construction Manager to expose a clean straight
face between the vertical and 45 degrees to the vertical for the full depth
of the layer. The joint shall not be cut with a diamond saw.
jj) The edge face must be sprayed with a uniform emulsion tack coat before
placing the adjacent paving run. Excessive waste material from cutting
back of cold joints must be replaced by the Contractor at his own expense.

Temporary longitudinal ramps shall be provided for any asphalt course that has not
been completed to the full carriageway width and is subjected to traffic. These ramps
shall be cut back before the adjacent run is laid.

307.10.3 Transverse Joints


Transverse joints shall be at right angles to the direction of paving and must be cut to
a straight face between vertical and 45 degrees to the vertical to the full depth of the
course. The joint shall be staggered by at least one (1) meter between successive
layers and between adjacent runs
The end of the trimmed back previous run that has cooled shall be cut to produce a
vertical face. The extent of the cut back shall be the greater of the following two
lengths
kk) The length of the rounding or ramping down formed due to emptying of
the screed box, determined using a 3m straight edge or,
ll) The length of the area that is segregated or not properly compacted.

The cut face shall be lightly tack coated with bitumen emulsion before the paving of
the next run proceeds.

ADDENDUM 1 - Bidding Document: Construction of Samar Road Package 3 206


Millennium Challenge Account - Philippines

Temporary transverse ramps shall be provided where traffic is to use the newly laid
work prior to a run being completed. These ramps shall be cut back before the next
run is laid.

307.11 Compaction
The mix shall be rolled as soon as possible after it has been laid by a combination of
vibratory and static steel wheel and pneumatic-tired rollers in a sequence
predetermined and approved during the laying of trial sections. Such rolling shall
commence and be continued only for so long as it is effective and does not have any
detrimental effect. Only steel wheel rollers (non-vibratory) will be permitted for the
compaction of open-graded mixtures although rubber-tired roller shall be on standby
if required. The use of pneumatic-tired rollers for continuously-graded asphalt with
modified binders shall be assessed in the trial section.
As many rollers shall be used as is necessary to provide the specified pavement
density and the required surface texture. During rolling of asphalt surfacing, the roller
wheels shall be kept moist with only sufficient water to avoid picking up the material.
After longitudinal joints and edges have been compacted, rolling shall start
longitudinally at the sides and gradually progress towards the center of the pavement,
except on superelevated curves, or where the area to be paved has a cross-fall, when
rolling shall begin on the low side and progress to the higher side, uniformly lapping
each preceding track, covering the entire surface. During breakdown-rolling the
rollers shall move at a slow but uniform speed (not to exceed 5 km/h) with the drive
roller nearest the paver, unless otherwise specified on account of steep gradients.
No movement of the asphalt layer shall occur under steel-wheel rollers once the
asphalt temperature has dropped to below 100 C. Three-wheeled steel rollers, with
large diameter rear wheels are preferable to tandem rollers and may be used in
conjunction with pneumatic tired rollers, provided pick-up of the asphalt on the
wheels does not occur.
The Contractor shall take adequate precautions to eliminate pick-up.
The sequence of rollers used in compaction is at the discretion of the Contractor
provided the completed pavement shall have a density as measured on recovered core
equal to or greater than 97%, minus the percentage voids in the approved production
mix, of the theoretical maximum density, determined as described in TMH1 method
C4.
The Contractor shall utilize a calibrated nuclear gauge for process control during
compaction operations. Notwithstanding this requirement, the acceptance control
carried out for compaction by the Engineer shall still be based on cores taken from the
compacted layer.
The portion of trial section having the desired surface texture shall be designated as a
reference for what is required in the permanent work.
The following requirements shall apply to rolling and compacting generally.
The material shall not be excessively displaced in a longitudinal or transverse
direction especially when changing gears, stopping or starting rollers.
No cracks or hair cracks shall be formed and the bond with the underlying layer shall
not be broken.
The density shall be uniform over the whole area of the layer and extend over the full
depth of the layer.
Rollers shall not be left standing on the asphalt layer before it has been fully
compacted and before the layer surface temperature has dropped below 60 C

ADDENDUM 1 - Bidding Document: Construction of Samar Road Package 3 207


Millennium Challenge Account - Philippines

In restricted areas where the specified rollers cannot be used, compaction shall be
carried out with hand-operated mechanical compaction equipment or approved
smaller vibratory rollers. The prescribed density requirements remain applicable
throughout over the full layer thickness irrespective of the method of compaction.

307.12 Laying Trial Sections


Before the Contractor commences with the construction of any asphalt base or
surfacing, he shall demonstrate, by laying a trial section of between 300 m2 and
600 m2 in area, as specified, depending on the required layer thickness, that the
equipment and processes that he proposes to use, will enable him to construct the
particular asphalt course in accordance with the specified requirements.
The Engineer may require that up to three different binder contents be incorporated in
one such trial section to verify the laboratory design phase.
Amongst others, the Contractor shall submit dynamic test results obtained from the
testing of cores extracted from the completed trial section in locations determined by
stratified random sampling methods, and/or, as specified, dynamic test results
obtained from briquettes prepared from material obtained by stratified random
sampling methods at the manufacturing plant or behind the paver as directed by the
Engineer.
A maximum period of 10 days shall be allowed to verify dynamic creep test results
unless otherwise specified in the project specifications.
Only when such a trial section has been satisfactorily laid and finished, and complies
with the specified requirements, will the Contractor be allowed to commence with
construction of the permanent work.
If the Contractor should make any alternations in the methods, processes, equipment
or materials used, or if he is unable to comply consistently with the specifications, the
Engineer may require that further trial sections be laid at the Contractors cost before
allowing the Contractor to continue with the permanent work.
In intention of this clause is to avoid any experimentation by the Contractor on the
permanent work.
The trial sections shall be laid where indicated by the Engineer. The Contractor shall
prepare the surface on which to lay the trial section and shall also, if required, remove
the trial section after completion and resort the surfaces on which it was constructed,
all at the Contractors cost.
Provision is made for payment of the first approved trial section of any particular mix
type, but subsequent trial sections with the same mix type shall be at the Contractors
own cost. Payment will be made for the specified area of each approved first trial
section for any particular mix type.
The construction equipment and techniques as well as the mix properties applicable to
the approved trial section shall not be changed without prior approval by the
Engineer.

307.13 Protection and Maintenance


The Contractor shall protect asphalt base and asphalt surfacing from all damage until
the work is finally accepted by the Engineer and he shall maintain the surfacing work
until the issue of the maintenance certificate. Excepting fair wear and tear on
surfacing any damage occurring to the completed base or surfacing during the
maintenance period, or any defects which may develop due to faulty workmanship,
shall be made good by the Contractor at his own expense and to the satisfaction of the
Engineer.

ADDENDUM 1 - Bidding Document: Construction of Samar Road Package 3 208


Millennium Challenge Account - Philippines

307.14 Construction Tolerances and Finish Requirements

307.14.1 Construction Tolerances


The completed sections of asphalt base and surfacing shall comply with the
requirements for grade, width, thickness, cross section and smoothness stated below
mm) Level and grade

The level tolerances shall be as follows:


H90 + 15 mm
Hmax + 20 mm
Deviation from the specified longitudinal grade due to deviations from the
specified levels shall not exceed the values given below.
Table 307.7: Maximum Variation from Specified Grade
Length of variation in Maximum variation from
grade specified grade
(m) %

2 0.354

5 0.224

10 0.158

20 0.112

30 0.091

nn) Width

The average width of both asphalt base and surfacing shall be at least equal to
that shown on the drawings and nowhere shall the outer edge of the layer be
inside the lines shown on the drawings by more than 15 mm in the case of
both asphalt base and asphalt surfacing.
oo) Thickness

The thickness tolerances shall be as follows:


D90 base = 15 mm surfacing = 5 mm
Dmax base = 20 mm surfacing = 8 mm
Davg base = 5 mm surfacing = 2 mm
Thickness shall be determined from carefully controlled levels taken before
and after construction in exactly the same position and/or from cores drilled
from the completed layer.
pp) Cross-Section

When tested with a 3m straight edge laid at right angles to the road centre line,
the surface shall not deviate from the bottom of the straight-edge by more than
10mm.

ADDENDUM 1 - Bidding Document: Construction of Samar Road Package 3 209


Millennium Challenge Account - Philippines

At any transverse section the difference in level between any two points shall
not vary from their difference in level computed from the cross section shown
on the drawings by more than 20 mm.

qq) Surface Regularity

When tested with a rolling straight-edge, the number of surface irregularities


shall not exceed those given below (applied to base and surfacing).
Average number of irregularities per 100m length equal to or exceeding the
specified value when taken over 300m 600m lengths:
Asphalt with rolled-in chippings 4
Other asphalt layers 2
Number of irregularities equal to or exceeding the specified value when taken
over 100 m sections:
Asphalt with rolled-in chippings 8
Other asphalt layers 5

The maximum value of any individual irregularity when measured with the
rolling straight-edge or a 3m straight-edge laid parallel to the road center line:
Asphalt with rolled-in chippings 5 mm
Other asphalt 4 mm
rr) Surfacing of Bridge Decks

The completed surfacing shall comply with the requirements for base in
respect of surface tolerances for grade, smoothness, cross section and width.
ss) Gradings

The combined aggregate and filler grading shall not deviate from the approved
target grading for the working mix by more than that given in Table 307.4.
The mean grading of each lot of the working mix (minimum of 6 tests per lot)
shall be determined from samples obtained in a stratified random sampling
procedure.
tt) Binder Content

For bidding purposes only, a nominal binder content of 4.5% by mass of total
mix shall be considered. The rates and proportions actually used shall be
determined to suit the materials used and conditions prevailing during
construction. The final approval of the working mix shall be subject to
completion of satisfactory trial sections.

Table 307.8: Permissible Deviation from Target Grading


Size of aggregate: Permissible deviation from
material passing through the the approved target grading
following sieves (%)
(mm)

26.5 + 5.0

ADDENDUM 1 - Bidding Document: Construction of Samar Road Package 3 210


Millennium Challenge Account - Philippines

19.0 + 5.0

13.2 + 5.0

9.5 + 5.0

6.7 + 5.0

4.75 + 4.0

2.36 + 4.0

1.18 + 4.0

0.60 + 4.0

0.30 + 3.0

0.15 + 2.0

0.075 + 1.0*

*when statistical methods are applied the permissible deviation for the 0,075
mm fraction is + 2,0%
uu) Voids

The voids in the mix shall be within the limits specified in Table 307.2.
vv) Construction Tolerances for Overlays

When the overlay is constructed to specified levels on a layer that has also
been constructed or milled to specified levels by the Contractor, all the
tolerance requirements of Item 307.14 shall be applicable.
When the overlay is constructed to specified levels on an existing layer, or on
a layer which has been constructed or milled by the Contractor, but which has
not been constructed or milled to specified levels, all the tolerance
requirements of Item 307.14 shall be applicable except those which relate to
thickness.
When the overlay is not constructed to specified levels and no guide wires are
used, but an electronically controlled paver and a skid beam, the following
tolerances shall apply.
The outer edges of the overlay shall nowhere be more than 15 mm inside or
outside the lines shown on the drawings, and shall be parallel to the road
center line.
The minimum thickness shall be the specified nominal thickness.
The maximum thickness shall be the specified nominal thickness + 10 mm
The surface regularity shall be measured with a 3m straight-edge in locations
selected by the Engineer, placed at right angles and parallel to the road
centerline, and no irregularity may exceed the value of 6 mm.

307.15 Quality of Materials and Workmanship

ADDENDUM 1 - Bidding Document: Construction of Samar Road Package 3 211


Millennium Challenge Account - Philippines

307.15.1 Sampling
Sampling of asphalt mixes shall be carried out according to method MB7 of TMH5,
or as prescribed by the Engineer.
Sampling for acceptance control for bitumen content and grading shall be carried out
immediately behind the paver or as otherwise prescribed by the Engineer.
Sampling of bitumen shall be carried out at the discharge point of the delivery vehicle
or adjacent to the discharge point into the mixer. Bitumen sampling shall comply with
the relevant procedure as described in ASTM D140.

307.15.2 Coring of Asphalt Layers


The Contractor shall provide suitable coring machines capable of cutting 100mm
diameter cores from the completed asphalt layers.
The cost of extracting cores for process control shall be deemed to be included in the
Contractors prices for the construction of asphalt pavement layers and will not be
paid for separately. The coring equipment, the program, and the procedures must be
approved by the Engineer.
If the Contractor does not adhere to the approved program, the Engineer may
temporarily suspend the paving operations.
All core holes shall be neatly repaired with asphalt and compacted to the specified
density. Wherever possible the cores shall be filled with the same mix as used for the
layer tested.

307.15.3 Routine Inspection and Tests


Routine inspection and tests will be carried out by the Engineer to determine the
quality of the materials and workmanship for compliance with the requirements of
this section.
Test results and measurements will be assessed as specified herein.

Item 310: Bituminous Concrete Surface Course, Hot Laid

310.4 Method of Measurement


Replace Sub-sections 310.4 and 310.5 with the following:
310.4. MEASUREMENT AND PAYMENT
Item Description Unit of
Measurement

310(1) Bituminous Concrete Surface Course, hot Square Meter


laid (50mm thick)

The binder shall be 60/70 penetration grade bitumen at the nominal content of 4.5%
by mass.
The unit of measurement shall be the square meter of asphalt surfacing constructed to
the thickness specified. No payment will be made for material wasted.
The tendered rates shall include full compensation for procuring, furnishing, heating
mixing, placing and compaction of all materials as specified as well as process control
testing, protecting and maintaining the work as specified.
Item Description Unit

ADDENDUM 1 - Bidding Document: Construction of Samar Road Package 3 212


Millennium Challenge Account - Philippines

Item Description Unit

310(2) Binder variation (60/70 penetration grade Liter


bitumen)

The unit of measurement in respect of increases or decreases in the bituminous binder


content from the nominally specified 4.5% shall be in Liter.
Item Description Unit of
Measurement

Variation in active filler content

310(3)a Portland Cement Metric Ton

310(3)b Road Lime Metric Ton

The unit of measurement in respect of increases or decreases in the active filler


content for the surfacing mixtures from that specified in the nominal mix shall be the
metric ton. No payment shall be made to inert filler added by the Contractor.

Item 311: Portland Cement Concrete Pavement

311.1 Description
Include the following at the end of the paragraph:
This Item covers the placement and replacement of Portland Cement Concrete
pavement to the lines and levels as detailed in the drawings. The work entails either
demolition or removal of the existing damaged concrete and replacement with new
concrete slabs after stabilization of the existing subbase, or the construction of new
concrete pavement, and the widening of existing concrete pavements.
Concrete pavement shall be constructed using a slip-form paver as per DPWH
Department Order No. 219, series of 2000 entitled Use of Slip-Form Paver in
Portland Cement Concrete Pavement Construction.

Areas inaccessible to slip-form paving equipment shall be paved in accordance with


the provisions for fixed-form paving method approved by the Engineer.

The following are required to be submitted by the Contractor to the Engineer for
approval at the Preconstruction Conference:

1. Concrete Mix Designs,

2. Joint Materials and application procedure,

3. Curing Method and compound manufacturers data sheet,

4. Manufacturers specifications for each piece of equipment.

At least fifteen (15) days prior to the construction of any pavement with the slip-form
method, the Contractor shall conduct a pre-paving meeting with the Engineer and

ADDENDUM 1 - Bidding Document: Construction of Samar Road Package 3 213


Millennium Challenge Account - Philippines

other involved parties. Topics of discussion shall include a review of the


Specifications, proposed equipment, traffic control and contingency plans in case of
various possible problems. The Engineer should ensure that the Contractors
personnel involved in the batching, paving, sampling and testing are well
experienced.

319.4 Concrete Pavement Slip Form Method


Include the following in this Sub-section:
Slip-Form Paving Equipment

The slip-form paver shall be an approved self-propelled machine(s) designed to


spread, consolidate, screed and float finish the concrete in one complete pass of the
machine in such a manner that requires a minimum of hand finishing to provide a
smooth, dense and homogenous pavement. The slip-form paver shall be equipped
with both horizontal and vertical automatic controls. Checking of these control shall
be done daily and make sure that the machine is working properly prior to beginning
of operation.

311.4 Method of Measurement


Include the following in this Sub-section:
Pay Items in this Section include all works required to form the new concrete
pavement, concrete infill widening (including the construction new support beams
and sidewalks). The rates shall include for the setting out, excavation, trimming,
drilling, grouting, reinforcing steel, shuttering, concrete supply and placement,
finishing and curing. The units of measure shall be the square meter as indicated in
Item 311.5 below.

311.5 Basis of Payment


Amend the second paragraph of this Sub-section with the following:
Payments will be made under:

Pay Item Description Unit of


Number Measurement

311(1)a PCC Pavement (Plain) 230mm Square Meter


thick

311(1)b PCC Pavement (Plain) 100mm Square Meter


thick

311(2)a PCC Pavement (Reinforced) Square Meter


300mm thick

311(2)b PCC Pavement (Reinforced) Square Meter

ADDENDUM 1 - Bidding Document: Construction of Samar Road Package 3 214


Millennium Challenge Account - Philippines

100mm thick

311(3) Construction of concrete infill for Square Meter


widening (0.5m wide) complete

ADDENDUM 1 - Bidding Document: Construction of Samar Road Package 3 215


Millennium Challenge Account - Philippines

PART F - BRIDGE CONSTRUCTION

Item 400: Piling

400.1.3 Load Tests


Replace this Sub-section with the following:

400.1.3 Load Tests


A loading test shall consist of the application of a load to not less than150 percent of
the specified allowance bearing capacity or as otherwise provided for herein or as
directed by the Engineer. Load tests shall be made where specified and/or where
called for by the Engineer.
Unless otherwise permitted by the Engineer, the load tests shall be completed before
the remaining piles in the same structure are driven.
Load tests shall be made by methods approved by the Engineer. The Contractor shall
submit to the Engineer detailed plans of the loading system and apparatus he intends
to use at least 3 weeks in advance of the tests. The apparatus shall be so constructed
as to allow the various increments of the load to be placed gradually without causing
vibration to the test piles.
Tension anchor piles if used shall be of the same type and diameter of the permanent
piles and shall be driven to the satisfaction of the Engineer. Permanent piling used as
anchor piling which is raised during the test shall be re-driven to original grade and
bearing.
Suitable approved apparatus for determining accurately the load on the pile and the
settlement of the pile under each increment of load shall be supplied by the
Contractor. The apparatus shall have a working capacity of three times the designed
load for the pile being tested.
Test loading shall consist of the application of incremental static loads to a pile
measuring the resultant settlement. The loads shall be applied by a hydraulic jack
acting against suitable anchorage, transmitting the load directly to the pile, or other
methods designated by the Drawing or approved by the Engineer.
All pile load settlements shall be measured by adequate devices, such as
deflectometers and shall be checked by means of an Engineers level. Increments of
deflection shall be read just after each load increment is applied and at 15 minute
intervals thereafter.
The first load to be applied to the test pile shall be 50% of the piles designed load
and the first increment shall be up to the piles allowable bearing capacity. The load
on the pile shall be increased to 150% of the allowable bearing capacity by applying
additional loads in three equal increments. A minimum period of 2 hours shall
intervene between the application of each increment, except that no increment shall be
added until a settlement of less than 0.1 mm is observed for a 15-minute interval
under the previously applied increment. If there is doubt as to whether the test pile
can support the test load, the load increments shall be reduced by 50 percent, at the
discretion of the Engineer, in order that a more closely controlled failure curve maybe
plotted. The full test load shall remain on the test pile for not less than 48 hours. The
full test load shall then be removed and the residual settlement read. Records of Load
Tests shall be kept by the Contractor on the Site and a report shall be submitted to the
Engineer giving.

ADDENDUM 1 - Bidding Document: Construction of Samar Road Package 3 216


Millennium Challenge Account - Philippines

a) The loads applied to the nearest 0.05t.


b) The settlement of the pile to the nearest 0.05 mm immediately before altering
the test load and at hourly intervals and under each increment and decrement
of loading.
c) The exact times at which the increments were applied and decrements
removed.
d) The levels of the reference frame used for supporting gauges and
deflectometers.
The pile maybe considered to have failed when the residual settlement and/or the
maximum settlement at 100% and 150% of the allowable bearing capacity exceed the
values given in the Drawings.
If any pile, after serving its purpose as a test or tension pile, is found unsatisfactory
for utilization in the structure, it shall be removed if so ordered by the Engineer or
shall be cut off below the ground line of footings, whichever is applicable.

Include the following:

400.1.3.3 Reports
The specific boring work shall be carried out at locations indicated on the Drawings
and the following shall apply:
124. The Contractor shall prepare a daily report for each borehole and it shall be
submitted to the Engineer at the beginning of the next working day. Information
to be included in the report shall cover the following items:

, Borehole number, date (day) and type of drilling rig machine;


, Ground level elevation of each stratum and ground water table with
reference to the Chart Datum level;
, Diameter and depth of borehole and casing;
, Type of drilling fluid;
, Depth, description and symbolic legend of each stratum;
, Color, condition and depth of any loss of the return drilling fluid
and cuttings;
, Type of the samples and depth of the sample recovery;
, Depth and full details of all in-situ tests;
, Depth of hard strata and time spent on drilling penetration;
, Details of time spent other than in advancing the borehole;
, Type of core barrel and bit used;
, Depth of start and finish of each core run;
, Core diameters and depth of changes in the diameter;
, Total core recovery and percentage of recovery with field notes;
, Drilling Report;

ADDENDUM 1 - Bidding Document: Construction of Samar Road Package 3 217


Millennium Challenge Account - Philippines

, Any other useful information.

400.5 Basis of Payment


Amend the second paragraph of this Sub-section with the following:
Payment will be made under:
Pay Item Description Unit of
Number Measurement

400(4)b Precast Concrete Piles (450 x 450, Meter


Type D as per plan) Furnished

400(4)c Precast Concrete Piles (450 x 450, Meter


Type E as per plan) Furnished

400(14)b Precast Concrete Piles (450 x 450, Meter


Type D as per plan) Driven

400(14)c Precast Concrete Piles (450 x 450, Meter


Type E as per plan) Driven

400(16)b Test Pile, Concrete Piles (450 x Meter


450, Type D as per plan),
Furnished and Driven

400(16)c Test Pile, Concrete Piles (450 x Meter


450, Type E as per plan)
Furnished and Driven

400(23) Bored Piles, 800mm dia., 300 Meter


tonne strength capacity as per
plan. Provide Temporary or
Sacrificial Casing as needed.

Item 401: Railings


Adopt the existing provision of this item of work in the DPWH Standard
Specifications for Highways, Bridges and Airport, Volume II, 2004 edition.

401.5 Basis of Payment


Amend the second paragraph of this Sub-section with the following:

ADDENDUM 1 - Bidding Document: Construction of Samar Road Package 3 218


Millennium Challenge Account - Philippines

Payment will be made under:


Pay Item Description Unit of
Number Measurement

401(1) Concrete Bridge Railing Meter

Item 404: Reinforcing Steel

404.3 Construction Requirements


Include the following Subsection after 404.3.6 to be read:

404.3.7 Reinforcing Bar Fabrication and Installation


Reinforcing bar fabrication and installation shall be done by competent steel placers
to ensure good workmanship. There should be a proper supervision for the cutting
and bending of reinforcing bars including where the reinforcing bars shall be
installed. Frequent checking of bar schedule and clearances, shall be done in
accordance with the Drawings. Pin diameter requirement as per bar diameter must be
used in bending.

404.4 Method of Measurement


Include the following after the last paragraph:
For any structure or element of any structure defined in these Specifications as being
paid for either per unit (each), per square meter, or per linear meter measurement, 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.
The quantity to be paid for shall be the calculated theoretical weight in kilograms of
reinforcing steel bars, mesh or mats as determined from the net length of the steel as
shown on the Drawings, incorporated in concrete and accepted.
The weight of plain or deformed bars or bar-mat shall be computed from the
theoretical weight of plain round bars of the same nominal size as shown on the
following tabulations:
Weight in
Number Designation Size (mm)
kg/m
#3 10 10 .616
#4 12 12 .88
#5 16 16 1.578
#6 20 20 2.466
#8 25 25 3.853
#9 28 28 4.834
#10 32 32 6.313
#11 36 36 7.990

Reinforcing bars shall be inspected by the Engineer after installation.


404.5 Basis of Payment
Amend the second paragraph of this Sub-section with the following:

ADDENDUM 1 - Bidding Document: Construction of Samar Road Package 3 219


Millennium Challenge Account - Philippines

Pay Item Description Unit of


Number Measurement

404(1) Reinforcing Steel , Grade 40 Kilogram

404(1)a Reinforcing Steel , Grade 40 Kilogram


-Substructures

404(1)b Reinforcing Steel, Grade 40 Kilogram


-Superstructures

Item 405: Structural Concrete

405.1 Description
Include the following paragraph:
No concrete work shall be started without the approval of the required Concrete
Pouring Permit in pursuant to Department Order No. 211, series of 2000, which must
be submitted by the Contractor in advance to give ample time for the Engineer to
perform all the necessary preconcreting requirements. This shall however, does not
relieve the contractor any of his obligations and responsibilities pertaining to the
satisfactory performance of the completed structure.

405.1.2 Classes and Users of Concrete


Amend the whole text under this Sub-section with the following:
Other than cement concrete pavement and except as otherwise stated in the Contract,
the classes of concrete shall be designated as Class A, Class AA, Class B, Class C,
Class P, Seal and Lean Concrete. 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:
Class AA - For Precast Concrete Piles.
Class A (MOD) All superstructures and heavily reinforced substructures. The
parts of the structure included are cast-in place girders, slabs,
diaphragms, wing walls, back walls, abutment, copings,
columns, footings, shear keys, retaining walls, box culverts
and its inlet and outlet structures, reinforced abutments,
concrete lined-ditch canals, reinforced footings, cribbing
concrete and where shown on the Drawings.
Class B - Parapet, curb and sidewalk and other thin reinforced section.
Class C - Thin reinforced section such as railings and rail posts, rubble
concrete, concrete block for slope protection.
Class D - Building Structures i.e. slab, beam, column, etc.
Class PP1 - For prestressed concrete member (AASHTO Girders) Type IV-
B & V (30m & 35m)
Class PP2 - For prestressed concrete member (AASHTO Girders) Type III
& IV (20m & 25m).
Seal - Concrete deposited in water.

ADDENDUM 1 - Bidding Document: Construction of Samar Road Package 3 220


Millennium Challenge Account - Philippines

Lean - Concrete used in thin layers underneath of footings,


foundations, beddings and where shown on the Plans or as
directed by the Engineer.

405.2 MATERIAL REQUIREMENTS

405.2.3 Coarse Aggregate


Table 405.1, Grading Requirements for Coarse Aggregate is amended, as follows:
Table 405.1: Grading Requirements for Coarse Aggregate
Sieve Designation Mass Percent Passing
Alterna Class Clas Clas Clas Lean
Standar te US Clas A sB sC Class Class Class
s Conc
d Mm Standar s AA (MOD D PP1 PP2
Seal .
d )
63 2
50 2 100
37.5 1
25 1 100 35-70
90-
19.0 100 100 100 100 100 100
100
90- 90- 90- 90- 90- 25-
12.5 90-100 100
100 100 100 100 100 60
20- 40- 40- 40-
9.5 3/8 40-70 40-70 40-70 40-70
55 70 70 70
0-
4.75 No.4 0-10 0-15 0-15 0-15 0-15 0-15* 0-15 0-10
15*
* The measured cement content shall be within plus (+) or minus (-) 2 mass percent of
the design cement content.

405.3 Sampling and Testing of Structural Concrete


Supplement the first paragraph to be read as follows:
However, in case of prestressed concrete structures, the number of samples shall be at
least three (3), each of which consists of three (3) specimens.

405.4 Production Requirements

405.4.1 Proportioning and Strength of Structural Concrete


Table 405.2: Composition and Strength of Concrete for use in Structures

ADDENDUM 1 - Bidding Document: Construction of Samar Road Package 3 221


Millennium Challenge Account - Philippines

Minimum
Compressiv
Designated e
Minimum Maximu Size of Strength of
Class Consistency
Cement m Coarse 150 x 300
of Range in
Content per Water/ Aggregate mm
Concre Slump mm
m3 Cement Square concrete
te (inch)
Kg (bag**) Ratio Opening cylinder
Std. mm specimen at
28 days
N/mm2 (psi)

AA 440 (11 bags) 0.45 50-100 (2-4) 19.0 4.75 27.6 (4000)

A
410 (10.3 bags) 0.45 50-100 (2-4) 19.0 4.75 24.0 (3500 )
(MOD)

B 410 (10.3 bags) 0.45 50-100 (2-4) 19.0 4.75 24. 0 (3500 )

C 380 (9.5 bags) 0.55 50-100 (2-4) 12.5-4.75 20.7 (3000)

D 380 (9.5 bags) 0.55 50-100 (2-4) 12.5 4.75 20.7 (3000)

34.5 (5000)
PP1-A 440 (11 bags) 0.45 100 max. 19.0-4.75
Transfer

42.0 (6000)
PP1-B 460 (11.5 bags) 0.42 100 max 19.0-4.75
Services

34.5 (5000)
PP2-A 440 (11 bags) 0.45 50-100 (2-4) 19.0-4.75
Transfer

34.5 (5000)
PP2-B 440 (11 bags) 0.45 100 max. 19.0-4.75
Service

Seal 380 (9.5 bags) 0.58 100-200 (4-8) 12.5 4.75 20.7 (3000)

Lean 200 (5 bags) 0.58 50-100 (2-4) 25 4.75 13.8 (2000)

** Based on 40 kg/bag
The measured cement content shall be within plus (+) or minus (-) 2 mass percent of
the design cement content.
Chloride as C1 1 expressed as a percent by weight of cement when added to the C1
1
in the other components of the concrete mixture shall not exceed the following
levels:
0.06% for Prestressed Concrete (AASHTO T260)
0.10% for conventionally reinforced concrete in a moist environment and
exposed to chloride.

ADDENDUM 1 - Bidding Document: Construction of Samar Road Package 3 222


Millennium Challenge Account - Philippines

0.15% for conventionally reinforce concrete in a moist environment but not


exposed to chloride.
Mixes shall be verified by performing trial mixes for Class P concrete. The
temperature specifications described in Subsection 405.4.4 shall be taken into
account.
Include the following Sub-Section:

405.4.5 Protection of Concrete from Environmental Conditions


a) General

Precautions shall be taken 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.
b) Rain Protection

During periods 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.
c) Hot Weather Protection

When the ambient temperature is above 32oC (90oF), the forms, reinforcing
steel, steel beam flanges and other surfaces which will come in contact with
the mix shall be cooled to below 32oC (90oF) 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:
i Shading the materials storage areas or the production equipment.
ii Cooling the aggregates by sprinkling with water which conforms to
the requirements.
iii Cooling the aggregates or water by refrigeration or placing a portion
or all of the mix water with ice that is flaked or crushed to the extent
that the ice will completely melt during mixing of the concrete.
iv Liquid nitrogen injection.

405.5 Method of Measurement


Include the following paragraph:
For any structure or element of any structure defined in these Specifications as being
paid for either per unit (each) or per linear meter measurements, no additional
separate payment shall be made under Item 405 Structural Concrete and Item 404
Reinforcing Steel.

405.6 Basis of Payment


Replace the 3rd paragraph of this Sub-section with the following:
Payment shall be made under:
Pay Item Description Unit of

ADDENDUM 1 - Bidding Document: Construction of Samar Road Package 3 223


Millennium Challenge Account - Philippines

Number Measurement

405(1)a Structural Concrete Class A Cubic meter


Substructure

405(1)b Structural Concrete Class A Cubic meter


Superstructure

Item 406: Prestressed Concrete Structures


Adopt the existing provision of this item of work in the DPWH Standard
Specifications for Highways, Bridges and Airport, Volume II, 2004 edition.

406.5 Basis of Payment


Amend the 2nd paragraph of this Sub-section with the following:
Payment shall be made under:
Pay Item Description Unit of
Number Measurement

406(1)a Prestressed Structural Concrete Each


Member (AASHTO Girder Type
IV, L= 25.85m)

Item 407: Concrete Structures


Adopt the existing provision of this item of work in the DPWH Standard
Specifications for Highways, Bridges and Airport, Volume II, 2004 edition.

407.5 Basis of Payment


Amend the 2nd paragraph of this Sub-section with the following:
Payment shall be made under:
Pay Item Description Unit of
Number Measurement
407(1) Lean Concrete Cubic meter
Preformed Expansion Joint Filler
407(2)a Meter
(12mm thick)
Preformed Expansion Joint Filler
407(2)b Meter
(25mm thick)

Item 412: Elastomeric Bearing Pad

ADDENDUM 1 - Bidding Document: Construction of Samar Road Package 3 224


Millennium Challenge Account - Philippines

Adopt the existing provision of this item of work in the DPWH Standard
Specifications for Highways, Bridges and Airport, Volume II, 2004 edition.

412.5 Basis of Payment


Amend the 2nd paragraph of this Sub-section with the following:
Payment shall be made under:
Pay Item Description Unit of
Number Measurement
Elastomeric Bearing Pad (600mm
412(1)a x 400mm x 20mm Duro 60 Each
Hardness )
Elastomeric Bearing Pad (660mm
412(1)b x 400mm x 20mm Duro 60 Each
Hardness )
Elastomeric Bearing Pad (Jack Up
Deck Beams Sufficient To
412(2) Remove Existing Bearings, repair Each
bearing surfaces and Replace
bearings)

Include the following work Item to Part F of DPWH Standard Specification

Item SPL 417: Bridge Seismic Restraint Brackets

SPL 417.1 Description


This work shall consist of the supply of fabricated mild steel brackets, hot dip
galvanized, and fitted in accordance with the drawings.

SPL 417.2 Submittal


The Contractor shall submit shop drawings to the Engineer for his review. All shop
drawings shall show full detailed dimensions, sizes for all component parts of the
bracket. The required grade of steel for fabrication is ordinary mild steel for the
brackets, and galvanized high strength (grade 8.8) bolts, nuts and washers for the
fixings.

SPL 417.3 Method of Measurement


The quantity to be measured shall be the actual number of brackets of each type, at
the locations required, installed in place, completed and accepted.

SPL 417.6 Basis of Payment


The amount of completed and accepted work, measured as provided above, will be
the contract price for the several pay items which shall be full compensation for
supplying materials, shipping, transporting, stockpiling, erection (labor, equipment,
tools) and other items necessary for the proper completion of the work.
Payment shall be made under the following item:
Pay Item Description Unit of
Number Measurement

ADDENDUM 1 - Bidding Document: Construction of Samar Road Package 3 225


Millennium Challenge Account - Philippines

SPL 417(1) Type I, Supply and Fit Seismic


Each
Lateral Restraint Bracket

SPL417(2) Type II, Supply and Fit Seismic


Each
Connections of Beams over Piers

Include the following work Item to Part F of DPWH Standard Specification

Item SPL 418: Steel Handrail

SPL 418.1 Description


This work item shall consist of furnishing and construction of handrails on existing
bridges where shown on the drawings, in accordance with the specifications
dimensions and details.

SPL 418.2 Material Requirements

SPL 418.2.2 Tubular Pipe


The tubular steel pipe shall have sections and dimensions shown in the Drawings and
shall conform to Structural Steel AASHTO M 183, with a smooth surface finish.
Tubular steel pipe frames shall be galvanized in accordance with ASTM A 53.

SPL 418.2.3 Hardware


Anchors, bearing plates and other appurtenances shall be galvanized in accordance
with ASTM A 53 and shall be standard commercial grade, and in accordance with the
current standard practice.

SPL 418.2.4 Welding Electrodes


All arc-welding electrodes shall conform to the requirements of the American
Welding Society specifications. Electrodes shall of classification numbers E7016,
E7018, or E7028 as required for the positions, type of current and polarity, and other
conditions of intended use, in conformity to any special requirements indicated on the
Drawings.

SPL 418.2.5 Submittal


The Contractor shall submit shop drawings of the handrails to the Engineer for his
review and approval. All shop drawings shall show full detailed dimensions, sizes of
all component parts of the structure. The required grade of steel shall be specified for
each individual fabrication.

SPL 418.3 Construction Requirements

SPL 418.3.1 Site Preparation


For the installation of tubular pipe rail on concrete, the anchor bolts fixed on a
template shall be drilled and epoxy fixed to the existing concrete. Prior to the

ADDENDUM 1 - Bidding Document: Construction of Samar Road Package 3 226


Millennium Challenge Account - Philippines

installation of the framing system, the Contractor shall perform such proper clearing
preparation by removing rust and loose dust on the concrete surfaces.

SPL 418.3.2 Welding


Welding works shall be performed in accordance with Section 409.3 of the
Specifications. No welding is permitted after the fabrication is completed.

SPL 418.4 Method of Measurement


The quantity to be measured shall be per linear meter of completed handrail.

SPL 418.5 Basis of Payment


The quantity as determined in Sub-Section SPL 418.4 shall be paid for at the contract
price per unit of measurement for each of the particular items listed below and as
shown in the Bill of Quantities. The amount to be paid for completed and accepted
work, measured as provided above, shall be full compensation for furnishing, placing
and erection of all materials, and all labor, equipment, tools and other items necessary
for the proper completion of the work.

Pay Item Description Unit of Measurement


Number

SPL 418 Fabricate and Install Steel Handrail to


Meter
existing Concrete Rail as per Drawing

Include the following work Item to Part F of DPWH Standard Specification

Item SPL 419: Bridge Rehabilitation


Repair of Concrete Surfaces - Performance Specifications
The purpose of this process is to expose all rusty reinforcement, together with the
spalled and cracked concrete affected by the corrosion process. The rusty reinforcing
is to be then cleaned as per clause 421.2 below and coated with a rust inhibiting
coating. The removed concrete is to then be replaced by an approved structural
mortar. The whole surface of the bridge is to then be coated with a product that
inhibits penetration of chlorides and moisture and extends the life of the existing
concrete for a minimum of 20 years. Note that the existing concrete is variable in
quality and is generally substandard. The proposed product shall be effective when
applied to the bridge structures in the salt environment that they are exposed to.
Any proposed repair system will invariably include proprietary products, which
therefore shall be assessed on the basis of:
past performance of the product used in similar situations,

capacity of the supplier to provide proper on-site expertise to the contractor,

a reliable performance guarantee underwritten by a substantial manufacturing


company that guarantees a life of at least 20 years.

ADDENDUM 1 - Bidding Document: Construction of Samar Road Package 3 227


Millennium Challenge Account - Philippines

Note: Specification sheets for correct procedures for the use of the approved
materials are to be submitted with the tender for approval, and form part
of this specification.

SPL 419.1 General


No rehabilitation work shall be started without the approval of the proposed product
by the Engineer on site. No repairs or coating product shall be used without the prior
submission and approval by the Engineer of the manufacturers specifications for use
of the proposed Xypex or equivalent approved Products. This however does not
relieve the contractor any of his obligations and responsibilities pertaining to the
satisfactory performance of the rehabilitation works.

SPL 419.2 Surface Preparation


Concrete surfaces to be treated must be clean and free of laitance, dirt, film, paint,
coating or other foreign matter. Surfaces must also have an open capillary system to
provide tooth and suction for the treatment. If the surface is too smooth (e.g. where
steel forms are used) or covered with excess form oil or other foreign matter, the
concrete should be water-blasted / air-blasted. The surface preparation includes:
Clean off the marine growth on the abutments, piers and piles.
Blast clean the entire bridge surface using approved high pressure water
blasting apparatus.
Remove any bracket supports for services. Either provide temporary support to
the service line or remove one bracket at a time to allow work to proceed in that
area.

SPL419.3 Epoxy Injection of Structural Cracks


Epoxy Injection of structural cracks shall be in accordance with the ACI RAP Bulletin
1 Structural Repair by Epoxy Injection by ACI Committee E706.
Epoxy resin shall be in accordance with Table 1 type IV.

SPL419.4 Repair of spalls, Potholes and Voids


Saw cut all edges to a minimum depth of 10mm before breaking out any area to
be repaired.
Break out the concrete where it has cracked or spalled to fully expose all sides
of rusted reinforcement. Clean all rust from the exposed reinforcement by wire
brushing or grit blasting, to an equivalent of AS1627.9 C Sa 2 or D Sa 2.5.
Treat rusted reinforcing, and cleaned surfaces with Xypex concentrate or
approved equivalent. Fill voids with Xypex Megamix mortar or approved
equivalent.

SPL419.5 Application of Xypex or approved Equivalent

ADDENDUM 1 - Bidding Document: Construction of Samar Road Package 3 228


Millennium Challenge Account - Philippines

Apply one coat Xypex concentrate or approved equivalent over the entire
exposed bridge surface, including the top surface of the deck, (apply before
casting new topping where applicable), the underside of the deck, all beams
abutments piles and piers where accessible. Cure using Xypex gamma cure
coating or approved equivalent

SPL 419.6 Expansion Joints

SPL 419.6.1 General


Pre-manufactured bridge deck expansion joints shall be furnished and installed as
shown on the Plans and in conformity with the manufacturers requirements.
Technical details and/or samples shall be furnished for approval prior to the
placement of any orders by the Contractor.
The expansion joint system shall be a complete propriety system designed by the
manufacturer to withstand structural movement and harsh environmental conditions.
The system shall consist of a preformed cellular neoprene profile, installed to suit the
same dimensions of the joint gap, bonded with a two-component epoxy adhesive, and
pressurized during the adhesive cure time. The expansion joint system shall be
installed in accordance with the requirements of the manufacturer. In addition, the
expansion joint system shall be designed for application on the specified type of
surface indicated on the Plans.

SPL 419.6.2 Materials


d) Profile Polychloroprene (neoprene) elastomer performed by extrusion
and vulcanized into its definitive shape.

The profile shall have the following properties:


Tensile strength, Min. MPa (psi) ASTM D-412 13.90 (2000)
Elongation at break, Min.% ASTM D-412 250
Oil Swell, ASTM Oil 3, ASTM D-471
Max. weight change, 70 hrs at 212 F 45%
Ozone resistance, 20% strain, ASTM D-1149
70 hrs.at 104F, 3 PPM in air no cracks
Oven aging, ASTM D-573, 70 hrs. at 212 F
Tensile strength, loss max.% 20%
Elongation, loss max.% 20%
Hardness, Shore A durometer points change 0 to +10
Hardness, Shore A, ASTM D-2240 65 5
Low temperature stiffening, 7 days @ 14 F 0 to +15
e) The adhesive shall be a two-component, epoxy-based adhesive, which is
mixed at the jobsite. It shall have the following properties :

Two component thixotropic paste


Tensile strength 28.5 MPa (4140 psi)
Axial compression 68 MPa (10,000 psi)
Pot Life 5 hours at 200C (68 F)

ADDENDUM 1 - Bidding Document: Construction of Samar Road Package 3 229


Millennium Challenge Account - Philippines

Flashpoint Greater than 930C (200


F)
Initial curing time 24 hours
Complete cure 7 days at 200C (68 F)
(at higher ambient temperatures, the cure will be accelerated)
f) Pressurization shall be done through a valve with cap system. The
profile shall be adequately pressurized during installation and curing
time of adhesive to assure complete bonding throughout gap/profile
surfaces. Air pressure shall bleed itself with time or air valve shall be
released at any time after 24 hours of installation.

SPL 419.6.3 Preparation and Installation


Prior to installation, all foreign materials shall be totally removed from the joint gap.
The heads shall first be cleaned out by disc grinding or sandblasting and then
vacuumed or blown with dry, oil free, compressed air before the two component
epoxy adhesive is mixed and applied.
No installation may be performed in rainy weather, or when rain is expected within
one (1) hour before installation. All surfaces must be completely dry prior to applying
adhesive.
Ambient temperature shall not be lower than 4oC (40oF) during installation. Note that
gap size change with cold and hot temperature extremes. Gap measurement shall
optimally be carried out at the midpoint of the average temperature range for the area
of installation.
Non-durable and unsound concrete at the joint gap edge shall be removed and the
concrete shall be totally repaired as per the instructions of the joint manufacturer. All
cracks shall be repaired.
The profile shall be cut to the correct length of expansion joint for installation,
without pulling or exerting excess tension.
Prior to installation both ends of the profile shall be sealed (air tight) and an air valve
installed. The profile shall be inflated to ensure there are no leaks in the profile. The
profile shall be deflated before installation.
Prior to installation the sides of profile shall be cleaned and abraded as per
manufacturers instruction.
The adhesive shall be mixed according to manufacturers directions only after all
preparations of gap and profile are complete.
The adhesive shall be applied to the inner gap walls in an even manner. In the same
even fashion, the adhesive shall be applied to outer rigid side walls of profile.
The profile shall be gradually inserted into the gap, without stress or compression.
The installer shall maintain the profile at the depth desired, by hand or by any
convenient means. Excess adhesive shall be cleaned away.
Pressurization shall be done through the air valve with a heavy pump. Pressurization
shall be applied slowly so as not to cause the joint to squeeze adhesive out of the
flanges on the sides of the joint.
The epoxy adhesive shall be adequately cured (usually 24 hours) prior to the removal
of the valve to bleed off the air pressure.

SPL 419.7 METHOD of Measurement

ADDENDUM 1 - Bidding Document: Construction of Samar Road Package 3 230


Millennium Challenge Account - Philippines

The quantity to be paid for shall be at the unit of measurement as indicated in Sub-
section SPL 419.8.

SPL 419.8 Basis of Payment


Payment will be made under:
Pay Item Description Unit of
Number Measurement

SPL 419(2) Cleaning of Existing Bridge Square meter

SPL 419(3) Epoxy Injection of Structural Cracks Kilogram

SPL 419(4) Repair of Spall, Potholes and Voids Square meter

SPL 419(5) Apply Xypex concentrate or approved Square meter


equivalent over the entire exposed
bridge surface

SPL 419(6) Expansion Joint in accordance with Meter


details

Include the following work Item to Part F of DPWH Standard Specification

Item SPL 420: Construction, Maintenance and removal of Detour Bridge and Road

SPL 420.1 Description


This item of work shall consist of the construction of detour Timber Bridge or Bailey
Bridge including their necessary supports or substructures, the construction of all-
weather access roads, and proper maintenance and safety provisions for the completed
item. The temporary bridge and access road will basically serve as detour for traffic
while work on the permanent structure is on-going. The detours shall connect with
the project road and traverse directly to the temporary bridge at locations and
elevations as indicated on the plans or as directed by the Engineer.

SPL 420.2 Material Requirements


Timber shall be of the same kind, grade, and sizes shown on the Plans. All timber
shall conform to Item 713 and shall be sound, solid, free from defects such as
injurious ring shakes, large or unsound knots, decay, insects attacks or other defects
which materially affect its strength.

Machine bolts, drift bolts and dowels may either be wrought iron or medium steel.
Washers may be cast O-gee or malleable casting, or they may be cut from medium

ADDENDUM 1 - Bidding Document: Construction of Samar Road Package 3 231


Millennium Challenge Account - Philippines

steel or wrought iron plate. Machine bolts shall have square heads and nuts. Nails
shall be cut or round wire of standard form. Spikes shall be cut or wire spikes, or beat
spikes as specified.

For detour road, materials shall comply with pertinent provisions for fill and
construction of gravel roads as specified in this Specifications or as shown on the
Drawings.

SPL 420.3 Construction Requirements

SPL 420.3.1 Lumber and Timber Work


Lumber and Timber on the site shall be stored in piles open stacked at least 30 cm
above the ground surface and piled to shed water and prevent warping.
Workmanship shall be first class throughout. None but competent carpenters shall be
employed and all framing shall be true and exact. Holes for round drift bolts and
dowels shall be bored with a bit, 1.60 mm (1/16) less in diameter than the bolts or
dowels used. The diameter of holes for square drift bolts or dowels shall be equal to
the side dimensions of the bolt or dowel. Holes for machine bolts be bored with a bit
having the same diameter as the bolt.
A washer of the size and type specified shall be used under all bolt and nut heads that
would otherwise come in contact with the wood. All bolts shall be effectively
checked after the nuts have been finally tightened.

SPL 420.3.2 Pile Bents


The piles shall be driven as indicated on the Plans, with a variation of the portion
above the ground of not more than two (2) cm per meter from the vertical or batter
indicated, or so that the cap may be placed in its proper location without including
excessive stresses in the piles. Excessive manipulation of the piles will not be
permitted and the Contractor will be required to redrive or use other satisfactory
methods to avoid such manipulations. No shimming on tops of piles will be
permitted.
The piles for any one bent shall be carefully selected as to size, to avoid undue
bending or distortion of the sway bracing. However, care shall be exercised in the
distribution of piles of varying sizes to secure uniform strength and rigidity in the
bents of any given structure.
Cut-offs shall be accurately made to insure perfect bearing between the cap and piles.

SPL 420.3.3 Caps


Timber caps shall be placed, with ends aligned in a manner to secure an even and
uniform cover over the tops of the supporting posts or piles. All caps shall be secured
by drift bolts of not less than 1.90 cm ( ) diameter, extending at least 22.85 cm (9)
into the post or piles. The drift bolts shall be approximately in the center of the post
or pile.

SPL 420.3.4 Bracing


The bracing shall be bolted through each pile. Post or cap with a bolt of not less than
1.59 cm (5/8) or as shown on this Drawings.

SPL 420.3.5. Stringers

ADDENDUM 1 - Bidding Document: Construction of Samar Road Package 3 232


Millennium Challenge Account - Philippines

Stringers shall be sized at bearings and shall be placed in position so that knots near
edges will be in the top portions if the stringers.
Outside stringers may have butts joints but interior stringers shall be lapped to take
bearing over the full width of the floor beam or cap at each end.
The lapped end of untreated stringers shall be separated at least 1.27 cm for the
circulation of air and shall be securely fastened by drift-bolting where specified.
When stringers are two panels in length the joints shall be staggered.
Cross-bridging between stringers shall be neatly and accurately framed and securely
toe-nailed with at least two nails in each end. All cross-bridging members shall have
bearing at each end against the sides of stringers. Unless otherwise specified in the
contract, cross-bridging shall be placed at the center of each span.

SPL 420.3.6 Floor Planks


Planks shall be of the grade specified on the plans. Single plank floors shall consist of
a single thickness of plank supported by stringers or joists. The plank shall be
carefully laid heart side down with 6.40 mm openings between them for seasoned
material. Each plank shall be carefully spiked to each joists. The plank shall be
carefully graded as to thickness and so laid that two adjacent planks shall vary in
thickness by not more than 3 mm.

SPL 420.3.7 Wheel Guards and Railings


Wheel guards and railings shall be accurately framed in accordance with the plans and
erected true to line and grade.
Unless otherwise specified, wheel guards shall be surfaced on one side and one edge
(SISIE) and rails and rail posts shall be surfaced on four sides (S4S). Wheel guards
shall be laid in sections as detailed on the Plans or as prescribed by the Engineer.
The Contractor shall submit to the Engineer construction plans and information
regarding the manner in which he intends to comply with the works and for the
maintenance of the detour road and safety provisions, for his review and approval
prior to construction.

SPL 420.3.8 Detour Road


The construction of detour road shall comply with applicable provisions for Gravel
Road Construction on the Specifications or as shown on the Drawings.
Maintenance and removal of such temporary works shall be in accordance with good
Engineering practice and with an adequate margin of safety. Any accident that occur
due to faulty construction or lack of maintenance shall be the responsibility of the
Contractor, notwithstanding any approval that may be given by the Engineer.
Upon completion of the construction of the permanent and as directed by the
Engineer, the temporary bridge and access road structures shall be removed and the
site shall be restored to its original condition.

SPL 420.4 Method of Measurement


Detour Bridge structures and Detour Road shall be measured by the completed lump
sum and shall include all materials, equipment and labor used to finish the structure as
called for in the Bill of Quantities, Plans and Specifications.

SPL 420.5 Basis of Payment


Detour Bridge and Detour Road will be paid for at lump sum price for the respective
items in the Bill of Quantities which prices and payment shall constitute full

ADDENDUM 1 - Bidding Document: Construction of Samar Road Package 3 233


Millennium Challenge Account - Philippines

compensation for furnishing and placing of all materials, undertaking proper


maintenance and providing safety measures, as required in the Specifications or as
directed by the Engineer, including all labor, equipment, tools and incidentals
necessary to complete the work including the subsequent removal and disposal of the
constructed bridge and road upon completion of the permanent structure.
After a Detour road is no longer required, suitable material used as Embankment,
Subbase or as Surfacing for the Detour Road may be placed in the permanent road
construction and paid for as Embankment or as appropriate Subbase Items.
Payment will be made under:
Pay Item Description Unit of
Number Measurement
SPL 420 Construction, Maintenance and
Removal of Detour Bridge and Lump sum
Road

Include the following work Item to Part F of DPWH Standard Specification

Item SPL 421 Temporary Craneway

SPL 421.1 Description


This item of work shall consist of the construction of structure for crane passage
during bridge construction including their necessary supports or substructures, the
construction of approach roads and provision of proper maintenance and safety
measures. The craneway will be placed at an ideal location and elevation for
easement in work execution. This includes the removal of all temporary structures
upon completion of the permanent structure.

SPL 421.2 Material Requirements


Any materials including those salvaged from the existing structures may be used by
the Contractor, subject to the approval of the Engineer.
Structural steel shall of the same size and dimension shown on the Plans, conforming
to requirement of Item 712: Structural Metal.
Timber shall be cut from the specified grade of dry, well-seasoned timber stock of the
species specified which shall meet the requirements of ASSHTO M 168. Timber
shall be free from defects such as injurious ring shakes, large or unsound knots,
decay, insects attack or other defects which materially affect its strength.
Machine bolts, drift bolts and dowels may either be wrought iron or medium steel.
Machine bolts shall have square head and nuts. Nails shall be cut or round wire of
standard form. Spikes shall be cut or wire spikes, or beat spikes as specified.
Welded connections shall conform to the requirements of Item 409: Welded
Structural Steel.
For approach roads, all materials shall comply with pertinent provisions for
Embankment and construction of Gravel Roads specified in this Specification or as
shown on the Drawings.

SPL 421. 3 Construction Requirements


Qualified/experienced welders and competent carpenters shall be employed to follow
the procedures and attain good results.

ADDENDUM 1 - Bidding Document: Construction of Samar Road Package 3 234


Millennium Challenge Account - Philippines

Floor planks shall consist of single thickness of plank supported by steel stringer or
joist. The plank shall be carefully laid heart side down with 7 mm openings between
them for seasoned material. Each plank shall be carefully spiked/welded to each joist.
The planks shall be carefully graded as to thickness and so laid that two adjacent
planks shall vary in thickness by not more than 3mm.
Welding of structural steel shall be done only when shown on the plans or authorized
in writing by the Engineer. Minimum effective length of fillet weld shall be four
times its size and in no case less than 38 mm.
The Contractor shall remove and replace or correct as instructed all welds found
defective and deficient. He shall also replace all methods found to produce inferior
results with methods which will produce satisfactory work acceptable to the Engineer.
The Contractor shall submit to the Engineer construction working plans and all
relevant information regarding the manner in which he intends to comply with the
works and for the maintenance of the approach roads and all safety provisions for his
review and approval prior to the start of construction.

SPL 421.4 Method of Measurement


This item of work shall be measured by the completed Lump Sum shall include all
materials, labor, equipment used to finish the work as called for in the approved Plans
and Specification or as directed by the Engineer. Upon completion of the permanent
structure, the work item shall be removed and the site shall be restored to its original
condition.

SPL 421.5 Basis of Payment


This item of work will be paid for at Lump Sum price for the specific item in the
Bill of Quantities which price and payment shall constitute full compensation for
furnishing and placing of all materials, undertaking proper maintenance and providing
safety measures as directed by the Engineer including all labor, equipment, tools and
incidentals necessary to complete the work. It shall also include the subsequent
removal and disposal of the road/bridge material components after the completion of
the bridge construction.
Payment will be made under:
Pay Item Description Unit of
Number Measurement
SPL 421 Temporary Craneway Lump sum

ADDENDUM 1 - Bidding Document: Construction of Samar Road Package 3 235


Millennium Challenge Account - Philippines

PART G - DRAINAGE AND SLOPE PROTECTION STRUCTURES

Item 500: Pipe Culverts and Storm Drains

500.1 Description
Under this Sub-Section, Include the following paragraph:
This item shall also include the construction of various types of concrete/CHB lined
canals/ditches as indicated in the drawings.
All reinforced concrete pipes fabricated in the project site shall conform to the
requirements of the Specifications and the Drawings and shall be under the direct
supervision of the Engineer or his authorized representative.
500.2 MATERIAL REQUIREMENTS

Delete this sub-item in its entirety and replace with the following:
Material shall meet the requirements specified in the following specifications:

(a) Reinforced concrete culvert

Reinforced concrete culvert, ASTM C76 Class IV, Wall B Storm Drain or
AASHTO M 170.
Joint mortar for concrete pipe culvert shall consist of 1 part by volume of
Portland cement and two (2) parts of approved sand with water as necessary to
obtain the required consistency.
Portland cement and sand shall conform to the requirements of item 405,
"Structural Concrete". Mortar shall be used within 30 minutes after its
preparation.

(b) Concrete Lined Canal/Ditch

Concrete and reinforcing bar for concrete lined canal (open ditch/with cover)
shall meet the requirements of Item 405, "Structural Concrete" and Item 404,
Reinforcing Steel, respectively.
Concrete hollow block for U-ditch shall conform with the requirements of
ASTM C 90.

Reinforcing Steel shall conform to the requirements specified in Item 404:


Reinforcing Steel. Rebars shall be of Grade 40.
Concrete curing compound shall conform to the requirements of AASHTO M
148, Liquid Membrane Forming compounds for curing concrete.
This shall be in accordance with Item 405:Structural Concrete, sub-section
405.3: Sampling and Testing of Structural Concrete.

(c) Pre-Cast Concrete Covers

These units shall be cast in substantial permanent steel forms or any


acceptable material provided it is approved by the Engineer in accordance to
the dimensions on the Drawings.

ADDENDUM 1 - Bidding Document: Construction of Samar Road Package 3 236


Millennium Challenge Account - Philippines

The number of concrete covers will be measured as acceptably completed


being part of the structure.
All materials shall be subjected to inspection for acceptance as to condition at
the latest practicable time the Engineer has the opportunity to check for
compliance prior to or during incorporation of materials into the work.
Structural concrete used shall attain a minimum 28-day compressive strength
of 20.682 MPa (3000 psi). The pre-cast units shall be cured in accordance with
AASHTO M 171. Additional reinforcement shall be provided as necessary to
provide for handling of the pre-cast units.

When the location of manufacturing plant allows, the plant will be inspected
periodically for compliance with specified manufacturing methods, and material
samples will be obtained for laboratory testing for compliance with materials quality
requirements. This can be the basis for acceptance of manufacturing lots as to
quality.
Prior to and during incorporation of materials in the work, these materials will be
subject to the latest inspection and approval of the Engineer.

500.3 Construction Requirements

500.3.1 Excavation
Supplement this Sub-Section with the following:
All soft unsound material underlying the proposed pipe shall be removed to the depth
required by the Engineer and shall be replaced by suitable material in layers not
exceeding 200 mm in depth and compacted. The width of the trench shall not be
greater than two (2) times the pipe inside diameter to permit satisfactory jointing and
thorough compaction of the bedding and backfilling material under and around the
pipe.

500.3.2 Bedding
Supplement this Sub-Section with the following:
Soft, spongy or otherwise unstable material encountered that will not provide a firm
foundation for the pipe shall be removed for the full width of the trench and replaced
by gravel or sand bedding to a depth of not less than 30 minutes of the vertical outside
diameter of the pipe. The bottom of the trench shall be shaped to conform to the
shape for at least 15 percent of its total height.

500.3.3 Laying Conduit


All joints shall be filled with stiff mortar composed of one (1) part Portland cement
and two (2) parts sand. The mortar shall be placed so as to form a durable, watertight
joint around the whole circumstance of the pipe. Any pipe left open at the end of
each days work shall be closed temporarily with wood blocks or bulkheads.
No pipe shall be placed in service for which it is intended until the outlet is provided
with a suitable structure; and until approved and ready for service. The inlet shall be
maintained plugged or blocked against entry of any water.
Include the following Sub-Section:

500.3.8 Existing Culverts

ADDENDUM 1 - Bidding Document: Construction of Samar Road Package 3 237


Millennium Challenge Account - Philippines

The existing inlets and outlets shall be investigated in conformity with the designed
levels as indicated on the Drawings. The existing culverts which, in the opinion of
the Engineer after investigation are determined to be still serviceable and in
satisfactory condition and consistent with the design requirements without the
necessity of further modification and improvement may be allowed to remain with
full consent of the Engineer. Culverts shall be augmented with the required length or
adjusted to the correct levels to conform in all respects with what is specified to the
Drawings. However, the Engineer may allow or order some deviations from what are
shown on the Drawings if such deviations are unavoidable to suit actual site
requirements. All new pipe culverts to be constructed shall all be in accordance with
the plans unless adjustments are to be made with the Engineers approval.
Where existing culverts are to be extended as indicated on the Drawings, the ends of
the existing pipes shall be exposed sufficiently to facilitate jointing and the placement
of the joint collars. The end of the existing pipes shall be thoroughly cleaned of dirt
or any extraneous matter for effective jointing and bonding to the new pipes. The
width and depth of excavation at the extended length shall be such as to provide
enough working space and to accommodate the required thickness of the bedding
materials.

500.3.9 Construction Requirements for Concrete Lined Ditch/Canal


(a) Handling and Placing Concrete : General

Same as Subsections 407.3.1.1 to 407.3.1.3 of Item 407: Concrete


Structures.
(b) Casting Concrete Lined Ditches

Concrete in the base slab shall be placed in one continuous operation, unless
otherwise directed, on prepared sections and allowed to set before the side
walls are constructed.
Concrete lined ditches shall be constructed in uniform sections of not less than
25 m in length as shown on the Drawings, except where shorter sections are
required.
After the concrete has gained the required strength so as not to be damaged,
spaces or voids behind walls resulting from excavation for placing the
concrete lined ditch shall be backfilled to the required elevation with suitable
earth or granular fill material, which shall be compacted in layers of not more
than 150 mm until firm and solid ground is attained.
(c) Concrete Covers

Concrete covers shall be flush on the inside of the concrete lined ditch walls
and shall fit neatly and tightly to it.
Upon completion, the structure shall be cleaned of any accumulation of silt,
debris or foreign matter of any kind and shall be kept clear of such
accumulation, all to the satisfaction of the Engineer.

500.4 Method of Measurement


Replace the word Item 102, Excavation. with Item 103(6), Pipe

ADDENDUM 1 - Bidding Document: Construction of Samar Road Package 3 238


Millennium Challenge Account - Philippines

Culvert and Drain Excavation. in Item No.3 of Sub-Section 500.4


Include as Item No.4 of this Sub-Section the following:
4. The quantities to be measured for payment, for each class and diameter shall, in
the case of new culverts, be the lengths of pipe between the outside faces of the
headwalls and in the case of extensions, be the length of new pipes between the
existing culvert and the outside faces of headwalls, measured along the axis of
the pipes as approved, installed in place, compacted, backfilled, completed and
accepted.
Include the following paragraph after Item No. 4 as cited above:
The measurement for concrete lined ditch shall be the length in meters of the concrete
for ditch structure completed and accepted, as shown on the Drawings, and the
calculated number of kilograms of reinforcing steel bars incorporated in the works.

500.5 Basis of Payment


Amend the second paragraph to read as follows:
Excavation for culverts and storm drains, including excavation below flow line grade
and for imperfect trench, shall not be measured separately since the excavation of
culvert and drain is considered included to the work item for which it is required.
Insert the following after the fourth paragraph:
The quantities determined as provided for concrete lined channel/ditch shall be paid
for at the contract unit price for each of the pay items shown in the Bill of Quantities,
which price and payment shall constitute full compensation for all the costs involved
including all concrete work, formwork, concrete covers (if required), steel
reinforcement, preparation of the foundation bed and placing backfill materials as
required for the proper completion of the work prescribed herein. It shall also include
the cost of all labor, equipment, tools and other incidentals.
Amend the renumbered sixth paragraph of this Sub-section with the following:
Payment will be made under:
Pay Item Description Unit of
Number Measurement
500(1) Reinforced Concrete Pipe
Culvert

500 (1)a Reinforced Concrete Pipe Culvert, Meter


375mm dia. Class IV

500 (1) b Reinforced Concrete Pipe Culvert, Meter


450 mm dia. Class IV

500 (1) c Reinforced Concrete Pipe Culvert, Meter


610 mm dia. Class IV

500 (1) e Reinforced Concrete Pipe Culvert, Meter

ADDENDUM 1 - Bidding Document: Construction of Samar Road Package 3 239


Millennium Challenge Account - Philippines

Pay Item Description Unit of


Number Measurement
910 mm dia. Class IV

500 (1) f Reinforced Concrete Pipe Culvert, Meter


1070 mm dia. Class IV

500 (1) g Reinforced Concrete Pipe Culvert, Meter


1220 mm dia. Class IV

500 (1) h Reinforced Concrete Pipe Culvert, Meter


1520 mm dia. Class IV

500(2) Side Drains

500(2)a Concrete lined channel with Meter


precast covers as per drawings.
500(2)b Concrete lined channel open no Meter
covers as per drawings.
500(2)c Lined side drains as per design Meter
drawings.
500(2)d Reinforced Concrete Pipe, Meter
910mm dia. Class IV (underneath
sidewalk)

Item 502: Manholes, Inlets and Catch Basins

502.1 Description
Include the following paragraph:
This item shall also include the construction of combination of curb inlet and manhole
with concrete cover as indicated on the drawings.

502.5 Basis of Payment


Replace the third paragraph of this Sub-section with the following:
Payment will be made under:
Pay Item Description Unit of Measurement
Number
502(10) Combination of Curb Inlet and Manhole
Set
with concrete cover

Item 504: Cleaning and Reconditioning Existing Drainage Structures

ADDENDUM 1 - Bidding Document: Construction of Samar Road Package 3 240


Millennium Challenge Account - Philippines

504.1 Description
Amend this Sub-Section with the following:
This item shall consist of cleaning and reconditioning existing culverts, side ditches
and appurtenant structures in accordance with this Specification and as shown on the
Drawings. The work shall also include the removal of accumulated silt, debris or other
extraneous matter which obstruct the smooth flow of water through the culvert
opening.

504.3 Construction Requirements


Include the following after the second paragraph:
Cleaning of culverts and side ditches may be done manually or mechanically in a
manner which shall conform to this provision or with the approval of the Engineer.
The Contractor shall see to it that his operation will not unduly disturb the existing
culverts or the stability of embankment slope. Any damage to the existing structure
which might result from the execution of the work shall be immediately repaired by
the Contractor at his expense to the full satisfaction of the Engineer.
As much as possible, clearing along the upstream and downstream portion of the
culvert shall be sloped approximately equal to existing culvert slope and shall extend
up to the right-of-way limit.

504.7 Method of Measurement


Include the following:
Existing side drains as well as pipe and box culverts per barrel line cleaned will be
measured in meter acceptably cleaned and reconditioned to the satisfaction of the
Engineer.
Excavated materials due to clearing of the downstream and upstream portion within
the right-of-way limit shall be measures and paid for as provided in item 102,
Excavation,

504.8 Basis of Payment


Replace the second paragraph of this Sub-section with the following:
Payment will be made under:
Pay Item Description Unit of
Number Measurement

504(3)a Cleaning of existing Pipe Culvert Meter


in Place

Cleaning of existing Box Culvert


504(3)b Meter
in Place

Reconditioning Drainage
504(4) Structures (Rework of existing Each
Drainage Connection)

ADDENDUM 1 - Bidding Document: Construction of Samar Road Package 3 241


Millennium Challenge Account - Philippines

504(5) Cleaning of existing Side Drains Meter

Item 505: Riprap and Grouted Riprap

505.1 Description
Include a second paragraph to this Sub-Section as follows:
This item shall consist of the construction of grouted riprap in minor structures, toes
of slopes and at other locations called on the plans, i.e. to paved waterway, side
ditches (outfall), constructed on the prepared foundation bed in conformity with the
lines and grades shown on the Drawings and in accordance with these specifications.

505.2 Materials Requirements

505.2.1 Stones
Include the following:
Adobe stones shall not be used for riprap works.

505.3 Construction Requirements

505.3.1 Excavation
Include the following paragraph to read:
Ditches requiring lining works shall be excavated to a depth below the established
finished grade and to the width as shown in the drawing properly trimmed and shaped
as directed by the Engineer. The construction method used in performing the work
shall conform to the pertinent requirement set forth for the classes of works involved
in the completion of the structure and shall be acceptable to the Engineer.

505.4 Method of Measurement


Include the following provision:
Weepholes, comprising PVC drain pipe, gravel filter and geotextiles filter fabric shall
not be measured or paid for separately but will be considered as subsidiary to this
Item.

505.5 Basis of Payment


Amend the second paragraph of this Sub-section with the following:
Payment will be made under:
Pay Item Description Unit of
Number Measurement

505(5) Grouted Riprap, Class A Cubic meter

Item 508: Hand Laid Rock Embankment (Loose Boulder Apron)

508.2 Material Requirements


The following paragraph shall be supplemented:

ADDENDUM 1 - Bidding Document: Construction of Samar Road Package 3 242


Millennium Challenge Account - Philippines

The boulders to be used shall be sound, tough, durable, dense and resistant to the
action of air and water and of such shape to be suitable in all respects for the purpose
intended.
Additional boulders required shall be obtained from sources approved by the
Engineer.

508.3 Construction Requirements


Include the following to this Subsection:
The abutment slopes including the bases of the such slopes or toes of embankments
where the loose boulder apron are to be placed shall be cleared and cleaned to the
satisfaction of the Engineer before the boulders are dumped into place.
The boulders shall be placed firmly on the slopes and bases or footings and shall be
securely bedded and distributed to the lines, thicknesses and dimensions shown in the
plans.
The loose boulder apron shall be worked and compacted to a degree so as to present a
relatively even surface and have a state of bonding to some extent.
The work shall be undertaken in a workmanlike manner to the satisfaction of the
Engineer.

508.5 Basis of Payment


Amend the second paragraph of this Sub-section with the following:
Payment will be made under:
Pay Item Description Unit of
Number Measurement

508a Hand Laid Rock Embankment Cubic meter


(Loose Boulder Apron)

item 517: Drain Pipes

ADOPT THE EXISTING PROVISION OF THIS ITEM OF WORK IN THE DPWH STANDARD
SPECIFICATIONS FOR HIGHWAYS, BRIDGES AND AIRPORT, VOLUME II,
2004 EDITION. (REFER TO DPWH DEPARTMENT ORDER NO. 15, SERIES
OF 2008
HTTP://WWW.DPWH.GOV.PH/POLICIES_PROCEDURES/DO/..%5C..%5CPD
F/ISSUANCES/DO/08/DO_015_S2008.PDF).

517.5 Basis of payment


Amend the second paragraph of this Sub-section with the following:
Payment will be made under:
Pay Item Description Unit of
Number Measurement

517(2) Galvanized Iron (G.I.) Pipe Drain, Meter


150mm dia.

Include the following work Item to Part G of DPWH Standard Specification

ADDENDUM 1 - Bidding Document: Construction of Samar Road Package 3 243


Millennium Challenge Account - Philippines

Item Spl 520: Reinforced Concrete Box Culvert, wingwalls and headwalls

SPL 520.1 Description

THIS ITEM SHALL CONSIST OF THE CONSTRUCTION OF REINFORCED CONCRETE BOX


CULVERT AS WELL AS WINGWALLS AND HEADWALLS FOR BOX CULVERT AND
REINFORCED CONCRETE PIPE CULVERT, ALL IN ACCORDANCE WITH THIS
SPECIFICATIONS AND IN CONFORMITY WITH THE ELEVATIONS AND DIMENSIONS
SHOWN ON THE DRAWINGS AS ESTABLISHED BY THE ENGINEER.

SPL 520.2 material requirements


Unless otherwise specified on the Drawings or in the Bill of Quantities, concrete to be
used for wingwalls and headwalls shall be Class A, in accordance with the
Specifications described in Item 405, Structural Concrete.
Steel reinforcement shall be in accordance with Specifications described in Item 404,
Reinforcing Steel.
Lean Concrete used as leveling concrete shall have a thickness of 50mm as shown on
the drawings or as specified by the Engineer.

SPL 520.3 construction requirements

520.3.1 preparation of foundation bed


The foundation bed shall be excavated to the lines and grades shown on the Drawings,
in accordance with requirements of Item 103, Structure Excavation or as directed by
the Engineer.

520.3.2 concrete work


All concrete works under this Sub-section shall be in accordance with the
requirements of Item 405, Structural Concrete and Item 407, Concrete Structures.

520.3.3 formwork
Formworks shall be constructed so as to withstand the stresses imposed. Formwork
used shall be constructed with sufficient strength, rigidity and shape as to leave the
finished works true to dimensions shown on the Drawings and with the surface
finished as specified. It shall be constructed in accordance with Sub-section 407.3.13,
Formwork Construction.

SPL 520.4 METHOD OF MEASUREMENT

SPL 520.5 Basis of payment


Payment will be made under:
Pay Item Description Unit of
Number Measurement

RC Headwall for Existing


Culvert

SPL520(1)a RC Headwall, Straight Type ( 1 - Each

ADDENDUM 1 - Bidding Document: Construction of Samar Road Package 3 244


Millennium Challenge Account - Philippines

910 mm dia., RCPC )

RC Headwall, Straight Type ( 1 -


SPL520(1)b Each
1070 mm dia., RCPC )

RC Headwall for New Culvert

RC Headwall, Straight Type ( 1 -


SPL520(2)a 910 mm dia., RCPC ) Each

RC Headwall, Straight Type ( 1 -


SPL520(2)b Each
1070 mm dia., RCPC )

RC Headwall, Straight Type ( 1 -


SPL520(2)c Each
1220 mm dia., RCPC )

RC Headwall, Straight Type ( 1 -


SPL520(2)d Each
1520 mm dia., RCPC )

RC Headwall, Straight Type ( 2 -


SPL520(3)a Each
1220 mm dia., RCPC )

RC Headwall, Straight Type ( 2 -


SPL520(3)b Each
1520 mm dia., RCPC )

RC Wingwall for New Culvert

RC Wingwall, ( 1 - 910 mm dia.,


SPL520(4)a Each
RCPC )

RC Wingwall, ( 1 - 1070 mm dia.,


SPL520(4)b Each
RCPC )

RC Wingwall, ( 1 - 1220 mm dia.,


SPL520(4)c Each
RCPC )

SPL520(4)d RC Wingwall, ( 1 - 1520 mm dia., Each

ADDENDUM 1 - Bidding Document: Construction of Samar Road Package 3 245


Millennium Challenge Account - Philippines

RCPC )

RC Wingwall, ( 2 - 1220 mm dia.,


SPL520(5)a Each
RCPC )

RC Wingwall, ( 2 - 1520 mm dia.,


SPL520(5)b Each
RCPC )

RC Wingwall, ( 3 - 1520 mm dia.,


SPL520(6) Each
RCPC )

RCBC Headwall

RCBC Headwall, Straight Type,


SPL520(7)a Each
Single Barrel (1-1.80 x 1.25m)

RCBC Headwall, Straight Type,


SPL520(7)b Each
Single Barrel (1-1.80 x 1.50m)

RCBC Headwall, Straight Type,


SPL520(7)c Each
Single Barrel (1-2.40 x 2.10m)

RCBC Headwall, Straight Type,


SPL520(7)d Each
Single Barrel (1-2.40 x 2.75m)

RCBC Headwall, Straight Type,


SPL520(7)e Each
Single Barrel (1-3.00 x 2.10m)

RCBC Headwall, Straight Type,


SPL520(7)f Each
Single Barrel (1-3.00 x 2.40m)

RCBC Headwall, Straight Type,


SPL520(7)g Each
Single Barrel (1-3.00 x 2.75m)

RCBC Headwall, Straight Type,


SPL520(8)a Each
Double Barrel (2-1.50 x 1.25m)

SPL520(8)b RCBC Headwall, Straight Type, Each

ADDENDUM 1 - Bidding Document: Construction of Samar Road Package 3 246


Millennium Challenge Account - Philippines

Double Barrel (2-1.80 x 1.50m)

RCBC Headwall, Straight Type,


SPL520(9) Each
Triple Barrel (3-2.40 x 3.00m)

RCBC Headwall/Wingwall

SPL520(10)a RCBC Wingwall, Single Barrel Each


(1-1.50 x 1.50m)
SPL520(10)b RCBC Wingwall, Single Barrel Each
(1-1.80 x 1.50m)
SPL520(10)c RCBC Wingwall, Single Barrel Each
(1-2.40 x 2.40m)
SPL520(11)a RCBC Wingwall, Double Barrel Each
(2-1.50 x 1.50m)
SPL520(11)b RCBC Wingwall, Double Barrel Each
(2-1.80 x 1.25m)
SPL520(11)c RCBC Wingwall, Double Barrel Each
(2-1.80 x 1.80m)
SPL520(11)d RCBC Wingwall, Double Barrel Each
(2-2.10 x 3.00m)
SPL520(11)e RCBC Wingwall, Double Barrel Each
(2-2.20 x 3.00m)
SPL520(11)f RCBC Wingwall, Double Barrel Each
(2-2.40 x 2.10m)

RC Box Culvert

SPL520(12)a RC Box Culvert, Single Barrel Meter


(1-1.50 x 1.50m)
SPL520(12)b RC Box Culvert, Single Barrel Meter
(1-1.80 x 1.25m)
SPL520(12)c RC Box Culvert, Single Barrel Meter
(1-1.80 x 1.50m)
SPL520(12)d RC Box Culvert, Single Barrel Meter
(1-2.40 x 2.10m)
SPL520(12)e RC Box Culvert, Single Barrel Meter
(1-2.40 x 2.40m)
SPL520(12)f RC Box Culvert, Single Barrel Meter
(1-2.40 x 2.75m)
SPL520(12)g RC Box Culvert, Single Barrel Meter
(1-3.00 x 2.10m)

ADDENDUM 1 - Bidding Document: Construction of Samar Road Package 3 247


Millennium Challenge Account - Philippines

SPL520(12)h RC Box Culvert, Single Barrel Meter


(1-3.00 x 2.40m)
SPL520(12)i RC Box Culvert, Single Barrel Meter
(1-3.00 x 2.75m)
SPL520(13)a RC Box Culvert, Double Barrel Meter
(2-1.50 x 1.25m)
SPL520(13)b RC Box Culvert, Double Barrel Meter
(2-1.50 x 1.50m)
SPL520(13)c RC Box Culvert, Double Barrel Meter
(2-1.80 x 1.25m)
SPL520(13)d RC Box Culvert, Double Barrel Meter
(2-1.80 x 1.50m)
SPL520(13)e RC Box Culvert, Double Barrel Meter
(2-1.80 x 1.80m)
SPL520(13)f RC Box Culvert, Double Barrel Meter
(2-2.10 x 3.00m)
SPL520(13)g RC Box Culvert, Double Barrel Meter
(2-2.20 x 3.00m)
SPL520(13)h RC Box Culvert, Double Barrel Meter
(2-2.40 x 2.10m)
SPL520(14) RC Box Culvert, Triple Barrel (3- Meter
2.40 x 3.00m)

ADDENDUM 1 - Bidding Document: Construction of Samar Road Package 3 248


Millennium Challenge Account - Philippines

PART H - MISCELLANEOUS STRUCTURES

Item 600: Curb and Gutter

ADOPT THE EXISTING PROVISION OF THIS ITEM OF WORK IN THE DPWH STANDARD
SPECIFICATIONS FOR HIGHWAYS, BRIDGES AND AIRPORT, VOLUME II, 2004
EDITION.

600.5 Basis of Payment


Amend the second paragraph of this Sub-section with the following:
Payment will be made under:
Pay Item Description Unit of
Number Measurement

600 (3)a Combination of Concrete Curb and Meter


Gutter

Item 603: Guardrail

ADOPT THE EXISTING PROVISION OF THIS ITEM OF WORK IN THE DPWH STANDARD
SPECIFICATIONS FOR HIGHWAYS, BRIDGES AND AIRPORT, VOLUME II, 2004
EDITION.

603.5 Basis of Payment


Amend this entire Sub-section with the following:
Refer to Item 101 for the payment of dismantling, removal and transporting of
existing guardrail and transported to the District Engineers Offices.
The accepted quantities of new guardrail, determined in accordance with Sub-section
603.4, Method of Measurement, shall be paid for at the contract unit price per meter
for the type specified, complete in place, which price and payment shall be full
compensation for furnishing and placing all materials, including all labor, equipment,
tools and incidentals necessary to complete the Item. When so specified, end
anchorages and terminal sections will be paid for at the contract unit price for each of
the kind specified and completed in place.
Payment will be made under:
Pay Item Description Unit of
Number Measurement

Metal Guardrail (Metal Beam)


603(3a)1 Meter
Including Concrete Post

603(3b) Metal Beam End Piece Each

Item 605: Road Signs

605.1 Description

ADDENDUM 1 - Bidding Document: Construction of Samar Road Package 3 249


Millennium Challenge Account - Philippines

Include the following under this Sub-section::


Many of the existing road signs will need to be remove and relocated beyond
construction limits. Schedules related to the relocation and/or replacement of road
signs, are included in the Book of Drawings and payment of which are included under
Item 101.
The method of construction and installation of road signs shall be as outlined on the
Drawings or as described in the Specifications, all with the direction and approval of
the Engineer prior to the undertaking of the works.

605.2 Material Requirement

605.2.2 Reflective Sheeting


Amend this sub-section as follows:
The reflective sheeting to be used shall be of two types:
Type I-High Performance Reflective Sheeting
The reflective sheeting shall consist of micro-prismatic lens sheeting with an
interlocking diamond seal pattern with pre-coated adhesive backing protected by a
removal liner. The minimum reflective brightness value of reflective sheeting shall be
in accordance with Table 605.1.
Table 605.1: Reflective Brightness of Traffic Sign Surfaces (CD/Lux/Sq.m.)
-40 Entrance Angle Observation Angle

0.10 0.20 0.50 1.00

White 625 370 275 75

Yellow 565 300 220 58

Red 165 98 70 20

Green 80 45 32 9

Blue 42 22 17 45

300 Entrance Angle Observation Angle

0.10 .20 0.50 1.00

White 430 225 125 42

Yellow 315 180 100 35

Red 110 65 32 11

Green 45 28 16 6

Blue 22 14 8 3

-40 Entrance Angle Observation Angle

0.10 1.20 0.50 1.00

ADDENDUM 1 - Bidding Document: Construction of Samar Road Package 3 250


Millennium Challenge Account - Philippines

White 120 90 35 10

Yellow 90 70 27 8.8

Red 94 26 10 3

Green 12.5 9.8 3.5 1.6

Blue 6 4.5 1.5 0.8

Type II - Medium Performance Reflective Sheeting


The reflective sheeting shall consists of spherical lens element embedded within a
transparent plastic having a smooth, flat surface with protected pre-coat adhesive
which shall be pressure sensitive for manual application, or tack free heat activated
for mechanical vacuum heat application. The minimum reflective brightness of the
reflective sheeting shall be as in the following Table 605.2.
Table 605.2: Reflective Brightness of Traffic Sign Surfaces (CD/Lux/Sq.m.)
-40 Entrance Angle Observation
Angle

0.10 1.20 0.50

White 270 95 10

Yellow 170 62 9

Red 45 15 2

Green 45 15 1

Blue 20 7.5 0.5

3% Entrance Angle Observation


Angle

0.10 1.20 0.50

White 175 70 9.5

Yellow 135 60 8.5

Red 30 12 1.5

Green 30 12 0.8

Blue 5 0.3 0.3

45% Entrance Angle Observation


Angle

ADDENDUM 1 - Bidding Document: Construction of Samar Road Package 3 251


Millennium Challenge Account - Philippines

0.10 1.20 0.50

White 95 55 9

Yellow 50 40 1

Red 12 10 1

Green 12 10 0.5

Blue 6 4 0.1

Fluorescent Material: Fluorescent material shall have a reflective material that


complies with the approved standards and requirements as prescribed in Table 605.3.
Table 605.3: Reflective Brightness of Traffic Sign Surfaces (CD/Lux/Sq.m.)
-40Entrance Angle Observation
Angle

0.10 1.20 0.50


Yellow 465 225 145
Green
Blue 120 90

450Entrance Angle Observation


Angle
0.10 1.20 0.50
Yellow 30 25 7
Green

Blue 50 20

The reflective sheeting shall have high reflectivity normal to vehicle headlight
dependent on the angle of incidence. The reflective material shall be sharp and non-
glare and directed towards the light source of approved angle of incidence.
The reflective sheeting shall perform effectively for a minimum of seven (7) years
from date of manufacture.

605.5 Basis of Payment


Amend the second paragraph of this Sub-section with the following:
Payment will be made under:
Pay Item Description Unit of
Number Measurement

605(1) Warning Signs Each

605(2) Regulatory Signs Each

ADDENDUM 1 - Bidding Document: Construction of Samar Road Package 3 252


Millennium Challenge Account - Philippines

Informatory Signs (1000mm x


605(3)a Each
1800mm)

Informatory Signs (1000mm x


605(3)b Each
2000mm)

Section II B
Special Provisions and Supplemental Specifications Referenced to DPWH
Standard Specifications for Public Works Structures, Volume III, 1995 Edition

ADDENDUM 1 - Bidding Document: Construction of Samar Road Package 3 253


Millennium Challenge Account - Philippines

PART I - WATER SUPPLY

ITEM 1600: EXCAVATION

1600.4 BASIS OF PAYMENT


Amend this Sub-section with the following:
There will be no separate payment for this Item since the cost for the volume of
materials excavated is considered included to the work item for which the excavation
is required. Payment shall be full compensation for furnishing all materials, labor,
equipment, tools and incidentals necessary to complete all the work.

ITEM 1601:BACKFILL AND FILL

1601.5 BASIS OF PAYMENT


Amend this Sub-section with the following:
There will be no separate payment for this Item since the cost for the backfill and fill
materials is considered included to the work item for which the excavation is
required. Payment shall be full compensation for furnishing all materials, labor,
equipment, tools and incidentals necessary to complete all the work.

ITEM 1602: INSTALLATION OF PIPELINE

1602.2 MATERIAL REQUIREMENTS


Include the following Sub-section after Sub-section 1602.2.5:

1602.2.6 SMALL STEEL PIPES


Galvanized steel pipe in sizes less than 100 mm (4 in.) in diameter and smaller shall
conform with the requirements of the "Specifications for Black and Hot-Dipped Zinc-
Coated (Galvanized) Welded and Seamless Steel Pipe for Ordinary Uses" (ASTM A-
120) and shall be Schedule 40. Galvanized steel pipe shall not be cement mortar-lined
unless otherwise shown. Fittings for galvanized steel pipe shall be of galvanized
malleable iron. Galvanized and black steel pipe shall not be used for buried service,
except where shown on the Drawings.
Galvanized steel pipe for service connections shall be allowed only as specifically
shown on the Drawings. The pipe shall be wrapped with a 500 micron thick PVC
tape to a total thickness of 1000 microns, with half width over lapping. PVC tape
shall be of a type approved by the Engineer and shall be applied in accordance with
the manufacturer's recommendations.

1602.2.7 SERVICE LINES


g) Materials

125. The service line piping 50 mm (2 in.) and smaller shall be made of
polyethylene tubing as specified herein and in the sizes shown on the
Drawings.

ADDENDUM 1 - Bidding Document: Construction of Samar Road Package 3 254


Millennium Challenge Account - Philippines

126. Small tubing-size service lines shall have plastic or brass fittings using
compression type connections with compressive force applied on the
outside surface of the tubing. However, stainless steel or brass inserts may
be utilized for bigger sizes.
127. Plastic fittings shall be injection-molded, compression type and
suitable for use with Polyethylene (PE) tubings conforming in dimensions
and tolerances to ISO 161/I and ISO 3607, respectively.
128. Plastic service connection fittings shall be molded from Acrylonitrile-
Butadiene-Syrene (ABS), Polypropylene (PP), Polyvinyl Chloride (PVC),
Polyethylene (PE) or other suitable materials. The compounds used in the
manufacture of plastic fittings shall be virgin and shall be made from non-
toxic materials and shall be certified as suitable for potable water by the
Food and Drugs Administration (FDA) or any accredited testing
laboratories.
129. All plastic fittings shall meet the requirements of the National Testing
Laboratories for Potable Water and shall be designed to hold a working
pressure of 1.1 MPa and resist a minimum pull-out force of 20 kg.
130. Brass service connection fittings shall be manufactured according to
AWWA Standard C-800 "Threads for Underground Service Line Fittings"
and shall be similar in quality to those manufactured by Mueller Co.,
Decatur, Ill., U.S.A.; James Jones Co., El Monte, California, U.S.A.; or
Ford Meter Box Company, Inc., Wabush, Indiana, U.S.A.
131. The fittings shall be clearly and neatly finished and free from burrs or
other defects likely to damage or score the pipe, and the bore shall be free
from irregularities which restrict the free flow of fluid. The internal and
external surfaces of fittings shall be clean and free from grooves, pinholes,
or other defects likely to affect the performance and service of the system.
132. The fittings shall be designated by the sizes of the connecting
pipes/tubings.
133. Welded outlets on steel pipe shall be insulated from brass fittings with
nylon bushings approved by the Engineer.

b) Testing and Acceptance

ADDENDUM 1 - Bidding Document: Construction of Samar Road Package 3 255


Millennium Challenge Account - Philippines

134. Inspection and testing of plastic fittings shall be done by the


manufacturer in accordance with ASTM 2146; D 1598 and D 1599 for PP,
ASTM 2581 and D 2666 for PB, ASTM D 2239 for PE, and AWWA C
900 for PVC as fitting materials. For materials other than those mentioned,
manufacturer shall provide the specific existing ASTM, AWWA, ISO,
PSA or other internationally accepted standards used to identify
procedures by which test can be conducted and results can be evaluated.
135. All plastic fittings shall be free of cracks or other injurious defects and
shall be smooth and clean before inspection.
136. For every 100 pieces of any size of fittings, at least three pieces shall
0
be chosen at random and subjected to a pressure of 1.1 MPa at 23 . If any
sample tested cracks or leaks, the lot represented will be rejected.

1602.2.8 SERVICE SADDLES


a) Materials

Where saddles are required as shown on the Drawings, they shall be


constructed of one or a combination of the following materials and complying
with the requirements as hereunder indicated.
i Brass
Leaded red brass, copper alloy with commercial designation 85-5-5-5 in
accordance with ASTM B584, UNS No. 83000.
ii Bronze
Silicon bronze in accordance with ASTM B584, UNS No. 87200.
iii Ductile Iron
Grade 60-40-18 in accordance with ASTM A536.
iv Cast Iron
Gray iron in accordance with ASTM A48, Class 30.
v Plastics
Acrylonitrile-Butadiene-Syrene (ABS), Polypropylene (PP), Polyvinyl
Chloride (PVC), Polyethylene (PE) or other suitable materials.
All the materials used in the manufacture of clamps shall meet the
requirements of applicable ASTM, AWWA, ISO or other internationally
accepted standard specifications.
b) Manufacture

Service saddles shall be supplied either with:


i Clamp or single strap of at least 50 mm (2 in.) wide, bolted on each side,
or bolted one side and hinged on the other side. Bolts and nuts shall be
18-8 stainless steel, brass or bronze as specified above.

ADDENDUM 1 - Bidding Document: Construction of Samar Road Package 3 256


Millennium Challenge Account - Philippines

ii Double or single strap, as shown on the Drawings, each with a width not
less than 20 mm (3/4 in.).
iii Straps or clamps shall be made of any of the materials listed above or of
18-8 stainless steel.
All parts of the service saddle including the clamp or strap shall comply
with the following minimum thickness requirements:
Pipe Nominal Thickness
Diameter
50 mm 8 mm
100 mm 8 mm
150 mm 10 mm
200 mm 12 mm
250 mm 15 mm
300 mm 15 mm

Saddles shall be shaped to the various outside pipe diameters to which


they are to be fitted and shall be provided with an approved resilient
neoprene rubber gasket with a minimum bearing width of 12 mm (1/2 in.).
The tapping thread shall be at least 30 mm deep and drilled in accordance
with iron pipe (I.P.) thread dimensions.
iv Shop drawings for plastic service saddle shall be first submitted for
approval prior to manufacture.

1602.2.9 MECHANICAL-TYPE COUPLINGS


Mechanical-type couplings shall be designed for a water working pressure not less
than the design pressure of the pipe on which they are to be installed, and shall be
equipped with Grade H rubber gaskets. Couplings shall be Gustin-Bacon or Victaulic
Style 44 when pipe ends are banded, and Gustin-Bacon or Victaulic Style 77 when
pipe ends are grooved. Buried or submerged couplings shall be coated in accordance
with the following:
PAINTING SYSTEMS
MANUFACTURER
GALVANIZED FERROUS or approved equivalent
METAL CORROSIVE
ENVIRONMENT

Dutch Boy Sherwin Williams


First Coat:

Chemical and moisture 20-126 B69NX11


Resistant primer
Second Coat:

Chemical and moisture 20-125 B69WX16

ADDENDUM 1 - Bidding Document: Construction of Samar Road Package 3 257


Millennium Challenge Account - Philippines

resistant enamel

1602.2.10 SLEEVE-TYPE COUPLINGS


Sleeve-type couplings shall be provided where shown and shall be Smith-Blair, Style
411 or Style 412, equivalent styles manufactured by Dresser, or approved substitute.
Couplings shall be of steel with steel bolts, without pipe stop, and shall be of sizes to
fit the pipe and fitting shown. The middle ring shall be not less than 6 mm (1/4 in.)
in thickness and shall be 125 to 175 mm (5 in. to 7 in.) long for standard steel
couplings, and 400 mm (16 in.) long for long-sleeved couplings. Bolts for exposed
coupling shall be hot-dip galvanized.

1602.2.11 GASKET AND BOLTS


a) Except as otherwise provided, gaskets for flanged joints shall be 1.5 mm
(1/16 in.) thick laminated asbestos fiber.
b) Wherever blind flanges are shown, the gaskets shall consist of 3 mm (1/8 in.)
thick cloth-inserted rubber sheet which shall be cemented to the surface of the
blind flange.
c) Except as otherwise provided, Bolts, anchor bolts, nuts, and similar threaded
fasteners, after being properly cleaned, shall be galvanized in accordance with
the "Specifications for Zinc Coating (Hot Dip) on Iron and Steel Hardware"
(ASTM A153). Field repairs to galvanizing shall be made using "Galvano,"
"Galvo-Weld," or approved equal.

1602.2.12 STEEL CASING


The Contractor shall furnish and install steel casing where shown on the Drawings.
Steel casings shall be of welded steel pipe of the diameters and plate thickness shown.
Joints in steel casings may be either butt-welded, lap welded, or welded using butt
straps. No protective coating need be applied to casings. Casings shall be installed as
required in accordance with details as shown, and subject to the approval of the
agency having jurisdiction.

1602.2.13 CONCRETE BLOCKS AND CONCRETE ENCASEMENT


Concrete to be used for anchor, thrust blocks and concrete encasement for pipe shall
have a minimum 28-day compressive strength of 13.78 MPa (2000 psi) unless
otherwise specified.

1602.2.14 WARNING TAPE


d) Material
The Contractor shall furnish and install for each pipe above or equal to 50 mm
an Alu-Foil warning/detection tape (minimum width is 5 cm) (2") with the
words "Attention Water Main" marked in a continuous manner.

ADDENDUM 1 - Bidding Document: Construction of Samar Road Package 3 258


Millennium Challenge Account - Philippines

1602.3 CONSTRUCTION REQUIREMENTS


Include the following Sub-sections after Sub-section 1602.3.5

1602.3.6 SERVICE LINES


1. All workmanship shall be in accordance with the manufacturer's recommendations
and approved by the Engineer. Service taps for plastic service lines shall be made
between 45 degrees to 90 degrees from the top of the pipe, and the tubing shall be
laid in a serpentine fashion along the service trench bottom to resist pull-out.
Galvanized steel pipe for service lines shall be installed only where specifically
shown on the standard drawings.
2. Where service lines are located under the road beds or in stony or rocky ground,
sand bedding shall be provided. The sand bedding shall be of adequate thickness
to provide a depth of cover of 0.15 m.
3. Unless otherwise directed, all service lines shall be installed prior to the
hydrostatic test of the water main, and they shall be tested with pressure test of the
water main. Each stop cock valve shall be operated to thoroughly flush the
service and remove any accumulated air present prior to the hydrostatic test.

1602.3.7 WARNING TAPE


1. The tape shall be laid flat on top of an intermediate layer of backfill, after
compaction of same and prior to backfilling and compacting the final top layer.
The depth of laying the tape will therefore be about 0.30 m (1 foot) from the finish
surface or at about:
0.45 m from top of pipes with sizes equal to or under 250 mm diameter
except for Asbestos Cement Pipes.
0.60 m above the top of pipes with sizes equal to or larger than 300 mm
diameter and for AC pipes of all sizes.

ADDENDUM 1 - Bidding Document: Construction of Samar Road Package 3 259


Millennium Challenge Account - Philippines

1602.3.8 PIPE CROSSINGS

Cross-over pipe work for rivers and creeks shall be steel pipes with thickness as
specified on the Drawings and shall be painted with the following:
PAINTING SYSTEMS
UNPRIMED MANUFACTURER
FERROUS METAL or approved equivalent

Dutch Boy Sherwin Williams


First Coat:

Rust Inhibitive Ferrous

Metal Primer 20724 B16RX1

Second Coat:

Exterior Enamel 20-125 A37WX15

Third Coat:

Exterior Enamel 20-125 A37WX15

SPL 1602.5 BASIS OF PAYMENT


Amend the second paragraph of this Sub-section with the following:
Payment will be made under:
Pay Item Description Unit of
Number Measurement
1602(4) Distribution Pipelines, PVC

1602(4)1 250 mm Meter

1602(4)3 150 mm Meter


1602(4)4 100 mm Meter
1602(4)5 75 mm Meter
1602(4)6 63 mm Meter
1602(4)7 50 mm Meter
1602(4)8 38 mm Meter
1602(4)9 32 mm Meter
1602(4)10 25 mm Meter
1602(5) Polyethylene (PE) Plastic Pipe
1602(5)1 32mm Meter

ADDENDUM 1 - Bidding Document: Construction of Samar Road Package 3 260


Millennium Challenge Account - Philippines

1602(5)2 25 mm Meter
1602(5)3 20 mm Meter
1602(5)4 12 mm Meter
1602(6) Galvanized Iron Pipes
Crossings
Reinforced Concrete Pipe Culvert
1606(6)1 Lump sum
(RCPC) Pipe Crossing
1606(6)2 Reinforced Concrete Box Culvert
Lump sum
(RCBC) Pipe Crossing
1606(6)3 Malobago Bridge Pipe Crossing Lump sum
1606(6)4 Cancasalay Bridge Pipe Crossing Lump sum
1606(6)5 Libas Bridge Pipe Crossing Lump sum
1606(6)6 Limlim Bridge Pipe Crossing Lump sum
1606(6)7 Pagbabangan Bridge Pipe Lump sum
Crossing
1606(6)8 Maypandan Bridge Pipe Crossing Lump sum

1603 INSTALLATION OF VALVES

1603.2 MATERIAL REQUIREMENTS


Include the following:
e) Air Vacuum and Air release Valves

1. Air vacuum and air release valves shall have threaded connections. The bodies
shall be of high-strength cast iron, and the float shall be of stainless steel. Float
guides, bushings, lever pens and all other internal parts shall be constructed of
stainless steel or bronze. Seat washers and gasket shall be of a material insuring
water-tightness with a minimum of maintenance. Valves shall be designed for a
water working pressure of not less than 1.0 MPa (150 psi). All valves shall be
designed to automatically operate so that they will: (a) positively open under
atmospheric pressure (as water drains from the body of the valve, it will allow air
to flow into the pipe while it is being emptied); (b) positively close as water, under
low head, fills the body of the valve; (c) not blow-shut under high velocity air
discharge; and (d) permit the escape of accumulated air under pressure while the
pipe is in operation.
f) Miscellaneous Small Valves

1. Valves 50 mm (2 in.) and smaller, unless otherwise shown, shall be all bronze
or brass with threaded connections designed for a water working pressure not
less than 1.0 Mpa (150 Psi). Material Specifications for brass valves shall have
a commercial designation of 85-5-5-5 in accordance with ASTM B584, UNS
No. 83000.

ADDENDUM 1 - Bidding Document: Construction of Samar Road Package 3 261


Millennium Challenge Account - Philippines

2. Valves for service connections shall be ball valve type with lockwing.

1603.5 BASIS OF PAYMENT


Amend this Sub-section with the following:
Payment will be made under:
Pay Item Description Unit of
Number Measurement
1603 (1) Blow-off Valves Assemblies

1603(1)1 75 mm Set
1603(1)2 50 mm Set
1603 (2) Air Vacuum/Air Release Valve
1603 (2)1 25mm Set

SPL 1604 INSTALLATION OF FIRE HYDRANT ASSEMBLY

SPL 1604.1 DESCRIPTION


137. Fire hydrant assemblies shall either be of the conventional stand-up type or the
underground spring type, both of which shall be designed to withstand a
minimum water working pressure of 1.0 MPa (150 psi).
138. The component materials and protective coating of fire hydrant assemblies shall
be free from toxic substances and shall not foster microbiological growth nor
give rise to taste, color, cloudiness or discoloration of the water which they
come in contact with.

SPL 1604.2 MATERIAL REQUIREMENTS

SPL 1604.2.1 STAND UP TYPE FIRE HYDRANT


a) Commercial Type Fire Hydrant

Hydrant head is the part of the fire hydrant top section containing the valve
mechanisms while the below-ground section is the portion of the hydrant
assembly referred to as the bury section.
Hydrant head shall have a 150 mm (6 in.) flanged inlet, a 100 mm (4 in.) hose pumper
outlet, and a 63 mm (2-1/2 in.) hose outlet. The outlets shall have National
Standard Hose Threads with bronze or plastic caps with chains. The hydrant head
shall have a heavy duty body of grade A bronze conforming with ASTM
Specification B-62 or gray or ductile cast iron in accordance with AWWA C503
and shall meet Underwriters National Standard Specifications of fire hydrant
heads. The bury section shall be made of cast iron or steel while all working parts
(valve mechanisms) shall be made of bronze. The stem shall be provided with at
least two (2) O-rings. Hydrant heads made of C.I. shall be thoroughly machined

ADDENDUM 1 - Bidding Document: Construction of Samar Road Package 3 262


Millennium Challenge Account - Philippines

and cleaned on the inside and the outside. The inside surface shall be coated with
epoxy paint or approved equal, while the outside surface shall be painted with at
least two (2) coats of paint or approved substitute. Hydrant heads made of bronze
may be coated with a suitable clear sealer. The bury section shall be applied with
the required protection for C.I. or steel (as the case may be). The design, materials
of construction, and fabrication shall be in accordance with AWWA Standard for
Wet-Barrel Fire Hydrants (AWWA C503).
b) Angle Valve Fire Hydrant (Residential Type)

Angle valve fire hydrant shall conform with the Underwriters National Standard
Specifications. They shall have a heavy duty body of bronze conforming with
ASTM Specification B-62 or gray or ductile cast iron, in accordance with AWWA
C503. They shall have an inside threaded inlet size of 75 mm (3 in.) or 100 mm (4
in.) and a 63 mm (2-1/2 in.) hose outlet as specified or as shown in the drawings.
The outlet shall have National Standard Fire Hose Coupling Screw Threads with a
bronze or plastic cap with chain. The valve shall open counter-clockwise. Angle
valve fire hydrant and riser pipe (bury section) shall be coated/painted similarly as
that of commercial-type fire hydrant head.
c) Wrenches

The contractor and/or supplier (as the case may be) shall provide three (3) sets of
pentagon spanner wrenches that will operate all valves specified in Items a) and b)
above.

SPL 1604.3 MECHANICAL INSPECTION AND REJECTION

SPL 1604.3.1 MECHANICAL AND HYDROSTATIC TESTS


While the assembled stand-up hydrant or spring valve/stand-pipe assembly is not
under pressure, it shall be operated through a complete open-and-close cycle of all
outlet valves. Assembled hydrants shall be subjected to a shop test under hydraulic
pressure of 2.0 MPa (300 psi). The test shall be made with the complete interior of
the hydrant assembly under pressure and all outlet valves closed. During this test,
there shall be no leakage through the casings or joints of the assembled hydrant nor
through the valves. The test shall be conducted for a sufficient time to allow for a
thorough check of all points of possible leakage which in no case shall be less than
five (5) minutes.

SPL 1604.3.2 INSPECTION AND REJECTION


All works performed under this standard shall be subject to inspection and approval
by Utility Companys authorized representative who shall, at all times, have access to
all places of manufacture where the materials are being produced or fabricated or
where tests are being conducted and who shall be accorded full facilities for
inspection and observation of tests. Any hydrant or part that he may determine as not
conforming with the requirements of this standard shall be made satisfactory or it
shall be rejected and replaced. Whether the Utility Company has an inspection at the
plant or not, the manufacturer is required to submit an affidavit of compliance with
the requirements of this standard.

ADDENDUM 1 - Bidding Document: Construction of Samar Road Package 3 263


Millennium Challenge Account - Philippines

SPL 1604.3.3 MARKING


All hydrants shall have permanent markings that identify the manufacturer by name,
initials or insignia and the year the hydrant is manufactured.

SPL 1604.4 METHOD OF MEASUREMENT

The work to be paid shall be for the furnishing and installation of fire hydrant
assemblies as described in this Section with all necessary joints and appurtenances
and perform excavation and concrete construction as per Specifications..

SPL 1604.5 BASIS OF PAYMENT


All work performed and measured and as provided for in this Bill of quantities shall be
paid at the unit bid price or contract price which payment shall constitute full
compensation including labor, materials, tools and incidentals necessary to complete
this Item.
Payment will be made under:
Pay Item Description Unit of
Number Measurement
SPL 1604 Fire Hydrant Assembly

SPL 1604(1) 100 x 65mm dia. set

SPL 1604(2) 75 x 65mm dia. set

Include the following work Item to Part I of DPWH Standard Specification

SPL 1605 RELOCATION OF WATER METER AND INSTALLATION OF PUBLIC FAUCET

SPL 1605.1 DESCRIPTION

SPL 1605.2 MATERIAL REQUIREMENTS


139. Use existing water meter unless found defective. Refer to the drawings for
type of new public faucet to be supplied for this Contract.
140. New Water Meter shall conform to AWWA C701 turbine type, with register
reading in cubic meters.

SPL 1605.3 CONSTRUCTION REQUIREMENTS


Install public faucet and relocated water meter at location directed by the
Owner/LGU..

ADDENDUM 1 - Bidding Document: Construction of Samar Road Package 3 264


Millennium Challenge Account - Philippines

SPL 1605.4 METHOD OF MEASUREMENT

The work to be paid shall be for the number of sets of public faucets with pipe support
including necessary items as indicated on the drawings to complete. Payment for the
relocation of water meter is in lump sum to include also construction of concrete box
and cover and all appurtenances as specified in the drawings.

SPL 1605.5 BASIS OF PAYMENT


All work performed and measured and as provided for in this Bill of quantities shall be
paid at the unit bid price or contract price which payment shall constitute full
compensation including labor, materials, tools and incidentals necessary to complete
this Item.
Payment will be made under:
Pay Item Description Unit of
Number Measurement
SPL 1605(1) Relocation of Water Meter/valves Lump sum
(including construction of
concrete box and cover and all
appurtenances as specified in the
Drawings)
SPL 1605(2) Public Faucet with Pipe Support Set
including excavation, concrete,
rebars, formworks, gravel
bedding, straps, anchor bars and
all appurtenances as specified in
Drawings

SPL 1606 WATER SERVICE CONNECTION/TAPPING

SPL 1606.1 DESCRIPTION


This item shall consist of furnishing and installation of water service connections
including its appurtenances and all necessary earthwork as per Specifications and
Drawings.

SPL 1606.2 MATERIAL REQUIREMENTS


Refer to Item 1602 of these Specifications.
SPL 1606.3 CONSTRUCTION REQUIREMENTS
1) Service lines shall be installed in accordance with Item 1602 of these
Specifications.
2) The Contractor shall at all times conduct his operations so as to interfere as little
as possible with existing water distribution facilities. Work that is likely to
interfere with existing facilities shall be programmed in coordination with the
Engineer. No area shall be deprived of water for more than 24 hours except
those areas consisting of or equal to 6 average blocks, as determined by the
Engineer, may be taken out of service for not more than one week. The
Contractor shall provide at no cost to the Owner all temporary valves,
bulkheads, interconnections and sidelining necessary to meet the requirements
of this Sub-section. Before starting work which will interfere with existing

ADDENDUM 1 - Bidding Document: Construction of Samar Road Package 3 265


Millennium Challenge Account - Philippines

facilities, the Contractor shall do all preparatory work and shall see that all tools,
materials and equipment are ready and on hand.
3) Some sleeve joints shall be required for the connections between existing and
proposed networks.
4) Prior to connection work, the Contractor shall notify the Engineer of such plan
so that necessary notices to the consuming public can be made. Interconnection
work cannot be made unless there is an approval by the Engineer and in
coordination with the concerned Utility Company. Maximum sanitary
precautions shall be implemented by the Contractor during interconnection
work, so as to prevent any health hazard that may be precipitated by such work.
The Contractor shall furnish all pipe and fittings, equipment and materials
necessary to connect the proposed feeder mains to the existing mains;
disconnect existing mains and connect the same to the feeder mains constructed
under this Contract at the location on the Drawings in accordance with the
requirements of these specifications and/or of the Engineer.
All cut-ins and connections shall be done with proper tools and equipment.
Whenever tapping or cutting of pipe is required, it shall be done with a tapping
or cutting machine designed for the specific purpose. Before proceeding to
making the cut-in or connections, all tools, equipment and materials necessary
shall be ready on hand and the cut-ins and/or connections done with least
inconvenience to the consumers.
5) The Engineer, in coordination with the concerned Utility Company will forward
to the Contractor as soon as possible, the list of connections to be installed
under the Contract with full information on their type and location.

SPL 1606.3.3 DISMANTLING AND RECONNECTIONS


All defective service connections connected to existing water mains which are not to be
replaced or abandoned shall be dismantled by removing the corporation cock and
closing the hole in pipe walls by a repair saddle clamp.

SPL 1606.3.4 EVALUATION OF LEAKAGE AND REPLACEMENT


The Contractor shall excavate all identified leakage to be evaluated by the Owner
and/or the Engineer whether or not replacement is necessary. Only those proposed
identified or dilapidated or heavily damaged shall be replaced. Salvage of replaced
materials shall be given to the concerned Utility Company.

SPL 1606.4 MEASUREMENT AND PAYMENT


The quantities determined as provided above shall be paid for at the unit price for the
pay items shown in the Bill of Quantities which price and payment shall constitute full
compensation for all the cost of labor, materials, equipment, required tests as specified
in these specifications and all incidentals as required for the proper completion of the
work considered in this Item.
Payment will be made under:
Pay Item Description Unit of
Number Measurement
SPL 1606 Service Connection/Tapping,
Service Pipe - 12mm
SPL 1606(1) 250mm (10") set

ADDENDUM 1 - Bidding Document: Construction of Samar Road Package 3 266


Millennium Challenge Account - Philippines

SPL 1606(3) 150mm (06") set

SPL 1606(4) 100mm (04") set

SPL 1606(5) 75mm (03") set

SPL 1606(6) 63mm (02.5") set

SPL 1606(7) 50mm (02") set

Include the following work Item to Part I of DPWH Standard Specification

SPL 1607 SHALLOW PUMP WELL DEVELOPMENT

SPL 1607.1 DESCRIPTION


This item shall consist of well development and drilling of shallow well to include all
necessary appurtenances i.e. suction pipe, hand pump, etc. at location designated by the
concerned Owner/LGU..

SPL 1607.2 MATERIAL REQUIREMENTS


The Contractor shall submit his proposal to the Engineer for approval, of all materials
and equipment for shallow well development including connection to the main
waterline as directed by the Engineer.

SPL 1607.3 CONSTRUCTION REQUIREMENTS

1) The well shall be drilled with the diameter and to the depth of the existing well.
The bore of the well shall be plumb and straight, and shall be checked for the
verticality after completion of the drilling procedure by means of an approved
method.
2) The well casing shall be set round, true to line and centered.
3) Where individual pieces of casing are installed, accurate record shall be kept of
the grade, sizes and lengths, and the exact position shall be measured and
reported by the Contractor.
4) After the casing is installed, the well shall be cleaned by approved methods
acceptable to the Engineer. Cleaning shall be continued until all clogging mud
has been washed from the wall of drilled well and the surrounding formations
have stabilized.

ADDENDUM 1 - Bidding Document: Construction of Samar Road Package 3 267


Millennium Challenge Account - Philippines

SPL 1607.4 MEASUREMENT AND PAYMENT


The quantities determined as provided above shall be paid for at the lump sum/lot price
for the pay items shown in the Bill of Quantities which price and payment shall
constitute full compensation for all the cost of labor, materials, equipment, required
tests as specified in these specifications and all incidentals as required for the proper
completion of the work considered in this Item.
Payment will be made under:

Pay Item Description Unit of


Number Measurement
SPL 1607 Shallow Pump Well Development
and all appurtenances
SPL 1607(1) San Julian lot

SPL 1607(2) Borongan lot

SPL 1607(3) Maydolong lot


SPL 1607(4) Balangkayan lot

SPL ITEM 1608: PRESSURE AND LEAKAGE TESTING AND DISINFECTING

SPL1608.1 GENERAL
The Contractor shall furnish all equipment, labor and materials, including taps, valves
and bulkheads as required and exclusive of water and water meter for testing and
proper disinfection of the pipelines and steel reservoir. The water and any water
meter used for testing shall be furnished by the Owner, but the Contractor shall
provide the facilities necessary to convey the water from the Owner-designated source
to the points of use. All testing and chlorinating operations shall be done in the
presence of the Engineer.

SPL 1608.2 PIPELINE TESTING


All pipelines shall be thoroughly flushed out with water prior to testing. The
Contractor shall test the pipeline in sections prior to permanent resurfacing after the
trench is backfilled, but with joints exposed for examination except in heavily
travelled roadways. Maximum length of test sections shall be 500 meters for
distribution mains and 1,000 meters for transmission mains unless otherwise approved
by the Engineer. Where test sections are approved which exceed the above maximum
allowable shall be reduced by fifty percent (50%). The pipeline shall not be filled with
water until the following curing periods have elapsed.
PIPE TESTING
Description Minimum
Allowable Time
1. Cement Mortar Linings 14 days
2. Cement Mortar at Joints 8 hours

ADDENDUM 1 - Bidding Document: Construction of Samar Road Package 3 268


Millennium Challenge Account - Philippines

3. Concrete Thrust Block


a. Standard Cement 7 days
b. High early strength 36 hours
cement

The pipeline shall be prepared for testing by closing valves when available, or by
placing temporary bulkheads in the pipe and filling the line slowly with water.
During the filling of the pipe and before the application of the specified test pressure,
all air shall be expelled from the pipeline. To accomplish this, taps shall be made, if
necessary, at points of highest elevation and after completion of the test; and taps
shall be tightly plugged unless otherwise specified. After the line or section thereof
has been completely filled, it shall be allowed to stand under a slight pressure for a
minimum of forty eight (48) hours to allow the escape of air from any air pockets and
to allow the pipe or mortar lining to absorb as much water as possible.
During this period, all exposed pipes, fittings, valves, joints and couplings shall be
examined for leaks. If found to be cracked or defective, they shall be removed and
replaced by the Contractor with sound material at his own expense. The pipeline shall
then be refilled and all bulkheads, joints and connections shall be examined for leaks.
If any are found, these shall be stopped. The test shall consist of holding the test
pressure on each section of the line for a period of two (2) hours. The test pressure at
the lowest point shall be 690 KPa or 1.0 MPa according to the class of pipe installed,
class 100 or class 150, and as approved by the Engineer. Pressure gauges shall also
be provided at all ends of the section tested. The water necessary to maintain the
pressure shall be measured through a meter or by other means satisfactory to the
Engineer. The leakage shall be considered the amount of water entering the pipeline
during the two-hour test period. The allowable leakage for cast iron pipe or ductile
pipe shall not exceed the values listed in Table 3 of the AWWA Standard for
installation of Cast Iron Water Main (AWWA C600). All other types of pipes shall
have an allowable leakage not exceeding 1.85 L/mm of diameter of pipe per kilometer
(mile) per day. Should any test of a section of pipeline disclose joint leakage greater
than that permitted, the Contractor shall, at his own expense, locate and repair or
replace the defective pipe, fitting, joint, coupling or other appurtenance. The test shall
be repeated until the leakage is within the permitted allowance.
Closure pieces between newly installed and existing mains shall be tested after the
pipe has passed the pressure and leakage test specified above. The test shall include
subjecting the joint to a pressure of 345 KPa (50 psi) for a period of five (5) minutes
and visually checking for leakage. All visible leaks shall be repaired by the Contractor
at no expense to the Owner.

SPL 1608.3 PIPELINE DISINFECTING


Before being placed in service, and before certification of completion by the
Engineer, all new domestic water mains or extension to existing systems, or valved
section of such extension or any replacement in the existing systems, or valved
section of such extension or any replacement in the existing water system shall be
disinfected with chlorine in accordance with AWWA Standard C601 Standard for
Disinfecting Water Mains. Disinfection shall be completed not more than three (3)
days prior to placing the pipeline into service unless otherwise approved by the
Engineer and care shall be taken to prevent recontamination of the pipeline. A

ADDENDUM 1 - Bidding Document: Construction of Samar Road Package 3 269


Millennium Challenge Account - Philippines

bacteriological test shall be taken, at the expense of the Owner, prior to acceptance of
the pipeline disinfected.
The amount and concentration of chlorine solution applied shall be such as to provide
a dosage of not more than fifty milligrams per liter (50 mg/L) and shall be introduced
into the lines as directed by the Engineer. After a contact period of twenty-four hours,
the chlorine residual of samples taken at service connections or sampling points along
the entire length of the pipelines shall not be less than twenty-five milligrams (25
mg/L) as determined by the Engineer. The system shall then be flushed with clear
water until the residual chlorine is not greater than 0.75 mg/L but not less than 0.20
mg\L. All valves and appurtenances in the pipeline being disinfected shall be operated
several times during the chlorine contact periods.
The preferred point of application of the chlorinating agent is at the beginning of the
pipeline extension or any valved section and through a corporation stop inserted on
the top of the laid pipes.
Should the initial treatment fail to result in the conditions stipulated above, the
chlorination procedures shall be repeated until satisfactory results are obtained.
Where connections are to be made to existing water mains HTH shall be added at
points of interconnections as directed by the Engineer.

SPL 1608.4 MEASUREMENTS AND PAYMENT


The work under this section shall be incidental to other items of work and shall not be
measured for payment unless otherwise specified in the Bill of Quantities.

ADDENDUM 1 - Bidding Document: Construction of Samar Road Package 3 270


Millennium Challenge Account - Philippines

PART J - MOBILIZATION / DEMOBILIZATION

Item SPL 1900: Mobilization/Demobilization

1900.1 Description
This item shall consist of the mobilization and demobilization of the required
minimum essential equipment and labor forces for the project.

1900.2 Measurement and Payment


For purposes of estimates and payment, the following criteria shall be considered:
Eighty (80) percent after the Contractor has totally mobilized his equipment
and plants and ready for use;
Twenty (20) percent upon complete demobilization of plants equipment,
base camps and the like
Total cost of mobilization shall not exceed 1% of civil works cost.
The Engineer shall be required to issue a certification in this respect before payments
are released.
Payment will be made under:
Pay Item Description Unit of
Number Measurement

SPL 1900 Mobilization and Demobilization Lump Sum

ADDENDUM 1 - Bidding Document: Construction of Samar Road Package 3 271


Millennium Challenge Account - Philippines

PART K - DAYWORKS

Item SPL 2000: Daywork

2000.1 Description
This item shall consist of labor, materials, plant and equipment rates, and shall be
subjected to the provisions of Clause 29 of the General Conditions of Contract.
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 dayworks basis. These
dayworks may include unforeseen works necessary in the prosecution of the project,
not captured in the detailed engineering design and not described as specific items in
the bill of quantities, like:
Emergency works as a result of calamity such as landslide, flooding and
typhoons;
Urgent works brought by road accidents which affect the project;
Removal of temporary obstructions; and,
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 contractors
profit, overhead/ contingencies, supervision cost and other charges.
The following procedure shall then apply:
a) Before ordering goods for the works, the Contractor shall request for
quotations from at least 3 suppliers and submit the same to the Engineer.
b) Involves, vouchers and accounts or receipts shall be kept by the
Contractor for submission prior to payment.

2000.2 Basis of Payment


The Contractor will be paid for dayworks carried out during the course of the contract
at the rates entered in the priced Bill of Quantities. Unless specified otherwise,
payments for dayworks shall be subject to price escalation adjustment in accordance
with the provisions of the Conditions of Contract.
Daywork rates quoted for labor shall be the amounts payable, and shall include
allowances for complying with the labor law, for use and waste of hand tools and for
all ordinary non-mechanical plant including staging, scaffoldings, etc., where not
erected especially for the execution of a Daywork item, use of electric light and all
special inducement for working.
The rates of material used on dayworks shall include for delivery to the immediate
working area and for unloading. Should any material be required for use on dayworks
that are not included in Section VIII, Bill of Quantities, the lowest current net market
price shall apply, plus the cost of loading and unloading and 15% allowance for
overhead and profit. Should the Engineer instruct that materials be ordered from
outside the country, then the lowest current net manufacturers CIF price shall apply,
plus the cost of customs and handling charges and transporting to the immediate

ADDENDUM 1 - Bidding Document: Construction of Samar Road Package 3 272


Millennium Challenge Account - Philippines

working area and unloading and 15% allowance for overhead and profit. All rates
shall include for adequately storing and additional handling costs and taxes if
applicable.
Plant and equipment shall include the wages of drivers, attendants and operators,
maintenance in proper working order at all times, attendance in starting up and
shutting down, all fuel and power, oils, greases and cleaning materials. Replace
and/or sharpening of tools and provision of tools, charges for depreciation insurance,
taxes and the like and all other ancillary items including consumable stores. Rates for
craft shall include crews,
Payment will be made under:
Pay Item Description Unit of
Number Measurement

SPL 2000 Daywork Provisional Sum

ADDENDUM 1 - Bidding Document: Construction of Samar Road Package 3 273


Millennium Challenge Account - Philippines

PART L - PROVISIONAL SUMS

Item SPL 2100: Provisional Sums

SPL 2100.1 Description


Provisional Sum means a sum included in the Contract and so designated in the Bill
of Quantities for the execution of any part of the Works or for the supply of goods,
materials, plants or services, or for contingencies, which sum may be used, in whole
or in part, or not at all, on the instructions of the Engineer. The Contractor shall be
entitled to only such amounts in respect of the work, supply or contingencies to which
such Provisional Sums related as the Engineer shall determine.
The Engineer shall notify the Contractor of any determination made, with a copy to
the Employer.
The Provisional Sum may be used for the execution of additional works beyond the
limit of Dayworks. This may be due to unknown or unforeseen underground
obstruction wherein detailed engineering cannot be possibly undertaken or for other
works like relocation of public utilities which requires specialization and maybe
undertaken by the respective Utility Company or its authorized Subcontractor. The
amount to be paid to the respective Utility Company thru the Contractor with respect
to the work performed shall be determined by the Engineer and submitted to the
Employer for approval.
Work executed under the Provisional Sum shall be valued at the rates or prices set out
in the Bid or as determined by the Engineer. The Contractor shall submit to the
Engineer all quotations, invoices and accounts or receipts in connection with the
expenditures on works executed under the Provisional Sum.
2100.2.2 Basis of Payment
Payment will be made under:
Pay Item Description Unit of
Number Measurement

SPL 2100 Provisional Sum Provisional Sum

ADDENDUM 1 - Bidding Document: Construction of Samar Road Package 3 274


Millennium Challenge Account - Philippines

PART M - ELECTRICAL DISTRIBUTION SYSTEM

SPL Item 1800: Basic Electrical Materials and Methods

SPL 1800.1 Description

SPL 1800.1.1 References


The publications listed below form a part of this specification to the extent referenced.
The publications are referred to in the text by the basic designation only.
141. ASTM International (ASTM)

ASTM D 709 (2001; R 2007) Laminated Thermosetting Materials

142. Institute Of Electrical And Electronics Engineers (IEEE)

IEEE 100 (2000; Archived) The Authoritative Dictionary of IEEE


Standards Terms

IEEE C2 (2007) National Electrical Safety Code

IEEE C57.12.29 (2005) Standard for Pad-Mounted Equipment -


Enclosure Integrity for Coastal Environments

143. National Electrical Manufacturers Association (NEMA)

NEMA 250 (2008) Enclosures for Electrical Equipment (1000 Volts


Maximum)

144. National Fire Protection Association (NFPA)

NFPA 70 (2011) National Electrical Code

145. Institute of Integrated Electrical Engineers of the Philippines (IIEE)

PEC (2009) Philippine Electrical Code

146. Bureau of Product Standards (BS)

PNS (2002) Philippine National Standard

SPL 1800.1.2 Related Requirements


This section applies to all sections of the project specification unless specified
otherwise in the individual sections.

SPL 1800.1.3 Definitions

ADDENDUM 1 - Bidding Document: Construction of Samar Road Package 3 275


Millennium Challenge Account - Philippines

a) Unless otherwise specified or indicated, electrical and electronics terms


used in these specifications, and on the drawings, shall be as defined in
IEEE 100.
b) The technical sections referred to herein are those specification sections
that describe products, installation procedures, and equipment operations
and that refer to this section for detailed description of submittal types.
c) The technical paragraphs referred to herein are those paragraphs in Sub-
item 800.2, Material Requirements and Sub-item 800.3, Construction
Requirements of the technical sections that describe products, systems,
installation procedures, equipment, and test methods.

SPL 1800.1.4 Electrical Characteristics


Electrical characteristics for this project shall be 240 volts secondary, single phase,
two wire.

SPL 1800.1.5 Additional Submittals Information


Submittals required in other sections that refer to this section must conform to the
following additional requirements as applicable.
147. Shop Drawings

Include wiring diagrams and installation details of equipment indicating


proposed location, layout and arrangement, control panels, accessories, piping,
ductwork, and other items that must be shown to ensure a coordinated
installation. Wiring diagrams shall identify circuit terminals and indicate the
internal wiring for each item of equipment and the interconnection between
each item of equipment. Drawings shall indicate adequate clearance for
operation, maintenance, and replacement of operating equipment devices.

148. Product Data

Submittal shall include performance and characteristic curves.

SPL 1800.1.6 Quality Assurance


149. Regulatory Requirements

In each of the publications referred to herein, consider the advisory provisions


to be mandatory, as though the word, "shall" had been substituted for "should"
wherever it appears. Interpret references in these publications to the "authority
having jurisdiction," or words of similar meaning, to mean the Engineer.
Equipment, materials, installation, and workmanship shall be in accordance with

ADDENDUM 1 - Bidding Document: Construction of Samar Road Package 3 276


Millennium Challenge Account - Philippines

the mandatory and advisory provisions of NFPA 70 and PEC unless more
stringent requirements are specified or indicated.

150. Standard Products

Provide materials and equipment that are products of manufacturers regularly


engaged in the production of such products which are of equal material, design
and workmanship. Products shall have been in satisfactory commercial or
industrial use for 2 years prior to bid opening. The 2-year period shall include
applications of equipment and materials under similar circumstances and of
similar size. The product shall have been on sale on the commercial market
through advertisements, manufacturers' catalogs, or brochures during the 2-year
period. Where two or more items of the same class of equipment are required,
these items shall be products of a single manufacturer; however, the component
parts of the item need not be the products of the same manufacturer unless
stated in the technical section.

a) Alternative Qualifications

Products having less than a 2-year field service record will be acceptable if a
certified record of satisfactory field operation for not less than 6000 hours,
exclusive of the manufacturers' factory or laboratory tests, is furnished.
b) Material and Equipment Manufacturing Date

Products manufactured more than 3 years prior to date of delivery to site shall
not be used, unless specified otherwise.

SPL 1800.1.7 Warranty


The equipment items shall be supported by service organizations which are reasonably
convenient to the equipment installation in order to render satisfactory service to the
equipment on a regular and emergency basis during the warranty period of the
contract.

SPL 1800.1.8 Manufacturer's Nameplate


Each item of equipment shall have a nameplate bearing the manufacturer's name,
address, model number, and serial number securely affixed in a conspicuous place;
the nameplate of the distributing agent will not be acceptable.

SPL 1800.1.9 Electrical Requirements


Electrical installations shall conform to IEEE C2, NFPA 70, PEC and requirements
specified herein.

SPL 1800.2 Material Requirements

SPL 1800.2.1 Factory Applied Finish

ADDENDUM 1 - Bidding Document: Construction of Samar Road Package 3 277


Millennium Challenge Account - Philippines

Electrical equipment shall have factory-applied painting systems which shall, as a


minimum, meet the requirements of NEMA 250 corrosion-resistance test and the
additional requirements specified in the technical sections.

SPL 1800.3 Construction Requirements

SPL 1800.3.1 Field Applied Painting


Paint electrical equipment as required to match finish of adjacent surfaces or to meet
the indicated or specified safety criteria. Painting shall be as specified in the section
specifying the associated electrical equipment.

SPL 1800.3.2 Field Fabricated Nameplate Mounting


Provide number, location, and letter designation of nameplates as indicated. Fasten
nameplates to the device with a minimum of two sheet-metal screws or two rivets.

SPL 1800.3.3 Measurement and Payment


The work under this section shall be incidental to other items of work and shall not be
measured for payment unless otherwise specified in the Bill of Quantities.

SPL Item 1801: Underground Electrical Distribution

SPL 1801.1 Description

SPL 1801.1.1 References


The publications listed below form a part of this specification to the extent referenced.
The publications are referred to within the text by the basic designation only.
151. ASTM International (ASTM)

ASTM B 1 (2001; R 2007) Standard Specification for Hard-


Drawn Copper Wire

ASTM F 512 (2006) Smooth-Wall Poly (Vinyl Chloride)


(PVC) Conduit and Fittings for Underground
Installation

152. Institute of Electrical and Electronics Engineers (IEEE)

IEEE 100 (2000; Archived) The Authoritative Dictionary


of IEEE Standards Terms

IEEE 81 (1983) Guide for Measuring Earth Resistivity,


Ground Impedance, and Earth Surface Potentials
of a Ground System

IEEE C2 (2007) National Electrical Safety Code

ADDENDUM 1 - Bidding Document: Construction of Samar Road Package 3 278


Millennium Challenge Account - Philippines

153. International Electrical Testing Association (NETA)

NETA ATS (2009) Standard for Acceptance Testing


Specifications for Electrical Power Equipment
and Systems

154. National Electrical Manufacturers Association (NEMA)


ANSI C119.1 (2011) Electric Connectors - Sealed Insulated
Underground Connector Systems Rated 600
Volts
NEMA TC 2 (2003) Standard for Electrical Polyvinyl Chloride
(PVC) Conduit

NEMA TC 6 & 8 (2003) Standard for Polyvinyl Chloride (PVC)


Plastic Utilities Duct for Underground
Installations

NEMA TC (2004) Standard for Fittings for Polyvinyl


Chloride (PVC) Plastic Utilities Duct for
Underground Installation

155. National Fire Protection Association (NFPA)

NFPA 70 (2011) National Electrical Code

156. Institute of Integrated Electrical Engineers of the Philippines (IIEE)

PEC (2009) Philippine Electrical Code

157. Bureau of Product Standards (BS)

PNS (2002) Philippine National Standard

158. Underwriters Laboratories (UL)

UL 467 (2007) Grounding and Bonding Equipment

UL 486A-486B (2003) Wire Connectors

UL 510 (2005) Polyvinyl Chloride, Polyethylene and Rubber


Insulating Tape

UL 514B (2004) Conduit, Tubing and Cable Fittings

ADDENDUM 1 - Bidding Document: Construction of Samar Road Package 3 279


Millennium Challenge Account - Philippines

UL 651 (2005) Standard for Schedule 40 and 80 Rigid PVC


Conduit and Fittings

UL 83 (2008) Thermoplastic-Insulated Wires and Cables

SPL 1801.1.2 Definitions


a) Unless otherwise specified or indicated, electrical and electronics terms
used in these specifications, and on the drawings, shall be as defined in
IEEE 100.
b) In the text of this section, the words conduit and duct are used
interchangeably and have the same meaning.
c) In the text of this section, "medium voltage cable splices," and "medium
voltage cable joints" are used interchangeably and have the same
meaning.

SPL 1801.1.3 Submittals


The following shall be submitted:
d) Product Data

Handhole frames and covers


e) Test Reports

i Field Acceptance Checks and Tests


ii Arc-proofing test for cable fireproofing tape
iii Cable Installation Plan and Procedure

SPL 1801.1.4 Quality Assurance


159. Regulatory Requirements

In each of the publications referred to herein, consider the advisory provisions


to be mandatory, as though the word, "shall" had been substituted for "should"
wherever it appears. Interpret references in these publications to the "authority
having jurisdiction," or words of similar meaning, to mean the Engineer.
Equipment, materials, installation, and workmanship shall be in accordance with
the mandatory and advisory provisions of NFPA 70 and PEC unless more
stringent requirements are specified or indicated.

160. Standard Products

ADDENDUM 1 - Bidding Document: Construction of Samar Road Package 3 280


Millennium Challenge Account - Philippines

Provide materials and equipment that are products of manufacturers regularly


engaged in the production of such products which are of equal material, design
and workmanship. Products shall have been in satisfactory commercial or
industrial use for 2 years prior to bid opening. The 2-year period shall include
applications of equipment and materials under similar circumstances and of
similar size. The product shall have been on sale on the commercial market
through advertisements, manufacturers' catalogs, or brochures during the 2-year
period. Where two or more items of the same class of equipment are required,
these items shall be products of a single manufacturer; however, the component
parts of the item need not be the products of the same manufacturer unless
stated in this section.

a) Alternative Qualifications

Products having less than a 2-year field service record will be acceptable if a
certified record of satisfactory field operation for not less than 6000 hours,
exclusive of the manufacturers' factory or laboratory tests, is furnished.
b) Material and Equipment Manufacturing Date

Products manufactured more than 2 years prior to date of delivery to site shall
not be used, unless specified otherwise.

SPL 1801.2 Material Requirements

SPL 1801.2.1 Conduit, Ducts and Fittings


161. Plastic Duct for Concrete Encasement

NEMA TC 6 & 8 and ASTM F 512, UL 651, EPC-40-PVC

162. Conduit Sealing Compound

Compounds for sealing ducts and conduit shall have a putty-like consistency
workable with the hands at temperatures as low as 2 degrees C shall neither
slump at a temperature of 150 degrees C nor harden materially when exposed to
the air. Compounds shall adhere to clean surfaces of fiber or plastic ducts;
metallic conduits or conduit coatings; concrete, masonry, or lead; any cable
sheaths, jackets, covers, or insulation materials; and the common metals.
Compounds shall form a seal without dissolving, noticeably changing
characteristics, or removing any of the ingredients. Compounds shall have no
injurious effect upon the hands of workmen or upon materials.

163. Fittings

ADDENDUM 1 - Bidding Document: Construction of Samar Road Package 3 281


Millennium Challenge Account - Philippines

a) PVC Conduit Fittings

UL 514B, UL 651
b) PVC Duct Fittings

NEMA TC 9.

SPL 1801.2.2 Low Voltage Insulated Conductors and Cables


Insulated conductors shall be rated 600 volts and conform to the requirements of
NFPA 70 and PEC, including listing requirements. Wires and cables manufactured
more than 12 months prior to date of delivery to the site shall not be accepted.
164. Conductor Types

Cable and duct sizes indicated are for copper conductors and THHN/THWN
unless otherwise noted. All conductors shall be copper.

165. Conductor Material

Unless specified or indicated otherwise or required by NFPA 70 and PEC, wires


in conduit shall be 600-volt, Type THWN/THHN conforming to UL 83. Copper
conductors shall be annealed copper complying with ASTM B 3 and ASTM B
8.

166. In Duct

Cables shall be single-conductor cable.

167. Cable Marking

Insulated conductors shall have the date of manufacture and other identification
imprinted on the outer surface of each cable at regular intervals throughout the
cable length.

Each cable shall be identified by means of a fiber, laminated plastic, or non-


ferrous metal tags, or approved equal, in each handhole, junction box, and each
terminal. Each tag shall contain the following information; cable type,
conductor size, circuit number, circuit voltage, cable destination and phase
identification.

Conductors shall be color coded. Conductor identification shall be provided


within each enclosure where a tap, splice, or termination is made. Conductor
identification shall be by color-coded insulated conductors, plastic-coated self-
sticking printed markers, colored nylon cable ties and plates, heat shrink type
sleeves, or colored electrical tape. Control circuit terminations shall be properly

ADDENDUM 1 - Bidding Document: Construction of Samar Road Package 3 282


Millennium Challenge Account - Philippines

identified. Color shall be green for grounding conductors and white for neutrals;
except where neutrals of more than one system are installed in same raceway or
box, other neutrals shall be white with a different colored (not green) stripe for
each. Color of ungrounded conductors in different voltage systems shall be as
follows:

a) 240 volt, single-phase

i Phase A - black
ii Phase B - red

SPL 1801.2.3 Low Voltage Wire Connectors and Terminals


Shall provide a uniform compression over the entire conductor contact surface. Use
solderless terminal lugs on stranded conductors.
168. For use with copper conductors: UL 486A-486B.

SPL 1801.2.4 Low Voltage Splices


Provide splices in conductors with a compression connector on the conductor and by
insulating and waterproofing using one of the following methods which are suitable
for continuous submersion in water and comply with ANSI C119.1.
169. Heat Shrinkable Splice

Provide heat shrinkable splice insulation by means of a thermoplastic adhesive


sealant material which shall be applied in accordance with the manufacturer's
written instructions.

170. Cold Shrink Rubber Splice

Provide a cold-shrink rubber splice which consists of EPDM rubber tube which
has been factory stretched onto a spiraled core which is removed during splice
installation. The installation shall not require heat or flame, or any additional
materials such as covering or adhesive. It shall be designed for use with inline
compression type connectors, or indoor, outdoor, direct-burial or submerged
locations.

SPL 1801.2.5 Tape


171. Insulating Tape

UL 510, plastic insulating tape, capable of performing in a continuous


temperature environment of 80 degrees C.

172. Buried Warning and Identification Tape

ADDENDUM 1 - Bidding Document: Construction of Samar Road Package 3 283


Millennium Challenge Account - Philippines

Provide detectable tape.

1801.2.6 Pull Rope


Shall be plastic or flat pull line (bull line) having a minimum tensile strength of 890 N.

SPL 1801.2.9 Grounding and Bonding


173. Driven Ground Rods

Provide copper-clad steel ground rods conforming to UL 467 not less than 20
mm in diameter by 3 meters in length.

174. Grounding Conductors

Stranded-bare copper conductors shall conform to ASTM B 8, Class B, soft-


drawn unless otherwise indicated. Aluminum is not acceptable.

SPL 1801.2.8 Preferred Brands/Manufacturers or Approved Equal


175. Polyvinyl Chloride Conduit

a) MOLDEX
b) NELTEX
c) EMERALD
d) ATLANTA

176. THWN/THHN 600V Wires

a) PHELPS DODGE
b) PHILFLEX
c) DURAFLEX
d) COLUMBIA

177. Grounding System

a) Exothermic Weld

i CADWELD
ii KUMWELL

b) Compression Connectors

i BURNDY
ii THOMAS & BETTS
iii KUMWELL

ADDENDUM 1 - Bidding Document: Construction of Samar Road Package 3 284


Millennium Challenge Account - Philippines

SPL 1801.3 Construction Requirements

SPL 1801.3.1 Installation


Install equipment and devices in accordance with the manufacturer's published
instructions and with the requirements and recommendations of NFPA 70, PEC and
IEEE C2 as applicable.

SPL 1801.3.2 Underground Conduit and Duct Systems


178. Requirements

Depths to top of the conduit shall be in accordance with NFPA 70 and PEC.
Run conduit in straight lines except where a change of direction is necessary.
Numbers and sizes of ducts shall be as indicated. Ducts shall have a continuous
slope downward toward underground structures and away from buildings, laid
with a minimum slope of 100 mm per 30 m. Depending on the contour of the
finished grade, the high-point may be at a terminal, a handhole, or between
handholes. Short-radius manufactured 90-degree duct bends may be used only
for pole or equipment risers, unless specifically indicated as acceptable. The
minimum manufactured bend radius shall be 450 mm for ducts of less than 80
mm diameter, and 900 mm for ducts 80 mm or greater in diameter. Otherwise,
long sweep bends having a minimum radius of 7.6 m shall be used for a change
of direction of more than 5 degrees, either horizontally or vertically. Both
curved and straight sections may be used to form long sweep bends, but the
maximum curve used shall be 30 degrees and manufactured bends shall be used.
Ducts shall be provided with end bells whenever duct lines terminate in
structures.

179. Treatment

Ducts shall be kept clean of concrete, dirt, or foreign substances during


construction. Field cuts requiring tapers shall be made with proper tools and
match factory tapers. A coupling recommended by the duct manufacturer shall
be used whenever an existing duct is connected to a duct of different material or
shape. Ducts shall be stored to avoid warping and deterioration with ends
sufficiently plugged to prevent entry of any water or solid substances. Ducts
shall be thoroughly cleaned before being laid. Plastic ducts shall be stored on a
flat surface and protected from the direct rays of the sun.

180. Conduit Cleaning

ADDENDUM 1 - Bidding Document: Construction of Samar Road Package 3 285


Millennium Challenge Account - Philippines

As each conduit run is completed, for conduit sizes 75 mm and larger, draw a
flexible testing mandrel approximately 300 mm long with a diameter less than
the inside diameter of the conduit through the conduit. After which, draw a stiff
bristle brush through until conduit is clear of particles of earth, sand and gravel;
then immediately install conduit plugs. For conduit sizes less than 75 mm, draw
a stiff bristle brush through until conduit is clear of particles of earth, sand and
gravel; then immediately install conduit plugs.

181. Multiple Conduits

Separate multiple conduits by a minimum distance of 65 mm except that light


and power conduits shall be separated from control, signal, and telephone
conduits by a minimum distance of 75mm. Stagger the joints of the conduits by
rows (horizontally) and layers (vertically) to strengthen the conduit assembly.
Provide plastic duct spacers that interlock vertically and horizontally. Spacer
assembly shall consist of base spacers, intermediate spacers, ties, and locking
device on top to provide a completely enclosed and locked-in conduit assembly.
Install spacers per manufacturer's instructions, but provide a minimum of two
spacer assemblies per 3000 mm of conduit assembly.

182. Conduit Plugs and Pull Rope

New conduit indicated as being unused or empty shall be provided with plugs on
each end. Plugs shall contain a weephole or screen to allow water drainage.
Provide a plastic pull rope having 900 mm of slack at each end of unused or
empty conduits.

183. Encasement Under Roads and Structures

Under roads and paved areas, install conduits in concrete encasement of


rectangular cross-section providing a minimum of 75 mm concrete cover around
ducts. Concrete encasement shall extend at least 1500 mm beyond the edges of
paved areas and roads.

184. Duct Encased in Concrete

Construct underground duct lines of individual conduits encased in concrete.


Do not mix different kinds of conduit in any one duct bank. Concrete

ADDENDUM 1 - Bidding Document: Construction of Samar Road Package 3 286


Millennium Challenge Account - Philippines

encasement surrounding the bank shall be rectangular in cross-section and shall


provide at least 75 mm of concrete cover for ducts. Separate conduits by a
minimum concrete thickness of 65 mm, except separate light and power
conduits from control, signal, and telecommunications conduits by a minimum
concrete thickness of 75 mm. Before pouring concrete, anchor duct bank
assemblies to prevent the assemblies from floating during concrete pouring shall
be in place.

Anchoring shall be done by driving reinforcing rods adjacent to duct spacer


assemblies and attaching the rods to the spacer assembly. Provide color, type
and depth of warning tape as specified in appropriate Item of the Specification.

SPL 1801.3.3 Cable Pulling


Pull cables down grade with the feed-in point at the handhole of the highest elevation.
Use flexible cable feeds to convey cables through handhole opening and into duct
runs. Do not exceed the specified cable bending radii when installing cable under any
conditions, including turn-ups into switches, transformers, switchgear, switchboards,
and other enclosures. Cable with tape shield shall have a bending radius not less than
12 times the overall diameter of the completed cable. If basket-grip type cable-pulling
devices are used to pull cable in place, cut off the section of cable under the grip
before splicing and terminating.
185. Cable Lubricants

Use lubricants that are specifically recommended by the cable manufacturer for
assisting in pulling jacketed cables.

SPL 1801.3.4 Cables in Underground Structures


Do not install cables utilizing the shortest path between penetrations, but route along
those walls providing the longest route and the maximum spare cable lengths. Form
cables to closely parallel walls, not to interfere with duct entrances, and support on
brackets and cable insulators. Support cable splices in underground structures by
racks on each side of the splice. Locate splices to prevent cyclic bending in the
spliced sheath. Install cables at middle and bottom of cable racks, leaving top space
open for future cables, except as otherwise indicated for existing installations.
Provide one spare three-insulator rack arm for each cable rack in each underground
structure.

186. Cable Tag Installation

Install cable tags in each handhole as specified, including each splice. Tag wire
and cable provided by this contract. Install cable tags over the fireproofing, if

ADDENDUM 1 - Bidding Document: Construction of Samar Road Package 3 287


Millennium Challenge Account - Philippines

any, and locate the tags so that they are clearly visible without disturbing any
cabling or wiring in the handholes.

SPL 1801.3.5 Conductors Installed in Parallel


Conductors shall be grouped such that each conduit of a parallel run contains 1 Phase
A conductor, 1 Phase B conductor and 1 Phase C conductor.

SPL 1801.3.6 Low Voltage Cable Splicing and Terminating


Make terminations and splices with materials and methods as indicated or specified
herein and as designated by the written instructions of the manufacturer. Do not allow
the cables to be moved until after the splicing material has completely set. Make
splices in underground distribution systems only in accessible locations such as
handholes.

SPL 1801.3.7 Grounding Systems


Provide grounding system as indicated, in accordance with NFPA 70, PEC and IEEE
C2, and as specified herein.
Noncurrent-carrying metallic parts associated with electrical equipment shall have a
maximum resistance to solid earth ground not exceeding the following values:
Ground in handholes: 5 ohms
Grounding other metal enclosures of primary voltage
electrical and electrically-operated equipment: 5
ohms
187. Grounding Electrodes

Provide cone pointed driven ground rods driven full depth plus 300 mm
installed to provide an earth ground of the appropriate value for the particular
equipment being grounded. If the specified ground resistance is not met, an
additional ground rod shall be provided in accordance with the requirements of
NFPA 70 and PEC (placed not less than 1800 mm from the first rod). Should
the resultant (combined) resistance exceed the specified resistance, measured not
less than 48 hours after rainfall, the Engineer shall be notified immediately.

188. Grounding Connections

Make grounding connections which are buried or otherwise normally


inaccessible, by exothermic weld or compression connector.

a) Make exothermic welds strictly in accordance with the weld


manufacturer's written recommendations. Welds which are "puffed up"
or which show convex surfaces indicating improper cleaning are not
acceptable. Mechanical connectors are not required at exothermic
welds.

ADDENDUM 1 - Bidding Document: Construction of Samar Road Package 3 288


Millennium Challenge Account - Philippines

b) Make compression connections using a hydraulic compression tool to


provide the correct circumferential pressure. Tools and dies shall be as
recommended by the manufacturer. An embossing die code or other
standard method shall provide visible indication that a connector has
been adequately compressed on the ground wire.
c) Grounding Conductors

Provide bare grounding conductors, except where installed in conduit with


associated phase conductors. Ground cable sheaths, cable shields, conduit, and
equipment with 14mm2.. Ground other noncurrent-carrying metal parts and
equipment frames of metal-enclosed equipment. Ground metallic frames and
covers of handholes and pull boxes with a braided, copper ground strap with
equivalent ampacity 14 mm2.

SPL 1801.3.8 Excavating, Backfilling, and Compacting


Provide in accordance with NFPA 70, PEC and PART C- EARTHWORK.
189. Reconditioning of Surfaces

a) Unpaved Surfaces

Restore to their original elevation and condition unpaved surfaces disturbed


during installation of duct. Preserve sod and topsoil removed during
excavation and reinstall after backfilling is completed. Replace sod that is
damaged by sod of quality equal to that removed. When the surface is
disturbed in a newly seeded area, re-seed the restored surface with the same
quantity and formula of seed as that used in the original seeding, and provide
topsoiling, fertilizing, liming, seeding, sodding, sprigging, or mulching.

SPL 1801.3.9 Field Quality Control


190. Performance of Field Acceptance Checks and Tests

Perform in accordance with the manufacturer's recommendations, and include


the following visual and mechanical inspections and electrical tests, performed
in accordance with NETA ATS.

a) Grounding System

i Visual and mechanical inspection

Inspect ground system for compliance with contract plans and


specifications.

ii Electrical tests

Perform ground-impedance measurements utilizing the fall-of-


potential method in accordance with IEEE 81. On systems

ADDENDUM 1 - Bidding Document: Construction of Samar Road Package 3 289


Millennium Challenge Account - Philippines

consisting of interconnected ground rods, perform tests after


interconnections are complete. On systems consisting of a single
ground rod perform tests before any wire is connected. Take
measurements in normally dry weather, not less than 48 hours after
rainfall. Use a portable megohmmeter tester in accordance with
manufacturer's instructions to test each ground or group of grounds.
The instrument shall be equipped with a meter reading directly in
ohms or fractions thereof to indicate the ground value of the ground
rod or grounding systems under test.

191. Follow-Up Verification

Upon completion of acceptance checks and tests, the Contractor shall show by
demonstration in service that circuits and devices are in good operating condition and
properly performing the intended function. As an exception to requirements stated
elsewhere in the contract, the Engineer shall be given 5 working days advance notice
of the dates and times of checking and testing.

SPL 1801.4 Methods of measurement

THE WORK UNDER THIS ITEM SHALL BE MEASURED EITHER BY PIECE, EACH, METER AND
SET ACTUALLY PLACED AND INSTALLED AS SHOWN ON THE DRAWINGS.

SPL 1801.5 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.

PAYMENT SHALL BE MADE UNDER:


Pay Item Description Unit of
Number Measurement

Conduit and Fittings complete


SPL 1801(1) with all necessary pullwires and
miscellaneous materials

40mm dia. x 3m PVC with


SPL 1801(1)1 Piece
coupling

SPL 1801(1)2 40mm dia. PVC Elbow Each

ADDENDUM 1 - Bidding Document: Construction of Samar Road Package 3 290


Millennium Challenge Account - Philippines

SPL 1801(1)3 40mm dia PVC End Bell Each

SPL 1801(1)4 40mm dia PVC Adapter Each

40mm dia x 3m IMC pipe with


SPL 1801(1)5 Piece
coupling

40mm dia IMC Locknut &


SPL 1801(1)6 Each
Bushing

25mm dia x 3m IMC pipe with


SPL 1801(1)7 Piece
coupling

25mm dia IMC Locknut &


SPL 1801(1)8 Each
Bushing

25mm dia service entrance


SPL 1801(1)9 Each
weather cap

SPL 1801(2) Wires and Cables

SPL 1801(2)1 8mm THW Meter

SPL 1801(2)2 5.5mm THW Meter

SPL 1801(2)3 3.5mm THW Meter

SPL Item 1802: Roadway Lighting

SPL 1802.1 Description

SPL 1802.1.1 References


The publications listed below form a part of this specification to the extent referenced.
The publications are referred to within the text by the basic designation only.
192. Illuminating Engineering Society of North America (IESNA)

IESNA RP-8 (2000; Errata 2004; R 2005; Errata 2007) Roadway Lighting

193. National Electrical Manufacturers Association (NEMA)

ADDENDUM 1 - Bidding Document: Construction of Samar Road Package 3 291


Millennium Challenge Account - Philippines

ANSI ANSLG C78.42 (2009) For Electric Lamps: High-Pressure Sodium


lamps

ANSI C136.11 (2006) American Standard for Roadway Lighting Equipment


series Sockets and Series Sockets Receptacles

194. Institute of Electrical and Electronics Engineers (IEEE)

ANSI C136.15 (2011) American National Standard for Roadway Lighting


Equipment -High-Intensity-Discharge and Low-Pressure Sodium Lamps in
Luminaires - Field Identification

ANSI C136.2 (2004; R 2009) American National Standard for Roadway and
Area Lighting Equipment: Luminaires Voltage Classification

ANSI C136.3 (2005; R 2009) American National Standard for Roadway and
Area Lighting Equipment Luminaire Attachments

ANSI C136.9 (2004) American National Standard for Roadway Lighting


Equipment - Metal Heads and Reflector Assemblies - Mechanical and Optical
Interchangeability

ANSI C136.6 (2003) American National Standard for Roadway and Area
Lighting Equipment -Socket Support Assemblies for Metal Heads - Mechanical
Interchangeability

ANSI C82.4 (2002) American National Standard for Ballasts for High-Intensity-
Discharge and Low-Pressure Sodium (LPS) Lamps (Multiple-Supply Type)

ANSI C82.9 (2010) American National Standard for High-Intensity Discharge


and Low-Pressure Sodium Lamps, Ballasts and Transformers -Definitions

195. Institute of Integrated Electrical Engineers of the Philippines (IIEE)

PEC (2009) Philippine Electrical Code

196. Bureau of Product Standards (BS)

PNS (2002) Philippine National Standard

SPL 1802.1.2 Submittals


197. Submit the following:

a) Preconstruction Submittals

ADDENDUM 1 - Bidding Document: Construction of Samar Road Package 3 292


Millennium Challenge Account - Philippines

Material, Equipment and Fixture Lists.


b) Shop Drawings

i Submit fabrication drawings for the following items consisting of


fabrication and assembly details to be performed in the factory:

(1) Street-Lighting Fixtures


(2) Street-Lighting Luminaires

ii Installation Drawings

c) Product Data

i Equipment and Performance Data


ii Submit manufacturer's catalog data for the following items:

(1) Street-Lighting Fixtures


(2) Street- lighting luminaires

d) Test Reports

i Operational Tests Certificates


ii Lighting-distribution Certificates

SPL 1802.1.3 General Requirements


Item 1800, Basic Electrical Materials and Methods applies to work specified in this
section.
Submit Material, Equipment, and Fixture Lists for roadway lighting fixtures including
manufacturer's style or catalog numbers, specification and drawing reference numbers,
warranty information, and fabrication site information.
Submit Equipment and Performance Data for roadway lighting systems consisting of
life test, system functional flows, safety features, mechanical automated details,
automatic interlocks, and such features as electrical system protective device ratings.
Submit Lighting-distribution Certificates showing compliance with the following
requirements:
Submit lighting-distribution curves for each type of fixture prepared utilizing the
fixture manufacturer's own facilities or those of an independent nationally recognized
laboratory, in accordance with the standard procedure developed by the Illuminating
Engineering Society.

SPL 1802.2 Material Requirements

SPL 1802.2.1 Street-Lighting Fixtures


Provide street-lighting fixtures, equipped with lamps, furnished complete with wiring
and mounting devices ready for installation at the locations indicated.

SPL 1802.2.2 Street-Lighting Luminaires

ADDENDUM 1 - Bidding Document: Construction of Samar Road Package 3 293


Millennium Challenge Account - Philippines

Provide enclosed and gasketed vaportight street-lighting luminaires in accordance with


IESNA RP-8 for Types I, II, III, IV, and V lighting-distribution patterns.
198. Roadway Luminaire Components

Provide roadway luminaire components conforming to the following:

a) Attachments, ANSI C136.3


b) Voltage classification, ANSI C136.2
c) Field identification marking, ANSI C136.15
d) Interchangeability, ANSI C136.6 and ANSI C136.9
e) Sockets, ANSI C136.11

199. End-Mounted High-Intensity-Discharge (HID) Luminaires

End-mounted HID luminaires with horizontal lamp-burning position include a


hinged two- or three-piece housing, reflector, refractor, refractor holding ring,
lamp holder, fuses, fuse holders, terminal block, ballast, and lamp in a
completely sealed optical system for end-mounting to street-lighting standards.
Conceal wiring in street-lighting standards and luminaires.

Provide with cast aluminum upper housing with fixture-leveling pad, integral
slip fitter, pipe stop, and clamps with provision for vertical adjustments of plus
or minus 3 degrees for leveling purposes.

Mount porcelain lamp holder on an adjustable supporting bracket that will


permit vertical and horizontal positioning of the lamp. Provide with reflector
formed from anodized sheet aluminum with a specular finish. Provide molded
prismatic heat-resistant borosilicate glass refractor designed to provide the
lighting-distribution pattern indicated, with refractor cover allowing for
expansion and contraction of the refractor with ambient temperature changes
from minus 10 to 50 degrees C.

Provide cast aluminum refractor holding ring and ballast cover which forms the
lower housing. Equip lower housing with corrosion-resistant steel hinge and
hinge pin, spring-loaded safety catch, and refractor latching mechanism. Upper
housing is to overlap the lower housing with a heat-resistant gasket that will
provide a seal against moisture, dirt, and insects.

200. Lamp Ballasts

a) Multiple-Circuit Ballasts

ADDENDUM 1 - Bidding Document: Construction of Samar Road Package 3 294


Millennium Challenge Account - Philippines

Multiple-circuit ballasts include a two-winding core-and-coil assembly with a


saturated-iron regulating element and capacitors impregnated with an
insulating material in accordance with ANSI C82.4 and ANSI C82.9.
Provide ballasts which maintain correct lamp operation over a voltage-input
range of plus or minus 13 percent of rated voltage. Include capacitors
providing a power factor lamp load of not less than 95 percent.
Provide ballasts with a voltage rated for operation on 120- or 277-volt, single-
phase, 60-hertz lighting-distribution systems as indicated.
Design ballasts for a minimum lamp starting temperature of minus 10 degrees
C and a maximum ambient temperature of 50 degrees C.
201. Series Circuit Transformers
Provide series transformers with a two-winding core-and-coil assembly
designed for connection to constant-current supply circuits in accordance with
ANSI C82.9.

Design primary winding of the transformer for connection to 6.6-or 20-ampere


constant-current street-lighting circuits, and to provide the proper starting
voltage and operating current for the lamp indicated.

Design transformers for a maximum ambient temperature of 50 degrees C.

202. Lamps

Provide lamps, if used in a populated area, certified to be automatically self-


extinguishing.

a) (HID) Lamps and Ballasts

Provide compatible (HID) lamps and ballasts, furnished as specified on


drawings. Provide high pressure sodium lamps in compliance with the
following industry standards:
70 watts ANSI ANSLG C78.42

SPL 1802.2.3 PULLBOXES


Pullboxes for pulling, nesting and concealment of wires and cables shall be provided
where indicated or where required although not indicated. In general, pullboxes shall
be of code gauge steel, with angles iron support and braces. All pullboxes installed
outdoors shall be of the approved type and make. Access shall be by means of
removable screw-covers fastened with brass machine screws.

SPL 1802.2.4 ENCLOSED CIRCUIT BREAKER


Individual molded case circuit breaker shall be with voltage and continuous current
ratings, number of poles, overload trip setting, and short circuit current interrupting
rating as indicated on the drawings.
a) Circuit Breakers

ADDENDUM 1 - Bidding Document: Construction of Samar Road Package 3 295


Millennium Challenge Account - Philippines

UL 489, thermal magnetic-type. having a minimum short-circuit current rating as


indicated on the drawings. Breaker terminals shall be UL listed as suitable for type of
conductor provided. Series rated circuit breakers and plug-in circuit breakers are
unacceptable.
b) Multipole Breakers

Provide common trip-type with single operating handle. Breaker design shall be such
that overload in one pole automatically causes all poles to open.

SPL 1802.2.5 Preferred Brands/Manufacturers or Approved Equal


203. Luminaire
MAXITECH
204. Circuit Breaker

a) ABB
b) SQUARE D
c) SIEMENS
d) CUTLER-HAMMER

SPL 1802.3 Construction Requirements

SPL 1802.3.1 Installation


Install a street-lighting fixture at each location indicated, with lamps of the proper
type, voltage, and wattage in each fixture.
Install new lamps immediately prior to completion of the project. Install lamps with
the light center at the focal point of the reflector and in the proper burning position.
Submit Installation Drawings for the highway and roadway lighting systems. Indicate
on drawings overall physical features, dimensions, ratings, service requirements, and
weights of equipment.
Perform Operational Tests in accordance with referenced standards within this section,
in the presence of the Engineer.

SPL 1802.3.2 Final Field Testing


Perform demonstration to verify street lighting operates satisfactorily in the presence
of the Engineer, after sunset.

SPL 1801.4 Methods of measurement

THE WORK UNDER THIS ITEM SHALL BE MEASURED EITHER BY LENGTHS, EACH, METERS
AND SET ACTUALLY PLACED AND INSTALLED AS SHOWN ON THE DRAWINGS.

SPL 1801.5 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.

ADDENDUM 1 - Bidding Document: Construction of Samar Road Package 3 296


Millennium Challenge Account - Philippines

PAYMENT SHALL BE MADE UNDER:

Pay Item Description Unit of


Number Measurement

SPL 1802(1) Conduit Boxes


200 x 200 x 150mm NEMA 3R
SPL 1802(1)1 Set
PULLBOX
SPL 1802(2) Equipment

SPL 1802(2)1 ECB 2P 20AT 100AF 240V


Set
10KAIC NEMA-3R ENCL.
SPL 1802(2)2 ECB 2P 30AT 100AF 240V
Set
10KAIC NEMA-3R ENCL.
SPL 1802(2)3 ECB 2P 40AT 100AF 240V
Set
10KAIC NEMA-3R ENCL.
Road light luminaire; with
70watts high-pressure sodium
SPL 1802(3) lamp on 8M hot dipped Set
galvanized tapered pole

Concrete Duct (1-run conduit)


SPL 1802(4) Meter
with rebar

SPL Item 1803: Lighting Control Devices

SPL 1803.1 Description

SPL 1803.1.1 References


The publications listed below form a part of this specification to the extent referenced.
The publications are referred to within the text by the basic designation only.
205. Illuminating Engineering Society of North America (IESNA)

IESNA LM-48 (2001) Guide for Testing the Calibration of Locking-Type


Photoelectric Control Devices Used in Outdoor Applications

206. National Electrical Manufacturers Association (NEMA)

ANSI C136.10 (2010) American National Standard for Roadway and Area
Lighting Equipment-Locking-Type Photo-control Devices and Mating
Receptacles--Physical and Electrical Interchangeability and Testing

NEMA ICS 1 (2000; R 2005; R 2008) Standard for Industrial Control and
Systems: General Requirements

ADDENDUM 1 - Bidding Document: Construction of Samar Road Package 3 297


Millennium Challenge Account - Philippines

NEMA ICS 2 (2000; R 2005; Errata 2008) Standard for Controllers, Contactors,
and Overload Relays Rated 600 V

NEMA ICS 6 (1993; R 2006) Enclosures

207. Institute of Integrated Electrical Engineers of the Philippines (IIEE)

PEC (2009) Philippine Electrical Code

208. Bureau of Product Standards (BS)

PNS (2002) Philippine National Standard

209. Underwriters Laboratories (UL)

UL 20 (2010) General-Use Snap Switches

UL 773 (1995; Reprint Mar 2002) Standard for Plug-In, Locking Type
Photocontrols for Use with Area Lighting

UL 773A (2006; Reprint Mar 2011) Standard for Nonindustrial Photoelectric


Switches for Lighting Control

UL 98 (2004; Reprint Jan 2011) Enclosed and Dead-Front Switches

SPL 1803.1.2 General Requirements


Item 1800, Basic Electrical Materials And Methods applies to work specified in this
section.
Submit Installation Drawings for light-sensitive control devices in accordance with the
manufacturer's recommended instructions for installation.

SPL 1803.1.3 Submittals


210. Submit the following:

a) Product Data

Photocell Switch
b) Test Reports

Submit test reports for System Operation Tests in the presence of the Engineer
c) Operation and Maintenance Data

Lighting Control System

SPL 1803.2 Material Requirements

SPL 1803.2.1 Photocell Switch


Provide photocell switch conforming to UL 773 or UL 773A, hermetically sealed
cadmium-sulfide or silicon diode type cell rated 240volts ac, 60 Hz with single-throw

ADDENDUM 1 - Bidding Document: Construction of Samar Road Package 3 298


Millennium Challenge Account - Philippines

contacts for mechanically held contactors rated 1000 watts designed to fail to the ON
position. Provide switch which turns on at or below 32 lux and off at 43 to 107 lux.
Provide time delay to prevent accidental switching from transient light sources.
Provide switch:
d) Integral to the luminaire, rated 1000W minimum.
e) In a high-impact-resistant, non-corroding and nonconductive molded
plastic housing with a locking-type receptacle conforming to ANSI
C136.10, rated 1800 VA, minimum.

SPL 1803.2.2 Equipment Identification


211. Manufacturer's Nameplate

Provide each item of equipment with a nameplate bearing the manufacturer's


name, address, model number, and serial number securely affixed in an
inconspicuous place; the nameplate of the distributing agent is not acceptable.

212. Labels

Provide labeled control devices, clearly marked for operation of specific


lighting functions according to type.

Make markings related to control device type clear and locate to be readily
visible to service personnel, but unseen from normal viewing angles when
devices are in place.

SPL 1803.2.3 Preferred Brands/Manufacturers or Approved Equal


1. Photocell Switch
a) THORN
b) NATIONAL

SPL 1803.3 Construction Requirements

SPL 1803.3.1 CONSTRUCTION Requirements


Refer to the Drawings for the installation procedure of Photocell Switch.

SPL 1803.3.2 Field Testing


Demonstrate that photoconductive control devices operate satisfactorily in the
presence of the Engineer.
Perform System Operation Tests in accordance with referenced standards in this
section.

SPL 1803.4 measurement and payment


The work under this section shall be not be measured for separate payment since the
photocell switch is included under Pay-item SPL 1802(3).

ADDENDUM 1 - Bidding Document: Construction of Samar Road Package 3 299


Millennium Challenge Account - Philippines

SPL Item 1804 - Lighting Poles and Standards

SPL 1804.1 Description

SPL 1804.1.1 References


The publications listed below form a part of this specification to the extent referenced.
The publications are referred to within the text by the basic designation only.
213. American Association of State Highway and Transportation Officials
(AASHTO)

AASHTO LTS-5 (2009; Errata 2009; Amendment 1 2010; Amendment 2 2011)


Standard Specifications for Structural Supports for Highway Signs, Luminaires
and Traffic Signals

214. ASTM International (ASTM)

ASTM A123/A123M (2009) Standard Specification for Zinc (Hot-Dip


Galvanized) Coatings on Iron and Steel Products

ASTM A153/A153M (2009) Standard Specification for Zinc Coating (Hot-


Dip) on Iron and Steel Hardware

ASTM A36/A36M (2008) Standard Specification for Carbon Structural


Steel

ASTM A575 (1996; R 2007) Standard Specification for Steel Bars,


Carbon, Merchant Quality, M-Grades

ASTM A576 (1990b; R 2006) Standard Specification for Steel Bars,


Carbon, Hot-Wrought, Special Quality

ASTM B108/B108M (2008) Standard Specification for Aluminum-Alloy


Permanent Mold Castings

ASTM C1089 (2006) Standard Specification for Spun Cast Prestressed


Concrete Poles

ASTM E 2129 (2005) Standard Practice for Data Collection for


Sustainability Assessment of Building Products

ASTM G 154 (2006) Standard Practice for Operating Fluorescent


Light Apparatus for UV Exposure of Nonmetallic
Materials

ADDENDUM 1 - Bidding Document: Construction of Samar Road Package 3 300


Millennium Challenge Account - Philippines

215. Institute of Electrical and Electronics Engineers (IEEE)

IEEE 81 (1983) Guide for Measuring Earth Resistivity, Ground


Impedance, and Earth Surface Potentials of a Ground
System

IEEE C135.1 (1999) Standard for Zinc-Coated Steel Bolts and Nuts
for Overhead Line Construction

IEEE C135.30 (1988) Standard for Zinc-Coated Ferrous Ground Rods


for Overhead or Underground Line Construction

IEEE C2 (2012) National Electrical Safety Code

IEEE Stds Dictionary (2009) IEEE Standards Dictionary: Glossary of Terms &
Definitions

216. International Organization for Standardization (ISO)

ISO 261 (1998) ISO General Purpose Metric Screw Threads


General Plan

ISO 262 (1998) ISO General Purpose Metric Screw Threads -


Selected Sizes for Screws, Bolts and Nuts

ISO 263 (1973) ISO Inch Screw Threads General Plan and
Selection for Screws, Bolts and Nuts - Diameter Range
0.06 to 6 inch

217. National Electrical Manufacturers Association (NEMA)

ANSI C136.21 (2004; R 2009) American National Standard for


Roadway and Area Lighting Equipment -Vertical
Tenons Used with Post-Top-Mounted Luminaires

ANSI C136.3 (2005; R 2009) American National Standard for


Roadway and Area Lighting Equipment Luminaire
Attachments

NEMA C136.20 (2008) American National Standard for Roadway and


Area Lighting Equipment-Fiber Reinforced Composite
(FRC) Lighting Poles

ADDENDUM 1 - Bidding Document: Construction of Samar Road Package 3 301


Millennium Challenge Account - Philippines

218. National Fire Protection Association (NFPA)

NFPA 70 (2011) National Electrical Code

219. Institute of Integrated Electrical Engineers of the Philippines (IIEE)

PEC (2009) Philippine Electrical Code

220. Bureau of Product Standards (BS)

PNS (2002) Philippine National Standard

221. Underwriters Laboratories (UL)

UL 467 (2007) Grounding and Bonding Equipment

SPL 1804.1.2 Definitions


Groundline section is that portion between 305 mm above and 610 mm below the
groundline. Refer to IEEE Stds Dictionary for additional related definitions and
terminology.

SPL 1804.1.3 Submittals


Submit the following:
222. Shop Drawings

a) Poles

Installation Details
223. Product Data

a) a. Steel poles
b) b. Brackets
c) c. Anchorage Systems

224. Design Data

a) Lighting Standards;
b) Soil Tests
c) Seismic Design Data
d) Tests for Fiberglass Poles
e) Manufacturer's Catalog Data
f) Factory Color Finish
g) Material Safety Data Sheets

225. Certificates

ADDENDUM 1 - Bidding Document: Construction of Samar Road Package 3 302


Millennium Challenge Account - Philippines

a) sustainable acquisition

226. Manufacturer's Instructions

a) Fiberglass poles
b) Foundation requirements
c) mounting details

Submit instructions prior to installation.


227. Operation and Maintenance Data

a) Operational Service

Submit documentation that includes contact information, summary of


procedures, and the limitations and conditions applicable to the project.
Indicate manufacturer's commitment to reclaim materials for recycling and/or
reuse.
228. Closeout Submittals

a) Warranty

SPL 1804.1.4 Quality Assurance


229. Drawing Requirements

a) Poles

Include dimensions, wind load determined in accordance with AASHTO LTS-


5, pole deflection, pole class, and other applicable information conforming to
IESNA HB-9
Include seismic design data and calculations for earthquake zone 4 projects.
Submit soil tests to the Engineer prior to the commencement of work
230. Regulatory Requirements

In each of the publications referred to herein, consider the advisory provisions


to be mandatory, for "should" wherever it appears. Interpret references in these
publications to the "authority having jurisdiction," or words of similar meaning,
to mean the Engineer. Provide equipment, materials, installation, and
workmanship in accordance with the mandatory and advisory provisions of
NFPA 70 unless more stringent requirements are specified or indicated.

231. Standard Products

Provide materials and equipment that are products of manufacturers regularly


engaged in the production of such products which are of equal material, design
and workmanship, which have been in satisfactory commercial or industrial use

ADDENDUM 1 - Bidding Document: Construction of Samar Road Package 3 303


Millennium Challenge Account - Philippines

for 2 years prior to bid opening under similar circumstances and of similar size,
and have been on sale on the commercial market through advertisements,
manufacturers' catalogs, or brochures during the 2-year period. Where two or
more items of the same class of equipment are required, provide products of a
single manufacturer; however, the component parts of the item need not be the
products of the same manufacturer unless stated in this section. Submit 4 copies
of all mounting details.

a) Alternative Qualifications

Products having less than a 2-year field service record will be acceptable if a
certified record of satisfactory field operation for not less than 6000 hours,
exclusive of the manufacturers' factory or laboratory tests, is furnished.
b) Material and Equipment Manufacturing Date

Products manufactured more than 2 years prior to date of delivery to site are not
allowed, unless specified otherwise.

SPL 1804.1.5 Delivery, Storage, and Handling


Deliver, store, and handle poles, and all related accessories and other manufactured
items in a manner to prevent damage or deformation.

SPL 1804.1.6 Warranty


Provide support for the equipment items by service organizations which are reasonably
convenient to the equipment installation in order to render satisfactory service to the
equipment on a regular and emergency basis during the warranty period of the
contract.

SPL 1804.1.7 Operational Service


Coordinate with manufacturer for maintenance agreement. Collect information from
the manufacturer about maintenance agreement, green lease options, and submit to the
Engineer. Maintenance agreement for services to reclaim materials for recycling
and/or reuse may not be used for landfill or burned. When such a service is not
available, seek local recyclers to reclaim the materials.

SPL 1804.2 Material Requirements

SPL 1804.2.1 Product Coordination


Products and materials not considered to be lighting equipment or lighting fixture
accessories are specified in Item 1801, Underground Electrical Distribution.

SPL 1804.2.2 Lighting Standards


Lighting standards includes pole, anchor base, transformer base, brackets and
accessories, designed to withstand vertical and horizontal loading on the entire
structure and supported equipment without damage or permanent deformation to any
component of the lighting standard.

ADDENDUM 1 - Bidding Document: Construction of Samar Road Package 3 304


Millennium Challenge Account - Philippines

SPL 1804.2.3 Poles


Provide poles designed for wind loading of 200 km/hr determined in accordance with
AASHTO LTS-5 while supporting luminaires and all other appurtenances indicated.
Provide effective projected areas of luminaires and appurtenances used in calculations
specific to the actual products provided on each pole. Provide embedded, anchor-type
bases designed for use with underground/ overhead supply conductors. Provide, in
other than wood poles, an oval-shaped handhole having a minimum clear opening of
65 by 130 mm. Secure handhole covers with stainless steel captive screws. Provide
metal poles with an internal grounding connection accessible from the handhole near
the bottom of each pole. Do not install scratched, stained, chipped, or dented poles.
232. Steel Poles

Provide continuously tapered and seam welded steel lighting standards,


conforming to AASHTO LTS-5. Provide steel poles having minimum 11-gage
steel with minimum yield/strength of 331 MPa (48,000 psi) and hot-dipped
galvanized in accordance with ASTM A123/A123M factory finish.

a) Pole Mounting

Provide anchor bolt mounted type pole, with tapered tubular members, either
round in cross section or polygonal. Provide one piece pole shafts, of welded
construction with no bolts, rivets, or other means of fastening except as
specifically approved.
b) Accessories

Provide accessories, including cast-steel ornamental pole-top cap, pole-top


tenons, galvanized nuts, bolts, and washers, and galvanized sheet metal
leveling shims.
c) Pole Markings

Provide pole markings approximately 900 to 1270 mm 3 to 4 feet above grade,


to include manufacturer, year of manufacture, top and bottom diameters, and
length.
d) Steel Standard Finish

Clean all exposed metal surfaces of steel lighting standards, including anchor
bases, transformer bases, brackets, and other uncoated steel component parts.

SPL 1804.2.4 Brackets and Supports


Provide brackets and supports conforming to ANSI C136.3 and ANSI C136.21, as
applicable, with pole brackets not less than 31.75 mm galvanized steel pipe secured to
pole. Slip-fitter or pipe-threaded brackets may be used, if brackets are coordinated to
luminaires provided. Provide identical brackets for use with one type of luminaire.
Provide brackets for pole-mounted street lights which correctly position luminaire no
lower than mounting height indicated. Mount brackets not less than 7320 mm above
street. Provide special mountings or brackets as indicated of metal which will not
promote galvanic reaction with luminaire head.

SPL 1804.2.5 Pole Line Hardware

ADDENDUM 1 - Bidding Document: Construction of Samar Road Package 3 305


Millennium Challenge Account - Philippines

Provide zinc coated hardware conforming to IEEE C135.1, and steel hardware
material conforming to ASTM A575 and ASTM A576. Hot-dip galvanized hardware
in accordance with ASTM A153/A153M.
233. Series Roadway Lighting Insulators

Provide Class 55-5 pin insulators. Provide Class 57-1 or 57-11 line-post
insulators.

SPL 1804.2.6 Foundations for Lighting Standards


Provide foundations for lighting standards in accordance with manufacturer's
recommendations. Submit Equipment Foundation Data in accordance with referenced
standards in this section.
234. Concrete Foundations

Proportion, mix, and place concrete materials to provide a minimum 28-day


compressive strength of 21,000 kilopascal

235. Anchor Bolts

Provide galvanized high strength steel rod anchor bolts, with a lower deformed
90 degree bend and threaded top conforming to ASTM A36/A36M, having a
minimum yield strength of 344.5 with the top 305 mm of the rod galvanized in
accordance with ASTM A153/A153M.

SPL 1804.2.7 Service Entrance Concrete pedestal


Details for the Service Entrance Concrete Pedestal shall be in accordance with
the drawings.

SPL 1804.3 Construction Requirements

SPL 1804.3.1 Installation


Provide electrical installations conforming to IEEE C2, NFPA 70, and to the
requirements specified herein.
236. Steel Poles

Provide pole foundations with galvanized steel anchor bolts, threaded at the top
end and bent 1.57 rad at the bottom end. Provide ornamental covers to match
pole and galvanized nuts and washers for anchor bolts. Concrete for anchor
bases, polyvinyl chloride (PVC) conduit ells, and ground rods are as specified in
Item 801, UNDERGROUND ELECTRICAL DISTRIBUTION. Thoroughly
compact backfill with compacting arranged to prevent pressure between
conductor, jacket, or sheath and the end of conduit ell. Adjust poles as

ADDENDUM 1 - Bidding Document: Construction of Samar Road Package 3 306


Millennium Challenge Account - Philippines

necessary to provide a permanent vertical position with the bracket arm in


proper position for luminaire location. After installation, paint exposed surfaces
of steel poles with two finish coats of exterior oil aluminum paint of a color as
indicated.

SPL 1804.3.2 Installation of Standard Foundations


237. Excavation

Restrict excavation in size to that which will provide sufficient working space
for installation of concrete forms. Should soil conditions at the bottom of the
excavation be unsuitable as a foundation, as determined by the Engineer, take
the excavation down to firm soil and fill to required grade with concrete or
satisfactory soil materials as directed.

Perform excavations in a manner to prevent surface, subsurface, and ground


water from flowing into the excavation. Use pumps or other dewatering
methods necessary to convey the water away from the excavation work below
ground-water level.

Depth is as indicated on the drawings. Dig holes large enough to permit the
proper use of tampers to the full depth of the hole. Place backfill in the hole in
150 mm maximum layers and thoroughly tamp. Place surplus earth around the
pole in a conical shape and pack tightly to drain water away.

238. Formwork

Construct forms of wood, plywood, steel, or other acceptable materials


fabricated to conform to the configuration, line, and grade required. Reinforce
formwork to prevent deformation while concrete is being placed and
consolidated. Wet or coat formwork with a parting agent before placing
concrete.

239. Setting of Anchor Bolts

Set anchor bolts or rods with exposed threaded ends vertically positioned in the
concrete using a template supplied by the pole manufacturer.

240. Concrete Placement

ADDENDUM 1 - Bidding Document: Construction of Samar Road Package 3 307


Millennium Challenge Account - Philippines

Level and steel trowel concrete bearing surface to a smooth, hard, dense finish
surface. After formwork is removed, protect the exposed concrete with
impervious paper or burlap material and keep wet for the full curing period.

SPL 1804.3.3 Special Foundations


241. Power-Installed Screw Foundations

Power-installed screw foundations having the required strength mounting bolt


and top plate dimensions may be utilized. Provide screw foundations of at least
6.4 mm thick structural steel conforming to ASTM A36/A36M, hot-dip
galvanized in accordance with ASTM A123/A123M. Clearly mark conduit slots
in screw foundation shafts and top plates to indicate orientation. Secure
approval of design calculations indicating adequate strength before installation
of any screw foundation

SPL 1804.3.4 Standard Setting


Install standards, with their bases level so that standards are plumb. Once the concrete
has cured, set the pole on the foundation, level on the foundation bolts, and secure
with the holding nuts. Grout the space between the foundation and the pole base.

SPL 1804.3.5 Grounding


Provide grounding conforming to NFPA 70, the contract drawings, and the following:
a) Provide soft-drawn, stranded copper grounding conductors.
b) Drive ground rods into the earth so that after the installation is complete,
the top of the ground rod will be approximately 300 mm below finished
grade, except in handholes.

242. Ground Rods and Pole Butt Electrodes

Measure the resistance to ground using the fall-of-potential method described in


IEEE 81. The maximum resistance of a driven ground rod is not to exceed 25
ohms under normally dry conditions. Whenever the required ground resistance
is not met, provide additional electrodes as indicated, to achieve the specified
ground resistance. In high ground resistance, UL listed chemically charged
ground rods may be used. If the resultant resistance exceeds 25 ohms measured
not less than 48 hours after rainfall, notify the Engineer immediately. Fusion
weld connections below grade. Fusion weld or use UL 467 approved connectors
for above grade connections.

243. Items to be Grounded

ADDENDUM 1 - Bidding Document: Construction of Samar Road Package 3 308


Millennium Challenge Account - Philippines

Ground all ground conductors, metallic conduits, junction boxes, and


noncurrent-carrying metallic parts of equipment. Make connections above grade
with solderless connectors, and fusion weld those below grade.

244. Lighting Pole

Provide one ground rod at each pole. Connect bases of metal or concrete
lighting poles to ground rods by means of 8 mm2 bare copper wire. Ground
lighting fixture brackets on wood and concrete poles to a 14 mm2 bare copper
grounding conductor connected to the ground rod.

245. Handhole

In each handhole, at a convenient point close to the wall, drive a ground rod into
the earth before the floor is poured. Make provision for approximately 100 mm
of the ground rod to extend above the floor after pouring. When precast
concrete units are used, the top of the ground rod may be below the floor, and
bring a 50mm2 copper ground conductor inside through a watertight sleeve in
the wall. Make connection to ground rods by means of bolted-clamp terminals
or by an approved fusion-welding process. Neatly and firmly attach ground
wires to handhole walls, holding the amount of exposed bare wire to a
minimum.

246. Metal Cable Boxes

Connect metal cable boxes for direct-burial cable to adjacent ground rods by
wires with current-carrying capacities of at least 20 percent of the spliced phase
conductors, but not less than 14 mm2.

247. Ground Resistance Measurements

Measure the resistance to ground by the fall-of-potential method described in


IEEE 81.

248. Record Drawings

Maintain and keep up to date, a separate set of drawings, elementary diagrams


and wiring diagrams of the lighting to be used for "record" drawings, showing
all changes and additions to the lighting system. In addition to being complete
and accurate, keep this set of drawings separate and do not use for installation
purposes. Upon completion of the record drawings, a representative of the

ADDENDUM 1 - Bidding Document: Construction of Samar Road Package 3 309


Millennium Challenge Account - Philippines

Government will review the as-built work with the Contractor. If the as-built
work is not complete, the Contractor will be so advised and complete the work
as required.

SPL 1804.4 Measurement and Payment

SPL 1804.4.1 Poles


No separate payment for the poles since it will be included under SPL Item 1802.
Pay Item Description Unit of
Number Measurement

SPL 1804(1) Concrete foundation for


street/road lights including
excavation, backfilling, disposal, Lot
and other incidentals to complete
installation.
SPL 1804(2) Service entrance concrete pedestal
including excavation, backfilling,
Lot
reinforcing bars, grounding and
other appurtenances to complete
SPL 1804(3) 450 x 450mm Cast-in-place
Handhole including excavation,
backfilling, reinforcing bars, Lot
grounding and other
appurtenances to complete

ADDENDUM 1 - Bidding Document: Construction of Samar Road Package 3 310


Millennium Challenge Account - Philippines

Amendment to Section X Drawings

The Drawings provided and referred to in this Addendum replace, in its entirety, the
Book of Drawings annexed to the Bidding Documents issued on 11 April 2012.

The revised drawings can be picked up in DVD/CD format from MCA-Philippines


Procurement Agents office (as provided in the Bidding Documents), or downloaded
in zipped format from:
http://dl.dropbox.com/u/8158399/CP3%20Book%20of%20Drawings%20Rev%201%
202012-05-07.zip

Address for DVD/CD Collection:


Procurement Agent (IBTCI)
Millennium Challenge Account Philippines (MCA-P)
2nd Floor Development Academy of the Philippines (DAP) Building
San Miguel Avenue
Ortigas Center, Pasig City 1006, Philippines
Email: procurementagent@philippines.ibtci.com

The changes in the Drawings are provided below:

ADDENDUM 1 - Bidding Document: Construction of Samar Road Package 3 311


Millennium Challenge Account - Philippines

Changes in the Book of Drawings: CP3


Drawing
No. Volume Content Drawing Description Change Reason
number
1 Volume 1 General D1-001 INDEX OF DRAWINGS - 1/4 Updated contents
LEGEND, SYMBOLS, ABBREVIATIONS AND
2 Volume 1 General SL 001
GENERAL NOTES - 1/2 Updated contents
LEGEND, SYMBOLS, ABBREVIATIONS AND Sheet does not apply
3 Volume 1 General SL 002
GENERAL NOTES - 2/2 Deleted anymore
Updated values in
4 Volume 1 General SQ 001 SUMMARY OF QUANTITIES - 1/4
BOQ
Updated values in
5 Volume 1 General SQ 002 SUMMARY OF QUANTITIES 2/4
BOQ
Updated values in
6 Volume 1 General SQ 003 SUMMARY OF QUANTITIES - 3/4
BOQ
Sheet does not apply
7 Volume 1 General SQ 004 SUMMARY OF QUANTITIES 4/4
Deleted anymore
8 Volume 1 General TC 001 TABLE OF COORDINATES - 1/2 Updated Updated
9 Volume 1 General TC 002 TABLE OF COORDINATES -2/2 Additional Drawing ADDITIONAL DWG
SCHEDULE OF PAVEMENT REHABILITATION
10 Volume 1 General PR 001
NEEDS Updated For Additional Info
11 Volume 1 Standard an Typical CS 001 TYPICAL ROAD CROSS - SECTION Updated For Additional Info
REHABILITATION/WIDENING STRATEGIES Re-arranged
12 Volume 1 Standard an Typical PD 001
FOR ASPHALT PAVEMENT drawings For Additional Info
REHABILITATION/WIDENING STRATEGIES Re-arranged
13 Volume 1 Standard an Typical PD 002
FOR CONCRETE PAVEMENT drawings For Additional Info
PCCP JOINTS FOR RURAL OR URBAN Re-arranged
14 Volume 1 Standard an Typical PD 003
CONCRETE PAVEMENTS REPLACEMENT drawings For Additional Info
ROAD PAVEMENT ASSESSMENT STATION KM
15 Volume 1 Standard an Typical PD 005
908+000 - KM 913+000 -1/6 Additional Drawings For Additional Info
ROAD PAVEMENT ASSESSMENT STATION KM
16 Volume 1 Standard an Typical PD 006
913+000 - KM 918+000 (2-6) Additional Drawings For Additional Info

ADDENDUM 1 - Bidding Document: Construction of Samar Road Package 3 312


Millennium Challenge Account - Philippines

ROAD PAVEMENT ASSESSMENT STATION KM


17 Volume 1 Standard an Typical PD 007
913+000 - KM 923+000 (3-7) Additional Drawings For Additional Info
ROAD PAVEMENT ASSESSMENT STATION KM
18 Volume 1 Standard an Typical PD 008
918+000 - KM 923+000 (4-7) Additional Drawings For Additional Info
ROAD PAVEMENT ASSESSMENT STATION KM
19 Volume 1 Standard an Typical PD 009
923+000 - KM 933+000 -(1/4) Additional Drawings For Additional Info
ROAD PAVEMENT ASSESSMENT STATION KM
20 Volume 1 Standard an Typical PD 010
928+000 - KM 938+000 -(1/7) Additional Drawings For Additional Info
ROAD PAVEMENT ASSESSMENT STATION KM
21 Volume 1 Standard an Typical PD 011
933+000 - KM 938+000 -(2-5) Additional Drawings For Additional Info
ROAD PAVEMENT ASSESSMENT STATION KM
22 Volume 1 Standard an Typical PD 012
933+000 - KM 943+000 -(2/7) Additional Drawings For Additional Info
ROAD PAVEMENT ASSESSMENT STATION KM
23 Volume 1 Standard an Typical PD 013
938+000 - KM 943+000 -(3-6) Additional Drawings For Additional Info
ROAD PAVEMENT ASSESSMENT STATION KM
24 Volume 1 Standard an Typical PD 014
938+000 - KM 948+000 -(3/6) Additional Drawings For Additional Info
ROAD PAVEMENT ASSESSMENT STATION KM
25 Volume 1 Standard an Typical PD 015
943+000 - KM 953+000 -(1/3) Additional Drawings For Additional Info
ROAD PAVEMENT ASSESSMENT STATION KM
26 Volume 1 Standard an Typical PD 016
948+000 - KM 963+000 -(1/1) Additional Drawings For Additional Info
ROAD PAVEMENT ASSESSMENT STATION KM
27 Volume 1 Standard an Typical PD 017
958+000 - KM 973+000 -(1/1) Additional Drawings For Additional Info
GEOMETRIC DESIGN STANDARDS
28 Volume 1 Standard an Typical SD 002
(HORIZONTAL & VERTICAL WIDENING) Updated
TYPICAL ROAD STRAIGHT CIRCULAR AND
29 Volume 1 Standard an Typical SD 003
CIRCULAR CURVE TRANSITION Updated
Volume
30 Bridges DI 001 INDEX OF DRAWINGS - 1/2
111 Updated
Volume TYPICAL CONCRETE SHEET PILE DETAILS Deleted and replaced
31 Bridges BS 013
111 AND SCHEDULE OF REINFORCEMENT with BS 015
Volume
32 Bridges BS 014 BAILEY BRIDGE DETAILS
111 Deleted

ADDENDUM 1 - Bidding Document: Construction of Samar Road Package 3 313


Millennium Challenge Account - Philippines

Volume GENERAL PLAN, ELEVATION, SECTIONS AND


33 Bridges B2 002
111 SUMMARY OF QUANTITIES Updated BOQ
Volume GENERAL PLAN, ELEVATION, SECTIONS AND
34 Bridges B5 002
111 SUMMARY OF QUANTITIES Updated BOQ
Volume GENERAL PLAN, ELEVATION, SECTIONS AND
35 Bridges B6 002
111 SUMMARY OF QUANTITIES Updated BOQ
Volume GENERAL PLAN, ELEVATION, SECTIONS AND
36 Bridges B12 002
111 SUMMARY OF QUANTITIES Updated BOQ
Volume GENERAL PLAN, ELEVATION, SECTIONS AND
37 Bridges B17 002
111 SUMMARY OF QUANTITIES Updated BOQ
Volume
38 Bridges B3 001 EXISTING PLAN, ELEVATION & SECTION
111 Additional Drawings For Additional Info
Volume
39 Bridges B7 001 EXISTING PLAN, ELEVATION & SECTION
111 Additional Drawings For Additional Info
Volume
40 Bridges B8 001 EXISTING PLAN, ELEVATION & SECTION
111 Additional Drawings For Additional Info
Volume
41 Bridges B9 001 EXISTING PLAN, ELEVATION & SECTION
111 Additional Drawings For Additional Info
Volume
42 Bridges B10 001 EXISTING PLAN, ELEVATION & SECTION
111 Additional Drawings For Additional Info
Volume
42 Bridges B11 001 EXISTING PLAN, ELEVATION & SECTION
111 Additional Drawings For Additional Info
Volume
44 Bridges B14 001 EXISTING PLAN, ELEVATION & SECTION
111 Additional Drawings For Additional Info
Volume
45 Bridges B14 002 EXISTING SECTION AT PIER & ABUTMENT
111 Additional Drawings For Additional Info
Volume
46 Bridges B15 001 EXISTING PLAN, ELEVATION & SECTION
111 Additional Drawings For Additional Info
Volume
47 Bridges B16 001 EXISTING PLAN, ELEVATION & SECTION
111 Additional Drawings For Additional Info
Volume
48 Bridges B18 001 EXISTING PLAN, ELEVATION & SECTION
111 Additional Drawings For Additional Info

ADDENDUM 1 - Bidding Document: Construction of Samar Road Package 3 314

You might also like