Professional Documents
Culture Documents
2014
SEPTEMBER 2014
TABLE OF CONTENTS
FOREWORD
TABLE OF CONTENTS..................................................................................
ii
viii
xi
ACKNOWLEDGEMENT .................................................................................
xiv
ACRONYMS .................................................................................................
xv
DEFINITION OF TERMS................................................................................
xxi
Chapter 1
Introduction ...............................................................................
1-1
1.1
Background ..................................................................................................
1-1
1.2
Purpose ........................................................................................................
1-1
1.3
Outline ..........................................................................................................
1-2
Chapter 2
2-1
2.1
2-1
2.2
2-1
2.2.1
2-1
2.2.2
2-2
2-7
2.3
2.3.1
2-7
2.3.2
2-8
2.3.3
2-10
2.3.4
2-11
Chapter 3
3.1
3-1
3-1
3.1.1
3-3
3.1.2
3-5
3.1.3
3-6
3.1.4
3-7
3.1.5
3-9
ii
3.1.6
3-10
3.1.7
3-12
3.2
3-13
3.3
3-16
3.3.1
3.3.2
3-16
Bidding ....................................................................................................
3-20
3.4
3-23
3.5
3-24
3.7
3-25
Chapter 4
Procurement ..............................................................................
4-1
4.1
Bids ..............................................................................................................
4-1
4.2
Contract ........................................................................................................
4-5
4.2.1
4-5
4.2.2
Subcontract/Sublease .............................................................................
4-8
4-8
4.3
4.3.1
4-8
4.3.2
4-9
4.3.3
4-9
4.3.4
4-10
4-10
4.4
4.4.1
4-10
4.4.2
4-11
4-11
4.5
Chapter 5
5-1
5.1
5-1
5.2
5-2
5.3
Road Safety..................................................................................................
5-3
iii
5.3.1
5-3
5.3.2
5-4
5.3.3
5-5
5.3.4
5-6
5.3.5
5.4
5-6
5-6
5.4.1
5-6
5.4.2
5-7
5.4.3
5-7
5-8
5.5
5.5.1
5-8
5.5.2
5-8
5.5.3
5-10
5.5.4
5-14
5.5.5
5-15
5-17
5.6
Chapter 6
6.1
6-1
6-1
6.1.1
6-1
6.1.2
6-3
6.1.3
Pre-construction Survey..........................................................................
6-3
6.1.4
6-4
6.1.5
6-5
6.1.6
6-12
6.1.7
6-14
6-18
6.2
6.2.1
Mobilization/Demobilization ....................................................................
6-19
6.2.2
6-19
6.2.3
6-20
6.2.4
6-26
6.2.5
6-26
6.2.6
6-28
6.2.7
Shop Drawings........................................................................................
6-28
6.2.8
6-28
6.2.9
6-28
6-29
iv
6-30
6-34
6-35
6-37
6.3
6.3.1
6-42
6.3.2
6-44
6.3.3
6-46
6.3.4
6-46
6.3.5
6-46
6.3.6
6-49
6.3.7
6-50
6.3.8
Claims .....................................................................................................
6-51
6-54
6.4
6.4.1
Objectives ...............................................................................................
6-54
6.4.2
6-54
6.4.3
6-55
6.4.4
6-55
6.4.5
6-56
6.4.6
6-57
Documentation .............................................................................................
6-57
6.5
6.5.1
6-58
6.5.2
6-59
6.5.3
Correspondence .....................................................................................
6-62
6.5.4
6-62
Chapter 7
7-1
7.1
General.........................................................................................................
7-1
7.2
7-3
7.3
7-5
7.4
7-6
7.5
7-9
7.6
7-13
7.6.1
6-39
7-13
7.6.2
7-17
7.6.3
Production of Aggregates........................................................................
7-18
7.6.4
7-22
7.6.5
7-24
7-24
7.7
7.7.1
7-24
7.7.2
7-27
7.7.3
Design Mix and Trial Construction for Other Major Work Items ..............
7-30
7.8
7-32
7.9
7-32
7.9.1
7-32
7-33
7-33
7-34
7-35
Chapter 8
8-1
8.1
8-1
8.2
8-4
8.3
8-6
8.4
8-8
8.5
8-10
Chapter 9
9-1
9.1
9-1
9.2
9-1
9.2.1
9-1
9.2.2
9-2
9.2.3
Remedial Works......................................................................................
9-4
9.3
9-4
9.4
9-6
Chapter 10
10-1
10-1
vi
10-1
10-1
10-1
10-1
10-2
10-2
10-2
Chapter 11
11-1
11-1
11-8
11-10
vii
LIST OF TABLES
Table 1.1
1-2
Table 2.1
2-3
Table 2.2
2-4
Table 2.3
2-4
Table 2.4
2-5
Table 2.5
2-6
Table 2.6
2-8
Table 2.7
2-9
Table 2.8
2-13
Table 3.1
3-3
Table 3.2
3-13
Table 3.3
3-18
Table 3.4
3-21
Table 3.5
3-21
Table 3.6
3-22
Table 3.7
3-22
Table 3.8
3-23
Table 3.9
3-24
Table 4.1
4-1
Table 4.2
4-5
Table 5.1
5-3
Table 5.2
5-4
Table 5.3
Table 5.4
5-12
5-13
Table 6.1
6-2
Table 6.2
6-4
Table 6.3
6-5
Table 6.4
6-6
Table 6.5
6-10
Table 6.6
6-13
Table 6.7
6-29
Table 6.8
6-31
Table 6.9
6-41
viii
Table 6.10
Table 6.11
6-41
6-43
Table 6.12
6-44
Table 6.13
6-45
Table 6.14
6-47
Table 6.15
6-49
Table 6.16
6-53
Table 6.17
6-58
Table 6.18
6-59
Table 6.19
6-62
Table 7.1
7-4
Table 7.2
Specifications/Standards ...................................................................
7-6
Table 7.3
7-8
Table 7.4
7-14
Table 7.5
7-16
Table 7.6
7-17
Table 7.7
7-19
Table 7.8
7-20
Table 7.9
7-30
Table 7.10
7-30
Table 7.11
7-31
Table 7.12
7-31
Table 7.13
7-34
Table 8.1
8-4
Table 9.1
9-2
Table 9.2
9-7
Table 10.1
10-3
Table 11.1
11-2
Table 11.2
11-3
Table 11.3
11-6
Table 11.4
11-7
Table 11.5
ix
11-8
Table 11.6
Table 11.7
11-9
11-10
LIST OF FIGURES
Figure 2.1
2-2
Figure 2.2
2-6
Figure 2.3
2-7
Figure 2.4
2-9
Figure 2.5
2-11
Figure 3.1
3-2
Figure 3.2
3-4
Figure 3.3
3-5
Figure 3.4
3-8
Figure 3.5
3-10
Figure 3.6
3-11
Figure 3.7
3-12
Figure 3.8
3-14
Figure 3.9
3-15
3-16
3-17
3-20
Figure 5.1
5-2
Figure 5.2
5-2
Figure 5.3
5-3
Figure 5.4
5-4
Figure 5.5
5-5
Figure 5.6
5-9
Figure 5.7
5-10
Figure 5.6
5-17
Figure 6.1
6-1
Figure 6.2
6-3
Figure 6.3
6-8
Figure 6.4
6-9
Figure 6.5
Figure 6.6
Figure 6.7
xi
6-11
6-14
Executive Summary...........................................................................
6-17
Figure 6.8
6-18
Figure 6.9
6-21
6-22
6-24
6-25
6-27
6-29
6-30
6-32
6-40
6-61
6-63
Figure 7.1
7-1
Figure 7.2
7-2
Figure 7.3
7-5
Figure 7.4
7-9
Figure 7.5
7-11
Figure 7.6
7-12
Figure 7.7
7-13
Figure 7.8
7-21
Figure 7.9
7-22
7-23
7-24
7-25
7-25
7-26
7-28
7-29
7-33
7-33
7-34
7-34
Figure 8.1
8-3
Figure 8.2
8-6
Figure 8.3
8-6
Figure 8.4
8-7
Figure 8.5
8-9
xii
Figure 8.6
8-10
Figure 8.7
8-11
Figure 9.1
9-3
Figure 9.2
9-5
10-2
11-1
11-3
11-4
11-5
11-8
11-11
xiii
ACKNOWLEDGEMENT
In behalf of the CWG on Road Manuals Improvement, The Group Leader would like to
thank the TWG members and the regional project managers of pilot regions for their
patience, guidance, words of encouragement and useful critiques which really helped us a lot
in accomplishing this undertaking.
TWG Members:
Dr. Judy F. SESE, Chairperson, OIC-Director, Bureau of Research and Standards
Ms. Carolina S. CANUEL, Fmr. Vice Chairperson, Fmr. Div. Chief, DPD, P/S
Mr. Adriano M. DOROY, Asst. Director, Bureau of Design
Mr. Aristarco M. DOROY, OIC-Asst. Director, Bureau of Construction
Ms. Edna F. MEEZ, OIC-DE, Negros Occidental 4th DEO, DPWH-Region VII
Mr. Felipe S. RAMOS, Fmr. Chief, Technical Services and Evaluation Div., BRS
Mr. Nestor B. CAOILE, OIC-Division Chief, Materials Testing Division, BRS
xiv
ACRONYMS
A
AADT
AASHTO
ABC
AC
Asphalt Concrete
ACI
ADB
AIP
AMWP
ASTM
AWP
B
BAC
BMS
BOC
Bureau of Construction
BOD
Bureau of Design
BOM
Bureau of Maintenance
BOQ
Bill of Quantities
BOT
Built-Operate-Transfer
BQS
BRS
xv
CARBDP
CARP
CAD
Computer-Aided Design
CARI
CBR
CDA
CMS
CNC
Certificate of Non-Coverage
CO
Central Office
COA
Commission on Audit
CPES
CPM
CV
Curriculum Vitae
CWG
D
DAO
DB
Design-Build
DBB
Design-Bid-Build
DE
District Engineer
DENR
DEO
DILG
DLP
DO
Department Order
DOTC
DoTS
DPD
DPM
DPWH
DTI
E
EA
Executing Agency
ECC
EIA
EMB
EMK
EMP
eNGAS
ESAL
ESIA
ESS
ESSO
F
FABP
FCSEC
xvi
FDT
FHWA
FIDIC
G
GAA
GCC
GOP
GPPB
GPRA
GVW
H
HDM-4
HMA
I
ICB
IEE
IN
International Expert
IO
Implementing Office
IRI
IROW
Infrastructure Right-of-Way
IRR-A
ISO
J
JICA
JMF
JCC
K
KAMANAVA
KEDCF
xvii
L
LCB
LGU
LTO
LTPBM
LTPBME
M
MBA
MBC
Maintenance by Contract-put
MC
Memorandum Circular
MCC
ME
Materials Engineer
MFCDP
MIS
MOA
Memorandum of Agreement
MPE
MVUC
MYPSS
N
N
National Expert
NEDA
NGO
Non-Governmental Organization
NRIMP
NTP
Notice To Proceed
P
PAGASA
PAMS
PBDs
PCAB
PCC
PCCP
PE
Project Engineer
Pert/CPM
PI
Project Inspector
xviii
PID
PM
Project Manager
PM/O
Preventive Maintenance/Overlay
PMO
PNP
PPP
Public-Private Partnership
PS
Planning Service
Q
QAD
QAS
QAU
QCP
R
RA
Republic Act
RA 9184
RATPLAN
Rationalization Plan
RB
Road Board
RBIA
RE
Resident Engineer
REAPMP
RH
Rehabilitation
RM
Routine Maintenance
RMMS
RMP
RO
Regional Office
ROCOND
ROW
Right-of-Way
RRNDP
RUPP
RWS
S
SB
Special Buildings
SBD
SBP
xix
SCC
SEC
SFD
SMS
T
TARAS
TCP
TEAM
TOR
Terms of Reference
TWG
U
URPO
USA
V
VDF
VO
Variation Order
W
WB
World Bank
xx
xxi
xxii
signing
the
sworn
undertaking
of
full
responsibility
over
xxiii
Management
Plan/Program
that
the
xxiv
responsibilities,
practices,
procedures,
processes
and
xxv
xxvi
Unit Prices
These shall be prepared for each contract using costs based on
reasonable approved current prices as projected over the proposed
construction period, divided into local and foreign exchange costs, as the
case may be.
Work(s)
The Permanent Works and Temporary Works to be executed by the
Contractor in accordance with this Contract, including (i) the furnishing of
all labor, materials, equipment and others incidental, necessary or
convenient to the complete execution of the Works; (ii) the passing of
any tests before acceptance by the DPWHs Representative; (iii) and the
carrying out of all duties and obligations of the Contractor imposed in the
Contract.
Engineering Words -- Portland Cement Concrete Pavement
Admixture
A substance other than cement, water or aggregate added to a batch of
fresh concrete to alter one of the normal properties of concrete.
Batching Plant
The plant either on or off the work site where the materials are
assembled by batches for the mixer. Water and admixtures usually are
added as the batch is introduced into the mixer.
Coarse Aggregate
Aggregate which is retained on the No.4 (4.75 mm) sieve.
Contraction Joint
A joint which controls the location of a transverse crack and permits the
slab to contract and expand with changes in temperature.
Dowel or Dowel Bar
A smooth steel bar extending across a concrete joint to transfer the
applied load, prevent future misalignment of the slab and permit
movement at the joint.
Dowel Assembly
A cage or basket used to hold dowels in position during placement of
concrete.
Expansion Joint
A joint adjacent to a bridge or intersection to absorb expansion of
concrete pavement and prevent expansive pressure on the bridge or
intersecting pavement.
xxvii
Joint Sealer
A compound for preventing entrance of water and solid particles into a
joint. The sealer may either be performed or liquid.
Longitudinal Joint
A joint which extends lengthwise in the roadway, parallel to the
centerline.
Segregation
The unintentional separation of the larger pieces of aggregate from the
smaller pieces within one size of aggregate or within a mixture of sizes of
fresh concrete.
Slip-Form Paving
Concrete paving by use of a machine carrying its own forms between
which low slump concrete is compacted sufficiently to retain its shape
after the machine has progressed onward.
Tie Bar
A deformed dowel or hook-bolt placed across longitudinal joints of
concrete pavement near middle depth to tie the slabs together and hold
the joint closed.
Engineering Words -- Asphalt Concrete Pavement Aggregate
Mineral material, such as sand, gravel, crushed stone, slag, or
combinations thereof.
Asphalt Concrete
A mixture of aggregate and asphalt binder (Bitumen).
Asphalt Binder (Bitumen)
A thermoplastic binding material obtained as a residue in the distillation
of petroleum, which may contain additives to enhance performance.
Coarse Aggregate
Aggregate which is retained on the No.4 (4.75 mm) sieve.
Cut Back Asphalt
Asphalt binder which has been rendered fluid by fluxing it with a light
volatile petroleum distillate. Upon exposure to atmospheric conditions,
the volatile distillate evaporates, leaving only the asphalt cement which
reverts to its original semi-solid condition. Cut back asphalts are classified
as rapid curing (RC), medium curing (MC), or slow curing (SC).
Emulsion (Asphalt)
A suspension of extremely small droplets of asphalt in water in the
xxviii
xxix
Chapter 1 Introduction
1.1 Background
The Department of Public Works and Highway, hereinafter referred to as "DPWH" and
Japan International Cooperation Agency, hereinafter referred to as "JICA", agreed in 2006 to
implement the project for Improvement of Quality Management for Highway and Bridge
Construction and Maintenance, hereinafter called as " Phase I", aiming to enhance the
engineering knowledge of the Engineers of DPWH.
For the implementation of the said project, DPWH organized the Joint Coordinating
Committee, hereinafter called as "JCC", Technical Working Group, hereinafter called as
"TWG" and Counterpart Working group, hereinafter called as "CWG". On its part, JICA
dispatched the JICA Technical Cooperation Project Team, hereinafter referred to as "JICA
TCP Team" from February 2007 to February 2010.
Under Phase I, the following manuals/guidelines were prepared and issued for road
construction and maintenance through the CWG's activities.
*
Road Project Management and Supervision Manual, Volume I: Main Text and
Road Project Management and Supervision Manual, Volume II: Appendices (Standard
Form, Examples and References)
From October 2011 to September 2014, the DPWH and JICA TCP Team -newly
dispatched by JICA - implemented the project for Improvement of Quality Management for
Highway and Bridge Construction and Maintenance, Phase II, hereinafter called as " Phase II"
to aim further enhancement.
This manual, Road Project Management and Supervision Manual, Volume I: Main Text,
Second Edition, was prepared under Phase II through the revision work done by CWG based
on the Road Project Management and Supervision Manual, Volume I: Main Text, 1st Edition
mentioned above.
The Volume I 1st Edition was a revision of the Road Construction Manual which was
published in 1990 and subject to be updated every 5 to 10 years. Thus, it was reviewed and
updated in Phase II.
1.2 Purpose
Engineers of the DPWH concerned with road construction and management are the main
targets of this Manual. The CWG made efforts to make this Manual 2nd Edition easy to
1-1
understand by the Engineers, hence, it would be an effective tool related to the above areas.
1.3 Outline
This Manual serves as reference in order to achieve quality projects within the scheduled
time and budget as specified in the Contract. It includes project management and road
construction supervision information and techniques applicable to both development projects
and maintenance programs as illustrated below. It covers both locally-funded and
foreign-funded projects and programs undertaken by contract and is also useful for
maintenance activities undertaken by Administration - Maintenance by Administration
(MBA), Design-Bid-Build (DBB) and Design-Build (DB) contracts.
Table 1.1
Funding
Foreign-Funded
Projects
(WB, ADB, JICA,
etc.)
Locally-Funded
Projects
(GAA, MVUC, etc.)
Category
Central Office
Development Projects
(New Construction/ Upgrading/
Rehabilitation)
PMOs
BOM
ICB
Projects
ICB
Projects
Maintenance Programs
(Preventive & Routine)
BOC
LCB
Projects
Development Projects
(New Construction/ Upgrading/
Rehabilitation)
LCB
Projects
Maintenance Programs
(Preventive & Routine)
ROs
DEOs
LCB
Projects
LCB
Projects
LCB
Projects
LCB
Projects
LCB
Projects
The Manual is composed of two (2) volumes: a) Volume I - Main Text and b) Volume II
- Sample Forms and Documents.
1-2
Value Engineering
2-1
Figure 2.1
2-2
Table 2.1
Rehabilitation
Preventive
Maintenance
Backlog Maintenance
Routine Maintenance
Road Safety
(2)
2-3
Table 2.2
Road
General condition
Condition
Treatment Measure
Good
First signs of cracks (all tight); First utility Needs joint and cracking sealing (routine
patch; moderate scaling in some locations. maintenance).
Moderate to severe scaling/raveling, Needs some partial/full depth repairs
spalling or rutting over 25% of the surface. grinding and/or asphalt overlay to correct
Fair
Poor
Bad
to
rebuild
pavement/total
Table 2.3
Road
Condition
Asphalt Concrete
VIC
Cement Concrete
Gravel
Ranges in
Category
Range
Rep. Value
Range
Rep. Value
Range
Rep. Value
ROCOND
Good
3.0 or less
2.5
4.0 or less
3.5
6.0 or less
5.0
1 to 20
Fair
3.1 to 5.0
4.0
4.1 to 6.0
5.0
6.1 to 9.0
7.5
20.1 to 40
Poor
5.1 to 7.0
6.0
6.1 to 8.0
7.0
9.1 to 12.0
10.0
40.1 to 70
Bad
> 7.0
8.0
> 8.0
9.0
> 12.0
14.0
70.1 to 100
The intervention IRI for the overlay should be defined based on a pavement
deterioration curve reflecting the existing pavement strength and soundness, traffic level
and function of the road. Even if the current road condition is good, it would require PM
if it accommodates heavy truck traffic. The following table shows typical intervention
pattern on LTPBM Road.
2-4
Table 2.4
Year
1
2
3
4
1
Fair
Good
Good
Fair*
RM*2
PM
RM
RM
Fair
Fair
Fair
Good
Good
RM
RM
PM
RM
Good
Fair
Fair
Fair
RM
RM
RM
PM
Fair
Good
Good
Good
Fair
PM
RM
RM
RM
Poor
Good
Good
Good
Poor
RH
RM
RM
RM
Bad
Good
Good
Good
Bad
RH
RM
RM
RM
1
* : Road Condition Category, Good, Fair, Poor and Bad
*2: Corresponding Rehabilitation and Maintenance Work
(RH: Rehabilitation, PM/O: Preventive Maintenance/Overlay,
RM: Routine Maintenance)
Road
Condition
(3)
5
Good
RM
Good
RM
Good
RM
Fair
RM
Fair
RM
Fair
RM
and will be enhanced under the road sector projects financed by JICA and ADB. The above
LTPBM is a new project implementation scheme combined with the DB method as it is able
to give the design and construction responsibility to the Design-Build Contractor. The
preliminary design is still required for defining the project concept and cost for the DB
contract bidding.
Many highway agencies have been experimenting with a wide variety of innovative
project delivery strategies aimed at lowering the costs and time to produce highway
construction and rehabilitation projects while maintaining or improving project quality. One
of these strategies is the DB project delivery. DB is a method of project delivery in which the
design and construction phases of a project are combined into one contract, usually awarded
on either a low bid or best-value basis. This is in contrast to the more traditional
Design-Bid-Build (DBB)1 approach having been used in the DPWH that outsourced project
design work, or conducted it by own administrative force. The two different contracting
efforts must be undertaken in sequence to procure architecture/engineering services.
1 Design-Bid-Build: The DPWH conducts design of road project by Force Account or employing Consultant at
first and procures civil works contractor through bidding. After that, the Contractor executes the project in
accordance with the contract.
2-5
Section 17.6 of the Implementing Rules and Regulations - Part A (IRR-A) of Republic
Act 9184 recognizes the use of design and build scheme in the procurement of infrastructure
projects. The following table shows the general advantages and disadvantages of
Design-Build Contract.
Table 2.5
Disadvantages
responsibilities
entity required
The following figure shows sequence of project delivery activity by Contract Approaches,
DBB and DB. It is generally said that the DB approach could save overall project
implementation time compared with conventional DBB approach.
Design-Build Scheme
Concept Preliminary Select
Planning
DesignDesign
Builder
Construction
Extensive Contractor
Input
Minimal to Extensive
Contractor Input
Design-Build Associated
Time Savings
Design-Bid-Build Scheme
Concept Select
Preliminary
Planning Designer
Design
Select
Contractor
Minimal Contractor
Input
Construction
Extensive Contractor
Input
Source: GPPB
Figure 2.2
(4)
2-6
Value Engineering
Handbook on Philippine
Government
Procurement (R.A.9184
and Amended IRR-A of
R.A.9184 )_Y2007
Implementing Rule
and Regulations
Part A (IRR-A) of
R.A.9184 for
Locally-funded
Projects_Y2004
Implementing Rule
and Regulations
Part B (IRR-B) of
R.A.9184 for
Foreign-funded
Proejcts
Locally-funded Projects
Figure 2.3
Loan Agreement
and Procurement
Guide Lines of
Funding Bank or
Agency
FIDIC Harmonized
Edition for the
Multilateral
Development
Banks
(MDB)_Y2006
Foreign-funded Projects
The category, name of the documents, version (year issued) and issuing
agency/organization, to be used for the road and bridge projects of DPWH in this manual are
2-7
Construction
Contract
Design
Guidelines
and Drawings
Name of Documents
Issued by
Year Issued
Remarks
Handbook on Philippine
Government Procurement (R.A.9184
and Amended IRR-A of R.A.9184)
GPPB
Sep. 2007
DPWH
Jan. 2006
FIDIC
Mar. 2007
FIDIC
2007 Edition
GPPB
May 2005
DPWH
2013
DPWH
1989
PMO-FCSEC
& JICA
2003
JICA
2007
DPWH
1989
2-8
Table 2.7
Guidelines
1.
Content
Remarks
Handbook on Philippine
updating.
Concerned
Edition)
Office: *BAC
2.
Subject to
updating
Edition
and WB
Concerned
Office: *BAC
3.
4.
Subject to
Locally-funded Infrastructure
updating
Concerned
of R.A.9184
Office: *BAC
Subject to
updating
Concerned
Office: *BAC
Input
for Procurement of Goods
(Volume II)
Figure 2.4
The above Philippine Bid Documents (PBDs) include unchanged provisions in Section II
- Eligibility Documents of Part I; and Section I - Instructions to Bidders and Section III General Conditions of Contract of Part II. Data and provisions specific to each procurement
2-9
and contract should be included in the Section III - Eligibility Data Sheet of Part I, Section II Bid Data Sheet, and Section IV - Special Conditions of Contract of Part II.
The DPWH Procurement Manual is the specific manual complying with IRR-A of
R.A.9184 but suit the particular needs of the DPWH. The Manual shall be applied to the
entire DPWH organizations, including Central, Regional, District Engineering and other
offices. Volume 2 shall be used for goods, Volume 3 for infrastructure projects and Volume 4
for consulting services.
2 - 10
It should be noted that either FIDIC Conditions of Contract for Design, Build and
Operate Projects 2007 or MDB Harmonized Edition Conditions for Construction is applicable
to design-build contracts.
Figure 2.5
Foreign-funded Projects
Procurement methods of Contractors for foreign-funded projects and programs are
specified in the Loan Agreement and/or in the Minutes of Discussion between these
development partners and DPWH, or in the procurement guideline of each bank or
agency.
Procurement methods are as follows:
*
Negotiated contracts
Conditions of Contract for the ICB projects funded by these international banks
shall follow FIDIC Contract Conditions as agreed by funding agencies. The General
Conditions (GC) of projects is recopying of Clauses in the FIDIC GC but adjustments or
modifications shall be made to meet the requirements in R.A.9184 as far as it is not
contradicting with the agreement of the funding banks. The GCs is comprised of 20
clauses, sub-clauses and appendices. Disputed Board in the case of MDB Harmonized
Edition March, 2006.
Under foreign-funded projects, the Employer is the DPWH represented by the
Secretary or Undersecretary (signatory of the subject Contract) in general. The Engineer
is the Consultant employed by DPWH and notified in the Contract Data of civil works in
2 - 11
Locally-funded Projects
All Government procurement shall be governed by principles of transparency,
competitiveness, streamlined procurement process, accountability and public monitoring
in accordance with R.A.9184 and its Implementing Rules and Regulations - Part A.
The IRR-A is promulgated pursuant to Section 75 of R.A. 9184 for the purpose of
prescribing the necessary rules and regulations for the modernization, standardization,
and regulation of the procurement activities of the government. This IRR-A shall cover
all locally funded procurement activities from procurement, planning up to contract
implementation and termination.
The DPWH Procurement Manual (DPM) for locally-funded infrastructure projects
through public bidding was approved by GPPB in January 2006and comprised of:
Volume I:
Volume II:
Guidelines on Goods
Volume III:
Annex A
Standard Forms
Annex B
2 - 12
Table 2.8 Comparison of GCC between FIDIC and DPWH Conditions of Contract
FIDIC General Conditions
(MDB Harmonized Edition 2006)
Clause
No
Clause Title
General Provisions
The Employer
3
4
The Engineer
The Contractor
5
6
7
Nominated Subcontractors
Staff and Labour
Plant, Materials and
Workmanship
Commencement, Delays and
Suspension
9
10
11
Tests on Completion
Employers Taking Over
Defects Liability
12
13
14
15
Termination by Employer
16
17
18
19
20
9. Liquidated Damages
24. Acceleration and Delays
Ordered by the PROCURING
ENTITYs Representative
25. Extension of the Intended
Completion Date
2 - 13
(3)
Design-Build Projects
The DB Contract for infrastructure projects is a new scheme in the Philippines and
should be implemented in accordance with the Guidelines and Standards for the
Procurement and Implementation of Contracts for Design and Build Infrastructure
Projects under IRR-A of RA 9184.
2 - 14
Chapter 3
Implementing
Organizations and
Role of Entities
3-1
3-2
Design Management
Division
Building Division
Bridge Division
Highways Division
Surveys and
Investigation Division
Water Project Division
Bureau of Design
Human Resource
Management Division
Capacity Development
Division
Cash Division
Construction Support
Services Division
Project Monitoring
Division
Pre-Construction
Division
Claims Review Division
Bureau of
Construction
Management Division
Accounting Division
Budget Division
Financial and
Management Servise
Figure 3.1
Road Condition
Monitoring and
Evaluation Division
Policies and Standards
Division
National Building
Services Division
Safety and Disaster
Management
Coordination Division
Bureau of
Maintenance
Environmental and
Social Safeguards
Division
Statistic Division
Development Planning
Division
Project Preparation
Division
Programming Division
Planning Service
Stakeholders Affairs
Division
Public Informations
Division
Equipment Planning
Division
Equipment Operation
and Maintenance
Division
Floating Equipment
Division
Bureau of
Equipment
Research and
Development Division
Standards
Development Division
Materials Testing
Division
Technical Services
Division
Bureau of
Research and
Standards
Project Development
Division
Project Implementation
Supervision Division
Project Operation and
Maintenance
Management Division
Public-Private
Partnership Service
Consultancy Services
Division
Goods and Services
Division
Procurement
Service
Quality Systems
Analyst Division
Quality Compliance
Division
Road Safety Program
Division
Traffic Engineering
Division
Bureau of
Quality and Safety
Stakeholders
Relations Service
District
Engineering
Offices (182)
Application Support
Division
Technology Support
Division
Business Innovation
Division
User Support Division
Information
Management Service
Regional
Offices (16)
Legal Service
Table 3.1
Project
Bureau/Office
Role / Function
Bureau of Construction
Implementation
Project Management
Office
Safety
Implementation
Planning Service
Support
Services
Standards
Bureau of Design
3-3
Figure 3.2
The BOC provides technical services on construction works in accordance with DO No.
95, Series of 20031 Re: Responsibilities of BOC and BOM, as follows:
*
Review and evaluate construction programs, estimates and other contract documents;
3-4
Figure 3.3
The BOM provides technical services on the maintenance and repair of infrastructure
and facilities in accordance with DO No. 95 Series of 2003 Re: Responsibilities of BOC and
BOM, as follows:
*
Review and evaluate maintenance programs, estimate and other contract documents;
3-5
guidelines; and
*
(2)
Major Flood Control Development Project 2 (MFCDP 2-PMO to include Laoag &
Agno)
(3)
Road
Upgrading
Preservation
Project
-Philippine
Japan
Highway
Loan
(RUPP/PJHL-PMO
-
(4)
(5)
3-6
The PMO for Build-Operate and Transfer (BOT) is elevated into the Public-Private
Partnership (PPP) under the approved RATPLAN.
2.
The functions of the PMO for Traffic Engineering and Management (TEAM) are
transferred to the newly created Bureau of Quality and Safety (BQS).
3.
The functions of the PMO for Feasibility Studies are being subsumed under the Project
Preparation Division, Planning Service.
3-7
Figure 3.4
3-8
Organizational Chart of PS
Coordinate and establish linkages with academe and other institutions on research and
development;
Assist all DPWH testing laboratories on their materials testing requirements including
assessment and development of their capabilities and laboratory facilities;
Provide DPWH and its implementing office with technical assistance related to
geotechnical engineering, field test requirements and other related technical services;
Accredit DPWH professionals, private testing laboratories, and other private firms and
facilities engaged in DPWH projects and monitor compliance with accreditation
requirements of Department; and
Coordinate with other government agencies relative to the conduct of geologic hazard
mapping activities.
3-9
Figure 3.5
3 - 10
3 - 11
Hydrology
Section
Flood Control
& Urban
Drainage
Section
Water Supply
& Coastal
Facilities
Section
Geotechnical
Section
Geology
Section
Water Project
Division
Engineering
Surveys
Section
Surveys and
Investigation
Division
Figure 3.6
Substructure
Section
Superstructure
Section
Bridge
Hydraulics
Section
Bridges
Division
Pavement
Section
Highway
Drainage &
Slope Protection
Section
Geometric
Section
Highways
Division
Mechanical &
Electrical
Section
Structural
Section
Architectural
& Sanitary
Plumbing
Section
Buildings
Division
Design
Policies &
Standards
Development
Section
Design
Compliance
Monitoring
& Evaluation
Section
Design
Management
Division
Figure 3.7
3 - 12
Table 3.2
Limits of Authority
Office
Regional Director
Limit
Approval of program of works and agency estimate,
conduct public bidding, approve contracts costing up to
P200M*
District Engineer
Moreover, the ROs can implement a project exceeding the above limit if there are no
appropriate PMOs with prior approval of authority by the Secretary.
Figures 3.8 and 3.9 show typical organizational charts of RO and DEO, respectively.
3 - 13
Organizational Chart of RO
Figure 3.8
3 - 14
Figure 3.9
3 - 15
NAME
FIRM
Man-Months
2005
2006
for
A S O N D J F MAM J J A S O N D J F MAM J J A S O
1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 Construction
Construction Period 720 days (24 months)
Final
Acceptance
Supervision
Stage
25.00
e
pl
am
Ex
11.00
8.00
1.00
45.00
25.00
10.00
24.00
4. Materials Engineer
20.00
Sub-Total
79.00
24.00
16.00
24.00
4. CAD Operator
6.00
5. Secretary
25.00
6. Encoder
12.00
7. Utility-man / Messenger
25.00
132.00
256.00
Sub-Total
Total
Pre-construction Stage
Supervision Stage
Assignment of International Consultants
Assignment of National Consultants
Issuance of Notice to Proceed
LEGEND:
Source: PJHL/DPWH
Figure 3.10
3 - 16
Source: PJHL/DPWH
Figure 3.11
- Material Engineer
- Laboratory Technician A
- Laboratory Technician B
- Laboratory Aides ( x 4)
- Clerk Typist / Encoder ( x 1)
- Labor / Utility Man (x 3)
Materials Engineer
- Secretary
- Encoder
- CAD Operator
- Utility-man / Messenger
JICA
For:
Drawings
& design check
assistance
e
pl
Civil Engineer /
Quantity Surveyor
am
Ex
For:
- All bridges
- Major Damaged Areas
Sr.Engineer In Charge of
Bridges/Major Structures
For:
- Overall construction
supervision
- Project safety & EMP
LEGEND
DPWH / PMO
Foreign Consultant
Local Consultant
Local Consultant
From Contractor
For: Major duties and
works in charge
(
) Name to be filled
- Geodetic Engineer
- Instrument Man A
- Instrument Man B
- Survey Aides ( x 4)
- Rodman ( x 2)
- Labor (x 2)
SURVEY TEAM
For: - Alignment
- Drainages
- PCCP, ACP
- All formation levels
& dimensions check
Deputy Project
Manager
/ Resident Engineer
Project Manager
PM/PE
PJHL-PMO
(Director)
Assistant) for the construction supervision and office operation in accordance with the
contract with the Employer. The Consultant will control and utilize survey and laboratory
3 - 17
(2)
Position
Category
Project
IN
Manager (PM)
Deputy Project
Manager
(Dep.PM)/
Resident
Engineer (RE)
Supervision
IN and/or
Engineer
(Highway)
Legend: IN: International Expert, N: National Expert, IN and/or N: International and/or National Expert.
3 - 18
Table 3.3
Position
Category
Supervision
IN and/or
Engineer
(Bridge/
Structures)
Quantity
Engineer
Accredited
Materials
Engineer
-
Inspector
Legend: IN: International Expert, N: National Expert, IN and/or N: International and/or National Expert.
3 - 19
The Consultant shall employ accredited Materials Engineer (ME) as per D.O. No.42,
Series of 2006 subject to the limits of assignment described in Table 3.7.
The Contractor may assign a non-accredited ME to every DPWH project costing below
P1Million.
Renewal of Certificate of Accreditation is required for Contractors and Consultants
MEs after three (3) years from the date of issue.
The concerned ME shall not be connected with any government office. A certification
signed by the Head or Administrative Officer that the concerned ME is no longer connected
with the government office is necessary.
CHIEF, CONSTRUCTION
SECTION
CONTROL SECTION
PROJECT ENGINEER
M ATERIALS ENGINEER
RESIDENT ENGINEER/PROJECT
INSPECTOR
M LT/LAB AIDE
UTILITY M AN
ENCOER/CLERK
GEOMETRIC CONTROL
UTILITY MAN
DRIVER
CLERK
Figure 3.12
3 - 20
Classification
Limit of Assignment
- No limit.
Project Engineer I:
Project Inspector I:
Table 3.5
Classification
Materials Engineer II:
Materials Engineer I:
(2)
3 - 21
Table 3.6
Classification
Project Engineer
Table 3.7
Classification
Project Inspector
a. Assist the PE in the overall direction and supervision of the field operation.
b. Ensure that the works being inspected are in accordance with the plans and
specifications.
c. Witness critical activities of the project.
d. Notify the Project Engineer in case there are deviations from the approved
plans and specifications.
e. Conduct and monitor daily activities including weather conditions and
maintain a logbook to record such activities.
f. Prepares and submit statement of work accomplished
g. Prepare and submit physical/financial status to the Project Engineer.
h. Carry out instructions/orders of the Project Engineer.
3 - 22
Table 3.8
Classification
Materials Engineer
a. Ascertain that all materials incorporated into the work pass the requirements
of the DPWH Standard Specifications for Highways, Bridges and Airports
Vol. II and to strictly comply with the schedule of Minimum Testing
Requirements.
b. Advice the Project Engineer on the acceptance or rejection of construction
materials intended for use in the project based on test results.
c. Responsible for the sampling, testing, inspection and submission of data
and to fully acquaint himself with the standard procedures of the same.
d. Recommend to the Project Engineer remedial measures for the correction
of unsatisfactory conditions of materials.
e. Prepare design mixes for concrete and bituminous mixtures.
f. Ensure that the field laboratory is adequately equipped so that the progress
of the work will not be impeded to laboratory testing and that
non-performance of tests should not be a cause of delay in the prosecution
of the work.
g. Keep record of the daily activities ready for inspection anytime.
h. Submit within the required time frame test reports and other pertinent
papers to the Regional/District Engineering Office concerned.
i. Recommend corrective measures to improve the quality of completed
works.
j. Recommend acceptance of completed works.
3 - 23
Documents, sanction shall be imposed on the PE and PI if in any of the given reporting
period:
(a) He fails to initiate calibrated actions (in accordance with DO 102, Series of 1988)
on a project/projects under his supervision with a negative slippage; and
(b) He gets ten (10) points or greater based on the values shown below.
Table 3.9
Slippage
Points
1 Project
2 Projects
3 Projects
5%-10%
10
11% - 15%
10
15
>15%
10
15
20
Reprimand
2nd Offense:
3rd Offense:
Planning
ii)
iii) Design
iv) Land Acquisition and Infrastructure Right of-Way
v)
Procurement
3 - 24
x)
Financial Resources
Quality Assurance
1.
2.
3.
The DPWH through the Bureau of Research and Standards (BRS) is continuously
undertaking the accreditation of DPWH Project Engineers and Inspectors including the
Materials Engineers of Contractors and Consultants in order to ensure that only
competent engineers will be assigned to DPWH projects.
4.
5.
6.
7.
A sanction mechanism was put in place to penalize the project implementors noted
with unsatisfactory performance; and the contractors were encouraged to report to the
DPWH Integrity Board any corrupt practices in project implementation.
3 - 25
(2)
Project Implementation
1.
2.
3.
Documents Tracking System (DoTS) to track status of all contract related documents
was put in place.
4.
5.
6.
Payment System through the use of the electronic New Government Accounting
System (eNGAS) was adopted.
7.
(3)
3 - 26
Chapter 4 Procurement
4.1 Bids
The bid documents are documents issued by the DPWH to provide the prospective
bidders all necessary information to prepare their bids. These bid documents are prepared in
accordance with Volume III-DPWH Manual of Procedures for the Procurement of
Locally-funded Infrastructure Projects through public bid of DPWH Procurement Manual
(DPM) together with procurement guidelines of the funding institutions in case of
foreign-funded projects.
The bid documents shall consist of the following:
Table 4.1
Part
Part I:
Part II:
Bid Documents
Section
Section Title
Section I
Section II
Eligibility Requirements
Section I
Section II
Section III
Section IV
Section V
Section VI
Section VII
Section VIII
Forms
The bid documents become part of the contract documents. As such, these should be well
kept and handed over to the Engineer. A checklist of bid documents is shown below:
4-1
4-2
4-3
Note:
Entries on appropriate spaces provided, e.g. costs, percentages and other
information that may be required are subject to change in the light of official issuances such
as Department Orders, Office Orders etc.
4-4
4.2 Contract
4.2.1
Contract Documents
The contract documents are legal documents on which the project management and
construction supervision are relied. The Contract is the agreement between the DPWH and the
Contractor to execute, complete, and maintain the Works. It consists of the Agreement itself
and all documents that form part as written in the GCC. Among others are the following:
Table 4.2
Category
A. The Contract:
Title of Documents
1) Contract Agreement
2) Documents forming part of Contract Agreement
a) Bidding
Documents for
the Contract
3. Drawings/Plans
4. Specifications
5. Invitation for Apply Eligibility and to Bid
6. Instruction to Bidders
7. Bid Data Sheet
8. Bid Bulletins (Addenda)
2) Obligation Slip
Contract
The documents in items (1) and (2)-a) to (2)-c) above shall be provided by the DPWH
and those in items (2)-d to (2)-g shall be submitted by the winning bidder within ten (10)
calendar days from the date of its receipt of the Notice of Award.
4-5
The documents forming the Contract are to be taken as mutually explanatory of one
another. For the purpose of interpretation, the Contract documents shall be interpreted in the
following order of priority:
(a) Contract Agreement (if any)
(b) The Letter of Acceptance
(c) The Tender
(d) The Particular Conditions
(e) The General Conditions
(f)
Specifications1
(g) Drawings
(h) Any other document listed in the SCC as forming part of this Contract.
There are many other documents which are part of Contract documents as listed in the
next page and those documents should be compiled in a file or book to avoid lost or
misplacement.
If an ambiguity or discrepancy is found in the documents, the Engineer shall issue any
clarification or instruction.
The Specification means the DPWH Standard Specifications for Highways, Bridges and Airports Vol. II 2013
Edition. Modifications to Standard Specifications shall be in the form of Special Specifications to be mentioned
in the Special Provisions which is part of the Bid Documents.
4-6
4-7
4.2.2
Subcontract/Sublease
A Subcontractor is any person or organization who has subcontracted a part of the work
from the main Contractor as approved by the Employer.
No Contractor shall subcontract any portion of work without prior approval of the
Secretary in accordance with DO No. 70, Series of 2004 2. In no case, shall subcontracting be
allowed for more than fifty percent (50%) of the value of project.
Subcontracting of any portion of the Works does not relieve the Contractor of any
liability or obligation under the Contract. The Contractor shall be responsible for the acts,
defaults, and negligence of any subcontractor, its agents, servants or workmen as fully as if
these were the Contractors own acts, defaults, or negligence, or those of its agents, servants
or workmen.
The Implementing Office shall identify a site intended for the construction of
buildings and facilities such as combined field office, laboratory, living quarter buildings
and other facilities in accordance with DO No. 08, Series of 20063.
The construction of buildings on a property other than DPWH-owned should be
covered by a Memorandum of Agreement (MOA) to be approved by the DPWH
Secretary or Undersecretary for Administration. The MOA shall provide a provision
allowing the DPWH the use their property free of charge until the completion of the
project and shall be turned over to the lot owner without cost after completion of the
project.
If it is more economical and reasonable, the Contract would provide the Engineers
office on a rental basis. The Contractor shall rent, operate and maintain one (1) unit of
combined field office building and materials testing laboratory and a separate building
2
3
4-8
for the living quarter, including all necessary electricity, water, drainage, sanitary
facilities and telephone services for the use of the Engineer and his staff.
(2)
Service Vehicles
Progress Photographs
Office Computers
The specified facilities provided by the Contractor and paid by the Government
shall be turned over to the Government upon completion of the project.
4.3.2
Right-of-Way Acquisition
Acquisition of real property shall be governed by Republic Act (RA) No. 8974, entitled
"An Act to Facilitate the Acquisition of Right-of-Way Site or Location for National
Government Infrastructure Projects and for Other Purposes".
"Right-Of-Way (ROW)" refers to the overall width along the road alignment of proposed
works with regard to the area of land that must be cleared before the works are commenced.
Parcellary survey will be conducted to identify the specified area, land title, land owners and
cost required for ROW acquisition and resettlement.
The Implementing Office is responsible for ROW acquisition before commencement of
the Works.
Unless otherwise specified in the Contract, the Implementing Office shall provide access
to and possession of the site including special and/or temporary right-of-way which are
necessary for the Works. The Contractor shall obtain, at his own risk and cost, any additional
rights of way or facilities outside the site which he may require for the purposes of the Works.
4.3.3
Possession of Site
Prior to commencement of works, the implementing Office shall issue the Contractor in
writing the possession of site, specifying the relevant stations of the project as maybe required
to enable him to proceed with the execution of the works.
If the Contractor suffers delays or incurs delay or incurs cost from failures on the part of
the Implementing Office to give possession of such site, it shall give the Contractor a contract
4-9
time extension and certify such reasonable sum to cover the cost incurred.
4.3.4
Relocation of Utilities
Though the Contractor is responsible for identifying utilities affected by the Works, the
Engineer should confirm the locations of these utilities, if such are not shown in the contract
documents.
These include:
*
Sanitation and
Telecommunication.
The Engineer shall coordinate and assist the Contractor and the concerned agencies in
the relocation of these utilities prior to commencement of any works.
Performance Security
The Contractor shall obtain at his own cost a Performance Security to guarantee his
faithful performance performance to complete the project on time. This shall be submitted to
the Implementing Office not later than the date specified in the Letter of Acceptance and shall
be issued in an amount and form as specified in the Special Conditions of Contract, and
denominated in the currency in which the contract price is payable. The Performance Security
shall be valid up to the date of acceptance of the project.
The validity of the Performance Security shall be from the date of Contract signing up to
the final acceptance of the project wherein the warranty period shall have commenced.
At the Contractors option, the Performance Security is to be in any of the following
forms:
*
Cash, Cashiers Check, Bank Draft or Irrevocable Letter of Credit in the amount
equivalent to five percent (5%) of the contract price
Bank guarantee in the amount equivalent to ten percent (10%) of the contract price.
Surety bond in the amount equivalent to thirty percent (30%) of the contract price
callable upon demand issued by any reputable Surety or Insurance company; and
The Performance Security shall be released by the Implementing Office after issuance
of the Certificate of Acceptance, provided that there are no claims for labor and materials filed
against the Contractor or the Surety company and provided further that the Contractor should
have submitted the warranty security.
4 - 10
4.4.2
The Contractor shall, under DPWH name and at his own expense, obtain and maintain
for the duration of the Contract.
The Contractor shall provide evidences to the Engineer that the insurance required under
the Contract has been effected and shall, within a reasonable time, provide copies of the
insurance policies to the Engineer.
The Contractor shall notify the Insurers of changes in the nature, extent, or program for
the execution of the Works and ensure the adequacy of the insurance at all times in accordance
with the terms of the Contract and shall submit to the Implementing Office the insurance
policy in-force including receipts for payment of current premiums.
If the Contractor fails to obtain and keep in-force any insurance and pay such premiums
as maybe necessary for the purpose, the Implementing Office shall obtain and keep in-force
the same and shall be deductable from the Contractors collection(including extra expenses in
securing insurance coverage).
4 - 11
Receive public complaints, problems, and queries and provides direct and
quick-response to the general public needs;
Establish a data bank for all the relevant data and information to the media,
researchers, non-governmental organizations and the general public about the
plans / on-going activities and accomplishments; and
5-1
The DPWH has been improving its continuing feedback monitoring system on matters
concerning the DPWH projects and others through its webpage and the Short Messaging
System (SMS) technology in reaching out to citizens and communities for feedback and
resources mobilization.
control
information
boards
bearing
Figure 5.2
5-2
Project Information
Safety Programs
Safety Output
1.
Safety Projects
Activities
Installation and operation of traffic signals, advanced traffic
management systems, surveillance devices and vehicle weighing
devices, etc.
2.
3.
Road
Management
The DPWH has developed a computerized accident data system called as the Traffic
Accident Recording and Analysis System (TARAS). It incorporates the collection, storage,
retrieval and analysis of traffic accident data.
TARAS is a text and graphic data entry and statistical query system that provides access
to accumulated traffic accident information occurring on national roads throughout the
country.
TARAS Reporting and Analysis Module are used to query and report on traffic accident
information stored within the TARAS database. Reporting and Analysis is the core module
that makes TARAS a powerful tool in Traffic Accident Analysis.
Figure 5.3
5-3
TARAS identifies blackspots and the concerned office conducts Accident Blackspot
Investigation and recommends treatment or proposals. The Engineer should obtain this
information and utilize it for the safety in the project.
Road Safety
Handbook
Figure 5.4
The Road Works Safety Manual shall be used as a reference for defining temporary
signage, traffic devices and traffic management for maintenance and construction works on
roads and bridges. The manual also defines the circumstance under which the devices should
be arranged to provide warning for various types of works and environments.
The Accident Blackspot Investigation Handbook contains information on the use of
1 These manuals and handbooks were prepared under Road Infrastructure Safety Project (Capacity Building
Component of the 6th ADB Road Project) and covered by DO No.09, Series of 2006.
5-4
accident data, reports and maps from the Traffic Accident and Analysis System (TARAS) to
identify hazardous locations and assist with the analysis of accident patterns and casual factors
at particular sites. The Handbooks provide guidance on the critical steps required to
investigate and develop a project comprising engineering countermeasures that will have a
high probability of improving road safety at an accident blackspot location.
Example
This provision on road safety shall be considered in the detailed engineering design and
in the preparation of program of work. To preclude excessive provision on road safety devices,
the total cost shall not be more than 10% of the total project cost. All works under this item
shall be in accordance with Items 603 Guardrail and 605 Road Sign of the DPWH Standard
Specifications for Highways, Bridges and Airports, Vol. II 2013 Edition.
5-5
Closure of Road
The Contractor shall submit a traffic management and control plan at least two (2)
weeks before commencement of any work for approval of the Engineer.
No road shall be closed by the Contractor to the public except when permitted by
the Engineer in writing. When the road under construction is to be used, special attention
shall be exercised such that the public can safely travel without undue delay.
(2)
Detour
The Contractor shall provide, construct and maintain detours wherever the work
interferes with traffic on existing roads, footways or other ways within a road
right-of-way. No detours shall be constructed and no traffic diverted until the
Contractors proposal thereof has been approved by the Engineer.
Prior to the commencement of the construction and of the use of detours, the
Contractor shall provide the Engineer with a full photographic record of the existing
roads, pathways, etc. The Contractor shall furnish and erect all detour and traffic control
signs required in the Plans and Specifications and at the direction of the Engineer.
All detour roads shall be maintained in good condition at all times by the Contractor.
All detours shall be kept graded, compacted and sprinkled with water for dust
control.Where public or private roads are used as detours, such roads shall be restored
back to its original state.
5-6
use reasonable efforts to keep the Site and Works clear of unnecessary obstruction
so as to avoid danger to these persons;
provide fencing, lighting, guards and watchers of the Works until completion and
turning over; and
provide any Temporary Works which may be necessary, because of the execution
of the Works, for the use and protection of the public and of owners and occupants
of land and properties adjacent to the project/works site.
The Contractor shall take all reasonable precautions to maintain the health and safety of
his personnel. In collaboration with local health authorities, the Contractor shall ensure that
medical staff, first aid facilities, sick bay and ambulance service are available at all times at
the site. The Contractor shall maintain records and make reports concerning health, safety and
welfare of personnel and damage to property as the Engineer may reasonably require.
The Contractor shall be responsible for keeping unauthorized persons off the site.
Authorized persons shall be limited to the Engineers and Contractors personnel and any
other personnel notified to the Contractor by the Engineer.
5-7
5.5.1
5-8
planning, which is the acquisition of approvals from other government agencies and LGUs,
after which the project can start implementation. A summary flowchart of the complete
process is presented in Figure 5.5 while a descriptive overview is provided in Figure 5.6. The
Philippine EIA Process has six (6) sequential stages Screening, Scoping, EIA Study
andReport Preparation, EIA Review and Evaluation, Decision Making, and Post-ECC
Monitoring, Validation and Evaluation/Audit stage. Stages 1, 2, 3 and 6a are all
Proponent-driven while Stages 4, 5 and 6b are DENR-EMB driven stages. The first five (5)
stages are those involved when a Proponent applies for ECC or CNC.
Figure 5.6
5-9
Figure 5.7
2)
Careful construction planning and work scheduling/ phasing should be made to avoid
nuisance and public inconvenience;
5 - 10
3)
4)
Site should be kept free from obstructions like spoiled materials, construction debris/
materials and scattered stones to prevent any untoward accidents;
5)
6)
7)
8)
9)
Trees to be cut should be covered by cutting permit and replaced with appropriate
species;
10) Proper disturbance compensation affected by the road right of way should be effected;
and
11) Philippine Occupational Safety and Health Standards requirements applicable during
construction phase of the project should be properly observed.
Once a project is implemented, the ECC remains valid and active for the lifetime of the
project. ECC conditions and commitments are permanently relieved from compliance by the
Proponent only upon validation by EMB of the successful implementation of the
environmental
aspects/component
of
the
Proponents
Abandonment/Rehabilitation/
Decommissioning Plan. This pre-condition for ECC validity applies to all projects including
those wherein ECC expiry dates have been specified in the ECC. However, the ECC
automatically expires if a project has not been implemented within five (5) years from ECC
issuance, or if the ECC was not requested for extension within three (3) months from the
expiration of its validity. If the baseline characteristics have significantly changed to the extent
that the impact assessment as embodied in the Environmental Management Plan (EMP) is no
longer appropriate, the EMB office concerned shall require the Proponent to submit a new
application. The EIA Report on the new application shall focus only on the assessment of the
environmental component, which significantly changed.
ECCs may be suspended for violation of Proponents to comply with ECC conditions. It
is noted that ECC suspension does not necessarily mean the Proponent is absolved of its
responsibility in implementing its approved EMP. PD 1586 does not preclude the fact that
DENR may require the Proponent to institute environmental safeguards/measures to prevent
further threat or actual damage to the environment.
5 - 11
5 - 12
D.4.a.
MAJOR POWER PLANTS (Proc. No. 2146 declared types: fossil-fueled, nuclear fueled, hydroelectric or geothermal)
D.4.
33.
D.3.d.
32.
Fuel Cell
100 MW
1.0 km
10.0 km
Source: Revised Procedural Manual for DENR Administrative Order No. 30, Series of 2003 (DAO 03-30) Annex 2-1b
length
critical slope
20.0 km OR
D.3.c.
31.
10.0 km
D.3.b.
length
50 hectares
30.
D.3.
area reclaimed
20 million m3
25 hectares OR
D.3.a.
D.2.
28.
capacity
Parameter
Document
29.
D.1.
MAJOR DAMS
INSFRASTRUCTURE PROJECTS
27.
D.
Project Type
Project Size
Proclamation No. 803 (1996) for Gold Courses, and Presidential Proclamation No. 2146 (1981) for Heavy and Resource Extractive Industries & Infrastructure Projects
Project Grouping Matrix for Determination of EIA Report Type - New Single and Co-located Projects (Group I)
Group I: ENVIRONMENTALLY CRITICAL PROJECTS (ECPs)2 in both Environmentally Critical Areas (ECAs) and Non-ECAs, as declared in and Presidential
Table 5.3
5 - 13
C.4.c.
C.4.b.
78.
79.
C.4.a.
C.4.
77.
C.3.
76.
< 10.0 km
OR length with
critical slope
< 50 hectares
/ ECC
critical slope,
length with no
length
area reclaimed
capacity
production
total power
Parameter
Report12 / CNC
Project Description
< 2 km
other bridges
< 5.0 MW
Decision Document
Source: Revised Procedural Manual for DENR Administrative Order No. 30, Series of 2003 (DAO 03-30) Annex 2-1b
PROJECTS
MINOR RECLAMATION
C.2.f.
75.
Project Type
Projects Size
First Set of Group II Projects under similar Project Types as declared in Presidential Proclamation No. 2146
EIA Report Type for Corresponding Projects Size/Threshold
Project Grouping Matrix for Determination of EIA Report Type - New Single and Co-located Projects (Group II)
Table 5.4
To provide a detailed action plan for the implementation of the recommendations made
in the impact assessment report;
To provide goals and targets for environmental control that are measurable and
auditable;
To provide a basis on which the prospective contractor can accurately price for
environmental management in his tender document;
To go beyond the construction phase and cover the whole project cycle including
operation;
To see to it that a dynamic plan will be able to incorporate and interpret new and
improved measures.
The Contractor shall take all reasonable steps to protect the environment on and off the
site and to avoid damage or nuisance to persons or properties. The Contractor shall comply
with the measures given in the ECC issued by the Environmental Management Bureau (EMB)
and shall take all reasonable precautions to avoid harm to the living and work environment in
accordance with the Environmental Management Plan prepared based on the EIA.
The Contractor shall strictly comply with the conditions stipulated in the ECC issued to
the project. The Contractor shall submit an overall EMP to meet those conditions within
fourteen (14) days after the receipt of Notice to Proceed for approval of the Engineer taking
those conditions into account. The Contractor shall also submit monthly EMP status report to
the Engineer.
Categories of Environmentally Critical Areas Sanctuaries:
1.
5 - 14
2.
3.
4.
5.
6.
7.
8.
9.
Water bodies
Plans for involuntary resettlement must restore living income for project affected
people;
The costs to conserve the environment must be included in the project cost;
A third party other than the executing agency is desirable in the interests of
objectivity, in the evaluation and monitoring of project-related environmental
measures.
(2)
World Bank
Environmental Assessment (EA) is to ensure its environmental soundness and
sustainability and it;
*
5 - 15
The EA takes into account the natural environment (air, water and land), human
health and safety, social aspects (involuntary resettlement, indigenous people and cultural
property) and transboundary and global environmental aspects. The EA should be
initiated as early as possible in project planning and is integrated closely with the
economic, financial, institutional, social and technical analyses of a proposed project.
(3)
5 - 16
Figure 5.8
The Engineer should adopt appropriate actions to reduce or mitigate the risks, especially
those which may endanger the project or cause serious adverse impacts on the residents at the
earliest possible time.
The risks are monitored continuously during implementation and respective report
(including risk status, assessment and recommendations) should be prepared at quarterly
basis.
5 - 17
Chapter 6
Construction
Management and
Supervision
Figure 6.1
6.1.1
Stages of Implementation
The Engineer shall undertake a comprehensive review of the design reports, original
plans and contract documents in order for him to be familiar with the basic information of the
project.
(1)
6-1
Table 6.1
Report
Design
Geotechnical and
Materials
Earthworks
Pavement
Bridge
Drainage
Miscellaneous structure
and road facilities
Type of soil
Original Plan
Category
Geometric
Quantity / Cost
Estimate Report
Environmental
Report
ROW
Others
(Road Safety
Audit Report)
6-2
Typical Roadway
Sections
Detailed Cross Sections
Drainage Schedule
Other Structures
Summary of Quantity
Quantity Calculation
Cost Estimate
Environmental Impact
Assessment
Parcellary Survey
Land Acquisition and
Resettlement
Traffic Control
Road Safety Structures,
Road Signage,
Markings
Points to study
Design speed, standard roadway width (cross section, carriageway,
shoulder), horizontal and vertical alignment, design grade, sight
distance, etc.
Slope and extent of cut and fill; soil classification/type
AADT (Current and future vehicle types)
Design Parameters (ESAL, CESAL, Design Methods, Design CBR,
Materials, Structural Layer Thickness, Sc, fc, etc.)
Design parameters (design load, dimensions, bearing system, etc)
Flood elevation and scouring depth
Structural analysis and reinforcing design
Discharge and flow analysis
Location and sizes of drainage structures (RC Box culverts and
pipes) and road side drains
Slope stability analysis, countermeasure design, retaining wall
design
Scouring analysis and protection design
Location and type
Dimensions (length, height, etc)
Sub-soil classifications, CBR, PI
Soft ground, rock
Boring log (soil classification, SPT, depth of bearing layer)
Location, topographic and geotechnical condition, countermeasure
design and/or structures
Specifications, availability and sustainability, sources
Location of control points and coordinates, bench marks and
elevation
Location of curves, structures and road facilities (existing and
proposed)
Elevation of existing ground and finished grade
Extent of cut and fill
Location of cross pipes, ditches
Road width and pavement thickness
Location of cut and fill (especially high cut or fill), extent of cut and
fill slopes
Position of earth retaining structures/ slope protections
Plan, profile, elevation, structural details
Reinforcement schedule
Type, dimensions and locations
Reinforcement schedule
Road signs, guard rails, guide posts, Km posts, ROW posts, etc.
Bills of Quantity with quantity estimation reports
Any calculation errors
Project cost and unit price analysis
Environmental Management Plan(EMP)
Environmental Compliance Certificate (ECC)
Parcellary Survey Drawings
Status of Land Acquisition and Resettlement
Existence of traffic diversion road and its capability
Villages and shops near ROW
Verify accident prone areas and sections that require additional road
signs and alignment improvement, etc.
(2)
Specifications
The DPWH Standard Specifications for Highways, Bridges and Airports, Vol. II,
2013 Edition and other special provisions shall be used.
(3)
Contract Documents
This shall include the following:
(a)
Contract Agreement
-
(b)
(c)
6.1.2
The meteorological condition influences not only the work progress but also quality and
cost. The Engineer should collect climate records including rainfall, typhoon, floods and other
hydrology conditions from the nearest PAGASA office and incorporate such conditions in the
implementation management plan.
2,400
2,200
2,000
1,800
1,600
1,400
1,200
Rainfall (mm
1,000
800
600
400
200
1992 1993 1994 1995 1996 1997 1998 1999 2000 2001 2002 2003 2004
Figure 6.2
6.1.3
Pre-construction Survey
The Engineer shall conduct detailed pre-construction survey to verify the following:
6-3
Towns and villages situated within the project including public facilities such as
schools, hospitals, churches etc.;
6.1.4
Others
A joint site inspection shall be conducted in order to be familiar with the project site.
Project briefing shall also be made during the inspection.
The participants and the scope of inspection are tabulated in Tables 6.2 and 6.3,
respectively.
Table 6.2
Entity
The Implementing Office
Locally-funded Project
Consultants:
Project Engineer
Project Manager(PM)
Project Inspector
Materials Engineer
Employer:
Project Manager
Project Engineer
Other key staffs
The Contractor
6-4
Project Manager
Project Manager
Table 6.3
Scope of Inspection
Category
The Project itself
Scope
-
Locations
Proposed locations
Utility Relocation
Environmental
Traffic Control
disposal areas
Planned Camp Site and
Plant Yard
6.1.5
6-5
Table 6.4
Agenda
1
Proposed sources
Quality tests and approval
Project laboratory and testing equipment
Preparation of Quality Control Program
Accredited Materials Engineer and testing laboratories
Proposed locations of Engineers and Contractors offices and project
laboratory
Batching Plant yards
Borrow and disposal sites
Supply of contract drawings
Control points and as-stake survey
Shop drawings preparation and approval
Maintenance and traffic management plans
Coordination with concerned agencies
Re-routing plan (if necessary)
Provision of suitable safety and health program in accordance with the
Department of Labor and Employment rules and regulations.
ROW acquisition including resettlement
Approval of Contractors
Organizational Chart
2
Program of Work
Utilization
5
Work procedures
Methodologies
Quality Control
10
Preparatory Works
11
12
Environmental Compliance
Certificate ,Environmental
Management and Safety Plans
13
Reports
14
15
6-6
Others
(A)
organizational chart shall include the names of the PM, PE, Highway Engineer, Bridge
Engineer, ME and other key staffs.
The Contractor shall likewise submit their respective Curricula Vitae for approval of
the Engineer.
(a)
(b)
6-7
6-8
** BRIDGE ENGINEER
SUPPORT STAFF:
JR. ENGINEER
LABORERS
5.
** HIGHWAY ENGINEER
SUPPORT STAFF:
JR. ENGINEER
LABORERS
Source: PJHL/DPWH
Figure 6.3
6.
1
2
3
4
5
6
7
8
9
10
11
12
13
NO
SITE ENGINEERS/
FOREMAN
7. ** CONSTRUCTION
SUPERINTENDENT
LABORATORY TECH.
LABORATORY AIDES
CLERK / TYPIST
** MATERIALS &
QUALITY
CONTROL ENGINEER
SAFETY
SUPERINTENDENT
ENVIRONMENTAL
SUPERVISOR
SAFETY SUPERVISOR
8.
NATIONALITY
PROJECT ENGINEER
* PROJECT MANAGER
14
15
16
17
18
19
20
21
22
23
NO
11.
FINANCE OFFICER
Example
NATIONALITY
SUPPORT STAFF
10. ADMINISTRATIVE
OFFICER
SUPPORT PERSONNEL
9. PLANT / EQUIPMENT
MANAGER
(1) *
NOTES:
SUPPORT STAFF:
JR. ENGINEER
LABORERS
3.
2.
1.
Case 1
Proprietress
Liaison Officer
Construction Safety and Health
Personnel
Project Manager
Project Engineer
Material Quality
Control Engineer
Foreman
Laboratory Head
Laboratory Technicians/Aids
Case 2
Head Office
Purchasing / Accounting
Project Manager
Project Engineer
Quality
Control Engineer (ME)
Civil Engineer
Mechanical Engineer
- Surveyor
- Foreman
- Leadman
- Steelman
- Mason
- Mechanic
- H.E.Operator
- Rigger
- Driver
- Helper
- Laboratory Technician
- Aid
- Laboratory Head
Safety Engineer
- Company Nurse
- Electrician
- Skilled Personnel
- Carpenter
- Labourer
Source: DPW H
Figure 6.4
Case 2: Corporation
(B)
6-9
Other matters
Foreign-funded Projects
Implementing Consultants:
Office
Locally-funded Projects
Project Engineer*
Project Manager*
Project Inspector
Resident Engineer
Materials Engineer
Site Engineers
Quantity Engineer
Materials Engineers
Other key staffs
Employer:
Project Manager
Project Engineer
Other key staffs
The Contractor
Project Manager
Project Manager
Site Engineer
Site Engineer
Materials Engineer
Materials Engineer
Plant Engineer
Plant Engineer
Safety Officer
Safety Officer
* Chairperson
6 - 10
6 - 11
201
Stone Masonry
Structural Excavation
Foundation fill
Reinforcing steel
Concrete Class A
Lean Concrete
1702(2)
1702(2)
1712(1)
1712(2)
1712(4)
D.A.No.4
D.A.No.5
27.35
27.35
594.72
594.72
671.40
671.40
985.08
985.70
m2
2
m3
m3
3
m
m3
m2
m2
Sta.4+200 - 5+200
Sta.12+800 - 13+200
Sta.4+200 - 5+200
Sta.12+800 - 13+200
(Sta.1+980-2+184)
No.7-10,
No.2, 4,
Sta.1+120-1+210(L)
Sta.1+120-1+210(L)
Sta.12+470 - 12+527
Sta.12+800 - 13+200
Sta.4+500 - 5+500
Figure 6.5
(Name)
Contractor
Plant modification/improvement
Fabrication of reinforcement
Prepared by
(Sta.16+140-16+540)
PRODUCTION
Aggregate Subbase
Foundation Conc.
Foundation Conc.
Foundation Conc.
(Sta.4+476-4+514)
(Sta.3+348-3+388)
(Sta.3+010-3+045)
Adjustment of Plant
200
207.66
m2
Sta.13+700 - 14+070
D.A.No.11
Foundation fill
1711(1)
D.A.No.3
207.66
m2
Sta.8+000 - 8+800
771.00
m3
kg
3901.03
456.00
594.72
m3
m3
l.m.
To be Filled
(Peso)
AMOUNT
To be Filled
ESTIMATED
QUANTITY
9
MON
11
WED
MAY
12
THU
13
FRI
(Name)
Project Manager, Contractor
Submitted by
10
TUE
7095.00
m3
56.55
10350.00
771.00
2690.20
m3
4148.78
m3
l.m.
231.01
13475.62
5091.10
m3
m
l.m.
each
562.11
3865.96
m3
196.74
Sta.5+200 - 6+500
Sta.5+200 - 6+500
205.92
UNIT
PRICE
(Peso)
UNIT
m3
LOCATION
1717(1)
1702(2)
D.A.No.2
D.A.No.1
Cleaning RCPC
Cleaning RCBC
503(3)
503(3)
Concrete Class B
405(2)
Drainage
Foundation Fill
Lean Concrete
103(2)
PCCP t=200mm
Aggregate Subbase
200
Removal of PCCP
101(3)
Subgrade Preparation
102(4)
105
102(2)
Surface Course
Subbase / Base
Earth Works
DESCRIPTION
ITEM
NO.
MATERIALS
FLOOD
CONTROL
ROADWAY
CATEGORY
(NAME OF CONTRACTOR)
(PROJECT NAME)
14
SAT
15
SUN
(Date)
(Foreman)
To be Filled
To be Filled
(Engineer)
Supervisor in Charge
6.1.6
The Engineer shall monitor the conduct of joint as-stake survey in accordance with the
original plan. The Contractor shall then prepare and submit as-staked plans based on the
as-stake survey for review of the Engineer and approval of the implementing official. The
as-staked plans and the corresponding back-up quantity calculations must be completed
within a reasonable period from the commencement of the project. These shall reflect the
modifications, including changes in road alignment, types or main components of structures,
introduction of new work items and others.
The Contractor shall promptly notify the Engineer of any error, omission or defects such
that these are reported to and decided by the implementing official on whether a Variation
Order is necessary.
The Engineer shall furnish the Contractor the horizontal and vertical control points and
other reference data for each element of the work.
The Contractor shall be responsible for the true setting of the works or improvements,
correctness of positions, levels, dimensions, alignments and preservation of all stakes and
marks.
Established control points shall be within the tolerances as prescribed in the DPWH
Standard Design Guidelines, Criteria and Standards and DPWH Standard Specifications for
Highways, Bridges and Airports, Vol. II 2013 Edition. For supplemental reference, refer to
Table 6.6.
6 - 12
Table 6.6
Control Point
Existing Government network
Local supplemental control points set from exisiting
Government network points
(4)
Centerline points -(PC), (PT), (POT), and (POC) including
references
Other centerline points
(5)
Cross section points and slope stakes
(5)
Slope stakes references
Culverts, diches and minor drainage structures
Retaining walls, curb and gutter
Bridge substructures
Bridge superstructures
Cleaning and grubbing limits
(7)
Roadway subgrade finish stakes
(7)
Roadway finish grade stakes
Horizontal
10 mm
10 mm
Vertical
(2)
8 mm K
3 mm N
10 mm
10 mm
50 mm
50 mm
50 mm
50 mm
20 mm
10 mm
10 mm
500 mm
50 mm
50 mm
50 mm
50 mm
50 mm
20 mm
10 mm
10 mm
10 mm
-- 50 mm
50 mm
(3)
(1) At 95% confidence level, tolerances are relative to existing Government network control points.
(2) K is the distance in kilometers.
(3) N is the number of instrument setups.
(4) Centerline points: PC - point of curve, PT - point of tangent, POT - point on tangent, POC - point on curve.
(5) Take the cross-sections normal to the centerline + 1 degree.
(6) Bridge control is established as a local network and the tolerances are relative to that network.
(7) Include paved ditches.
Source: Japan Standard
The approval of the As-staked plan does not relieve the Contractor of responsibility for
correcting errors discovered during the work and for bearing all additional costs associated
with the error, unless such error is based on incorrect data supplied in writing by the Engineer.
If there will be changes in the survey, the Contractor shall coordinate with the Engineer to
facilitate prompt reestablishment of field controls.
Shown below is a sample flowchart of activities for as-stake survey and as-staked plan.
6 - 13
(2 months)
Schedule
The Contractor
May 5
Road Centerline
Survey
May 20
Inventory of Cross
and Roadside
Drainages
May 25
Measurement of
Quantities for PCCP
Replacement
As-staked Plan
Preparation
June 15
June 15
Clarification
Approval for
Implementation
June 30
Figure 6.6
6.1.7
6 - 14
The Contractor shall not make any alteration and/or modification of the Permanent
Works, unless and until the Engineer instructs or approves a Variation. The cumulative
amount of the VO should not exceed ten percent (10%) of the original project cost. The
addition or deletion of works should be within the general scope of the project as bid and
awarded.
A VO may either be in the form of a Change Order or Extra Work Order. A Change
Order is issued by the Engineer to cover any increase or decrease in quantities of original
work items in the contract. An Extra Work Order is issued by the Engineer to cover the
introduction of new work necessary for the completion, improvement or protection of the
project which were not included as items of work in the original contract
Any cumulative VO beyond ten percent (10%) shall be subject of another contract to be
bid out if the works are separable from the original contract in principle. In exceptional cases
where it is urgently necessary to complete the original scope of work, the Implementing
Office may authorize the Variation Order beyond ten percent (10%) but not more than twenty
percent (20%) subject to the guidelines to be determined by the Government Procurement
Policy Board (GPPB).
In claiming for any VO, the Contractor shall, within seven (7) calendar days after such
work has been commenced or after the circumstances leading to the extra cost, and within
twenty-eight (28) calendar days, deliver a written notice to the Engineer. The notice should
include full and detailed particulars of any extra cost. Failure to provide either of such notices
in the time stipulated shall constitute a waiver by the Contractor for any claim.
The preparation and submission of VOs are as follows:
(a) If the Engineer believes that a Change Order or Extra Work Order should be
issued, he shall immediately instruct his technical staff to conduct an on-the-spot
investigation to verify the need for the work;
6 - 15
(b) The Engineer, after being satisfied that such Change Order or Extra Work Order is
justified and necessary, shall review the estimated quantities and prices and
forward the proposal with the supporting documentation to the Implementing
Office for consideration; and
(c) After review of the plans, quantities and estimated unit cost of the items of work
involved, the DPWH will review and evaluate Change Orders or Extra Work
Orders for approval.
Prior clearance is required to provide for efficient implementation and management.
All requests for Prior Clearance to Issue Variation Order on Civil Works and/or
Consultancy Services Contracts shall be submitted by the Implementing Office(IO)
directly to the Office of the Assistant Secretary for Operations concerned, for review and
recommendation in accordance with DO No. 12, Series of 2009.
Prior clearance to issue variation order should not be taken as an outright approval
for the variation order itself. A "request for prior clearance" should only be for the
approving official to establish the need for additional works/variations. As such, the
request need not be supported by voluminous supporting documents normally required
for the review/evaluation of plans and proposed variation orders. Only the basic
documents required under the Memorandum of the Secretary dated 25 August 2003 shall
be submitted. To facilitate the review process, the IO shall provide a corresponding
Executive Summary using the standard format as shown in Figure 6.7. A routine slip
which includes a checklist of required supporting documents shall likewise be prepared
by the IO.
6 - 16
Figure 6.7
Executive Summary
After the review of the request by the concerned Assistant Secretary for Operations, the
same shall be forwarded to the Office of the Undersecretary for Operations concerned, prior to
6 - 17
the approval/disapproval of the Secretary. If the request involves additional funding, then it
shall be referred to the Planning Service for evaluation and recommendation.
DO No.03, Series of 2005 must be noted in line with DO No. 17, Series of 2007 that:
*
No work shall be commenced covering any Variation Order (Change Order/ Extra
Work Order) of foreign or locally funded projects without the Request for Prior
Clearance being first approved by the Secretary;
All officials and employees who allowed the commencement of such work shall be
liable administratively after hearing, pursuant to existing Civil Service Laws, Rules
and Regulations.
REVIEW
(Evaluation)
Minimum Life
Cycle Cost &
Maximum
Benefit for
Public
Time
(Schedule)
DO
(Construction)
Cost
(Finance)
Quality
Project
Management Assurance
Safety
& EMP
OPERATION
(Maintenance)
Figure 6.8
6 - 18
Project Management
In pursuing not only a road project, effective control of resources and proper time
management without compromising the quality is of utmost concern. DPWH has its existing
policies/requirements/acceptable practices taken from different management approaches that
could be used by the Engineer to manage projects and discover their own approach later on.
The Engineer should learn to organize a group that can function productively with
optimum resources under minimum supervision. A thorough study of the project needs must
be done so that the framework of workforce could be set in diagram or chart to analyze and
realize a good organization set up.
6.2.1
Mobilization/Demobilization
The Contractor shall mobilize the required minimum plants, equipment, temporary
facilities and personnel for implementation of the project as stipulated in the Contract.
The work and activities shall include the following:
*
The purchase and/or rental of all land required for the Contractors base camps and
construction activities. The location of base camps shall be subject to the approval of
the Engineer. The Contractor shall provide sufficient area required for scheduled
operations of rock/gravel crushing plant, asphalt and concrete production plants, and
other requirements for the completion of the Works;
The construction and maintenance of the Contractors base camps including offices,
living quarters, workshops, stores, etc.;
Mobilization and demobilization of the Contractors Equipment and work forces; and
Demobilization of the sites occupied by the Contractor at the end of the Contract
including the removal of all installations, construction plants and equipment.
Only the equipment and plants appropriate to produce the required quality of work and
materials shall be permitted to operate on the project. The Contractor shall provide
appropriate equipment and plants to meet the construction requirements, and when ordered by
the Engineer, shall remove unsuitable equipment from the work or stop the operation.
The Contractor shall not demobilize and/or use the mobilized equipment for other
projects without prior written approval of the Engineer.
6.2.2
The Contractor shall install Project Billboards at least one (1) at the beginning and
another one (1) at the end of the project at locations designated by the Engineer prior or upon
6 - 19
commencement of the Works. It shall be fabricated in conformity with the DO No.83, Series
of 2005 Installation of Revised Project Billboard Requirements.
6.2.3
Work Program
The Contractor shall, within ten (10) calendar days from receipt of the Notice of Award,
submit to the Implementing Office, for approval, complete documentary requirements to
include work program that contains the following:
(1)
Construction Schedule
The Contractor shall submit to the Engineer an approved construction schedule
indicating the sequences of works to be implemented, the planned rates of progress and
the estimated periods of time for execution andcompletion as well as the corresponding
cash flow.
(a)
Pert/CPM
Is a network diagram showing all activities or events for the completion of the
project within the contract period. It gives emphasis on the activities along the
critical path. The Engineer shall review and provide comments as follows:
*
Whether the quantities of the works to be executed agree with the construction
period, construction plant/equipment, materials and manpower schedule.
Whether the basic sequence of works meets the requirements of the Contract.
Whether the program makes opportunities available for other Contractors and the
requirements of other authorities such as utility owners in relation to service lines
relocation.
Whether the program is realistic in relation to the seasons and other constraints,
including financial capacity of the Contractor.
6 - 20
A time-sequenced Bar Chart based on the Pert/CPM diagram with the progress
6 - 21
Source: PJHL/DPWH
2.2
1
0
2.5
2.4
01
6 0 C.D.
M ove -in
02
60
60
60
60
60
60
04
120
9 0 C.D.
120
120
150
150
10
12
13
14
15
16
17
2.6
1 5 0 C.D.
7 2 0 C.D.
300
17
19
3 0 0 C.D.
480
22
1 5 0 C.D.
1 5 0 C.D.
14
200 210
230
240
15
1 8 0 C.D.
330
4 8 0 C.D.
3 0 0 C.D.
R EP AI R OF S IX ( 6) BRIDGES
2 1 0 C.D.
Example of Pert/CPM
320
20
21
440 450
1 8 0 C.D.
3 3 0 C.D.
530 540
25
530 540
24
1 8 0 C.D.
6 0 C.D.
32
590
590
600
28
600
27
690
30
630
31
29
24
Example
23
9 0 C.D.
I nsta lat io n of
R oad Signs
660
33
3 0 C.D.
C omp lete
S ubbase
( Sho uld er)
660 660
34
37
38
1 5 0 C.D.
680
690
40
680 690
39
680 690
3 0 C.D.
M ove -out
690 690
35
680 690
36
680 690
41
720
720
Note:
Comments in red color
630
630 660
9 0 C.D.
P avem en t Ma rkings
& R ef le ct or ized
P ave men t S tuds
1 2 0 C.D.
630
620
630
I nsta lat o
i n of M et al Guardrail
S od ding &
T ree Plant ing
620
22
21
20
16
330 330
18
260 270
1 5 0 C.D.
4 5 0 C.D.
C ont inu e Laying of Agg reg ate Su bba se & B ase Co urse
4 8 0 C.D.
S tar t E xca vat ion , E mba nkm ent , S ubg rad e P rep ara tio n & Su bgr ade Im provement
3 6 0 C.D.
330 330
470
C le an in g / Re co nd ti o
i ning o f Pipe C ulve rt & BoxCulvert
1 8 0 C.D.
23
470 480
19
26
290
3 0 0 C.D.
C on cr et e Line d Ca na l & Ma so nr y Ln
i ed Canal
18
560 570
Figure 6.9
1 5 0 C.D.
11
13
1 8 0 C.D.
10
200 210
2 1 0 C.D.
180 180
120 120
6 0 C.D.
11
S ta rt Laying of
S ubba se &
B ase Co urse
1 8 0 C.D.
180
09
180
12
08
07
S ta rt R em oval o f Existing
P CCP , A CP & R CPC
C on tinu e Clea ring & Grubbing
& R em oval o f Trees
06
120 120
120 120
110
05
6 0 C.D.
E AR THWORKS
6 0 C.D.
S ta rt Laying
o f R CPC
( In it ia l De l. of
R CP C Ma te rials)
03
6.797
5 4,750, 354.64
E xcavat o
i n (Unsuita ble, C om mo n, Har d Ro ck, Un classified, etc.)
2.802
2.637
2 2,571, 859.24
2 1,242, 563.16
C on cr et e Line d Canal
0.105
8 43,954.25
T ota l f or Par t J
T OT AL
S CHEDULED C AS H FLOW
P ROGR ES S SC HE DULE
Daywo rk / P ro vision al S um
Source: PJHL/DPWH
P AR T K
0 .0 36
0 .3 13
0 .1 84
0 .2 89
0 .1 64
0 .2 81
0 .1 10
0 .2 31
0 .0 56
0 .3 87
0 .6 48
0 .3 78
0 .4 67
0 .3 60
0 .0 35
5 .0 99
9 3 .8 16
Figure 6.10
C UM ULAT IVE
M ONTHLY
1 6 .7 11
8 8 .7 17
8 3 .3 13
7 7 .1 05
2 1 .0 87
7 0 .0 57
6 3 .0 39
5 6 .0 18
1 7 .9 17
5 0 .0 21
4 4 .0 35
3 8 .1 01
QUA RT ER LY
1 7 .6 38
3 2 .1 92
2 6 .3 20
2 0 .4 63
1 5 .1 40
1 0 .5 08
6 .3 66
4 .1 48
2 .5 64
1 .8 00
1 .2 78
0 .6 39
C UM ULAT IVE
1 00.00
1 4 .0 97
5 .4 04
6 .2 08
7 .0 48
7 .0 18
7 .0 21
5 .9 97
5 .9 86
5 .9 34
5 .9 09
5 .8 72
5 .8 57
5 .3 23
4 .6 32
4 .1 42
2 .2 18
1 .5 84
0 .7 64
0 .5 22
0 .6 39
0 .6 39
M ONTHLY
8 05,600 ,004.69
4 .5 66
0 .0 88
0 .0 88
0 .0 88
0 .0 88
0 .0 88
0 .0 88
1 .8 00
0 .0 32
0 .0 40
0 .0 43
0 .0 41
0 .0 39
0 .0 35
0 .0 88
0 .0 88
0 .0 88
0 .0 88
0 .0 88
0 .0 88
0 .0 88
0 .0 88
0 .0 88
2.110
1 2.207
0 .0 88
1 7,000, 000.00
9 8,339, 611.03
0 .0 88
0 .5 33
0 .0 88
0 .0 61
0 .0 69
0 .0 81
0 .0 70
0 .0 55
0 .1 12
0 .1 35
0 .1 55
0 .2 26
0 .2 19
0 .2 25
0 .3 11
0 .3 67
0 .3 43
0 .2 72
0 .2 60
0 .3 55
0 .4 02
0 .0 53
0 .0 52
0 .0 88
0 .0 50
0 .0 53
0 .0 66
0 .0 56
0 .4 15
0 .5 61
0 .6 25
0 .6 98
0 .1 02
0 .1 47
0 .2 20
0 .2 10
0 .3 01
0 .2 50
0 .1 62
0 .1 82
0 .1 44
0 .1 86
0 .1 06
0 .1 42
0 .1 34
0 .3 31
0 .3 48
0 .5 09
0 .0 99
0 .1 26
0 .0 81
0 .3 95
0 .1 20
0 .0 98
0 .1 50
0 .1 87
0 .2 32
0 .2 39
0 .2 78
0 .2 01
0 .2 19
0 .2 20
0 .2 18
0 .2 14
0 .2 06
0 .0 06
0 .2 34
1 .6 99
1 .1 81
0 .1 95
0 .0 11
1 .9 51
1 .6 46
0 .2 18
0 .0 06
0 .2 28
2 .1 75
2 .0 30
0 .1 15
21
0 .1 07
0 .0 17
0 .2 43
0 .2 81
0 .4 05
0 .3 39
0 .0 97
0 .2 46
0 .0 06
Example
0 .1 14
0 .3 22
0 .2 11
0 .0 06
20
0 .1 07
0 .1 40
0 .4 61
1 .9 83
2 .3 25
0 .1 08
0 .1 42
0 .5 76
0 .2 26
0 .0 06
19
0 .1 07
0 .0 23
0 .4 78
1 .9 40
2 .0 93
0 .1 55
0 .1 48
0 .6 47
0 .2 31
0 .0 06
18
0 .1 07
0 .1 36
0 .2 80
17
0 .1 07
0 .0 26
0 .0 24
0 .4 87
1 .6 51
1 .6 46
0 .3 04
0 .1 72
0 .9 40
0 .2 40
0 .0 06
0 .3 45
0 .5 08
1 .0 08
0 .9 99
0 .5 63
0 .1 88
0 .7 29
0 .2 48
0 .0 06
16
0 .1 07
0 .0 21
0 .5 47
0 .8 64
0 .9 90
0 .4 61
0 .1 72
0 .1 73
0 .6 47
0 .2 54
0 .0 06
15
0 .1 07
0 .3 87
0 .2 88
14
0 .1 07
0 .0 18
0 .0 12
0 .1 04
0 .0 54
0 .4 79
1 .0 27
1 .2 88
0 .4 19
0 .1 68
0 .1 97
0 .4 04
0 .2 66
0 .0 06
0 .1 08
0 .2 65
0 .3 71
0 .0 52
0 .5 04
0 .8 98
1 .2 48
0 .3 79
0 .1 76
0 .2 62
0 .3 94
0 .3 08
0 .0 07
0 .1 08
(month)
0 .0 11
0 .4 56
1.3(2)
1.3(2)
0 .0 53
0 .0 43
0 .0 48
0 .4 65
1 .6 01
1 .1 20
0 .1 68
0 .3 41
0 .3 53
0 .2 96
0 .0 07
0 .1 08
13
0 .0 81
0 .1 17
0 .1 54
0 .0 35
0 .0 34
1.4
0 .1 80
0 .4 31
1 .7 42
0 .9 98
0 .1 72
0 .2 96
0 .3 32
0 .2 88
0 .0 07
0 .0 27
0 .3 59
1 .1 09
1.3(1)
0 .9 31
0 .1 60
0 .2 38
0 .0 28
0 .3 12
0 .2 76
0 .0 07
0 .1 08
0 .1 60
1 .0 66
0 .7 45
0 .1 47
0 .0 48
0 .3 00
0 .2 59
0 .0 07
0 .1 08
12
D U R A T I O N
0 .0 88
0.230
0.386
0.281
0 .1 25
1 .0 42
0 .5 02
0 .1 10
0 .0 61
0 .2 55
0 .2 26
0 .1 18
0 .0 07
0 .1 08
11
0 .0 87
1 ,848, 552.50
3 ,111, 166.39
Deto ur Roa d f or Dam age d A rea s No. 11, 12 , 1 3 & 14 , Late ral Underground
2 ,262, 540.02
3.414
2 7,506, 411.40
S te el S he et Piles
2.772
2 2,332, 795.85
0.843
1.952
6 ,788, 280.10
2.329
1 5,723, 749.87
1 8,766, 114.90
Dre dg in g of R v
i er be d, F ou nd at io n Fill& Embankment
4 .957
T ota l f or Par t H
3 9,936, 007.28
1.460
1 1,763, 819.25
1.649
1 1,228, 883.12
1.394
0.349
2 ,813, 069.16
1 3,286, 281.50
9 .219
M et al Gua rdrail
M is ce lan eo us S tr uctures
T ota l f or Par t G
7 4,268, 962.84
0.858
6 ,915, 151.80
Note:
Comments in red color
P AR T J
P AR T H
1.565
1 2,611, 013.24
0.169
1 ,359, 056.06
0 .0 60
1.4 Work to be
completed by the
coming rainy season
0.258
2 ,081, 445.47
0.930
7 ,487, 873.87
4 .719
5 ,1 4 7 ,7 8 4.03
5 ,1 4 7 ,7 8 4.03
P AR T G
3 8,016, 454.23
5 ,1 4 7 ,7 8 4.03
1 0 ,2 9 5 ,5 6 8.06
2 3.381
3 9.882
4 ,2 0 5 ,2 3 2.02
1 4 ,5 0 0 ,8 0 0.08
P ART F
1 88,354 ,461.35
3 21,287 ,716.15
1 6.501
0 .1 44
0 .0 65
6 ,1 5 4 ,7 8 4.04
2 0 ,6 5 5 ,5 8 4.12
T ota l f or Par t E
1 32,933 ,254.80
0 .1 38
0 .0 53
1 2 ,7 6 0 ,7 0 4.07
3 3 ,4 1 6 ,2 8 8.19
7 .495
1 5.230
0 .0 52
1 7 ,8 6 8 ,2 0 8.10
5 1 ,2 8 4 ,4 9 6.30
P ART E
6 0,376, 294.44
0 .0 44
0 .2 11
0 .2 17
0 .1 32
0 .0 07
0 .1 08
3 3 ,3 6 7 ,9 5 2.19
8 4 ,6 5 2 ,4 4 8.49
2.252
1 8,144, 589.50
0 .0 38
0 .1 29
0 .1 55
0 .1 56
0 .0 29
0 .1 08
10
3 7 ,3 1 5 ,3 9 2.22
1 2 1 ,9 6 7 ,8 40.71
P AR T D
1 22,691 ,788.80
1.507
1 2,144, 013.99
0 .0 32
0 .1 41
0 .1 40
0 .1 08
09
1 6 4 ,8 4 9 ,9 28.96
T ota l f or Par t C
0.303
2 ,443, 010.10
0 .1 21
0 .0 06
0 .1 08
08
2 1 2 ,0 3 3 ,9 21.23
0.668
3.703
5 ,379, 838.54
2 9,829, 982.03
0 .0 06
0 .4 37
0 .1 08
07
4 7 ,3 0 4 ,8 3 2.28
2 5 9 ,3 3 8 ,7 53.51
E ar th wo rks
0 .0 06
0 .4 36
0 .1 08
06
4 7 ,6 0 2 ,9 0 4.28
3 0 6 ,9 4 1 ,6 57.79
P AR T C
1.094
0.506
4 ,076, 068.55
1 .600
8 ,815, 000.00
1 2,891, 068.55
Gene ral Ro ad Mainte nan ce, Se al Coa t f or Dam age d P CCP, etc.
0 .1 08
05
4 7 ,8 0 4 ,3 0 4.28
3 5 4 ,7 4 5 ,9 62.07
T ota l f or Par t B
M ob iliz at io n an d De mo bilization
1 .689
04
4 8 ,2 2 3 ,2 1 6.28
4 0 2 ,9 6 9 ,1 78.35
1.2
2 0,792, 101.37
03
4 8 ,3 1 1 ,8 3 2.28
4 5 1 ,2 8 1 ,0 10.63
F acilit ie s fo r th e Engineer
02
5 6 ,5 6 1 ,1 7 6.33
5 0 7 ,8 4 2 ,1 86.96
01
5 6 ,5 3 7 ,0 0 8.33
5 6 4 ,3 7 9 ,1 95.29
P AR T A
OK
% WT.
5 6 ,7 7 8 ,6 8 8.33
6 2 1 ,1 5 7 ,8 83.62
P AR T B
AMOUNT
5 0 ,0 1 1 ,6 4 8.29
6 7 1 ,1 6 9 ,5 31.91
D E S C R I P TI O N
4 2 ,8 8 2 ,0 8 8.25
4 3 ,5 3 4 ,6 2 4.25
7 1 4 ,7 0 4 ,1 56.16
ITEM NO.
1.1
CONSTRUCTION SCHEDULE OF NAGA - TOLEDO ROAD PROJECT
4 7 ,1 8 3 ,9 9 2.27
4 1 ,0 7 7 ,5 4 4.24
6 - 22
7 5 5 ,7 8 1 ,7 00.40
(c)
Construction Methodology
This shall embody a narrative description of the order of procedure in which
the Contractor proposes to carry out each main item of work. This shall conform to
the approved Pert/CPM.
(d)
(e)
6 - 23
6 - 24
Aurora Fabro
Jasmin Salandanan
Jose Leonides David
Salvador Meriel
Eugene Torralba
Santos Lucila
Rolando Jimenez
Bernabe Quitoriano
Eugene Torralba
Marianne Molina
Liza Gonzales
Glory Grace Quebral
Jonas Marasigan
Pablo Joya
Janet Ferrer
Josie Adame
Alexander Villafuerte
Nancy Catapusan
Violeta Mallorca
Josephine Angeles
Maricel Mendoza
Sammy Kamad
Joselito Arciaga
Draftsman/CADD (1)
Draftsman/CADD (2)
Admin/Secretary
Typist/Encoder (1)
Typist/Encoder (2)
Utility/Janitor
Driver
1999
2000
2001
1998
Figure 6.11
Rhonda Amores
SCHEDULE
ACTUAL
ACTUAL (ON-CALL)
Dionisio Tandingan
LEGEND:
Helen Difuntorum
Cost/Doc Engr
Hydro/Drain Engr
Venancio Buenconsejo
Melodina Tuao
Geotech/Found Engr
NAME
Chief Engineer
POSITION
37.00
33.00
24.00
30.50
36.00
32.50
32.50
27.00
12.00
6.00
12.00
19.00
29.50
31.00
24.00
15.50
6.00
33.50
15.00
9.00
8.00
8.00
9.50
6.50
6.00
24.00
28.50
35.00
37.00
MAN
MOS.
45.00
40.19
32.27
40.58
28.11
38.75
41.01
34.79
16.10
10.53
10.50
30.20
36.94
39.49
20.45
26.28
3.77
41.84
26.54
8.77
8.73
10.50
7.16
5.53
16.77
36.94
37.45
40.61
36.77
MM
USED
(CUMM)
-8.00
-7.19
-8.27
-10.08
7.89
-6.25
-8.51
-7.79
-4.10
-4.53
1.50
-11.20
-7.44
-8.49
3.55
-10.78
2.23
-8.34
-11.54
-0.77
-0.73
-1.00
-0.66
0.47
7.23
-36.94
-8.95
-5.61
0.23
MM
REMAINING
6 - 25
Source: CAR/DPWH
Figure 6.12
Example
(f)
6.2.4
A straight line diagram is a visual monitoring method showing the work plan and
accomplishment on a diagram as shown in Figure 6.13. It will give information on where
work is planned, ongoing and completed.
6.2.5
Value Engineering
The Contractor may, at any time, submit to the Engineer a written proposal which in the
Contractors opinion, if adopted, will i) accelerate completion, ii) reduce the cost to the
Employer in executing, maintaining or operating the Works, iii) improve the efficiency or
value to the Employer of the completed Works, or iv) otherwise be of benefit to the Employer.
The proposal shall be prepared at the cost of the Contractor, if a proposal, which is approved
by the Engineer, includes a change in the design of part of the Permanent Works.
6 - 26
6 - 27
2.0m
6.7m
2.0m
Source: PJHL/DPWH
L = 40.00m.
L = 237.00m.
Damaged No.3
Sta.3+010.00 Sta.3+050.00
L = 40.00m.
L=17.649km
Lutak Bridge
Sta.12+302.216
12
L = 39.00m.
Damaged No.5
Sta.4+475.00 Sta.4+514.00
L = 50.00m.
Sta.5+520.00
Sta.5+470.00 -
ACP
T=200m m
L=3.965km
L=1.501km
Uling 1 Bridge
L= 27.00m.
ACP
Overlay
AC
Sta.17+640.000
PAVEMENT WORKS
L = 84.00m.
L = 400.00m.
11
Damaged No.11
Sta.16+080.00 Sta.16+480.00
12
L=1.923km
T=150m m
Sta.19+070.00 -
L = 300.00m.
14
L = 230.00m.
Sta.19+300.00
21
L=0.124km
Section 3
32
33
34
& Drainage
Shoulder Pavement
Section 4
35 km
City Hall
Toledo
Toledo
City Hall
Toledo
City Hall
2.0m
6.1m
2.0m
Sta.34+440.000
L=2.374km
Section 4
Drainage Improvement
LEGEND
Jct.Sangi
Sta.32+066.000
31
LEGEND
Work completed by Last Month
Work Accomplished in this Month
Work under construction
Sta.25+076.628-25+103.628
L= 27.00m.
Sub Base
(T=250mm)
Balud Bridge
L=11.562km
Section 3
Base (T=200mm)
T=60m m
ACP
22
Miscellaneous Works
AC Overlay
on Existing AC
Jct.Poog
Damaged No.14
13
Damaged No.13
Sta.17+280.00 Sta.17+580.00
L = 220.00m.
Sta.16+940.00
Sta.16+720.00 -
Damaged No.12
L=0.821km
20
Sta.20+504.000
ACP
AC Const.
Section 2
ACP
L=3.229km
T=150m m T=200m m
ACP
AC Const.
Sta.16+140.000
19
Section 2
18
Jct.Lutopan
Sta.17+280.000
17
Damaged No.10
Sta.10+926.00 Sta.11+010.00
10
PLAN
ACP
AC Overlay on Exsit.PCCP
Sta.12+252.761-12+302.761
L= 50.00m.
10
16
L = 120.00m.
Sta.10+380.00 Sta.10+500.00
9
4
Damaged No.9
Figure 6.13
L = 35.00m.
Damaged
No.7
4
Sta.6+825.00 Sta.6+860.00
Damaged No.6
Sta.8+841.590-8+868.590
L= 27.00m.
15
14
Replacement of Damaged
PCCP
13
Uling 2 Bridge
Section 1
11
Sta.12+753.873-12+780.873
L= 27.00m.
Sta.5+637.219-5+702.219
L= 65.00m.
Sta.3+390.00
10
Jaguimit Bridge
Pangdan Bridge
Sta.3+350.00 -
Major Works
Section 1
Sta.5+965.308-5+992.308
BASE T=200m m
Damaged No.4
PCCP T=300m m
L= 12.543km
Sta.2+890.00
L=290.00M
Reconstruction by PCCP
PCCP
Sta.2+600.00 -
Damaged No.2
Damaged No.1
Sta.1+953.00 Sta.2+190.00
Jct.Naga
Jct.Naga
Jct.Naga
Sta.0+056.000
Jct.Naga
Sta.0+056.000
Km
6.2.6
Construction Drawings
This shall form part of the contract documents, any revision shall be duly approved prior
to implementation of work. In case of discrepancy or ambiguity on the plans, specifications
and special provisions, the following rules shall govern:
a)
b)
c)
d)
Figure dimension, unless obviously incorrect, shall govern in case of any discrepancy
between figured dimensions and scaled dimension.
6.2.7
Shop Drawings
The Contractor shall prepare shop drawings if required by the Engineer. Shop drawings
are prepared to supplement the construction drawings and where there is a need of more
details of the works to be implemented. These shall be deemed to include design drawings,
fabrication drawings, catalogue, brochures, illustrations, materials lists, design calculations,
reference standards and performance data which may be required by the Specifications for the
proper execution of the Work.
The Contractor shall submit shop drawings in sufficient lead time to prevent delays in
delivery of materials or in the progress or completion of the work. The shop drawings shall be
complete in all respects and shall show clear compliance with the Specifications. The
Engineer will review these drawings within a reasonable time and return them with comments.
The Contractor shall resubmit the revised shop drawings, if required, for further review and
approval.
6.2.8
The Engineer shall furnish the Implementing Office of his contact numbers (landline and
mobile), facsimile, mail and e-mail addresses. He shall establish a communication network for
all concerned entities such as the Contractor (Head and Site Offices), the Consultants, Police,
Hospital, Fire Department, Public Utility Companies and others.
In addition, the Engineer should also establish an emergency hotline.
6.2.9
The Engineer shall hold a coordination meeting at least once a month to discuss the
following:
6 - 28
Table 6.7
Meeting/Venue
Agenda
Monthly Coordination
Meeting/Implementing
Monthly project
acccomplishment(phy
Office
-
The PEs
progress)
Consultants
Contractor
and schedule
Construction methods
Environmental and
traffic managements
Other matters
*Chairperson
General Maintenance
during the Contract Period
Maintenance by
DEO/DPWH
Maintenance by
CONTRACTOR
CONTRACTOR
Construction
Period
Maintenance
Liability Period
Possession of
Site
Figure 6.14
Completion of
Works
DEO/DPWH
Maintenance
Final Taking
Over
Maintenance Period
The Contractor shall maintain the pavement, shoulders, drainage systems, structures and
road fixture provided in the Special Specifications and paid as General Maintenance, as
follows:
Pavement:
*
Crack sealing
6 - 29
Other work
Drainage:
*
Removal of silted soil and debris from RC pipes and Box culverts
Removal of silted soil and debris from road side ditches and catch pits
Other works
Shoulder:
*
Road fixture
*
Other fixtures
A road maintenance work, in general, should be performed for the comfort and safety of
road users and minimizing further deterioration of the present road and/or keeping the road in
good condition until acceptance of the project. TheMaintenance Engineer shall instruct,
inspect and record the Contractor's maintenance activities.
The Contractor shall also be obliged to maintain the project road during the maintenance
liability period, which is one (1) year in general 1. For this purpose, the Maintenance Engineer
or his representative shall conduct a joint periodic inspection with the Contractor.
Figure 6.15
Delay of Work
The Contractor shall promptly give notice to the Engineer of probable future events
The Contractor has multi year maintenance responsibility in the case of Long-Term Performance Based
Maintenance (LTPBM).
6 - 30
The actual progress is too slow to be completed within the time of completion,
and/or
The progress has fallen (or will fall) behind the current program/schedule.
The revised program and supporting report shall include the revised methods which
the Contractor proposes to adopt to increase work progress and complete within the time
of completion. The Contractor shall adopt these revised methods, which may require the
increased working hours and/or mobilization of additional resources including manpower,
equipment and/or goods at his own risk and expense.
(2)
Slow Progress
When there is a slow progress at a given point of time, the Contractor is to be
reminded of DO No.102, Series of 1988 regarding the courses of actions to be taken by
the Engineer whenever the Contract reaches a level of negative slippage as described
below.
Table 6.8
Stage
a.
Early
Earning
Condition
b.
ICU Stage
For negative
slippage of ten
(10%) percent
c.
Make or
For negative
slippage of
fifteen (15%)
percent
Stage
d.
Terminal
Stage
Required Actions
For negative
slippage of five
(5%) percent
Stage
Break
For negative
slippage beyond
fifteen (15%)
percent
The Engineer shall instruct the Contractor to submit a Catch-up program at the early
warning stage. The catch up program must be supported by additional working hours
(Sunday work, holiday work, night work, two shift work, etc), equipment and cash flows.
6 - 31
6 - 32
Base Course
Supporting Blocks
Lean Concrete
Section 1
Section 1
Section 1
Section 1
Section 1
Section 1
Section 1
Catch Basin
Cleaning RCPC
Cleaning RCBC
Underdrain
Dredging of Riverbed
250
150
7000
500
10000
200
4000
25,691,301.62
336,275.00
594,606.00
403,530.00
131,819.80
363,177.00
1,866,951.00
538,040.00
354,750.00
3,484,975.20
1,494,507.63
103,300.00
569,030.00
2,028,562.50
435,170.75
1,051,098.36
69,303.00
215,073.24
523,354.50
32,860.66
602,572.65
623,662.00
719,875.02
1,064,556.00
2,376,012.96
1,409,940.00
666,086.40
341,419.17
156,668.69
146,354.70
25,827.30
983,700.00
1,029,600.00
50,838.80
897,803.30
JUN
19.867%
5.625%
5.225%
-4.581%
Catch-up Program
-2.883%
22.750%
12.544%
17.125%
7.323%
58,994,280.99
776,323.33
336,275.00
1,101,040.00
672,550.00
329,549.50
242,118.00
336,275.00
425,700.00
1,866,951.00
538,040.00
354,750.00
1,494,507.63
103,300.00
569,030.00
2,028,562.50
435,170.75
215,073.24
523,354.50
32,860.66
602,572.65
623,662.00
1,079,812.54
2,129,112.00
4,752,025.92
21,984,710.00
4,190,400.00
2,357,680.00
1,409,940.00
666,086.40
341,419.17
156,668.69
146,354.70
25,827.30
1,967,400.00
1,029,600.00
2,200,936.43
50,838.80
897,803.30
JUL
300,107,851.92
2,328,970.00
1,345,100.00
4,529,600.00
594,606.00
1,101,040.00
672,550.00
403,530.00
659,099.00
605,295.00
1,345,100.00
851,400.00
12,446,340.00
2,152,160.00
709,500.00
11,616,584.00
5,978,030.50
206,600.00
1,138,060.00
8,114,250.00
1,740,683.00
1,051,098.36
69,303.00
860,292.96
2,093,418.00
131,442.64
2,410,290.60
2,494,648.00
1,799,687.56
5,322,780.00
11,880,064.80
109,923,550.00
41,904,000.00
23,576,800.00
7,049,700.00
3,330,432.00
2,048,515.00
626,674.75
585,418.80
51,654.60
4,918,500.00
10,296,000.00
4,401,872.85
254,194.00
4,489,016.50
( Ph. Peso )
ESTIMATED AMOUNT
3.189%
Figure 6.16
m3
m3
m3
m3
m3
245
225
500
120
3000
800
100
2800
3965
1000
2000
3000
700
78
300
24
600
34
340
44200
388
5400
12060
67000
80000
40000
10500
5600
74900
2665
2040
180
25000
50000
21197.5
QUANTITY
m3
m3
m3
m3
m3
m3
Conc. Class A
m3
m3
Conc. Class A
Sheet Piles
l.m.
Sheet Piles
l.m.
m2
l.m.
m3
m3
ea.
l.m.
ea.
l.m.
m3
m3
kg
l.m
m2
m2
m2
m2
m2
m3
m3
m2
m3
RCPC
Lutak Bridge
BRIDGE CONSTRUCTION
SURFACE COURSES
Subbase Course
m3
Subgrade Preparation
m3
m3
m2
mo.
mo.
UNIT
ESTIMATED QUANTITY
STATION LOCATION
EARTHWORKS
GENERAL REQUIREMENTS
DESCRIPTION
PART J
PART G
PART F
PART E
PART D
PART C
PART B
PART A
ITEM
-0.225%
28.646%
5.896%
28.421%
8.554%
68,908,362.36
776,323.33
336,275.00
905,920.00
197,729.70
336,275.00
425,700.00
538,040.00
1,494,507.63
2,028,562.50
435,170.75
215,073.24
523,354.50
32,860.66
602,572.65
623,662.00
2,129,112.00
4,752,025.92
21,984,710.00
12,571,200.00
7,073,040.00
1,409,940.00
666,086.40
341,419.17
156,668.69
146,354.70
1,967,400.00
3,088,800.00
2,200,936.43
50,838.80
897,803.30
AUG
2007
2.138%
33.500%
4.854%
35.638%
7.217%
58,141,378.31
776,323.33
336,275.00
1,811,840.00
336,275.00
538,040.00
1,494,507.63
2,028,562.50
435,170.75
215,073.24
523,354.50
32,860.66
602,572.65
623,662.00
21,984,710.00
12,571,200.00
7,073,040.00
1,409,940.00
666,086.40
341,419.17
156,668.69
146,354.70
3,088,800.00
50,838.80
897,803.30
SEPT
37.25%
REMARKS
3.192%
38.553%
5.053%
Normal
Semi-critical
Critical
6.108% Legend:
*
Base on Actual Accomplishment
41.745%
49,202,352.67
1,811,840.00
336,275.00
1,409,940.00
666,086.40
341,419.17
50,838.80
897,803.30
OCT
The Engineer shall assess the Contractors proposal and provide further advice and
instructions to assure that such program works well. The Engineer needs to establish a
closer inspection and quality control system for the catch-up program. Any extra cost for
the construction supervision, including overtime and holiday work allowances, shall be
charged to the Contractor.
(3)
Liquidated Damages
If the Contractor fails to comply with the time for completion, he shall pay
liquidated damages to the Implementing Office for this default. These damages shall not
relieve the Contractor from his obligation to complete the Works, or from any other
duties, obligations or responsibilities which he may have under the Contract.
The Contractor shall pay liquidated damages to the Implementing Office at the rate
stated in the Special Conditions of Contract for each day of delay. The total amount shall
not exceed the amount defined in the SCC and this may be deducted from payments due
to the Contractor. Once the cumulative amount reaches ten percent (10%) of the contract
amount, the Implementing Office shall rescind the Contract, without prejudice to other
courses of action and remedies open to it.
(a)
TLD
=
VUUP =
where:
TLD
VUUP
TCP
VCUP
=
=
OCC
=
=
where:
C
6 - 33
6 - 34
1)
There exist right-of-way problems which prohibit the Contractor from performing
work in accordance with the approved construction schedule;
2)
Requisite construction plans which must be owner-furnished are not issued to the
contractor precluding any work called for by such plans;
3)
Peace and order conditions make it extremely dangerous, if not possible, to work.
However, this condition must be certified in writing by the Philippine National Police
(PNP) station which has responsibility over the affected area and confirmed by the
Department of Interior and Local Government (DILG) Regional Director;
4)
5)
Delay in the payment of Contractors claim for progress billing beyond forty-five (45)
calendar days from the time the Contractors claim has been certified to by Employers
Representative.
6 - 35
6 - 36
Shortage of construction materials, general labor strikes, and peace and order
problems that disrupt construction operations through no fault of the Contractor may be
considered as additional grounds for extension of contract time provided they are
publicly felt and certified by appropriate government agencies.
Due to the Contractors fault and while the project is on-going, it has incurred negative
slippage of fifteen percent (15%) or more in accordance with Presidential Decree 1870
regardless of whether or not previous warnings and notices have been issued for the
Contractor to improve his performance;
Due to his own fault and after the Contract time has expired, the Contractor incurs
delay of ten percent (10%) or more in the completion of the Work after the Contract
has expired; and
The Contractor:
1)
abandons the contract Works, refuses or fails to comply with a valid instruction of
the Engineer or fails to proceed expeditiously and without delay despite a
written notice by the Engineer;
2)
does not actually have on the project site the minimum essential equipment listed
on the Bid necessary to prosecute the Works in accordance with the approved
Program of Work and equipment deployment schedule as required for the project;
3)
does not execute the Works in accordance with the Contract or persistently or
flagrantly neglects to carry out its obligations under the Contract;
4)
neglects or refuses to remove materials or to perform a new work that has been
rejected as defective or unsuitable; and
5)
sublets any part of the Contract without approval by the authorized DPWH
officials.
All materials on site, plant, equipment and works shall be deemed to be the property
of the Implementing Office if the Contract is rescinded because of the Contractors
default.
(2)
6 - 37
days ,through no fault of his own, due to any of the following reasons:
1)
2)
The prosecution of the Work is disrupted by adverse peace and order situation as
certified by the Armed Forces of the Philippines Provincial Commander and
approved by the Secretary of National Defense.
(3)
The Contractor stops work for twenty eight (28) days when no stoppage of work is
shown on the Program of Work and the stoppage has not been authorized by the ;
2)
The Engineer instructs the Contractor to delay the progress of the Works and the
instruction is not withdrawn within twenty eight (28) days;
3)
The IO shall terminate the Contract if the Contractor is declared bankrupt or insolvent
as determined with finality by a court of competent jurisdiction;
4)
A payment certified by the Engineer is not paid to the Contractor within eighty four
(84) days from the date of the certificate;
5)
The Engineer gives notice that failure to correct a particular defect is a fundamental
breach of Contract and the Contractor fails to correct it within a reasonable period of
time determined;
6)
7)
The Contractor has delayed the completion of the Works by the number of days for
which the maximum amount of liquidated damages can be paid; and
8)
In case it is determined prima facie by the IO that the Contractor has engaged, before or
during the implementation of the contract, in unlawful deeds and behaviors relative to
contract acquisition and implementation, such as, but not limited to, the following:
*
*
(4)
6 - 38
Outline
Cost management is the management process and efforts of the Engineer for
increasing the values (quality) of the works and completion of the project within the
budget. Cost management, as one of the key elements for the project management, is a
series of activities through planning, detailed engineering, bidding and implementation
(See Figure 5.7).
As cost overrun is very common, every effort should be made through good project
implementation. The cost management is a non-compromised routine work carried out
on a daily, weekly and monthly basis with the cooperation of all involved in the project.
The Engineer shall carry out the following activities:
*
Control or see to it that works are executed in accordance with the plans and
specifications;
Monitor scope of work, quantities and cost which may increase by item,
especially for major pay items;
Evaluate the Contractors Claims at earliest time and identify effect on the project
cost.
6 - 39
C
1.50m
0.50m
0.50m
0.50m
6.70m
6.10m
(Existing Road Width)
0.30m
Widening
3.0%
2.0%
0.30m
Widening
2.0%
2.00m
3.0%
MFWL
1.0
5.00m
1.5
1.00m
0.60m
W=6.0-7.0m
2.00 3.00m
2.00m
Selected Embankment
(River Gravel)
RC Class A
Stone Masonry
River Bed
2.00m
Gabion
0.5 x 1.0 x 3.0m
Geotextile Fabric
N o C o s t O ve rru n
Bidding
Establishment of Approved
Budget for Contract
Work Volume
(Bills of Quantities)
Price Negotiation & Contract
C o m p le tio n w ith in th e B u d g e t
or
Le a s t C o s t O ve rru n
Cost, Price
&
Productivity
Database
P
Currency Factor
(FC & LC)
Equipment
Materials
Labor
Project Implementation
(Cost Management)
Figure 6.17
(2)
Project Completion
Types of Payment
Payments are classified as follows:
*
Advance Payment;
Final Payment;
Others.
6 - 40
Table 6.9
Types of Payments
Title
Clause
Title
14
38
Advance payment
14.2
Advance Payment
39
14.3
40
Payment Certificate
14.4
Schedule of Payment
41
Retention
14.5
45
Payment on Termination
14.6
14.7
Payment
14.8
Delayed Payment
14.9
14.10
Statement of Completion
14.11
14.12
Discharge
14.13
14.14
Cessation of Employers
Liability
14.15
(3)
Currencies of Payment
Payment Guidelines
Title
- Guidelines to Implementing Office for Processing Claims for
Date Issued
January 5, 2001
January 5, 2001
6 - 41
(4)
Financing Schedule
The Engineer shall request the Contractor to submit a payment schedule at quarterly
basis for disbursement estimate by funding source and currency. The payment schedule
shall correspond to the work schedule and taking into account payment for advance
mobilization and retention deduction. The financing schedule shall be reviewed at every
quarter taking the latest progress into account.
6.3.1
Advance Payment
At the request of the Contractor, the Implementing Office will make an interest-free
advance payment and to the Contractor in a lump sum amount not exceeding 15% of the total
contract price, or as stipulated in the Conditions of Contract.
The Engineer will issue an Interim Payment Certificate for advance payment or its first
installment after receiving:
*
Performance Security;
Such guarantee remains effective until the advance payment has been completely
repaid by the Contractor.
In DPWHs practice, advance payment is divided into two installments; the first 7.5% as
mentioned above and the remaining 7.5% at the completion of mobilization of minimum
required equipment. The advance mobilization payment shall be repaid by way of deduction
from the interim payments in consonance with the method stipulated in the Contract.
Table 6.12 illustrates the necessary actions and supporting documents for advance
payment.
6 - 42
Table 6.11
Step
Second Release
If the above documents are incomplete and/or inaccurate, return the billing to the
Contractor for correction
If all documents are complete and accurate, the Implementing Office recommends
for the processing of the payment
Implementing Office provide Certified True Copy of the following documents:
Special Action Committee Verification of List of Minimum
Advance Payment Security or Performance
Required Equipment
Security
Resolution of Award
Transmittal of contract documents to
COA
Certificate of Availability of Fund
Copy of Approved Contract
Copy of Notice to Proceed
4
5
The billing documents must have appropriate approvals before submitting them to
Accounting for processing of payment
Source: Guidelines to Implementing Office for Processing Claims for Payment (District and Regional Offices)
for Civil Works Contract.
6 - 43
6.3.2
Interim Payment
The Contractor shall submit a monthly request for payment for work accomplished. The
request for payment shall be verified and certified by the Engineer.
The procedure, necessary actions and supporting documents are described below.
Table 6.12
Payment Procedure
Foreign-funded Projects
-
Locally-funded Projects
accomplished
payment.
6 - 44
Table 6.13
Step
1
3
4
5
The billing documents must have appropriate approvals before submitting them to the
Accounting for processing of payment
Source: Guidelines to Implementing Office for Processing Claims for Payment (District and Regional Offices)
for Civil Works Contract
6 - 45
The details of procedures and required documents together with examples are given in
the DPWH payment guidelines.
6.3.3
Materials delivered on site but not completely put in place can be paid so as to help the
financial condition of the Contractor. However, payment of such can only be made if this is
specified in the Contract.
The Contractor shall request in writing for the evaluation and approval of the
Implementing Office. The materials shall have satisfactorily passed the required quality tests.
The payment shall be up to a maximum of seventy percent (70%) of the invoiced cost of
materials or seventy percent (70%) of the Bid price of the work item which these materials
shall be incorporated, whichever is lower, and the quantity shall not exceed the requirements
of the Contract. The Contractor shall post an Irrevocable Letter of Credit in favor of the
Implementing Office or Bank Guarantee from a reputable bank acceptable to the
Implementing Office in the amount equivalent to the partial payment applied for. The partial
payment shall be fully deducted from the Contractors next interim payment without prejudice
to his submitting another written request for partial payment with similar conditions
mentioned above.
6.3.4
The Engineer shall make disbursement schedule for the whole contract period which
shall include advance payment, progress payment and release of retention. The schedule
should be reviewed every quarter.
The progress of the payment shall be monitored in order that the Contractor can receive
such payment within the specified time since any delay in the payment will cause cash flow
problems and delay of works especially for small and medium category Contractors. The
Contractor shall be entitled to receive interest on the unpaid amount in accordance with the
Contract.
6.3.5
Cost Reduction
For PCCP not meeting the criteria for acceptance for strength and/or thickness (Taken
from the DPWH Standard Specifications for Highways, Bridges and Airports, Vol. II 2013
Edtion)
(1)
Strength Deficiency
The PCCP is considered to have met the minimum strength requirements if the
flexural strength obtained after fourteen (14) days is not less than 3.58 MPa (550psi)
when tested by third point method or 4.5 MPa (650 psi) when tested by mid-point
6 - 46
(2)
Price Allowed
Less than 5
100
5 to less than 10
80
10 to less than 15
70
15 to less than 20
60
20 to less than 25
50
25 or more
Thickness Deficiency
The thickness of the pavement will be determined by measurement of cores from
the completed pavement in accordance with AASHTO T 148.
The completed pavement shall be accepted on a lot basis. A lot shall be considered
as 1000 linear meters of pavement when a single traffic lane is poured or 500 linear
6 - 47
meters when two (2) lanes are poured concurrently. The last unit in each slab constitutes
a lot in itself when its length is at least of the normal lot length. If the length of the last
unit is shorter than of the normal lot length, it shall be included in the previous lot.
Other areas such as intersections, entrances, crossovers, ramps, etc., will be grouped
together to form a lot. Small irregular areas may be included with other unit area to form
a lot.
Each lot will be divided into five (5) equal segments and one, core will be obtained
from each segment in accordance with AASHTO T 24.
It is the intent of the Specification that the pavement has a uniform thickness as
called for in the Plans for the average of each lot as defined. After the pavement has met
all surface smoothness requirements, cores for thickness measurements will be taken.
In calculating the average thickness of the pavement, individual measurements
which are in excess of the specified thickness by more than 5 mm will be considered as
the specified thickness plus 5 mm and measurement which are less than the specified
thickness by more than 25 mm shall not be included in the average. When the average
thickness for the lot is deficient, the contract unit price will be adjusted for thickness.
Individual areas within a segment found deficient in thickness by more than 25 mm
shall be evaluated by the Engineer, and if in his judgment, the deficient areas warrant
removal, they shall be removed and replaced by the contractor with payment of the
specified thickness at his entire expense. However, if the evaluation of the Engineer is
that the deficient area should not be removed and replaced such area will not be paid.
When the measurement of any core is less than the specified thickness by more than
25 mm, the actual thickness of the pavement in this area will be determined by taking
additional cores at no less than 5m intervals parallel to the center line in each direction
from the affected location until a core is found in each direction, which is not deficient in
thickness by more than 25 mm. The area of slab for which no pavement will be made
shall be the product of the paving width multiplied by the distant along the center of the
road between transverse sections found not deficient in thickness by more than25 mm.
The thickness of the remainder of the segment to be used to get the average thickness of
each lot shall be determined by taking the average thickness of additional cores which
are not deficient by more than 25 mm.
When the average thickness of the pavement per lot is deficient, payment for the lot
6 - 48
6.3.6
(1)
Deficiency in Average
0 to 5
100% payment
6 to 10
95% payment
11 to 15
85% payment
16 to 20
70% payment
21 to 25
50% payment
More than 25
Price Adjustments
Locally-funded Projects
Except for extraordinary circumstances as determined by National Economic and
Development Authority (NEDA) and approved by the GPPB, no price adjustment shall
be allowed unless otherwise specified in the SCC.
(2)
Foreign-funded Projects
"Adjustments for Changes in Cost" of the GCC shall be applied, if provided in the
Contract, with its details as indicated in the SCC. The amounts payable to the Contractor
shall be adjusted per rise or fall in the cost of labour, goods and other inputs to the Works,
by the addition or deduction of the amounts determined by the hereunder listed formula
as prescribed in the Contract.
where,
Pn
b, c, d
6 - 49
Ln, En, Mn are the current cost indices or reference prices for period n,
expressed in the relevant currency of payment, each of which is
applicable to the relevant tabulated cost element on the date 49
days prior to the last day of the period (to which the particular
Payment Certificate relates).
Lo, Eo, Mo are the base cost indices or reference prices, expressed in the relevant
currency of payment, each of which is applicable to the relevant
tabulated cost element on the Base Date.
If the Contractor fails to complete the Works within the Time for Completion,
adjustment of prices thereafter shall be made using either (i) each index or price
applicable on the date 49 days prior to the expiry of the Time for Completion of the
Works, or (ii) the current index or price: whichever is more favorable to the Employer.
The Contract Price shall be adjusted to take account of any increase or decrease in
Cost resulting from a change in the Laws of the Country (including the introduction of
new Laws and the repeal or modification of existing Laws) or in the judicial or official
governmental interpretation of such Laws, made after the Base Date, which affect the
Contractor in the performance of obligations under the Contract.
The Implementing Office shall adjust the Contract Price if taxes, duties, and other
levies are changed within the period between twenty eight (28) days before the
submission of Bids for the Contract and the date of the last Completion certificate. The
adjustment shall be the change in the amount of tax payable by the Contractor, provided
such changes are not already reflected in the Contract Price.
6.3.7
(1)
BOQ for the execution of any part of the Works or for the supply of goods, materials,
plant or services. Each Provisional Sum shall only be used, in whole or in part, in
accordance with the Engineers instructions and the Contract Price shall be adjusted
accordingly. The total sum paid to the Contractor shall include only such amounts, for
the work, supplies or services to which the Provisional Sum relates, as the Engineer shall
have instructed.
Provisional Sum may be used to facilitate budgetary approval of Variation Orders
without need to seek additional budget. Provisional Sum shall not exceed 3% of the
project cost in general. The Provisional Sum may be also used for the execution of
additional works beyond the limit of Dayworks.
6 - 50
Works executed under the Provisional Sum shall be valued at the rates or prices set
out at the BOQ or as determined by the Engineer. The Contractor shall submit, when
required by the Engineer, produce quotations, invoices, vouchers and accounts or
receipts in substantiation.
(2)
Daywork
For work of a minor or incidental nature, The Engineer may instruct that a Variation
shall be executed on a daywork basis. The work shall then be valued in accordance with
the Daywork Schedule (unit price of labour by classification, material and equipment)
included in the Contract.
Before ordering goods for the work, the Contractor shall submit quotations to the
Engineer. When applying for payment, the Contractor shall submit invoices, vouchers
and accounts or receipts for any goods.
The Contractor shall deliver each day to the Engineer accurate statements in
duplicate which shall include the following details of the resources used in executing the
previous days work:
(a) The names, occupations and time of Contractors personnel;
(b) The identification, type and time of Contractors equipment and temporary
Works; and
(c) The quantities and types of plant and materials used.
One copy of each statement will be signed by the Engineer and returned to the
Contractor. The Contractor shall then submit priced statements of these resources to the
Engineer, prior to their inclusion in the next statement.
Daywork shall not be executed without written order of the Engineer.
The
Contractor will be paid for daywork at the rates set down in the schedule. All profits,
overheads and other costs must be included in the rates as incidental to the performance
of daywork.
6.3.8
Claims
The word Claim is defined in the context of FIDIC Conditions of Contract as the
Contractor makes formal demands for his due in writing. The demands are either claim for
additional payment or time extension.
Some situations which may give rise to claims are as follows:
*
6 - 51
new items
Specification interpretation
remedies
delay in approval
suspension of work
delay in payment
acceleration
6 - 52
The Engineer shall respond with approval or with disapproval and detailed comments
based on his evaluation. He may also request any necessary further particulars, but shall
nevertheless give his response on the principles of the claim. The Engineer shall proceed to
agree or determine (i) the extension of the Time for Completion and/or (ii) the additional
payment to which the Contractor is entitled under the Contract. The unit price analysis
submitted by the Contractor at his bid will be one of the most important data for cost claim
evaluation.
Table 6.15 illustrates Contractors Claim for Time Extension due to delayed payment.
Table 6.16
19-Aug-05
Feb.
Mar.
Apr.
11-Nov-04
1-Apr-05
FC ($): 60%
FC (P): 40%
YEAR 2005
May
Jun.
- 25-Feb-05
11-Nov-04
Billing Period)
25-Feb-05
To
GOP: 10%
Jul.
Aug.
End of R.P./
Start of Time Extension
13-Jun-05
* Date of Certification
1-Apr-05
TDPP
0 c.days
Date of Evaluation
19-Aug-05
Proposed TE
54 c.days
TDPS
13 c.days
73 c.days
1.
2.
3.
TTD
=
From
Reglamentary Period (RP)
TE
=
1-Apr-05
=
TTD-RP =
To
45 + 28
140
19-Aug-05
=
73
13-Jun-05
To
140
c.days
73 c.days
=
67 c.days
B.
=
=
=
=
50%
40%
10%
19-Aug-05
0%
0%
0%
TE x % of partila payment
67
days x
67
days x
67
days x
0%
0%
0%
cal.days
cal.days
cal.days
cal.days
cal.days
TDPS : Time Duration during where the Contractor slowed down the rate of work due to delay in payment
Month
Workable Days
Slow-Down Rate
a) Actual Accomplishment
(during partial suspension)
Equivalent
Workable
Days
b) Sched. Accomplishment
(1)
Jun.'05
Jul.'05
Aug.'05
Notes:
TDPS
(2)
18
(3)
(4)
1.173%
4.04
5.225%
19
1.153%
3.89
5.625%
21
0.868%
5.04
3.614% <-------------------------------------Total:
12.98
a) Actual accomplishment (refer to Attachment 3)
b) Scheduled accomplishment based on the approved Bar Chart/S-curve
(4) =
(3)a x (2)
(3)b
=
13 cal. Days
5.896% x19days/31days
=
TE (computed)
=
67
=
54 c.d.
where,
TDPP =
TDPS =
(TDPP + TDPS)
0
+
(Positive Net Time Extension)
- c.d.
13 c.d.
=
13 )
(None)
6 - 53
Objectives
Most of DPWH contract is a unit price and quantity contract. The quantity control is
one of the most important elements for project management as it directly relates with the
project cost. The documents to be referred to for quantity control are GCC, SCC,
Specifications, BOQ and Drawings.
The Engineer, in cooperation with the Project Inspector, should work to:
*
Ensure that the methods used in the measurement of quantities meet the contract
requirements and Specifications;
Verify that the correct quantities of completed work are reported for progress payments.
Note that large quantities are not forgotten in the billings;
Ensure that a new overall estimate is made for each progress estimate. If computed
monthly work quantities are merely added on the previous period, it may result in
cumulative errors;
Check the quantity calculation back-up data submitted by the Contractor for monthly
billings. Compare with the quantity estimate data of the detailed design stage;
Monitor the planned quantity and work progress. If there is any big difference, instruct
the Contractor to identify the causes;
At the final statement stage, review all final quantities in details on all items.
No payment shall be made to any defective work until the Contractor meets the
requirements, either by removal, replacement or reconstruction, and accepted by the Engineer.
6.4.2
The Quantity Engineer (or the Project Inspector) is responsible for all quantity
measurement and estimate. He should monitor all works executed by the Contractor and treat
variations instructed by the Engineer.
His duties include:
*
verify the quantities in the Contract BOQ through a check of quantity estimate data of
the design stage;
6 - 54
assist the Engineer in the review of shop drawings for quantity estimate;
prepare forecast final quantity and construction cost and revise it from time to time.
6.4.3
Inspection Techniques
Verify that the items reviewed were measured in the units called for in the BOQ and
that the methods of measurement prescribed in the contract were followed;
Examine project records to ensure that all materials for payment were delivered and
incorporated into the project or stockpiled for future incorporation;
When payment is based on weight or mass, verify the accuracy of the measurements,
including calibration of scales;
Where payment is based on loads delivered to the project, either on a weight or volume
basis, verify the procedures for assuring validity in receipt of haul tickets;
Ensure that measurements were made at the proper time and prior to the subsequent
placement (cover) of other courses of materials.
6.4.4
of
the
same
nature
carried
out
in
different
locations
or
in
other
The BOQ contains items of work for the construction, installation, testing, and
commissioning of work to be done by the Contractor.
6 - 55
The BOQ is used to calculate the Contract Price. The Contractor is paid for the
quantity of the work at the rate in the BOQ for each item.
If the final quantity of any work differs from the quantity in the BOQ for the particular
item and is not more than twenty five percent (25%) of the original quantity, provided
the aggregate changes for all items do not exceed ten percent (10%) of the Contract
price, The Engineer shall make the necessary adjustments to allow the changes subject
to applicable laws, rules, and regulations.
The Contractor must provide the Engineer with a detailed cost breakdown of any rate
in the BOQ.
6.4.5
The Works shall be measured and valued for payment. The Contractor shall show in
application of his statement for Interim Payment and Completion the quantities and other
particulars detailing the amounts which he considers to be entitled under the Contract.
Whenever the Engineer requires any part of the Works to be measured, reasonable notice
shall be given to the Contractor who shall:
(a) Promptly either attend or send another qualified representative to assist the Engineer in
making the measurement; and
(b) Supply any particulars requested by the Engineer.
If the Contractor fails to attend or send a representative, the measurement made by the
Engineer shall be accepted as correct.
Except as otherwise stated in the Contract and notwithstanding local practice,
(a) Measurement shall be made of the net actual quantity of each item of the Permanent
Works in accordance with the Specifications; and
(b) The method of measurement shall be in accordance with the BOQ or other applicable
schedules.
Quantity Control should also take into account any variations approved by the Engineer
during the project implementation for quantity monitoring, including:
6 - 56
change the levels, lines, position and dimensions of any part of the Works;
execute additional work of any kind necessary for the completion of the Works; and
change any specified sequence or timing of construction of any part of the Works.
The Engineer shall evaluate each item of work, applying the measurement agreed or
determined in the above and the appropriate rate or price for the item in the Contract.. Any
item of work included in the BOQ for which no rate or price was specified shall be considered
as included in other rates and prices in the BOQ and will not be paid for separately, in
principle.
6.4.6
The Engineer shall monitor work quantities provided in the BOQ, especially in the
As-staked plan, shop-drawings and monthly billings. The Engineer shall monitor the progress
of work item, especially major items and earth works, against the BOQ and forecast the final
quantity. If any items are seemed to exceed the planned quantity in the BOQ, he must evaluate
and take appropriate actions to correct and/or propose measures to control the project cost
within the budget.
6.5 Documentation
The project implementation requires many types of reports and records. The objectives
of recording and reporting are to keep the project information and data as evidence of proper
project implementation, correct processing of payment, report the project status to CO, RO,
DEO and funding agencies (local/foreign).
The Engineer shall keep and maintain the following project data during the
implementation (construction and maintenance period) and handover them to the concerned
RO and DEO after the final taking over of project for maintenance by DPWH.
6 - 57
Table 6.17
Hand-over to
Administration
Maintenance
Office
Office
(DPWH)
(DPWH)
Contract Documents
Yes
Yes
Correspondence (Letters)
Yes
Yes
Yes
Yes
Yes
Yes
Yes
Yes
Completion Report
Yes
Shop Drawings
Yes
As-built Drawings
Yes
Minutes of Meetings
Yes
Yes
Yes
Quantity Measurements
Yes
EMP Data
Yes
Yes
Yes
Yes
Yes
Yes
Yes
Yes
Yes
Yes
The Administration and Maintenance Office of DPWH shall take over important
documents which are required for administration and maintenance. These offices shall keep
them for a certain period in accordance with regulations and requirements.
6.5.1
Progress Reports
The Engineer shall accomplish a monthly progress report for submission to the
Implementing Office, funding institutions and other concerned agencies.
The report shall contain the following:
6 - 58
Table 6.18
Progress Report
Foreign-Funded
Locally-Funded
Project with
Project w/o
Consultant
Consultant
Need
Need
Need
Need
Need
Need
Need
Need
Need
Need
Need
Need
- Contractors Resources
Need
Need
Need
Need
Need
Need
Need
Need
Need
Need
- Weather Report
Need
Need
- Progress Photographs
Need
Need
- Letters (List)*
Need
Need
- Overall Implementation
Need
- Manning Schedule
Need
Content
Executive Summary
Main Report
- Organization Set-up
Note: Attach letters if they are very important, such as claim or action plans for recovery of delay.
6.5.2
Project Logbook
The Engineer shall accomplish the Project Logbook to keep a complete record of daily
entries. The logbook shall be duly signed by the Engineer and concurred by the Contractor in
accordance with DO No. 216, Series of 2000.
The logbook provides the following:
*
Permanent file evidence that inspections are being made as required by the Contract
6 - 59
and Specifications;
*
Record of daily project activities, equipment, manpower and resources at site; and
The logbook should be clear and concise with facts. The record should be accurate and
specific since the content may be used in evaluating contract claims. If no work was
performed at all, a daily report shall be stated No Work and reasons. The daily record of
personnel and equipment is particularly important in view of the possibility of Contractors
claims for stand-by cost of the idled personnel and equipment. Verify that discussions with the
Contractor are confirmed in writing and are made a part of the official project file.
The record contains the following:
1)
2)
3)
Work of inspectors;
4)
5)
6)
7)
8)
Instruction to Contractors;
9)
10) Any information not covered in other records, which might have bearing in case of
future disagreement, such as difficulties encountered in construction and their causes,
delays caused by breakdown of equipment, etc.
If the operation is on a shift basis, the entries should be signed and properly endorsed.
The Materials Engineer is also required to keep a Log Book on Material Quality Control
(per Memorandum dated 28 October 2004 on Revised Format Submitting Monthly Materials
Control Report) recording quality control activities and other information and observation
relevant to materials quality control in addition to the above.
After completion of the project, the logbook shall be turned over to the Implementing
Office.
6 - 60
Road Grader
Vibratory Roller
Water Truck
Dump Truck
Bulldozer
Backhoe
Backhoe
Transit Mixer
Concrete Vibrator
Welding Machine
Plate Compactor
Concrete Screeder
MANPOWER ON SITE:
Project Manager
Warehouseman
Project Engineer
Driver Operator
Materials Engineer
Carpenter/Mason
Foreman
Laborer
Survey Team
Watchman
Timekeeper
LEGEND:
/
OPERATIONAL/PRESENT
IDLE/ABSENT/BREAKDOWN
ACCOMPLISHMENT:
Scheduled
________________________
Actual:
________________________
Slippage:
________________________
Time Elapsed:
________________________
VISITORS:
______________________________
______________________________
______________________________
______________________________
REMARKS:
___________________________________________________________________________________
___________________________________________________________________________________
Prepared by:
Concurred by:
______________________________
______________________________
Noted by:
Noted by:
______________________________
______________________________
Figure 6.18
6 - 61
6.5.3
Correspondence
Letters are official communication between the Engineer and the Contractor2.
It is very common that the Engineer gives verbal instructions so these should be
officially confirmed in writing.
The letters are filed in order and kept at the office as follows:
Table 6.19
Out-Going
In-Coming
6.5.4
Consultant
Consultant
Employer (DPWH)
Contractor
Contractor
Others
Others
Employer (DPWH)
Contractor
Contractor
Others
Others
Progress Photographs
Construction record of the Works which will be covered after construction such as
reinforcement, foundation, back fill, drainage pipes, base, subbase, etc.;
Construction record of the Works which are removed after construction, such as
excavation, demolition of obstacles, tree cutting, etc.;
Material and quality control tests such as field density, CBR, compression, etc.;
Any other specific issues and incidents, including visit of very important persons.
The use of digital camera is recommendable since digital files are easily transferred and
stored.
Figure 6.13 illustrates progress photographs.
2 Communication thru E-mail is one of the efficient communication means and the record (print-out) should be
kept in letter files for reference.
6 - 62
Apr. 2005
Jun. 2002
Damage of Outlet & Apron of Box Culvert by Scouring
Dec. 2005
Jul. 2005
Sub-soil / Road
Side Drainage
Typical
Section
A-A
SECTION
Mar 2003
Jun. 2002
Damage of Roadway by Landslide
Mar. 2006
Jun. 2005
Completion of Earthworks
Dec. 2004
Start of Removal of Head of Slide-Mass
Mar. 2006
Flood by Heavy Rain
Figure 6.19
Progress Photographs
6 - 63
Chapter 7
Quality Control
7.1 General
Quality Control, as applied to the various stages of project implementation, is viewed
and considered as the Contractors responsibility while quality assurance refers to the
responsibility/obligation of the Implementing Office (IO) to ensure strict compliance to
existing standards/specifications and other pertinent issuances relative to project
implementation. However, the concept that quality control is solely the Contractors
responsibility is wrong. Quality control is the responsibility of everyone involved in the
project and as such, it is not a separate function but rather is one of the core elements of
quality assurance.
Quality Assurance is defined as planned systematic actions to ensure that the quality of a
product satisfactorily meets the requirements of the governing Specifications. It is an
all-encompassing term that includes quality control by the Contractor, the conduct of
assessment/inspection by an independent inspectorate team such as the DPWH Quality
Assurance Units (QAUs), the employment of qualified laboratory and technical personnel by
both parties (the Contractor and the IO) and the acceptance of the project by the IO. Quality
Assurance is a total system attained as a result of the combined efforts and resources of the
entities involved in the project. It is a cycle of management in terms of planning,
implementation, review and evaluation as illustrated in the following figure.
Figure 7.1
Quality Management
Statistical quality control method is not yet being used by DPWH for infrastructure
projects. Statistically-based methods are effective means of ensuring a quality product and
would be a fundamental component in the quality management. It is a challenge to be
introduced for the DPWH projects especially for portland cement and asphalt concrete
production and construction.
Quality control charts combined with statistical analysis will help identify problems and
7-1
suggest solutions or improvement. A Control Chart is a tool which graphically depicts the
average value and the upper and lower control limits. It helps to distinguish between normal
and unusual variation in a process. The most popular chart is the Average and Range Control
Chart (X-R Chart) as shown in the following figure.
*
If the data fluctuates within the limits, it is the result of common causes within the
process and can only be affected if the system is improved or changed;
If the data falls outside of the limits, it is the result of special causes; and
If the data show incremental or declining trends, earliest action should be taken for
correction before it become out of control.
Asphalt Temperature
150.0
Spot Problem
148.0
al
e nt
re m
Inc oble m
r
P
146.0
Ave-X ( C)
144.0
142.0
Average 141oC
140.0
138.0
136.0
Lower Limit 135oC
134.0
132.0
130.0
1
10
11
12
13
14
15
Lot No
Range (oC)
Spot Problem
10
9
8
7
6
5
4
3
2
1
0
al
e nt
re m m
Inc
ble
o
r
P
Average 4.1oC
Figure 7.2
7-2
10
11
12
13
14
15
Lot No
Details of all procedures and compliance documents shall be submitted to the Engineer
for information before each design and execution stage will be commenced; and
Compliance with the quality assurance system shall not relieve the Contractor of any
of his duties, obligations or responsibilities under the Contract.
Site Condition;
2)
3)
4)
5)
6)
Frequency of tests, taking into account the project quantity by item; and
7)
The table hereunder describes the quality control activities to be undertaken by the
Materials Engineer in each phase of construction.
7-3
Table 7.1
Phase
Preparatory
Phase
Startup
Phase
Production
Phase
Activities
Review all contract requirements
Ensure compliance of component material to the contract
requirements
Coordinate all submittals including certifications
Ensure establishment of laboratory and equipment, tools and
personnel to comply with the contract requirements
Ensure preliminary testing is accomplished
Review the contract requirements with personnel who will
perform the work
Inspect startup of work
Establish standards of workmanship
Provide training as necessary
Establish detailed testing schedule based on the production
schedule
Conduct intermittent or continuous inspection during construction
to identify and correct deficiencies
Take samples and test them at site and laboratory to verify the
specified quality
Inspect completed phases before scheduled Government
acceptance
Provide feedback and system changes to prevent repeated
deficiencies
Description of records and documents. List the records and data to
be submitted and maintained
The Materials Engineer shall prepare a Quality Control Procedures Flow Chart (for
instance for Concrete Works, refer to Figure 7.3) on the major quality control and testing of
construction materials in accordance with the Specifications and Standard Test Procedures set
by AASHTO and/or ASTM. The said procedures/flow chart shall include the tests to be
performed, the applicable test methods, frequency of tests and requirement.
7-4
Figure 7.3
7-5
2)
The Specification is the starting point of quality control, without this, there can be no
quality control.
Hereunder are Specifications/Standards that are usually referred to in the project
implementation and conduct of materials testing.
Table 7.2
1.
Specifications/Standards
2.
AASHTO Standards
Part I, Specifications, Part II, Methods of Sampling and Testing
3.
4.
The above Specifications or a copy thereof should be made available at the project site at
all times for guidance and ready reference.
7-6
Laboratory
Refer to Part A of
Specifications
(Special
Specifications) as
to the details.
by the Contractor.
-
Use of RO and/or
DEO Laboratory
The Materials Engineer shall ensure that the testing laboratory provided by the
Contractor satisfactorily meets the contract requirements and that the scales/weighing devices
are calibrated by a duly accredited calibration center/company.
The Contractor may avail the services of private testing laboratories1 that are accredited
by the Bureau of Research and Standards (BRS) to conduct materials testing for and in behalf
of the Implementing Office. However, it is required that the samples must first be submitted to
the BRS or the Regional/ District laboratory for the conduct of testing thereof. If and when the
said laboratories do not have the capability to conduct the required tests (either due to lack of
necessary equipment or that the samples could no longer be accommodated due to the
voluminous samples that have to be tested) and after having issued the waiver/certification
stating either of the reasons as stated above, only then can the Contractor avail the services of
the accredited private testing laboratories.
7-7
The typical equipment/apparatus required for the conduct of tests on materials in various
road construction operations are shown in Table 7.3.
The laboratory testing equipment/apparatus used in the implementation of local and
foreign assisted projects shall be transferred/turned-over in line with the proposed
standardization of the DPWH District laboratories pursuant to DO Nos. 07, Series of 2006
and 13, Series of 2007 regarding the Guidelines in the Purchase, Use and Transfer/Turn-over
of Non-Expendable Properties for the Implementation of Local and Foreign-assisted Projects.
Table 7.3
Tests
Soils
Soil Aggregates
(HMA)
for taking samples from the pavement, and apparatus for determining
density and stability of the HMA mixture.
Portland Cement
Concrete
of the mix, air meter, concrete cylinder or beam molds, sieves, sample
splitters, scales, pans, stove or hot plate, and containers for
determining unit weights
7-8
Gradation
AASHTO T88-93
Laboratory Compaction
T99-93
CBR Test
AASHTO T193 &
AASHTO T180, Method
Field Density
T191-93
Marshal Stability
AASHTO T 245
Bitumen Extraction
AASHTO MT 307-04
(Modified AASHTO T164 Method A)
Slump Test
T119
Temperature of Concrete
and Asphalt Mixture
(Digital)
Figure 7.4
Core Sampling
AASHTO T24
b.
c.
7-9
d.
e.
Curriculum Vitae and Job Description of Key Production and Quality Control
Personnel
f.
g.
h.
i.
j.
The said manual shall be in accordance with and conform to the accepted standards of
quality performance, technical expertise and competence which should be made available for
use by the companys quality control personnel. Likewise, the plant laboratory shall have
adequate catalogue and instruction manuals on the use and operation of all relevant equipment,
on the handling and preparation of test items, and on the standard testing techniques, where
the absence of such instructions could jeopardize the effectiveness of the whole testing
procedure/process.
Upon receiving all the requirements from the applicants, the BRS personnel/accreditors
shall inspect the batching plant, evaluate the capabilities of the technical personnel, observe
the actual production operations and assess the quality control system. The BRS then issues a
Certificate of Accreditation to the applicant who meets the requirements for said accreditation
in accordance with the work flow in Figure 7.4.
7 - 10
APPLICANTS FILE
APPLICATION BRS FORM NO.2
WITH SUPPORTING DOCUMENTS
(Quality Manual, Mayor's Permit, DENR
Permit to Operate (Optional), Articles of
Incorporation, Accreditation Fee)
APPLICANT SUBMITS
CORRECTED DOCUMENTS
NO
COMPLETE
AND
IN ORDER
INFORMS APPLICANT
ARRANGE SCHEDULE
OF ASSESSMENT
APPLICANT COMPLIES
WITH REQUIREMENTS
NO
COMPLY
INFORMS APPLICANTS
YES
TSED CONDUCTS
FINAL EVALUATION
ISSUES CERTIFICATE
OF ACCREDITATION
Figure 7.5
BRS MONITORS
COMPLIANCE WITH RULES
AND REGULATIONS
7 - 11
Under DO No. 253, Series of 2003, the BRS Certificate of Accreditation shall be issued
specifically to an assembly of mechanical and/or digital/electronic type of batching plant.
However, there are some private companies and Contractors supplying concrete mixes to
DPWH projects that use conventional/volumetric type of batching plant. Inasmuch as the said
type of batching plant is technically not within the scope of the said Department Order, they
seldom undergo the accreditation procedure of the BRS, unless in few cases where the owners
request for the inspection/assessment of the same.
The said type of batching plant is issued BRS permit to supply mixes to DPWH projects
for a period of one (1) year only and may be utilized by the Implementing Office on small
projects in accordance with Subsection 311.3.7, Mixing Concrete, paragraph 7 of the DPWH
Standard Specifications for Highways, Bridges and Airports, Vol. II 2013 Edition which states
that: In exceptional cases and when volumetric measurements are authorized for small
projects requiring less than 75 cu.m. of concrete per day of pouring, the weight proportions
shall be converted to equivalent volumetric proportions. In such cases, suitable allowance
shall be made for variation of the moisture condition of the aggregates, including the bulking
effect in the fine aggregate. Batching and mixing shall be in accordance with ASTM C 685,
Sections 6 through 9.
Checking of Plant
Figure 7.6
The BRS shall monitor the operation to ensure their continuous compliance with its
terms and conditions. The guidelines cover both stationary and portable asphalt and portland
cement concrete batching plants to supply quality concrete mixes to DPWH projects.
The plant shall have a quality control and assurance system manual that complies with
accepted standards of quality performance, technical expertise and competence and available
for use by the quality control personnel. The laboratory shall ensure that all incoming
materials/products are not used or processed until it has been inspected or otherwise verified
as conforming to specification requirements. For example, one Quality Test shall be
performed on Portland Cement per bulk delivery or for every 2,000 bags.
7 - 12
Aggregate
Graduation
Control Unit
Drier
Oversize
Removal
3/8"
Screenings
Hot Bin
Fine
Sand
Weight
Measuring
Filler
Belt Conveyer
Bitumen
Mixer
Aggregate Elevator
Drier
FRONT VIEW
ASPHALT BATCHING PLANT
7 - 13
Table 7.4
Category
Staff
- ME
- Quality Control
Inspectors
- Laboratory
Technicians
- Project Inspectors
- Technicians
- ME
- Quality Control
Inspectors
- Project Inspectors
The Materials Engineer and his staff in cooperation with the Project Inspectors shall
carry out the following Quality Control activities:
*
Instruct
the Contractor
Ensure
that all
tests on
the Contractors technicians daily and submitted to the Engineer without delay;
*
Ensure that the Contractors technicians submit the results of all tests using the
standardized
laboratory
forms;
Submit a monthly summary of all test results to the Engineer, together with the
recommendations regarding approval or rejection of materials and work,
based on the test data and observation; and
7 - 14
sampling
7 - 15
Table 7.5
Item
No.
Description
102 Excavation
&
104 Embankment
105
200
201
&
202
Item of Test*
Frequency
1. Gradation
T88-93
2. Atterberg Limit (LL, PL, PI)
T89-93, T90-92
3. Laboratory Compaction
T99-93
4. CBR Test
T193-92
5. Field Density
T191-93
Subgrade
Same as Item 104
Preparation
Spot weakness
Proof Rolling Test
Aggregate Sub- 1. Gradation
T27-93
base Course
2. Atterberg Limit (LL, PL, PI)
T89-93, T90-92
3. Laboratory Compaction
T180-93
4. Field Density
T191-93
5. CBR Test
T193-92
Aggregate
1. Gradation
T27-93
Base Course
2. Atterberg Limit (LL, PL, PI)
T89-93, T90-92
Crushed
3. Fractured face
BS 8-12
Aggregate Base 4. Laboratory Compaction
T180-93
Course
5. Field Density
T191-93
6. CBR
7. Spot weakness
8. Quality Test
310 AC Surfacing
A. Bituminous Materials
Course (WC,
B. Fine Aggregates
BC)
C. Coarse Aggregates
D. Mineral Filler
E. Hot Mix
1. Extraction (Bitumen
Content & Graduation)
2. Stability Test
3. Grading Test
4. Laboratory Compaction
F. Compacted Pavement
1. Core sampling &
Density, Bitumen Content For every 100 linear meter or one (1) but not more
Lab.Tests
& Thickness
than three(3) samples shall be taken for each
full days operation
311 Portland Cement A. Cement
M85
For every 2,000 bags or fraction thereof
Concrete
B. Fine Aggregates
Quality Test (set)
For every 1,500 cu.m. or fraction thereof
Pavement
1. Grading Test
T27-93
For every 75 cu.m. or fraction thereof
2. Quality Test
M6
For every 1,500 cu.m. or fraction thereof
C. Coarse Aggregates
1. Grading Test
T27 - 93
For every 75 cu.m. or fraction thereof
2. Quality Test
M80
For every 1,500 cu.m. or fraction thereof
D. Concrete
1. Slump Test
Per batch
2. Temperature
Per batch
3. Flexural Strength
Per 330 sq.m. of pavement, 230 mm
(on 1 set of 3 beam
depth or fraction thereof placed each day
samples)
or 75 cu.m. of conc.
E. Completed Pavement
1. Thickness
Core sampling
Five (5) holes per km. per lane
404 Reinforcing
Quality Test for Bending,
For every 10 ton or
Per size of bars
Steel
Tension and Chemical
10,000 kgs or
Analysis
fraction thereof
Note: Principal tests only
For small quantities of cement, steel bars and other materials not intended to be used in
critical structures, simplified tests conducted by available test facilities in the region and
district shall be allowed as basis of acceptance and payment of these materials in accordance
with Memorandum Circular 138-A dated 1st September 1980. The term small quantity
means ten (10) percent or less of the maximum quantity that can be covered by one test in the
above table. For example, ten (10%) of 2,000 bags is 200 bags or less.
In order to ensure proper and effective materials control in the implementation of
7 - 16
maintenance projects, all construction materials for regular maintenance projects shall be
subjected to the revised Schedule of Minimum Testing Requirements in the Standard
Specifications regardless of quantity. In no case should the materials be allowed to be
incorporated in the works without prior tests in accordance with DO No.63, Series of 1994.
Category II:
Manufactured,
Processed or
Natural Products
Categories of Materials
Requirements
1. Imported Materials
- Bureau of Customs Certificate of Importation
- Mill Test Certificate and Shop Inspection
Certificate/Report
- Certificate of Inspection at point of delivery by DPWH
representative/s
2. Locally Prefabricated Material
- Mill Test Certificate and Shop Inspection
Certificate/Report
- Sampling of materials at the factory by DPWH
representative/s
- Certificate of Inspection at point of delivery by DPWH
representative/s
- Must have a representative sample each for testing
1. Acceptance Test
2. Retest or Referee Test, if the 1st test failed
3. Pretesting
- Applicable to materials manufactured in bulk such as
cement, asphalt, steel bars, etc.
- Pre-tests shall be undertaken by the DPWH laboratories
in principle
- Sampling shall be attended by the DPWH
representatives (ME/Laboratory Technician)
4. Testing shall be attended by the DPWH representatives
(ME/Laboratory Technician)
Representative
Materials
Structural Steel,
Metal Culvert
Pipe,
Accessories,
etc.
Cement,
Asphalt, Steel
Bars, Concrete
Mix, Aggregate
Note: Refer to Memorandum Circular (MC) No.73, Series of 1973 and Part I of Standard Specification of DPWH
as to details.
7 - 17
Lack or insufficient fine components (Note: This often happens at the quarry stationed
at up-stream of river. Insufficient fine material may cause Flexural Strength failure for
PCCP even though it satisfies compression strength)
Utilize clean water in cleaning aggregates. Proper disposal of used water is necessary
to avoid polluting the environment.
The grain size, its distribution and specific characteristics of aggregate differ depending
on their incorporation to products such as subbase course, base course, asphalt concrete,
Portland cement concrete and structural concrete as shown in Table 7.8. Generally, the
Contractor mobilizes only one set of crushing plant and produces the required products
arranging a combination of vibrations screens and blending of different size of screened
materials. Therefore, the operation of the crushing plant should be carefully planned in line
with the construction schedule.
7 - 18
Table 7.7
Max.Size
Asphalt Concrete
PC Concrete
Wearing
Binder
PCCP
Class A
Class A* Class A**
t=50mm t=50mm - Grading C
(Reinf.
(Slab)
(RCPC)
60mm
Concrete)
Grading A
1 1/2"
2"
Class A
3/4"
Class A
3/4"
LA
=<50%
=<45%
=<40%
=<40%
CBR
>=25%
>=80%
PI
<12
<6
0
0
Note: Refer to Technical Specifications as to details.
1 1/2"
1"
3/4"
(1/2")
2"
=<40%
0
#16
#50
#4
#8
3/8" 1/2"
1"
Grading B
2"
#200
#16
#50
#8
Grading A
#4
3/8" 1/2"
1"
2"
100.0
100.0
100.0
90.0
90.0
90.0
90.0
80.0
80.0
80.0
80.0
70.0
70.0
60.0
60.0
50.0
50.0
40.0
40.0
100.0
70.0
70.0
60.0
60.0
50.0
50.0
40.0
40.0
50.0
100.0
20.0
5.0
10.0
2.0
1.0
0.5
0.1
0.2
0.05
0.01
0.02
0.005
50.0
100.0
10.0
0.2
0.1
0.05
0.02
0.005
0.002
0.001
10.0
0.002
10.0
20.0
10.0
5.0
10.0
2.0
30.0
20.0
1.0
30.0
20.0
0.5
30.0
20.0
0.01
30.0
20.0
0.001
#200
2"
Aggregate
Subbase
Class B
Unreinf.
Concrete
Grading D
US Standard Sieve No.
#16
#50
#8
3/8" 1/2"
1"
Fine Aggregate
Grading B
#4
2"
#200
#16
#50
#8
#4
3/8" 1/2"
1"
2"
100.0
100.0
100.0
90.0
90.0
90.0
90.0
80.0
80.0
80.0
80.0
70.0
70.0
60.0
60.0
50.0
50.0
40.0
40.0
100.0
70.0
70.0
60.0
60.0
50.0
50.0
40.0
40.0
50.0
100.0
20.0
10.0
5.0
2.0
1.0
0.5
0.2
0.1
0.05
0.02
0.01
0.005
0.001
0.002
100.0
50.0
20.0
10.0
5.0
2.0
1.0
0.5
10.0
0.2
10.0
0.1
10.0
0.05
10.0
0.02
30.0
20.0
0.01
30.0
20.0
0.005
30.0
20.0
0.002
30.0
20.0
0.001
#200
Grading C
Grading E
7 - 19
Table 7.8
Process
Type
Types of Crushers
Photograph
Product
Jaw Crusher
(Primary)
Jaw Crusher
(Secondary)
Rodmill
SCHEMATIC DIAGRAM
7 - 20
Vibration Screens
Joe Crusher
(Primary)
Cone Crusher
(Secondary)
River Quarry
Crushing Plant
Figure 7.8
7 - 21
The Contractor
The Consultant/Engineer
c.c.
Submission of
Concrete Pouring
Permit
Original
Noted by
PMO/DPWH (PM/PE)
at Site
RE
Approval of Concrete
Pouring Permit
File
Informing reasons
Disapproved
Original
File
File
Approved
Original
Submission of
Pouring Permit
Project Engineer
File
File
Disapproved
Approved
with
Condition
Approved
7 - 22
Estimated Volume
m3
Station Limits/Section
Date of Pouring
Time of Pouring
Requested by:
Contractor:
(Name & Signature)
CHECKLIST
Concrete Vibrator
Beam/Cylinder Molds
Warning Signs/Barricades/Flagmen
Curing materials
Concrete Saw
Slump Cone
Plumbness
Quality of Materials Used (Result of Design/Trial
Mix, Test Reports, etc.)
Falsework/formworks adequacy
Checked by:
Materials Engineer
(Name and Signature)
Date
REMARKS/
RECOMMENDATIONS
Project Inspector
(Name and Signature)
Date
REMARKS/
RECOMMENDATIONS
Request: [ ] Approved
[ ] Disapproved
REMARKS/CONDITION /
RECOMMENDATIONS
Approved by*:
Noted by*:
Project Engineer
Resident Engineer
(The Engineer)
Figure 7.10
7 - 23
All materials are covered by adequate quality control and acceptance tests, and the
frequency of sampling and testing is in accordance with the requirements of the
Specifications;
The project has been assessed by the Buareau of Quality and Safety.
Compare the test results with those conducted by an independent Third Party for
calibration.
Figure 7.11
The ME shall verify and certify the Contractors quality control report as back up data
for monthly billings. The ME shall prepare and submit Monthly Quality Control Report on
field tests performed on construction materials used in the project in accordance with DO
No.55, Series of 1989.
In order to ensure uniformity, the standard form prescribed under Memorandum dated 28
October 2004 regarding Revised Format for Monthly Materials Control Report, shall be used.
7 - 24
Design Mix
and Trial Mix
Material Test
Figure 7.12
(1)
Trial Paving
Approval of
Design Mix and
Methodology
Start
Paving
Note: The modulus of rupture (Flexural strength, AASHTO T97) shall be given preference over other tests and
must be satisfied at all times.
The Design Mix shall be verified through trial mix, sampling and testing. The following
photographs show a typical trial mix operation for PCC.
Trial Mix
Preparation
Weighing
Materials
Figure 7.13
Mixing Materials
Sampling &
Slump Test
Flexural Strength
Test of Concrete
7 - 25
(2)
Trial Construction
At least 30 days before the start of paving operations, the
Contractor shall
construct a test section using the trial mix design. This test pavement will allow the
Engineer to evaluate the strength of PCCP, methods of construction, and surface
conditions of the test pavement.
Prior to commencement of PCC production, the Contractor shall carry out a
complete and comprehensive calibration of the plant in accordance with the
manufacturer's recommended practice.
Concrete may be mixed at a central plant, including purchase of concrete mix
products produced by nearby concrete mixing plant, a drum mixer at site and/or a truck
mixer conforming to the requirements of AASHTO M157. The central-mixed concrete
shall be hauled to site by truck agitators or other appropriate trucks. The trial
construction should be conducted for the concrete production mixed at the central plant
and the truck mixer. It might be omitted for the mix by drum mixer.
The PCC pavement test section shall be at least 9.0 m long (2 slabs). It shall be
located either on an outside area or on actual construction lane site. The equipment,
materials and techniques used to construct the test section shall be that which will be
used to construct the main pavement. The Contractor must demonstrate the ability to
achieve a smooth, hard, uniform surface free of excessive tears, ridges, spall and loose
material.
The following photographs show a typical trial construction operation for PCC
Pavement.
Figure 7.14
Dowel Bar
Setting by SemiManual Dowel
Finishing,
Grooving &
Curing Compound
Dowel Bar
Position Check &
Coring
If the 1st trial is unsatisfactory, the Contractor should conduct the 2nd trial. When
the Engineer is satisfied of the test results and the trial construction, he will approve the
design mix. Once a design mix is approved, the Contractor shall not modify proportions
7 - 26
Job-Mix Formula
In compliance to Section 307.2.1 of Standard Specifications, the Contractor shall
design and submit a Job-Mix Formula for each Hot Mix Asphalt (HMA) for approval of
the Engineer. The bituminous mixture shall be based on the approved materials of
aggregate, mineral filler, hydrated lime, and bitumen that meet the applicable material
requirements and the appropriate design parameters indicated in Section 307.2.1 of
Standard Specifications (or its Special Provisions) and are capable of being placed and
compacted as specified.
Each job-mix submitted shall propose definite single values for:
(2)
1)
2)
3)
4)
5)
Marshall specimens shall be obtained from each of the binder and wearing course
materials supplied for trial construction. The Marshall specimens shall be formed and
compacted in moulds in accordance with the procedure specified in ASTM D 1559;
2)
The loss in Marshall Stability for submerged specimens in water at 60C for 24 hours
shall not be more than 25 percent of the stability of the design-mix;
3)
To determine the Marshall Specimen Density from each set of six (6) specimens, the
highest and lowest densities shall be discarded and the Marshall Specimen Density
shall then be the mean density of the remaining four specimens; and
4)
Six (6) specimens per set of the trial binder and wearing course shall be made and
tested in accordance with ASTM D 1188 or ASTM D 2726.
The Marshall Method is very popular because of its relative simplicity, economical
equipment and proven record. The Marshall Method has been proven to produce quality
Hot Mix Asphalt (HMA) from which long-lasting pavements can be constructed. The
Marshall mix design method consists of three basic steps:
7 - 27
1)
2)
3)
Optimum asphalt binder content determination. In the Marshall method, this step can
be broken up into 5 sub-steps:
*
Prepare a series of initial samples, each at different asphalt binder content. For
instance, two to three samples be made up of 4.5, 5.0, 5.5, 6.0 and 6.5% asphalt
content by dry weight. There should be at least two samples above and two below
the estimated optimum asphalt content;
Test the samples in the Marshall testing machine for stability and flow. Passing
values of stability and flow depend upon the mix class being evaluated;
Determine the density and other volumetric properties of the samples; and
Select the optimum asphalt binder content. The asphalt binder content
corresponding to 4 percent air voids is selected as long as this binder content
passes stability and flow requirements.
Marshall Hammer
Figure 7.15
7 - 28
Marshall Stability
and Flow Device
Density of
Specimen
Plot in
Graph
Select Asphalt
Content to
meet All
Criteria
Figure 7.16
(4)
Trial Construction
At least 30 days before the start of paving operations, the Contractor shall construct
a test section using the trial mix design. This test pavement will allow the Engineer to
evaluate the strength of the HMA material, methods of construction, and surface
conditions of the test pavement.
The test section shall be at least 50 m long. It shall be located either on an actual
construction lane site or an outside area. The equipment, materials and techniques used
for the trial construction should be the same as those for the actual pavement
construction. The Contractor must demonstrate the ability to achieve a smooth, hard,
uniform surface free of excessive tears, ridges, ruts and loose material.
During construction of the test section, the Contractor will establish an optimum
rolling pattern and procedure for obtaining a density of not less than 98% of the
maximum wet density. Cores shall be taken for testing.
When the Engineer is satisfied of the test results and the trial construction, he will
approve the design-mix.
modify proportions of the various materials without the prior approval of the Engineer
and without carrying the necessary Marshall tests.
7 - 29
7.7.3 Design Mix and Trial Construction for Other Major Work Items
(1)
Structural Concrete
The Contractor shall prepare Design-Mix for each structural concrete used for
bridges, box culverts, RCPC and other concrete structures required for road construction
and maintenance by applying the same methods and procedures explained in the above
PCC Pavement.
Five classes of concrete are provided for structural concrete, namely: A, B, C, P and
Seal, in the Standard Specifications. The classes of concrete will generally be used as
follows:
Table 7.9
Class A:
Classes of Concrete
All superstructures and heavily reinforced substructures. The important parts of the
structure included are slabs, beams, girders, columns, arch ribs, box culverts,
reinforced abutments, retaining walls, and reinforced footings.
Class B:
Footings, pedestals, massive pier shafts, pipe bedding, and gravity walls,
unreinforced or with only a small amount of reinforcement.
Class C:
Thin reinforced sections, railings, Precast R.C. piles and cribbing and for filler in
steel grid floors.
Class P:
Seal:
Gradation of coarse aggregate for these structural concrete shall conform to the
following table (Table 405.1 in the Standard Specifications).
Table 7.10
Sieve Designation
Standard
Alternate
Mm
US
Standard
63
2-1/2
50
2
37.5
1-1/2
25
1
19.0
12.5
9.5
3/8
4.75
No.4
100
95 100
35 70
10 30
0-5
100
90 100
40 70
0 15*
100
95 100
20 55
0 10*
Class
Seal
100
95 100
25 60
0 10*
The strength requirements for each class of concrete shall be as specified in the
following table (Table 405.2 in the Standard Specifications).
7 - 30
Table 7.11
Table 7.12
Class of
Concrete
Minimum Cement
Maximum
Content
Water/Cement
Ratio
3
kg/kg
Kg/m (bag**)
360
0.53
(9 bags)
B
320
380
440
380
(9.5 bags)
(2)
Std. mm
50 100
37.5 4.75
20.7
(2 4)
(1-1/2 No. 4)
(3000)
50 4.75
16.5
(2 No. 4)
(2400)
0.55
50 100
12.5 4.75
20.7
(2 4)
(1/2 No. 4)
(3000)
0.49
100 max.
19.0 4.75
37.7
(4 max.)
(3/4 No. 4)
(5000)
100 200
25 - 4.75
20.7
(4 - 8)
(1 N o. 4)
(3000)
(11 bags)
Seal
mm (inch)
Minimum Compressive
Strength (150x300m
Cylinder) at 28 days
MN/m2 (psi)
(2 4)
(9.5 bags)
P
Designated Size of
Coarse Aggregate
50 100
0.58
(8 bags)
C
Consistency
Range in Slump
0.58
Trial Construction
Trial construction shall be conducted for other work items, including subbase, base,
prime coat, tack coat, foundation piling, to check suitability of materials, efficiency of
equipment, valuation on the construction methods proposed by contractors and
workmanship. Quality tests required in the Specifications shall be conducted during or
after the trial construction.
If a trial construction shows that the proposed materials, equipment or procedures in
the Engineers opinion are not appropriate, he should inform the Contractor of his
disapproval. The material shall be removed by the Contractor at his own expense. The
Contractor shall identify causes if such trial construction failed to pass the quality and
workmanship required in the Specifications. The Contractor shall propose a new trial
7 - 31
construction with revised methods or with appropriate measures. New trial construction
shall be conducted in accordance with the instruction of the Engineer.
If the basic conditions regarding the type or source of material or procedures change
during the execution of the work, new trial construction should be conducted.
7 - 32
Figure 7.17
Removal
After Crush
Crushing
Before Crush
Figure 7.18
7 - 33
Table 7.13
Item
Fresh Concrete
Equipment
Standard Productivity
Joint Structures
Curing Period
AC T=5cm
Construction Aggregate
Cost Base
PCCP
RCCP
(Portland Cement Concrete
(Roller-compacted Cement
Pavement)
Concrete Pavement)
2.5 cm 1.0 cm
Zero Slump
More Cement
Less Cement
Slip-form Paver (or Fixed
Dump Truck, Ashphalt
form), Transit Mixer,
Finisher, Vibration Roller, Tyre
Concrete Vibrator, Screeder
Roller
20 to 30 m per hour
30 to 50 m per hour
Dowel bars, expansion joints
None
Roller Compacted Concrete RCC T=25cm
Roller
RCC T=25cm
and
soCompacted
on areConcrete
required.
14 days at least
2 to 3 days
SCB T=10cm
Soil Cement Base
Base
higher Aggregate
lower
T=25cm
Aggregate Base
T=20cm
T=20cm
Combination of Equipment
Dump Truck
Asphalt Finisher
Vibration Roller
Tyre Roller
Photo: Maeda/Japan
Photo: Maeda Road/Japan
Combination
Figure 7.19 of Construction
EquipmentEquipment
for RCCP for RCCP
AC T=5cm
Aggregate Base
T=25cm
Aggregate Base
T=20cm
SCB T=10cm
Aggregate Base
T=20cm
Structures
of RCCPof RCCP
Figure 7.20 Typical
Typical
Composition
Vibration Roller
Asphalt Finisher
and regulations associated
with nuclear safety. It can be used Tyre
as aRoller
construction
aidMaeda
to monitor
Photo:
Road/Japan
Photo: Maeda/Japan
7 - 34
it does not require special handling for shipping or regulatory compliance for
hazardous materials materials
it is accurate and repeatable with results that mirror known testing methods
The EDG measures the electrical dielectric properties and moisture levels of compacted
soil using high, radio frequency traveling between darts driven into the soil being tested. The
darts depth of penetration positively determines the depth of measurement. Darts are
available in 4, 6, 8 and 12 lengths. In addition, the darts have been designed with a taper,
which ensures a continual positive contact with the soil for accurate measurements.
Source: HUMBOLDT
7 - 35
Chapter 8
Field Inspections
Assure that the project has been implemented in conformity with the plans and
specifications which shall provide as a basis for acceptance of the project and
reimbursement of project costs with public expenditures;
2)
3)
Assess the DPWHs capabilities and effectiveness in managing and controlling the
projects with respect to:
*
Performance
4)
5)
6)
Field inspection and control shall be based on Volume II of the DPWH Standard
Specifications for Highways, Bridges and Airports, Vol. II 2013 Edition, its special provisions
provided by project category/type and approved rawings (plans). The Standard Specifications
is comprised of nine (9) parts; Parts A to H provides specifications for certain item of work;
and Part I for materials details.
Part A: Facilities for the Engineer
Part B: Other General Requirements
Part C: Earthworks
Part D: Subbase and Base Courses
Part E:
Surface Courses
Part F:
Bridge Construction
Materials Details
8-1
The quality of construction relies on field inspections and this is achieved thru a
cooperative and coordinative effort of those involved in the implementation.
Various instructions are given to the Contractor for correct implementation or remedy of
works through daily field inspection. Such instructions should be officially done in writing
and properly filed. If verbal instructions are given at the site, these should be confirmed in
writing as soon as possible. The instructions should be clear, concise and conforming with the
particular provisions of the contract and specifications. Whenever a dispute or conflict arises,
the issued instructions shall be referred to.
8-2
: _____________________________________________
: ____________________________________________
: _____________________________________________
To
: ________________________________________
Project Engineer (Contractor)
: ________________________________________
Project Engineer (DPWH)
From
_______________________
Project Engineeer (DPWH)
Noted:
_______________________________________
Chief, _____________Division/Section
Received by:
_______________________________
Project Engineer (Contractor)
Figure 8.1
Site Instruction
8-3
PROGRESS INSPECTION
The Inspector focuses on the progress accomplishment to be paid for and should
take actual measurement and direct counting of work accomplished per work item. Only
quantities that conformed to the criteria for acceptance shall be reported.
Shown in Table 8.2 are some of the criteria for acceptance of a particular work item.
Table 8.1
Description
Criteria
Thickness,
Course(Hot-laid)
Density
Compaction
Thickness,
Concrete Pavement
Flexural Strength ,
Condition
of
the
weakened
plane/
ASSESMENT INSPECTION
The Inspector conducting this category of inspection will make use of anyone or
combination of the applicable checking processes, physical and mechanical tests such as
test pitting, core boring, field density testing and laboratory procedures etc. to: (1)
Discover hidden defects or potential cause that will endanger the safety and/or service
life of the project; (2) Recover cost of money arising from deficiencies, miscalculations,
contract obligation, e.g. deficiencies in the average thickness and compressive strength of
PCCP, over-valuation of contract quantities, liquidated damages, etc.
III.
INVESTIGATIVE INSPECTION
The Inspector conducting this category of inspection will make use of any or a
combination of the applicable checking processes, physical and mechanical tests such as
test pitting, core boring, field density testing and laboratory procedures etc. to determine
the following:
a)
8-4
b)
The implication of findings and observation to the quality, worthiness, cost and
service life of the road
c)
IV.
ENGINEERING INSPECTION
The Inspector conducting this category of inspection will make use of anyone or
combination of the applicable checking processes, physical and mechanical tests such as
test pitting, core boring, field density testing and laboratory procedures etc. in
conjunction with the modern testing devices such as Nuclear Testing, Distance Meter,
DCP, etc to collect data to support further studies and speedy solutions to problems in
road construction and quality management.
V.
WORKMANSHIP INSPECTION
Quality products are attained as a result of good workmanship. Good workmanship
is a result of experience, skill, art and techniques of workers, plant and equipment
operators and supervisors incorporated in the process or procedures of production. The
in-situ and laboratory tests are for confirmation of the product quality while
workmanship is for work process and product control during production or
manufacturing. The workmanship inspection is most important daily duty of the
supervision engineers and inspectors. The workmanship inspection is conducted by both
visual observation and measurement.
Quality products are attained as a result of the Contractors appropriate quality
control and good workmanship. Either the tests or inspection by the Engineer does not
relieve the Contractors quality assurance obligations. The Contractor is obligated to
comply with the contract and specifications irrespective of the presence of the Inspectors.
The in-situ and laboratory tests reflect representative quality. As sampling could not
be taken from all sections or portions, the Engineer should inspect workmanship to
ensure that the standardized and consistent operations are carried out for production. The
inspection staff should provide immediate instruction and guidance if any trouble or
problems like rain, high concrete temperature, breakdown of equipment/tools, etc.
happen or he found any wrong practice or substandard materials.
It should be noted that Engineer and his staff are not only representatives of the
DPWH but also representatives of the public to witness the Contractors activities.
Easy compromise and acceptance on poor quality product are not allowed.
8-5
Item
Quality Control
Part
A
B
Field Inspection
Workmanship
Alignment / Dimensions
Quantity Measurement
Mobilization
B.2
Safety / Environment
B.3
Maintenance
B.4
Materials
B.5
As-staked survey
Surface Courses
Bridge Construction
H
K
Equipment
Crusher Plant, Concrete
Batching Plant, Trucks,
Slipform Paver
Tool
Earthwork
Manpower
Item
Work Description
301
302
303
310
Note:
B.1
G
Work Progress
Work Category
311
Figure 8.2
The road works of the DPWH is categorized to Parts A K (see Fig. 8.2) The pavement
works is classified into new construction, upgrading/improvement/rehabilitation and
preventive (periodic) maintenance (Fig. 8.3) Field inspection plan should be established
according to work category and pavement type taking each characteristic into account.
Upgrading / Improvement
Rehabilitation
New Construction
Preventive Maintenance
(Periodic)
Re-construction / Widening
Existing Pavement
Existing Pavement
Rigid Pavement
(Concrete
Pavement)
Rigid
Pavement
(Concrete
Pavement)
Flexible
Pavement
(Asphalt
Concrete
Pavement)
Rigid
Pavement
(Concrete
Pavement)
Figure 8.3
8-6
Flexible Pavement
(Asphalt Concrete
Pavement)
Flexible
Pavement
(Asphalt
Concrete
Pavement)
Rigid
Pavement
(Concrete
Pavement)
Flexible
Pavement
(Asphalt
Concrete
Pavement)
Rigid Pavement
(Concrete
Pavement)
Rigid
Pavement
(Concrete
Pavement)
Flexible
Pavement
(Asphalt
Concrete
Pavement)
Flexible Pavement
(Asphalt Concrete
Pavement)
Flexible Pavement
(Asphalt Concrete
Pavement)
Removal of Damaged
PCCP
LEGEND
Activity of Contractor
Common Excavation / or
Unclassified Excavation
Joint Activity
NOT OK
Activity of the Engineer/the PE
I/R:
Inspection Request
OK
Subgrade Preparation
Works
NOT OK
NOT OK
Formation Check
(Width, Elevation and
Superelevation ,etc.)
OK
Inspection Request
(Level Book)
I/R
OK
Field Density
NOT OK
OK
Proof Rolling
Inappropriate
Workmanship
Identify
Reasons/Cause
s (Jointly)
For Medium /
Large Areas/Length
NOT OK
NOT OK
Work Order
by the Engineer
(Location, Width,
Depth)
Unsuitable Material
Excavation / Subgrade
Improvement
OK
(Approval of
Subgrade
Preparation)
IR
NOT OK
OK
(Approval of
Subgrade Preparation)
Figure 8.4
8-7
8-8
Work Approval
Scope of Works
Materials Requirement
Remarks/Comments.
Existing Surface
Figure 8.5
8-9
c.c.
Submission of Notice to
Work / Inspection
Request
PMO (PM/PE)
at Site Office
RE
Approval of Notice to
Work / Inspection
Request
Original
File
Informing
Reasons
Disapproved
Approved with
Condition*
Approved
c.c.
Informing Condition
Informing the PI / ME in charge for inspection
Note: * The Contractor shall not be allowed the works
if the conditions not fulfilled.
Informing the PI / ME in charge for inspection
Inspection /
Quality Tests
File
Approval of Works
Informing with Reasons
Figure 8.6
8 - 10
Disapproved
File
Noted by
PMO (PM/PE)
Approved
________________________________ PROJECT
WORK / INSPECTION REQUEST
DATE
NO.
CONTRACTOR
STATION LIMITS
:
: Sta.1+053.00 - Sta.1+138.00
left side
(LOCATION)
:
:
ITEM NO. :
QUANTITY :
2-Feb-07
105(1)
260 m2
FOREMAN IN CHARGE:
EQUIPMENT TO BE USED:
Motor Grader: 1 Unit
Vibration Roller: 1 Unit
MAJOR MATERIALS TO BE USED:
3-Feb-07 /
9.00 A.M.
REQUESTED BY:
PROJECT MANAGER
(Contractor)
APPROVED
NOT APPROVED
DATE:
BY:
ENGINEER / INSPECTOR
TO BE ASSIGNED:
RESIDENT ENGINEER
(The Engineer)
APPROVAL OF WORKS
CHECKED LINES & GRADES:
RECOMMENDATIONS:
RECOMMENDED
FOR APPROVAL BY:
APPROVED BY:
RESIDENT ENGINEER
(The Engineer)
(The Engineer)
NOTED BY:
PROJECT ENGINEER
(
)
Figure 8.7
8 - 11
2.
3.
4.
5.
6.
7.
8.
9.
9-1
Project undertaken by
Central Office and PMO
Composition*
Quality Assurance Unit (QAU) Member
Non-QAU Member
Regional Office
Construction Division
Maintenance Division
Implementing Unit
QualityAssurance Division
Implementing Unit
Construction Section
Maintenance Section
Quality AssuranceSection
Implementing Unit
The Inspectorate Team shall prepare and submit to the Implementing Office the Final
Inspection for Completion Report containing its findings and corresponding recommendations,
and the duration of rectification works. The Implementing Office shall notify and require the
Contractor, at his own expense, to do the rectification works within the prescribed duration
from the date of notification.
9-2
The figure below illustrates activities undertaken specifically during completion stage.
Certificate of
Completion
Construction Period
Substantial Completion
(95% of the Contract Amount)
Joint Preliminary
Inspection of I.O.
& Contractors
Rep.
Remedial Work by
Contractor
Maintenance by
Contractor
(365 days)
Remedial Work by
Contractor
Certificate of
Completion
Construction Period
Substantial Completion
(95% of the Contract Amount)
Joint Preliminary
Inspection of QAUR.O. &
Contractors Rep.
Inspection by 4 - Division
Chiefs + 1 Implementing Unit
Representative
Remedial Work by
Contractor
Maintenance by
Contractor
(365 days)
Remedial Work by
Contractor
Certificate of
Completion
Construction Period
Substantial Completion
(95% of the Contract Amount)
Joint Preliminary
Inspection of DEO
rep. &
Contractors Rep.
Figure 9.1
Inspection by 4 - Section
Chiefs + 1 Implementing Unit
Representative
Remedial Work by
Contractor
Maintenance by
Contractor
(365 days)
Remedial Work by
Contractor
9-3
All defects/deficiencies (as per Inspectorate Teams Final Inspection for Completion
Report) have been rectified by the Contractor to the satisfaction of the Engineer;
2)
The Implementing Office shall take over the project within seven (7) days from the date
of issuance of Certificate of Completion.
9-4
Contract Period
Warranty Period
Defects Liability Period
Construction Period
Maintenance
by Contractor
Commencement
of Works
Certificate of
Certificate of
Acceptance
Completion
INSPECTORATE TEAM
Documentation
(Check & Evaluation)
Ocular
- Checking compliance of
materials quality and
quantity per approved plans
and specifications
- Checking workmanship
- Verification per As-built Plan
BRS
QAU
BOC
QAU
MQCH
Div.
MQCH
Sec.
Const.
Div.
Const.
Sec.
BOM
QAU
Imp.
Office
Planning Maint.
Des. Div. Div.
Planning Maint.
Sec.
Sec.
Imp.
Unit
Imp.
Unit
Actual Inspection
Institution of Corrective
Measures on Defects and
Deficiencies
- Approved Contracts
- Approved Plans and Specifications
- Approved Change Orders, variation Orders,
Extra Work Orders and Supplemental
Agreements
- Approved Final Statement of Work
Accomplished
- Inspection Reports (Punch List of defects
/ deficiencies)
- Quality Control and Materials Reports
- Approved As-built Plan
Issuance of Certificate
of Project Completion
BOD
QAU
Issuance of Certificate
of Acceptance
Figure 9.2
9-5
9-6
Table 9.2
Step
1
9-7
10 - 1
Acceptance.
The certificate shall be issued if:
1)
All defects/deficiencies (as per Inspectorate Teams Final Inspection for Acceptance
Report) have been rectified by the Contractor to the satisfaction of the Engineer;
2)
Certificate of
Completion
Completion
Release of
Warranty
Request of Acceptance
I.O. representative
Joint Pre-Inspection
With the Contractor
Remedial Work by
Contractor
Figure 10.1
Remedial Work by
Contractor
10 - 2
Table 10.1
Form of Warranty
1. Cash Deposit, Cash Bond or Letter of
Warranty Security
Minimum Amount in Percent of Total
Contract Price
Five (5) Percent
Credit
2. Bank Guarantee
3. Surety Bond
10 - 3
Chapter 11
Maintenance after
Final Acceptance
Necessity of Maintenance
Sustainability of the road facilities after development, upgrading or rehabilitation is
the most important issue. New or rehabilitated roads will deteriorate through vehicle
loading, weathering and aging. Maintenance reduces the rate of pavement deterioration,
lowers vehicle operational costs, saves time and cost, and provides continuous service for
road users and communities. On the other hand, as overloaded vehicles will shorten
pavement life significantly, its strategic and systematic control should be established and
sustained.
Road maintenance is defined as a process that optimizes overall performance of the
roadway over time. Maintenance should be supported by a system of information (data),
planning, budgeting, organization/staff and thorough practices with sound techniques.
(2)
Cost
(Finance)
Quality
Project
Management Assurance
Safety
& EMP
Figure 11.1
Asset Management
11 - 1
(3)
Classification of Maintenance
Road maintenance consists of routine maintenance, preventive (periodic)
maintenance and emergency works. Routine maintenance is an activity that should be
undertaken every year. It is mostly a labor intensive work compared with the preventive
maintenance that is equipment based. The design period for new or upgrading projects is
10 years for AC pavement and 20 years for PCC pavement. The first preventive
maintenance is required within 10 years after the opening of the road. In principle, since
the design life of preventive (periodic) maintenance is 5-10 years, it should be repeated
every 4-9 years depending on the level of traffic and road condition.
The main goals of preventive/periodic and routine maintenance are as follows:
Table 11.1
Category
Unpaved Roads
Paved Roads
Periodic/
* Control of roughness
Preventive
Maintenance
re-gravelling)
Routine
Maintenance
periodic maintenance
* Control of road side conditions
through:
-
through:
Vegetation control
Vegetation control
shoulders
Emergency
Repair
shoulders
Source: Road & Bridge Routine Maintenance Procedures and Planning Manual, DPWH
11 - 2
Classification
Road surface
(AC pavement)
Road surface
Roadway
(PCCP)
Shoulders and
approaches
Drainage
Culverts
Roadside
Drains
Embankments
Roadside
Cut slopes
Superstructure
Bridges
Traffic
control
device
Safety
devise
Preventive
(periodic)
Maintenance
Routine Maintenance
Crack sealing
Patching
Crack sealing
Emergency Maintenance
Overlay, partial
reconstruction
Overlay, partial
reconstruction
Material addition
and/or sealing
Capacity increase
Cleaning debris
Vegetation control
Spot failure repair
Cleaning/Desilting
Foundation
Slope
stabilization
Slope
stabilization
Repainting (steel)
Scouring
protection work
Approach slab
construction
Cleaning debris
Slope failure/settlement
Slope failure repair
(grouted riprap, rock net)
Joint repair
Scouring protection / repair
Others
Informatoryand
regulatory
signs,
markings, etc.
Repair
Repainting of
markings,
addition
Replacement of
damaged/broken signs, etc.
Guard rails,
barriers, etc.
Repair
Repair and
addition
Replacement of
damaged/broken guard
rails, signs, barriers, etc.
Crack Sealing
Figure 11.2
Patching Work
Patching
11 - 3
C o n tra c t
M anagem ent
S y s te m
(C M S )
TARAS
R T IA
Ongoing
T ra
ffic
Works
C o n tra c t
M anagem ent
R oad
S a fe ty
P ro je c t
R o ad
C o n d itio n
A cOngoing
c id e n t
Works
O n -g o in g
W o rk s
W o rk
P ro g ra m
R B IA
P ro c u re m e n t
C ost
E s tim a tio n
B rid g e
D a ta
R o a d N e tw o rk
In v e n to ry &
C o n d itio n
W o rk
P ro g ra m
M u lti-Y e a r
P ro g ra m m in g &
S c h e d u lin g
(M Y P S )
P ro g ra m
R e v ie w
M u ltiY ear
A n a l y s is
G e n e ra tio n
BMS
PM S
RMMS
R o u tin e M a in te n a n c e
N eeds
M u lti-Y e a r P ro g ra m
Source: PS/DPWH
Figure 11.3
The road and bridge condition collected by the DEO under the supervision of the
RO are stored by Planning Service in the Road and Bridge Information Application
(RBIA) as network level road and bridge base data. The purpose of RBIA is to make
comprehensive, appropriately accurate and up-to-date road and bridge information
available throughout the country. The information that is compiled within the RBIA is
only suitable for purposes of network level planning. It cannot be used for project level
design work.
The pavement management comprise of activities starting from planning and
programming, design, construction and maintenance of the pavement portion of the road
works program. Pavement Management System (PMS) means tools and procedures that
11 - 4
assist decision makers in finding optimum strategies for planning and maintaining
pavements in a serviceable condition over a given period of time.
(6)
The major components of the RMMS manual are as shown in Table 11.3.
Plan and
Budget Routine AMWP/PB
AWP
Maitenance
Activities
DO, RO
BOM
Schedule
Routine
Maitenance
Works
DO, RO
Evaluate
Perfom/Monitor
Work
Work
Performance of
Routine
Schedule
Performance Routine Maitenance
Maitenance
for MBA &
Activities
Works
MBC
DO (MBA), RO
Contractors
(MBC), BOM
DO, RO
BOM
Source: Road & Bridge Routine Maintenance Procedures and Planning Manual, DPWH
Figure 11.4
The DPWH revised the previous maintenance management system under the ADB 6th Road Sector Loan. The
Road & Bridge Routine Maintenance Procedures and Planning Manual was launched after pilot testing for
refining in ten (10) DEOs.
11 - 5
Table 11.3
1.
2.
3.
4.
(7)
Component
Planning
(Chapter 4)
Scheduling
(Chapter 5)
Monitoring
(Chapter 6)
Evaluation
(Chapter 7)
Content
Development of Annual Work Program, including:
Revision of planning standards
Preparation of annual plans and budgets
Development of short term schedules by activity and location
Monitoring routine maintenance activities, including:
Recording/Reporting (collection of daily activity data for preparing
data/reports for local use and performance report for higher
management
Control of activities
Evaluation of maintenance activities, including:
Analysis of achieved RMMS-level of services, through data acquired by Annual
Visual Inspection (ROCOND) and BMS Type 3 condition inspection, and actual
work quantities for feedback to the planning.
[Length of Road (km.)] X [Factor for Road width ] X [Factor for Surface Type]+
[Length of Bridge (l.m.)] X [Factor of Bridge]
The allocated budget is often insufficient because of a time gap between the data
collection by ROCOND and actual implementation.
11 - 6
11 - 7
1.00
1.15
1.30
1.45
1.60
1.75
1.90
2.05
2.20
2.35
2.50
2.65
2.80
2.95
3.10
3.25
3.40
3.55
3.70
EMK FACTOR
0.80
1.00
1.20
1.40
1.60
1.80
CORRECTION FACTOR
0.50
CONCRETE
>20 cm
0.80
0.80
0.70
0.70
0.60
0.60
0.95
0.85
0.70
0.50
1.20
1.55
1.25
1.00
<100 mm - 200
EXTRA STRENGHT
2.00
2.10
1.55
400
1.10
200
2.50
0.90
0.90
1.65
2.20
2.60
1.500
1.000
600
BITUMINOUS
LOW
10-30mm
MEDUIM
31-60mm
HIGH
61-100mm
1.45
1.00
0.60
0.40
0.85
100
1.90
75
1.40
0.40
0.35
0.50
30
0.90
25
UNPAVED
LOW
<100 mm
MEDUIM
100 mm - 200 mm
HIGH
>200 mm
TYPE/THICKNESS 1
1.00
1.00
1.85
2.30
2.75
2.000
1.90
2.20
150
5.000
3.000
1.10
1.10
1.95
1.20
1.20
1.15
2.20
2.60
10.000
2.50
2.60
400
1.15
2.10
2.50
2.30
2.10
2.40
2.50
300
2.40
200
1.25
1.25
1.68
1.68
1.48
1.33
3.15
1.48
2.75
2.33
2.33
1.93
4.45
1.93
3.65
EMK FACTOR
0.010
0.035
0.100
1.33
2.45
20.000
15.000
2.30
3.50
3.10
1000
2.90
2.80
600
TYPE
CONCRETE
STEEL
TEMPORARY
BAILEYN & TIMBER
BRIDGE FACTOR
(LENGTH OF ROADS IN KMS. X (EMK FACTOR FOR WIDTH) X (EMK FACTOR FOR SURFACE TYPE) + (LENGTH IF BRIDGE IN L.M.) (EMK FACTOR FOR BRIDGES) = TOTAL EMK
WIDTH
5m
7.5m
5.
10m
>7.5
Unpaved
12.5m
>10.0
15m
>12.5
>15m
Paved (Asphalt or Concrete)
7.5m
10m
>7.5
2.5m
>10
15m
>12.5
17.5m
>15
20m
>17.5
22.5m
>20
25.5m
>22.5
27.5m
>25.5
30m
>27.45
35.5m
>30
32.5m
>32.5
37.5m
>35
40m
>37.5
42.5m
>40
45m
>42.5
47.5m
>45
50m
>47.5
>50m
TYPE
Table 11.4
Routine
Maintenance
(AMWP/AWP)
GAA
BOM
Preventive
Maintenance
(AWP)
GAA
MVUC
Rehabilitation/
Reconstruction
of Damaged
National Paved
Roads (AIP)
PS
Figure 11.5
(8)
MVUC
GAA
- The actual use of assigned resources and the actual work quantities
- The quality of the works
MBC
Control activities (checking the reliability of the reports and the compliance of the
completed work with the Specifications).
11 - 8
Table 11.6
Distress Type*
Major Causes
Patching
A.3 Potholes
A.1 Rutting
(corrugation and shoving)
A.4 Surface Failures (deterioAging, weather, improper tack coat between PCC Overlay (after spot failure
ration, delamination, edge break) and AC overlay, construction on wet PCC
repair), Patching
A.5 Wearing Failures (Raveling,
flushing, polishing )
A.6 Cracking:
11 - 9
Table 11.7
Distress Type*
C.1 Shattered Slabs
C.2 Scaling
Major Causes
Subgrade and/or base failure, lack of dowel bars
(load transfer problem), insufficient slab thickness,
foundation settlement, low concrete quality
C.3 Cracking:
C3.1 Corner cracks
C3.2 Diagonal cracks
Raising of slabs
(+ Pumping)
Joint resealing
11 - 10
Gross Weight
16.88 ton
5.1 Ton
(30%)
11.8 Ton
(70%)
Truck can
stand
Gross Weight
20.26 ton
6.1 Ton
Overload:
3.4 Ton
(20%)
20% of
Overload
gives
14.2Ton
2.3 times
of damage
to
pavement
Equation:
VDF =
Axle Load 4.5
8.16 Ton
The
4.5th
power
Vehicle Damage
Factor: 12.3
(about 2.3 Times)
Pavement
cannot stand
Budget
cannot stand
Since the Government cannot afford to re-design and strengthen all national
roads and bridges to withstand overloading, there is only one main remedy - control
overloading and apprehend/punish violators with the full force of the law.
The DPWH has 21 weighbridges strategically located along the national road
network under joint operation by the Philippine National Police (PNP), Land
Transportation Office (LTO) and DPWH. Upgrading of and additional weighbridges
are required while more efficient/effective way of operation supported by
transparency and accountability is of great importance.
11 - 11
Table 11.8
MAXIMUM ALLOWABLE GROSS VEHICLE WEIGHT (GVW) PER RA 8794 (REVISED 2012)
Note: Special Permit to Travel shall be required for vehicles loaded with inseparable/or special cargoes exceeding
the corresponding GVW and vehicles with configuration different from those shown in the above matrix.
11 - 12
Bibliography
1.
2.
DPWH Standard Specifications for Highways, Bridges and Airport, Vol. II 2013 Edition
3.
4.
Philippine Bidding Documents (As Harmonized with Asian Development Bank, Japan
Bank for International Cooperation, and World Bank), Procurement of WORKS, The
Government of the Republic of the Philippines, Second Edition, May 2005
5.
6.
FIDIC Conditions of Contract for Works of Civil Engineering Construction, Fourth edition,
1987; Reprinted 1988 with editorial amendments; Reprinted 1992 with further
amendments
7.
8.
9.
and
Inspection
Guide,
Federal
Highway
13. Road & Bridge Routine Maintenance Procedures and Planning Manual (Vols. I, II and
III), DPWH, April, 2006
14. Road Safety Audit Manual, Road Works Safety Manual, Highway Safety Design
Standards Manual and Highway Safety Design Standards Manual, DPWH, February
2004
15. Revised Procedural Manual for DENR Administrative Order No. 30 Series of 2003
(DAO 03-30)