You are on page 1of 883

~7. ?

f;I'~/t-
"tr, ;.r, ~-;
Republic of the Philippines
DEPARTMENT OF PUBUC WORKS AND HIGHWAYS
CENTRAL OFFICE
Manila

May 11, 2018

DEPARTMENT MEMORANDUM )
)

CIRCULAR NO. __ 2_7__ )


)
Series of 2018<tJ~.{v.lf )

FOR I TO : Undersecretaries
Assistant Secretaries
Service Directors
Bureau Directors
Regional Directors
Heads of UPMOs
District Engineers
This Department

For information and guidance, attached is a copy of PCAB BOARD RESOLUTION NO.
201-2017, re: REVISmNG AND ADJUSTING THE FINANCIAL REQUIREMENTS
FOR LICENSE CATEGORIZATION; SINGLE LARGEST PROJECT COMPLETED; AND
ALLOWABLE RANGES OF CONTRACT COSTS FOR REGISTRATION OF
CONTRACTORS FOR GOVERNMENT PROJECTS."

A copy of said Resolution may also be downloaded from the DPWH website:
http:// dDwhweb. If an office cannot access the DPWH website, a hard copy may be
obtained from the Records Management Division, HRAS, upon request.

For dissemination to all concerned.

B. ELIZA~ YAP, Ph. D., CESO II


Assistan::~~~ for Support Services

End: PCAB Board Resolution No. 201-2017

Cc: Office of the Secretary

12.1.1 EDY/MVSG
D£"••• tHtltttif
l1tAtlU IIi«lI.OlV
F Ii i t. ~ "'IN Ii

PCAS BOARD RESOLUTION N2 201


Series of 2017

REVISITING AND ADJUSTING THE FINANCIAL REQUIREMENTS


FOR LICENSE CATEGORIZATION; SINGLE LARGEST PROJECT COMPLETED; AND
ALLOWABLE RANGES OF CONTRACT COSTS FOR REGISTRATION OF CONTRACTORS
FOR GOVERNMENT PROJECTS

WHEREAS, under Board Resolution No. 167, s. 2003, PCAB adopted the minimum
networth/equity requirement in Contracting Fiscal year (CFY) 2004-2005
which up to present is being applied to contractors;

WHEREAS, after a period of thirteen years, the Board believes that the current
networth/equity for license categories are not responsive to the present
need considering the magnitude of projects being tendered by public and
private project owners;

WHEREAS, likewise, the Board on 19 December 2003 and 16 January 2004 passed
the Board Resolution Nos. 949, s. 2003 and 001, s. 2004, adopting the
second (2nd) stage of Allowable Range of Contract Cost (ARCC) with
corresponding Single Largest Project (SLP) for Size Ranges from Small A to
Large B for Registration of Contractors for Government Projects that took
effect on 01 July 2009;

WHEREAS, since 2009 up to the present PCAB have been implementing the 2nd
stage of the Allowable Range of Contract Cost;

WHEREAS, the Board further believes that there is a need to review the
requirements for license categorization and registration of contractors for
government projects considering among others, the central tendencies of
the equity of contractors for category and as such, deems it necessary and
appropriate to adjust the minimum equity for financial requirement; the
single largest project completed; and the allowable ranges of contract costs
for registration of contractors for government projects;

WHEREAS, based on review conducted by PCAB in collaboration with the Executive


Director of CMDF, using the central tendencies of equities per category, the
Board further believes that some of the equities may be doubled while
others are adjusted based on the median of equities per category;

WHEREAS, the ARCC and SLPs are functions of the equity and should be adjusted
accordingly.
Now, THEREFORE, in view of the foregoing, the Board RESOLVES as if is hereby
RESOLVED to adopt the hereunder adjustment for Minimun
Networth/Equity Requirements for License Categorization; Allowable
Ranges of Contract Costs and Single Largest Projects Completed
Requirements for Registration of Contractors for Government Projects:

1. License Categorization

Minimum
Networth/Eauitv

CFY 2004 -2005 to CFY 2018-2019


Cateaorv CFY 2017- 2018 and onwards
AAA P 90,000,000 P 180,000,000
AA 45,000,000 90,000,000
A 9,000,000 30,000,000
B 4,500,000 10,000,000
C 3,000,000 6,000,000
D 900,000 2,000,000
E 45,000 100,000

2. Single Largest Project Completed and Allowable Range of Contract Costs

CFYs 2006-2007 &


2007-2008 to Present CFY 2018-2019
Size License Second (2nd) Staae and onwards
Ranae Cateaorv SLP ARCC SLP ARCC
Large B AM Above < or above Above < or above
1"150 M 1"300 M 1"225 M 1"450 M
Large A AA Above Up to Above Up to
1"100 M up 1"300 M 1"150 M up 1"450 M
to 1"150 M to 1"225 M
Medium B A Above Up to Above Up to
1"50 M up 1"200 M 1"75 M up 1"300 M
to 1"100 M to 1"150 M
Medium A B Above Up to Above Upto
1"10 M up 1"100 M 1"15 M up 1"150 M
to 1"50 M to 1"75 M
Small B C&D $; 1"10 M Up to $; 1"15 M Up to
1"15 M 1"30 M
Small A E Up to $; 1"500 T Up to Up to
I" 500 T p1M 1"1 M

[2J
The Board furthermore RESOLVEDthat:

1. PCAB's adjustments for license categorization shall be effective for application


for CFY 2018 - 2019;

2. The adjustment for Registration for Government Projects shall take effect on
01July 2018; and

3. The registration of contractors before 01 July 2018 shall remain valid until
expiration provided the license is valid and the licensee possesses the license
category required for the corresponding size ranges.

SO ORDERED.

22 November 2017, Makati City

//~
PERICLES P. DAKAY
Chairman

TlllO Jr.

Attested by:

HERBE#A TIENZO
Executive Director

Enabling Business, Empowering Consumers

PHILIPPINE CONTRACTORS ACCREDITATION BOARD


5F, Executive Building Center, 369 Sen. Gil J. Puyat Ave., Makati City 1209, Philippines
Telephone: (632)895-4258 Telefax: (632)895-4220 E-mail: pcab@dti.gov.ph
ciap.dtLgov.ph

[3J
6"!'J.1S n ~E-f
Republic of the Philippines 01 - D..r r.;)J) ( ;
DEPARTMENT OF PUBLIC WORKS AND HIGHWAYS
OFFICE OF THE SECRETARY
Manila

o4 JAN 2018

DEPARTMENT ORDER ) SUBJECT: GUIDELINES AND PROCEDURES ON


) COST ESTIMATION AUDIT OF DPWH

NO. 01 _
)
)
REGIONAL AND
ENGINEERING OFFICE
DISTRICT

Series of 2018 ~d ....r.lJ

In line with the Department's Quality Policy to implement projects at the right cost, and in
order to enhance efficiency in the preparation and approval of cost estimates such as
Program Of Works (POW), Approved Budget for the Contract (ABC) and Detailed Unit Price
Analysis (DUPA) for infrastructure projects and variation orders, as well as improve the
capability and performance of DPWH Implementing Offices, this Guidelines and Procedures
on the Cost Estimation Audit of DPWH Regional and District Engineering Offices, hereto
attached as Annex A with the Cost Estimation Audit Checklist as Annex B, is hereby issued
for the annual cost estimation assessment of DPWH Field Offices.

To ensure continuous and proper implementation, the Bureau of Construction (BOC) is


hereby designated to conduct the annual Cost Estimation Audit of DPWH Regional and
District Engineering Offices.

This Order shall take effect immediately . .r

~~-- MARK A. VILLAR


Secretary

6.1 WROIRCA
Department of Public Works and Highways
Office of the Secretary

1111111111111111111111111111111111111
WIN8W02047

) oie'Oj1.-
D,O, No, m9'mmJ Sories of
Guidelines and Procedures on Cost Estimationl\udit of DPWH and District Offices
Annex A- 1 of 14

ANNEX A
Guidelines and Procedures on the Cost Estimation Audit of DPWH Regional
and District Engineering Offices

1.0 RATIONALE

In line with the continuing efforts of the DPWH to provide cost-effective infrastructure
facilities, the Bureau of Construction (BOC), as the lead support bureau providing technical
and management services on construction works, established this Cost Estimation Audit
Guidelines and Procedures aiming to institutionalize audit of DPWH Regional Offices (ROs)
and District Engineering Offices (DEOs) in terms of cost estimation-related operations and
processes.

This Cost Estimation Audit Guidelines and Procedures was developed to properly assess the
DPWH Implementing Offices' (IOs) capacity and capability to prepare, evaluate and approve
cost estimates such as the Program of Works (POW), Approved Budget for the Contract (ABC),
Detailed Unit Price Analysis (DUPA), and other cost derivation estimates e.g. Hauling Cost
analysis, etc., in accordance with the existing rules and regulations such as Republic Act 9184
and all DPWH existing cost estimation-related issuances like Department Orders, Cost
Estimation Manuals, Memoranda and Special Orders.

Further, since Cost Estimation is one of the core processes in the DPWH Process Model where
poor controls may lead to project cost overruns/underruns, this Cost Estimation Audit
Guidelines and Procedures can serve as a general guide to understand as well as
review/evaluate the cost estimation works done by the DPWH lOs, which in return would
strengthen, enhance and improve their performance in the delivery of cost-effective
infrastructure facilities.

In this connection, the result of the audit prescribed in this Cost Estimation Audit Guidelines
and Procedures is a manifestation that the DPWH IOs can efficiently prepare, evaluate and
approve POW, ABC and DUPA corresponding to their existing delegated authorities.

2.0 OBJECTIVES

In line with the institutionalization of Cost Estimation Audit in DPWH lOs, enumerated
hereunder are the main objectives of the said audit:

2.1 To minimize cost leakages of the DPWH-implemented projects in line with the
Department's Quality Policy of implementing the right projects at the RIGHT COST,
right quality, delivered right on time by the right people.

2.2. To ensure that the IOs had appropriately utilized the standard Detailed Unit Price
Analysis (DUPA) prescribed in the DPWH Construction Cost Estimation Manuals for
infrastructure projects.

2.3. To ascertain that provisions of existing laws and other cost estimation-related
issuances, such as RA 9184 and Department Orders (future revisions and
al11endments) of the DPWH ~re being employed in the preparation and approval.of the
Program of Works (POW) and Approved Budget for the Contract (ABC).

2.4. To assess the weaknesses and develop ways to strengthen, enhance and improve the
performance of DPWH !Os in the delivery of cost estimation-related operations and
processes.
D.O. No, 1~lm' Series of
Guidelines and Procedures on the Cost Estimation Audit of DPWH Re~iionai and District Offices
Annex A'" 2 of 14

3.0 AREASTO BEAUDITED

The following are the areas and aspects to be audited:

3.1. Compliance to Existing Law

3.1.1. Republic Act 9184 and Revised Implementing Rules and Regulations -
Government Procurement Reform Act, or as amended.

All cost estimates should be prepared in accordance with the cost estimation-
related provisions of the said Republic Act especially in the establishment of
the Approved Budget for the Contract (ABC), Variation Orders, etc.

3.2. Compliance to DPWH Cost Estimation-Related Issuances

This covers utilization of all DPWH cost estimation-related issuances (or as amended)
stipulating guidelines, procedures, applicability and limitations of provisions therein;
such as, but not limited to the following:

3.2.1. D.O. 197, Series of 2016 - Revised Guidelines on the Preparation of Approved
Budget for the Contract.

3.2.2. D.O. 71, Series of 2012 - Guidelines for the Establishment of Construction
Materials Price, Standard Labor and Equipment Rental Rates Data Base. (Price
Monitoring Committee)

3.2.2.1. Construction Materials Price Data (latest issuance)

3.2.2.2. Standard Labor Rates (based on DOLE-prescribed indices)

3.2.2.3. Equipment Rental Rates (referred to ACEL Equipment Guidebook)

3.2.3. D.O. 68, Series of 2016 - Road Construction Cost Estimation Manual (RCCEM)

3.2.4. D.O. 207, Series 2016 - Bridge Construction Cost Estimation Manual (BCCEM)

3.2.5. D.O. 163, Series of 2015 - Standard Forms of Program of Works (POW),
Approved Budget for the Contract (ABC) and Detailed Unit Price Analysis
(DUPA).

3.2.6. D.O. OS, Series of 2017 - Revised Standard Pay Items of Works for Civil Works
Construction for Infrastructure Projects.

3.2.7. D.O. 80, Series of 2017 - Allocation of Authorized 3.5% Deductions from
Project Funds for Engineering and Administrative Overhead (EAO) for FY 2017.

3.2.8. D.O. 46, Series of 2007, Application of Daywork and Provisional Sum Item in
Contract Management

3.2.9. D.O. 08, Series of 2006, Guidelines in the Construction of Engineer's BUilding/s
and Facilities for the Implementation of Local and Foreign Assisted Projects
D,O, No, _QL, Series of 201.8
Guidelines and Procedures on Cost Estimation Audit of DPWH Re~:ional and District ngirlcCi'ing Offices
Annex A m .3of 14

3.2.10. D.O. 03, Series of 2010, Guidelines on the Acquisition of Motor Vehicles for Use
in Infrastructure Project Supervision

3.2.11. D.O. 56, Series of 2005, Guidelines for the Implementation of DOLE D.O. No.
13 S. of 1998, On Occupational Safety and Health in the Construction Industry

3.2.12. D.O. 42, Series of 2017 - Revised Limits of Delegated Authority to Regional
Directors and District Engineers to Approve Detailed Engineering Design, As-
staked and As-built Plans, POW and ABC, and Procure and Implement Projects.

Latest cost estimation-related issuances as well as Department Orders relative to Standard


Construction Durations for Infrastructure Projects, or as amended, are also covered by
this Cost Estimation Audit Guidelines and Procedures.

3.3. Correctnessof Estimates

This focuses on the technical aspect of cost estimation audit which includes checking
of adequacy of each component of the estimates such as material, manpower,
equipment, construction methodology, productivity output, and consistency with
approved plans. This area concentrates on the accuracy and appropriateness of
methods and references used in arriving at a particular estimate of each pay item.

3.3.1. Consistency of the Estimates with the Approved Plans and


Specifications - this covers the consistency of the cost estimates with the
provisions of the approved plans such as, but not limited to, pay items involved
(item numbers/subscripts, descriptions, quantities and unit of measure),
specified materials, and other provisions in the general notes and
specifications.

For pay items' numbers/subscripts, descriptions, quantities and unit of


measure:

3.3.1.1. Check the consistency between pay items indicated in the plans and
those reflected in the approved POW, ABC and DUPA.

3.3.1.2. Check the consistency between quantities of pay items indicated in


the plans and those reflected in the approved POW, ABC and DUPA.

3.3.1.3. For projects already funded but are not yet bid-out, verify the
appropriateness of each pay item if deemed necessary for the
project.

3.3.1.4. Clarify to the Designer the programmed pay items that are not
indicated in the approved plans but necessary (e.g. non-provision of
pay item for Aggregate Base Course in new Asphalt Paving works);
and pay items that are included in the program but are found
irrelevant/inappropriate for the project (e.g. having a pay item for
steel craneway wherein embankment craneway can suffice).

For material components:

3.3.1.5. Check the consistency between materials programmed in the cost


sheets (DUPAs) and those specified in the approved plans.
D,O, No,QlmmJ Servesof 2018
Guidelines and Procedures on the Cost Estimation Audit of DPWH and District Offices
Annex A- 4 of 14

3.3.1.6. Check the unit prices of materials adopted by the 10 versus those
specified in the latest CMPD issuance.

3.3.1.7. For materials not included in the latest approved CMPD, check
supporting canvassed prices (at least from three (3) suppliers) and
consider reasonableness based on prevailing market prices.

3.3.2. Conformance of the Estimates with the appropriate Construction


Methodology - this focuses on checking the adequacy of the estimated
components (manpower, equipment and materials) with the appropriate
construction methodology employed for the project.

3.3.2.1. Check the construction methodology employed to undertake works


indicated on the design plans if appropriate based on the actual
project site conditions. This is likely to affect the estimated
productivity output of pay item involved.

3.3.2.2. Check the variations in manpower designation, equipment type and


make, productivity outputs and combinations relative to the
Construction Methodology Manuals if appropriate and in accordance
with the actual requirements (site conditions, availability of
resources, etc.).

3.3.3. Correctness of Computations - all calculations rendered are free from


arithmetical errors.

3.3.4. Variance of Estimates - this is one of the manifestations of the correctness


of estimates. This focuses on the determination of variance between the IO's
approved total project cost and Cost Estimation Audit Team's (CEAT's)
evaluated total project cost.

3.4. Document Requirements and Management

This involves compliance with the document requirements necessary for the conduct
of review and evaluation of the cost estimates and checks the adequacy and control
of flow of documents with proper annexing and recordkeeping.

3.4.1. Document Requirements - checks completeness of documents in


accordance with the existing D.O. 70, Series 2017- Implementation of
Document Tracking System (DoTS) for Civil Works or as amended.

3.4.2. Document Management - focuses on the flow of documents such as


receiving, evaluating, recording and tagging; i.e. dependent upon the process
flow adopted by the implementing office in accordance with related issuances
of the DPWH. This recognizes the implementation of check-and-balance in the
cost estimation procedures adopted by the lOs, i.e. existence of cost estimate
evaluators and personnel to "review as to unit cost".
0,0. NO.PJml Series of
Guidelines and Procedures on the Cost Estimation Audit of DPWH Regional and District ngineerlilg Offices
Annex: A m of 14

4. COSTESTIMATION AUDIT TEAM (CEAT) COMPOSITION AND ACTIVITIES

4.1. CEATComposition

4.1.1. Bureau of Construction (shall be endorsed by the Preconstruction Division)

One (1) - Engineer III


One (1) - Engineer II

4.1.2. Regional Office Representative (shall be endorsed by the Regional Office -


Construction Division)

One (1) - Engineer III or II

4.2. Pre-Audit Activities

4.2.1. Upon receipt of the BOC Director's Directive to undertake Cost Estimation Audit
of the specific 10, the CEAT shall prepare a memorandum addressed to the
concerned RO/DEO, to be signed by the BOC Director with the following
contents:

a. Advance information (maximum of three (3) working days prior to the first
day of Audit) regarding the schedule of audit to give ample time for the 10
to arrange schedules and itinerary as well as designate their representative
to form part of the audit team.

b. Request for the RO and/or DEO concerned to prepare all the necessary
documents relative to the said Audit. F

c. Shortlist of projects from where the team will randomly select projects to
be audited.

4.2.2. The Preconstruction Division shall conduct a pre-departure briefing to the


CEAT.

4.3. Audit Activities

4.3.1. Coordination Meeting at Regional and/or District Engineering Offices

The CEAT must coordinate with the head of the concerned 10, Regional
Director and/or District Engineers and/or any authorized Representative, and
shall request the presence of the Head/Chief of Divisions/Sections in-charge of
the preparation of POW/ABC. This is to provide the team with the pertinent
documents necessary in the audit and to assist the team in the conduct of
audit.

4.3.2. Inventory of References, Tools, etc.

The CEAT must assess the la's document management system and
methodology including the use of standard references and standard fo'rms in
the actual preparation of estimation works. This includes the utilization of the
cost estimation manuals, latest approved CMPD, labor rates and ACEL
equipment rental rates, etc.
D,O, l~o,C2.L_! Senes of 2018
Guidelines and Procedures on the Cost Estimation Audit of DPWH and Distnct Offices
Anne~: A m 6 of 14

4.3.3. Review/Evaluation of the Cost Estimates (POW, ABC, DUPA)

This encompasses the auditing proper. The CEAT must check/evaluate the cost
estimates such as POW, ABC and DUPA per audit area defined in Section 3.0
of this Guidelines.

4.3.4. Conduct of Field Validation

In case that any of the programmed pay items' components are verifiable in
the actual project site, the CEAT shall conduct validation, such as, but not
limited to the following:

4.3.4.1. Disposal site, if less or more than 3.0 km from the project site (as
prescribed in the Cost Estimation Manuals).

4.3.4.2. Construction methodology employed to undertake works indicated


on the design plans. (see Section 3.3.2. of this Guidelines)

4.3.4.3. Manpower and equipment utilized as prescribed in the standard


DUPA per Cost Estimation Manuals, or any justifiable deviations
thereof, that suit the actual field conditions/requirements.

4.3.4.4. Time motion analysis and/or hauling cost computations from


material source to project site, if any.

4.3.5. Preparation and Submission of Cost Estimation Audit Report

The CEAT must establish findings and recommendations based on the facts
and documents gathered. The following Audit Reports must be established:

4.3.5.1. Initial Report that should be presented to the Head of 10, or any
authorized representative, on an exit conference to be conducted
after the said audit; this must only include the findings,
observations, and initial recommendations to immediately rectify
defects/deficiencies found in the cost estimates (POW, ABC, DUPA)
and to prevent these from recurring.

4.3.5.2. Final Draft of Audit Report that should include ratings and
recommendations, thoroughly checked/reviewed by the Cost
Estimation Section Chief and the Preconstruction Division Chief prior
to submission to the BOC Director thru the BOC Asst. Director, for
review and perusal.

4.3.5.3. Final Cost Estimation Audit Report to be submitted to the


Undersecretary for Technical Services for information, together with
the Memorandum, for his signature, to the concerned implementing
offices, informing the actions that must be taken on the findings
and recommendations of the CEAT.
D,O, No, _~~__, Series
Guidelines and Procedures Estimation Audit 01 DPWH Reqional and Ottices
7 01 14

4.4. Post-Audit Activities

Based on the Cost Estimation Audit Report, appropriate actions must be undertaken
to incorporate the rating of the 10 from the said Cost Estimation Audit to the overall
performance rating of the IOs.

4.4.1. Evaluation of the response of the concerned IO relative to the memorandum


signed by the Undersecretary for Technical Services.

4.4.2. Inclusion of the results of the Cost Estimation Audit as reference in rating the
performance of the implementing offices.

Performance of the IOs shall be rated based on the accuracy and


appropriateness of the methods and references used by the DPWH IOs in the
preparation of POW, ABC and DUPA (see Section 7.3).

4.4.3. Creation of Cost Estimation Audit Report Database

The Cost Estimation Section will keep all the reports, retain all the records, and
maintain all other essential documents relative to the Cost Estimation Audit.

5. CONTRACTS/PROJECTS
TO BEAUDITED

5.1. Project Selection

5.1.1. The CEAT shall generate a shortlist of all contra'tts funded under the two (2)
latest GAA from the PCMA prior to the conduct of audit.

5.1.2. For on-going projects, variation order costings shall be included in the audit, if
any.

5.1.3. Contracts/projects must be well represented and sorted per category such as:
Roads, Bridges, Buildings, and Flood Control and Drainage Structures.

5.1.4. From the shortlist, the team shall select projects to be audited randomly per
category .

5.2. Quantity of Contracts/Projects to be Audited

5.2.1. For Regional Office's implemented contracts/projects, the CEAT should


evaluate a minimum of three (3) projects preferably from different categories,
i.e. one (1) Road Project, one (1) Bridge Project, one (1) Building Project and/or
one (1) Flood Control and Drainage Structure Project or any combination.

5.2.2. Likewise, for District Engineering Offices' implemented contracts/projects, the


CEAT should evaluate at least three (3) projects following the above criteria.
, ,
5.2.3. In case that the 10 does not have any project/contract from one of the
categories:
D.O. No.QLmi Series of
Guidelines and Procedures on the Cost Estimation Audit of DPWH Regiona and Distrid: Offices
Anne)( /i., m Page 8 of 14

5.2.3.1. The audit team shall request for projects, of that category, in the
previous funding years; given that the POW/ABC was prepared after
the issuance of D.O. 42, S. 2017.

5.2.3.2. Projects from other categories may only be allowed as substitute to


.compensate the deficiency if the IO does not have any projects of
that category prepared subsequent to the issuance of the
aforementioned D.O.

6. FREQUENCY AND DURATION OF COST ESTIMATION AUDIT

6.1. Frequencyof Audit

6.1.1. All Regional and District Engineering Offices must be audited once a year; The
schedule of audit is random and not fixed.

6.1.2. The Cost Estimation Section of the Preconstruction Division shall be responsible
for the annual scheduling of audit ensuring that all of the ROs and DEOs will
be audited once a year, per approval of the BOC Director.

6.2. Duration of Audit

6.2.1. The conduct of Audit in the Regional and District Engineering Offices shall not
be longer than two (2) weeks per Region until all ROs and DEOs were audited
for the current year .. ~

6.2.2. The cost estimation audit report shall be submitted within six (6) working days
upon return of the audit team.

7. RATING SYSTEM

7.1. Rating Areas

The CEAT shall accomplish a Cost Estimation Audit Checklist (Annex "B") during the audit
proper. The Cost Estimation performance of the Regional and District Engineering Offices shall
be evaluated based on the following areas.

7 .1.1. Document Requirements

See Section 3.4.1; The CEAT shall check the completeness of documents
including all necessary attachments of the POW/ABC/DUPA with reference to
Annex K of D.O. No. 70, Series of 2017 (or as amended). This area is worth
5% of the total rating of the project being audited.
D,O- No. 01 Series of
......... ..,m ..... l

Guidelines and Procedures on the Cost Estimaljoni\udit of DPWH and District Offices
Annex i\ - Page 9 of 14

7.1.2. Document Management

See Section 3.4.2; The CEAT shall check proper record keeping, indexing, and
proper document flow such as receiving, assigning to an evaluator prior to
releasing (proof of check-and-balance done by the 10 as prerequisite of
approval of any cost estimates). The CEAT shall also verify the existence of a
data repository for cost estimates such as POW, ABC and DUPA. This area is
worth 5% of the total rating of the project being audited.

7.1.3. Cost Estimation-Related Issuances

See Section 3.2; The CEAT shall verify if cost estimation-related issuances of
the Department are available and being utilized by the 10. This audit area aims
to check the awareness of the 10s of the DPWH latest issuances especially
those issuances that are being updated regularly (e.g. CMPD, Labor Rates,
etc.). This area is worth 5% of the total rating of the project being audited.

7.1.4. Correctness of Estimates

See Section 3.3 of these guidelines. This rating area is worth 85% of the overall
rating of the project being audited. This area is divided into five sub-areas such
as:

7.1.4.1. Consistency with the approved plans (15%)

(See Section 3.3.1 of these guidelines) This sub-area focuses on


consistency of the programmed pay items with the approved plans,
specifications as well as with the construction methodology.

This rating sub-area is to be audited in terms of the following


requirements/measures:

a. Programmed pay items are consistent with the approved plans;


b. Programmed quantities are consistent with the approved plans;
c. Programmed pay items and quantities are appropriate with the
requirements of the approved plans;
d. Construction Methodology is consistent with the approved plans
and specifications
e. Pay items number/subscript and descriptions are based from the
latest issuance of the DPWH

7.1.4.2. Appropriateness of DUPA components (30%)

This gives emphasis on appropriateness of utilization of the DPWH


construction cost estimation manuals. This area considers the case
of deviation from the provisions of the said manuals, provided with
valid bases and justifications, and must be compatible with the
construction methodologies (See Section 3.3.2 of these guidelines)
or actual project site requirements; thus, affecting the components
of the DUPA. ' ,

This rating sub-area is to be audited in terms of the following


requirements/measures:
0,0, No,QL,! Series of 2.018
Guidelines and Procedures on the Cost Estimation Audit of DPWH and District Offices
Annex A ' 10 of 14

a. Manpower utilized is appropriate with the required construction


methodology;
b. Equipment utilized is appropriate with the required construction
methodology;
c. Materials used are based on the provisions of the approved
plans and specifications;
d. Output per hour per pay item was based on the variations in
Manpower and Equipment used; and
e. Appropriate utilization of the standard cost sheets (DUPA)

7.1.4.3. Accuracy of Direct Costs Used (25%)

This rating sub-area deals with the utilization of existing and latest
issuances and references for prices of materials (CMPD), cost of
manpower (Standard Labor Rates), rental rates for equipment
(ACEL Equipment Guidebook), and other components of the project
estimated direct cost, considering the date of preparation/approval
of the cost estimates.

This rating sub-area is to be audited in terms of the following


requi rements/ measu res:

a. Utilization of the existing CMPD considering the date of


POW/ABC preparation;
b. Utilization of the ACEL Equipment Guidebook as basis for the
rental rates of equipment;
c. Utilization of DPWH-issued Standard Labor Rates in estimating
Manpower costings;
d. Provision of at least three (3) reasonable canvassed prices of
programmed materials not included in the CMPD; and
e. Cost estimates of Part A (Facilities for the Engineers) and Part B
(Other General Requirements) are in accordance with existing
DPWH issuances
f. Construction Duration adopted is in accordance with existing
DPWH issuances.

7.1.4.4. Correctness of Indirect Cost (Mark-ups) used (5%)

This area checks the correctness of the percent mark-ups, such as


a) Overhead, Contingency and Miscellaneous (OCM) expenses, b)
Contractor's Profit (CP) and c) Value Added Tax (VAT), used and
how these indirect costs were applied on the estimates in
accordance with D.O. No. 197 S. 2016, or as amended.

7.1.4.5. Variance of Estimates (10%)

(See Section 3.3.4 of these guidelines) This sub-area is rated based


on the amount of variance between the estimates approved by the
10 and the estimates evaluated by the CEAT. (see Section 7.2.1.2b
for computations and equivalents)
D,O, No, gL __Series of 2018
!

Guidelines and Procedures on Cost Estimation Audit of DPWH Regional and District Offices
11 of 14

7.2. Rating Mechanics

The score of each evaluation area per project to be audited shall be the basis of the overall
rating of the Regional and District Engineering Office; the overall rating to be established by
the CEAT will depict the capability of the DPWH 10 to prepare project cost estimates (POW,
ABC and DUPA). This- section deals with how scores for each evaluation/rating area are
com puted/ esta blished:

7.2.1. Rating through the Cost Estimation Audit Checklist (Annex "8")

7.2.1.1. For Rating Areas mentioned in Section 7.1.1., 7.1.2. and 7.1.3. of
this Guidelines, put a check mark (-V) corresponding to the cell of the
measure/requirement if complied by the IO (see Page 1 of 2 of the
Checklist):

YES - if the requirement/measure in the checklist is indicated,


provided or complied in the POW/ABC/DUPA being audited;

NO - if neither provided nor complied or if provided but with major


defect/deficiency; and

Nt A - if the POW/ABC/DUPA of the project being audited did not


require the presence or compliance to that certain requirement/
measure in the checklist; or simply not applicable for the project
being audited

Equivalent Compliance points:

YES = 1.00 credit point (compliant)

NO = 0.00 credit point (non-compliant, provided but with


major defect/deficiency)

NtA = 1.00 credit point (the non-applicability was evident


and/or justified)

To determine actual scores for the said rating areas, the following
formula shall be used:

Actual Score = I (Maximum score x Compliance)

Whereas:

Maximum Score = the maximum allowable weight of a certain


requirement/measure in the checklist

Compliance = Equivalent points for either YES, NO or N/A

YES may also be checked for PARTIAL COMPLIANCE (compliant but with minor
deficiency), but only half credit (50%) of the maximum score of the measure
may. be given provided with valid basis and justification.
D.O. No. 121mml Series of 2018
Guidelines and Procedures on the Cost Estimation Audit of DPWH Regional and District Engineering Offices
Annex A Page 12 of 14
m

7.2.1.2. - For Correctness of Estimates (see Page 2 of 2 of the Checklist), rating


shall be based on the sub-areas mentioned in Section 7.1.4 of this
Guidelines. These sub-areas are broken down into specific
requirernents/measures (except for variance of estimates), each
-having its own score/weight that contributes to the overall rating of
the project being audited.

a. The score for each sub-area is the summation of scores given to


specific requirement/measure under each sub-area (sections
7.1.4.1., 7.1.4.2., 7.1.4.3., and 7.1.4.4.). The compliance with
the requirement/measure will be rated as follows:

YES - 1.00 credit point


If 100% of the observation is compliant with the mentioned
requirement/measure over total observations.

NO - 0.90 credit point


If 90-99% of the observation is compliant with the
mentioned requirement/measure over total observations.

NO - 0.80 credit point


If 80-89% of the observation is compliant with the
mentioned requirement/measure over total observations.

NO - 0.70 credit point


If 70-79% of the observation is compliant with the
mentioned requirement/measure over total observations.

NO - 0.60 credit point


If 60-69% of the observation is compliant with the
mentioned requirement/measure over total observations.

NO - 0.00 credit point


If only below 60% of the observation is compliant with the
mentioned requirement/measure over total observations.

Whereas, the term 'OBSERVATION' can be the project's pay items


(number, descriptions, quantities), material components/prices,
equipment components/rental rates, labor components/cost, and/or
any of the cost estimating components to be audited depending upon
the specified requirement/measure stipulated in the checklist.

b. For Variance of Estimates (see Section 7.1.4.5. of this


Guidelines), the rating is determined using the following table:

Variance Score
2.50% and below 10.00
2.50% - 5.00% 7.50
5.00% - 10.00% 5.00
Above 10.00% 0.00
D,O. No. ~ __,
Guidelines and Procedures on Estimation Audit of DPWH and District
Annex A ..

For the ease of Variance determination, use the following formula:

100 x [(la's Approved Project Cost) - (CEAT's Evaluated Project Cost)]


% Variance = la's Approved Project Cost

Further, negative variance shall be given full 10 percent, subject to the


condition that the said variance is not due to erroneous arithmetical calculations
or any errors that will sacrifice the quality and requirements of the project;
otherwise, the negative variance will be converted to its absolute value then
the above table shall also apply.

c. The score for Correctness of Estimates shall be given by the


formula:

Actual Score =I (Maximum score x Compliance)

Note: Product of Maximum Score and Compliance for each requirement/measure under
Correctness of Estimates is already provided in the checklist.

7.2.2. Score per Project is the summation of the computed scores per area:

Rating Area Score


Document Requirements 5.00
Document Management 5.00
Cost Estimation References 5.00
Correctness of Estimates 85.00
a. Consistency with approved Plans 15.00
b. Appropriateness of DUPA components , 30.00
c. Accuracy of Direct Cost Used (materials, 25.00
equipment, labor)
d. Correctness of Indirect Cost (Mark-up) used 5.00
e. Variance of Estimates 10.00
f.
TOTAL 100.00

7.2.3. In case that the 10 will not provide the POW, ABC, DUPA and other supporting
documents for any of the randomly selected project/contract necessary in the
conduct of audit, that specific project/contract will automatically get a score of
zero (0). This is because there will be no other means for the CEAT to conduct
the audit without at least the POW, ABC and DUPA of the project/contract to
be audited.

7.3. Performance Rating

7.3.1. Overall Rating (OR)

Performance of the 10 to be audited will have its Overall Rating (OR). It is the
average of the computed scores per project:

I Scores per Project Evaluated


OR = No. of Projects Evaluated
[) 0 Nt' Or
, , \,) •. ,•..••.••.".,,"'.?
Cpric's
J ,: of
, '0' p.
./...vJ.0

Guidelines and Procedures on the Estimation Audit of DPWH Rec!ional and District inccring Offices
Anne><A 14 of 14 m

Overall Ratin
91-100
81-90
71-80
61-70
Below 61

7.3.2. Passing Rate and Bearings of the Rating

Note that the Passing Rate is 70%, but the 10 must maintain a Very Satisfactory
Rating (81-90) which shall be the basis of the Bureau of Construction to
recommend retention of the lO's delegated authority to approve Cost Estimates
such as POW, ABC and DUPA.

Otherwise, the BOC will have to recommend adjustments in the delegation of


10's authority to approve cost estimates.

r
DEPARTMENT OF PUBLIC WORKS AND HIGHWAYS Doc. Code DPWH-BOC-CEA-F001
BUREAU OF CONSTRUCTION Revision No. 00
COST ESTIMATION AUDIT CHECKLIST Date 11-Oct-17
ANNEX B Page No. 1 of 2

Name of Project : PROJECT ID : - - -

CONTRACT ID :

Project Location : Project Category :


Implementing Office: Project Cost :
Funding Year : Date Audited :

CHECK IF THE FOLLOWING WERE APPROPRIATELY PROVIDED/UNDERTAKEN

COMPLIANCE ACTUAL
MAX SCORE
REQUIREMENTS/MEASURES FINDINGS/OBSERVATIONS/REMARKS
SCORE (max score x
YES (1) NO (0) N/A (1)
compliance)

DOCUMENT REQUIREMENTS
FOR DOCUMENT REQUIREMENTS, MANAGEMENT and COST
1. Executive Summary 0.25 ESTIMATION-RELATED ISSUANCES:

2. Detailed Unit Price Analysis 2.00 YES - shall be given full credit of the max score (provided)
NO - shall be given no credits/score (not provided or provided but
2.1 Canvassed Price and/or derivation of cost of with major defect/deficiency)
materials delivered at site 0.25
N/A - shall also be given full credits provided that the not
2.2 Construction Methodology, if applicable/necessary applicability is valid and justified
0.25 YES - may also be checked for PARTIAL compliance (compliant but
with minor defect/deficiency); hence, shall be given half credit of the
2.3 Location Map showing road network, DEO, project
0.25 max score
site and quarry sources
2.4 Location Map showing disposal site (value
engineering was used in determination) 0.25

3. Approved Plans 1.00

4. Computation of Estimated Project Duration 0.25

5. Bill of Quantities 0.25

6. Source of Funds 0.10

7. Right-of-way resettlement/acquisition certificate 0.15

TOTAL MAXIMUM SCORE 5.00 ACTUAL SCORE


.
DOCUMENT MANAGEMENT

1. Proper recordkeeping (storage) 0.50

2. Appropriate indexing (annexing or index tagging) 0.50

3. Proper flow of documents (receiving, releasing) 3.00

4. Existence of Database for POW, ABC, and DUPA 1.00

TOTAL MAXIMUM SCORE 5.00 ACTUAL SCORE

COST ESTIMATION-RELATED ISSUANCES

1. DPWH Construction Cost Estimation Manuals 1.00

2. Latest Construction Materials Price Data 1.00

3. Current ACEL Equipment (Rental Rates) Guidebook 0.50

4. Latest Standard Labor Rates (DOLE-based) 0.50

5. Cost Estimation-related issuances 2.00

TOTAL MAXIMUM SCORE 5.00 ACTUAL SCORE

AUDITED BY:

Engineer III - Audit Team Leader Engineer II - Audit Team Member

DISTRIBUTION: Audit Team Construction Section Head of Implementing Office


DEPARTMENT OF PUBLIC WORKS AND HIGHWAYS Doc. Code DPWH-BOC-CEA-F001
BUREAU OF CONSTRUCTION Revision No. 00
COST ESTIMATION AUDIT CHECKLIST Date 11-Oct-17
ANNEX B Page No. 2 of 2
CHECK IF THE FOLLOWING WERE APPROPRIATELY PROVIDED/UNDERTAKEN

COMPLIANCE
MAX ACTUAL FINDINGS/ OBSERVATIONS/
REQUIREMENTS/MEASURES NO
SCORE YES NO NO NO NO SCORE REMARKS
(below
(100%) (90-99%) (80-89%) (70-79%) (60-69%)
60%)

CORRECTNESS OF ESTIMATES NOTE:


Zero (0) credit shall be given if the
1. Consistency with Approved Plans 15.00 1 0.9 0.8 0.7 0.6 0 non-compliance is made to major pay
item involved that impacted the total
1.1 Programmed pay items are consistent with the
approved plans 3.00 3.00 2.70 2.40 2.10 1.80 0.00 project cost of more than 10%.

1.2 Programmed quantities per pay item are consistent


with the approved plans 3.00 3.00 2.70 2.40 2.10 1.80 0.00

1.3 Programmed pay items and quantities are


appropriate with the requirements 3.00 3.00 2.70 2.40 2.10 1.80 0.00

1.4 Construction methodology adopted is consistent w/


the approved plans 5.00 5.00 4.50 4.00 3.50 3.00 0.00

1.5 Pay items no. and descriptions are based from the
latest issuance of the department 1.00 1.00 0.90 0.80 0.70 0.60 0.00

2. Appropriateness of DUPA Components 30.00


2.1 Manpower components are appropriate with the
construction methodology requirements 7.50 7.50 6.75 6.00 5.25 4.50 0.00

2.2 Equipment components are appropriate with the


methodology and site requirements 7.50 7.50 6.75 6.00 5.25 4.50 0.00

2.3 Materials used are based on the provisions of the


approved plans and specifications 5.00 5.00 4.50 4.00 3.50 3.00 0.00

2.4 Outputs per hour were based on the variations in


Manpower and Equipment used 5.00 5.00 4.50 4.00 3.50 3.00 0.00

2.5 Appropriate utilization of the Construction Cost


Estimation Manual 5.00 5.00 4.50 4.00 3.50 3.00 0.00

NOTE:
3. Accuracy of Direct Costs Used 25.00
Full credit may be given to adoption
3.1 Existing CMPD was utilized (consider date of
POW/ABC preparation) 9.00 9.00 8.10 7.20 6.30 5.40 0.00 of unit price aside from the data in
the existing CMPD, provided with
3.2 Equipment rental rates are based on current ACEL acceptable justification.
Equipment Guidebook 6.00 6.00 5.40 4.80 4.20 3.60 0.00

3.3 Existing DPWH-issued Standard Labor Rates were Zero (0) credit shall be given if the
utilized 4.00 4.00 3.60 3.20 2.80 2.40 0.00 unit price of material used is not in
accordance with the CMPD and not
3.4 At least three (3) Canvassed prices of materials (not
2.00 2.00 1.80 1.60 1.40 1.20 0.00 justified resulting to an increase in the
in the CMPD) were provided
total pay item cost of more than 15%
3.5 Cost estimates for Part A and Part B are in
accordance with existing DPWH issuances 2.00 2.00 1.80 1.60 1.40 1.20 0.00
Full credit shall be given if the
3.6 Construction Duration adopted is in accordance adopted Construction Duration is
with existing DPWH issuances 2.00 2.00 0.00 backed up with acceptable
justification.
4. Correctness of Indirect Cost (Mark-ups) used 5.00

4.1 Accuracy/Appropriatenes of OCM percent mark-up


used based on existing DPWH issuance 2.00 2.00 1.80 1.60 1.40 1.20 0.00

4.2 Accuracy/Appropriatenes of CP percent mark-up


used based on existing DPWH issuance 2.00 2.00 1.80 1.60 1.40 1.20 0.00

4.3 Accuracy/Appropriatenes of VAT percent mark-up


used based on existing DPWH issuance 1.00 1.00 0.90 0.80 0.70 0.60 0.00

Note:
5. Variance of Estimates 10.00
For Projects with approved Variation
5.1 Total Project Cost as Approved by the
Php Equivalent points/score for the Order/s, the said adequacy of
Implementing Office
computed percent Variance: variation order costing should also be
5.2 Total Project Cost as Evaluated by the Cost evaluated. The rating will be
Estimation Audit Team Php considered in the Variance of
Estimates.
5.3 Percent Variance between Total Project Costs [i.e.
100*(5.1 - 5.2)/(5.1)] %

TOTAL MAXIMUM SCORE 85.00

TOTAL POSSIBLE SCORE 100.00 TOTAL ACTUAL SCORE

AUDITED BY:

Engineer III - Audit Team Leader Engineer II - Audit Team Member

DISTRIBUTION: Audit Team Construction Section Head of Implementing Office


REPUBLIC OF THE PHILIPPINES
DEPARTMENT OF PUBLIC WORKS AND HIGHWAYS
OFFICE OF THE SECRETARY
MANILA

11 0 JAN 2018

DEPARTMENTORDER ) SUBJECT: Amendments to DPWH Standard


Specification for Item 1014 -

NO.
03 ~
)
Prepainted Metal Sheets

Series of 2018 c6 rl.lUI

It has been the thrust of the Department to provide effective standard specifications in the
implementation of various infrastructure projects. In view of the need to set an upgraded
standard specification for ceiling, roofing and other ancillary systems, the attached
amendment to DPWH Standard Specification for Prepainted Metal Sheets, Item
1014 is hereby prescribed, for the guidance and compliance of all concerned.

This specification shall form part of the revised 1995 edition of the DPWH Standard
Specifications for Public Work Structures (Buildings, Ports and Harbors, Flood Control and
Drainage Structure and Water Supply Systems), Volume III, 1995 Edition.

This Order shall take effect immediately.

~~
MARK A. VILLAR
Departrrent of Public Works and Highways
Secretary Office of the Secretary

1111111111111111111111111111111111111
WIN8U01563
14.1.2 FET/RGT
DPWH Standard Specification for
ITEM 1014 - PREPAINTED METAL SHEETS

1014.1 Description

This item shall consist of furnishing all prepainted metal sheet materials, tools and
equipment, plant including labor required in undertaking the proper installation complete as
shown on the Plans and in accordance with this Specification.

1014.2 Material Requirements

All prepainted metal sheet and roofing accessories shall be oven baked painted true to
profiles indicated on the Plans as per approval of the Engineer.

1014.2.1 Prepainted Roofing Sheets

Prepainted roofing sheets shall be fabricated from cold rolled galvanized iron sheets specially
tempered steel for extra strength and durability. It shall conform to the material
requirements defined in PNS 67:2014 Hot-dip Metallic-Coated Steel Sheets for Roofing -
Specification. Profile section in identifying the architectural moulded rib to be used is as
follows: Regular corrugated, Quad-rib, Tri-wave, Rib-wide, Twin-rib, and others. Desired
color shall be subject to the approval of the Architect/Engineer.

Gutters, Valleys, Flashings Hip and Ridge roll shall be fabricated from gauge 24 (0.600 mm
thick) cold-rolled plain galvanized iron sheets specially tempered steel. Profile section shall
be as indicated on the Plans. Fastening hardware shall be of galvanized iron straps, rivets or
]-bolts. G.!. straps are of 0.500 mm thick x 16 mm wide x 267 mm long (gauge 26 x 5/8" x
10-1/2") and standard rivets . .r

Base metal thickness shall correspond to the following gauge designation available locally as
follows:

1. Base Metal Thickness Designated Gauge


0.400 mm thick Gauge 28
0.500 mm thick Gauge 26
0.600 mm thick Gauge 24
0.800 mm thick Gauge 22

2. Protective coatings Thickness


1. Zinc {minimum} 14 microns
(100 gm/ni)
2. Paint coatings
Top coat 15.20 microns
Bottom coat 6.8 microns

3. Base Metal Thickness Overall thickness with protective coats


0.400 mm 0.427-451 mm
0.500 mm 0.532-551 mm
0.600 mm 0.638-651 mm
Department Order No. 03 , Series of 2018
DPWH Standard Specification for
ITEM 1014 - Prepainted Metal Sheets

Page 2 of 4

4. Length of roofing sheets - available in cut to length long span length up to


18.29 meters

5. Special length and thickness are available by arrangements.

1014.3 Construction Requirements

Before any installation work is commenced, the top face of the purlins should be checkedfor
proper alignment. Correct the alignment as necessaryin order to have the top faces of the
purlins on an even plane.

1014.3.1 Processing of Prepainted Metal Sheets

Fabricated metal sheets is cleaned and pretreated in preparation for painting. Surface
contaminants are removed using a suitable alkaline cleaner. The sheet is then pretreated
with a chromate pretreatment. The pretreatment is a uniform, continuous deposit applied in
a manner to provide excellent paint adhesion and corrosion resistance. A minimum of two
coats of paint are applied to both the face side and back side of the sheet. A corrosion
inhibitive primer and a top coat shall be used on the sheet. The primer is a uniform
continuous film, compatible with the subsequently applied top coat. It is applied to each
surface at a thickness specified by the paint manufacturer with a minimum of 0.2 mm thick.
Top coat thickness varies depending on paint type and end use. The face side top coat has
excellent long-term outdoor weathering characteristics.

1014.3.2 Handling/Lifting/Positioning of Sheets

Sheets shall be handled carefully to prevent damage to the paint coating. Lift all sheets or
sheet packs on to the roof frame with the overlapping down-turned edge facing towards the
side of the roof where installation will commence, otherwise sheets will have to be turned
end-to-end during installation.

1014.3.3 Installation Procedure

The laying of the roofing panels should begin on the end of the building away from the
prevailing wind so that the side-lap seams face away from the prevailing wind-driven rain
thus providing additional security against water penetration. Start roofing installation by
placing the first sheet in position with the downturned edge in line with other building
elements and fastened to supports as recommended. Fasteners should have corrosion
resistance at least equivalent to the expected life of the base material. Placethe downturned
edge of the next sheet over the edge of the first sheet, to provide side lap and hold the side
lap firmly in place. Continue the same procedure for subsequent sheets until the whole
roofing area is covered and/or (Adopt installation procedure provided in the instruction
manual for each type of Architectural molded rib profile section). Prepainted metal sheet
should not come in direct contact with wet concrete. Concrete's high alkalinity attacks the
aluminum, causing the coating to peel. It shall also not be placed in contact with copper,
lead, or the water run-off. Electrochemical reaction between these elements and the
aluminum-zinc alloy coating will lead to premature corrosion of the coating. For walling
applications follow the procedure for roofing and allow a minimum end lap of 100 mm for
vertical walling. For panel lapping, requirements depend on the product installation guide of
Department Order No. 03 , Series of 2018
DPWH Standard Specification for
ITEM 1014 - Prepainted Metal Sheets

Page 3 of 4

a specific type of prepainted metal sheet as per approval of the Engineer. Provide sealant,
butyl tape or caulking along the lap edge to prevent any leaking. Specifications of the
sealant and butyl tape shall be as per manufacturer's recommendation per Engineers
approval.

1014.3.4 Gutters, Valleys, Flashing ridge and Hip rolls

Gutters, valleys, flashing ridge and hip rolls shall be fastened where indicated on the Plans
by self-tapping screws or galvanized iron straps and rivets. Always begin flashing installation
from bottom and work up, so that flashings are lapped on top of the lower flashings. This
will prevent moisture from leaking under the flashings and into the structure.

1014.3.5 End Laps

In case handling or transport consideration requires to use two (2) or more end tapped
sheets to provide full length coverage for the roof run, install each line of sheets from
bottom to top or from eave line to apex of roof framing. Provide 150 mm minimum end lap.

1014.3.6 Anchorage/Fastening

Prepainted steel roofing sheets shall be fastened to the wood purlins with standard length
G.!. straps, rivets or ]-bolts. For steel frame up to 4.5 mm thick use self-drilling screw No.
12 by 35 mm long hexagonal head with neoprene washer. For steel support up to 5 mm
thick or more use thread cutting screw No. 12 by 40 mm long hexagonal head with
neoprene washer. Side lap fastener use self-drilling screw No. riO by 16 mm long hexagonal
head with neoprene washer. Valley fastened to lumber and for walling use self-drilling wood
screw No. 12 by 25 mm long hexagonal head with neoprene washer. Valleys fastened to
steel supports use self-drilling screws hexagonal head with neoprene washer. Drill size is 5
mm diameter.

1014.3.7 Cutting of Sheets

In cutting prepainted steel roofing sheets and accessories, place the exposed color side
down. Cutting shall be carried out on the ground and not over the top of other painted
roofing product. Power cutting or drilling to be done or carried out on prepainted products
already installed or laid in position, the area around holes or cuts shall be masked to shield
the paint from hot fillings.

1014.3.8 Storage and Protection

Prepainted steel roofing, walling products and accessories should be delivered to the jobsite
in strapped bundles. Sheets and/or bundles shall be neatly stacked in the ground dry and if
left in the open it shall be protected by covering the stack materials with loose tarpauline.
Bundles should be stored above ground at a slight angle, to prevent water or condensation
build up between adjacent sheets. Removing installation debris and metal fines due to
drilling and cutting from the sheet surface and avoiding exposure of insulation to the
weather shall be practice at all times.
Department Order No. 0.3 I Series of 2018
DPWH Standard Specification for
ITEM 1014 - Prepainted Metal Sheets

Page 4 of 4

1014.4 Method of Measurement

The work done under this item shall be measured by actual area covered or installed with
prepainted steel roofing and/or walling in square meters and accepted to the satisfaction of
the Engineer.

1014.5 Basis of Payment

The area of prepainted steel roofing and/or walling in square meters as provided in Section
1014.4 shall be paid for at the unit bid or contract unit price which payment shall constitute
full compensation including labor, materials, tools and incidents necessary to complete this
Item.

Payment shall be made under:

Pay Item Unit of


Description
No. Measurement

1014 (1) a1 Square Meter

1014 (1) a2 Square Meter

1014 (1) b1 Square Meter

1014 (1) b2 Square Meter

References:

1) Philippine National Standard (PNS) 67:2014 - Hot-dip Metallic-Coated Steel Sheets for Roofing-Specification
2) Bethlehem Data Sheet "Prepainted Galvalume Sheet
3) Fabral- Standard Details for Metal Roofing and Siding
4) Prepainted Galvalume Steel Fact Sheet
5) Majestic Steel USA
-·'-
fJ47'J. 13 OI'..JH
0/- .l-,l.. -.).(Yf>
Republic of the Philippines

B rr~
DEPARTMENT OF PUBLIC
CENTRAL
WORKS
OFFICE
Manila
AND HIGHWAYS

t18 JAN 2018

DEPARTMENT ORDER ) SUBJECT: Guidelines for the Preparation of Cost


Estimates for Traffic Management and

NO.
13 ~
)
Safety & Health Requirements for the
Construction and Maintenance of
Series of 2018 ~.y~./r Roads, Bridges and Safety & Health
Requirements for School Buildings

In order to ensure proper implementation of road works safety & traffic management and
construction safety & health program during the construction and maintenance of all roads,
bridges and school building projects under the DPWH infrastructure program, all
Implementing Offices of this Department are hereby directed to adopt the subject Guidelines
(Annex "A") which prescribes the minimum requirement of the said items in the preparation
of Program of Works (POW), Approved Budget for the Contract (ABC) and Detailed Unit
Price Analysis (DUPA).

The cost estimates for these items shall include supply of materials, installation and
maintenance considered for the entire duration of the project on a lump sum basis as
specified in the guideline to be supported with detailed breakdown of requirements and cost
computations in the DUPA. The project's safety & health and traffic management
requirements shall be considered under Item B.7 - Occupational Safety and Health Program,
Item B.8 - Traffic Management, Item 605 - Road Signs and other applicable items as
prescribed in the revised standardized pay items of works per latest approved department
issuances. Further, a complete quantity and description of traffic management and
construction safety and health requirements shall be indicated in the Annex supplied for the
particular pay item in the bill of quantities of the Bid Documents. This shall be provided to all
interested bidders to ensure proper compliance of requirements and monitoring during
project implementation.

The derivation of quantities and cost estimates for the aforementioned items shall be based
on the approved Traffic Management Plan (TMP), Construction Safety and Health Program
(CSHP) and other identified safety requirements of the project. Such cost shall not exceed
the allowable percentage per project category as shown in Table No.5 to Table NO.8 of the
said Guideline (Annex "A").

In case of a cost percentage higher than 10% of what is prescribed to address the actual
requirements, the head of the implementing office shall seek review of the TMP and CSHP
from the Bureau of Quality and Safety (BQS) and corresponding review of cost from the
Bureau of Construction (BOC).
Guidelines in the Preparation of Cost Estimates for Road Works Safety &
Traffic Management and Construction Safety & Health Requirements for the
Construction and Maintenance of Roads, Bridges and School Buildings
Page 2 of 2

This Order supplements the existing DPWH Road Works Safety Manual, Series of 2004; D.O.
No. 56, Series of 2005 - Guidelines for the Implementation of DOLE D.O. No. 13, Series of
1998 on Occupational Safety and Health in the Construction Industry; D.O. No. 36, Series of
2007 - Provision and Installation of Road Safety Devices along Critical Sections of all DPWH
Preventive Maintenance/ Asphalt Overlay and Reblocking Projects; and D.O. No. 103, Series
of 2016 - Guidelines in the Preparation of Provision and Maintenance of Traffic Control as
Pay Item in the Approved Budget for the Contract (ABC) on Infrastructure Projects.

This Order shall take effect immediately.


r
~~
MARK A. VILLAR
Secretary
~
-
6.1.3 ECG/AMD/WRO

Department of Public Works and Highways


Office of the Secretary

1111111111111111111111111111111111111
WIN8W02050
2015.

D
PW
H Guidelines for the Preparation of Cost
Estimates for Traffic Management and
Safety & Health Requirements for the
Construction and Maintenance of
Roads, Bridges and Safety & Health
Requirements for School Buildings

Bureau of Construction (BOC)


2018
DPWH
DEPARTMENT OF PUBLIC WORKS AND HIGHWAYS 2015.
FOREWORD

The Department of Public Works and Highways (DPWH) being the primary engineering and
construction arm of the government recognizes its responsibility to enforce compliance to the
Occupational Safety and Health Standards established by the Department of labor and
Employment (DOLE). In its effort to impose the required construction safety practices,
challenges in the compliance with the standards, however, have been encountered.

Relentless in its pursuit of providing a safer work environment, this Guidelines for the
Preparation of Cost Estimates for Traffic Management and Safety &. Health
Requirements for the Construction and Maintenance of Roads, Bridges and Safety
&. Health Requirements for School Buildings was prepared with the intent of improving
the implementing offices' means of preparing cost estimate/budget on safety requirements
particularly for road, bridge, and school building projects. It targets to serve as a preparatory
work in imposing the presentation and quantification of detailed safety requirements in the
preparation of the Program of Works (POW) and Approved Budget for the Contract (ABC) and
further, in the Bid Documents for contractors to be informed of the detailed requirements to
be provided on site.

It is hoped that adherence to this guideline shall further promote compliance of DPWH projects
on the aforesaid Safety and Health Standards through ensuring the provision of right cost of
construction safety requirements.

~~
-
MARK
A.VILLAnR;------
Secretary
Department of Public Works and Highways
Office of the Secretary

1111111111111111111111111111111111111
WIN8W02050
Table of Contents

INTRODUCTION . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .. 1

ABOUT THIS GUIDELINE. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 2–3

Part - A General

A–1 Acronyms and Definition of Terms . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 4–5

A–2 DOLE D.O. 13, Series of 1998 – Guidelines Governing Occupational


6 – 11
Safety & Health in the Construction Industry. . . . . . . . . . . . . . . . . . . . . . .

A–3 Reference Laws, Policies, Manuals, and Guidelines . . . . . . . . . . . . . . . . 11 – 12

Part - B Cost of Road Works Safety and Traffic Management

B–1 General Steps in Cost Derivation . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 13

B–2 Traffic Management Layouts. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 14 – 38

B–3 Plans and Specifications for Temporary Road Signs & Barricades . . . . . . 39 – 42

B–4 Cost Component

B – 4.1 Considerations in the Preparation of DUPA . . . . . . . . . . . . . . . 43 – 46

B – 4.2 DUPA per Traffic Management Layout . . . . . . . . . . . . . . . . . . . 47 – 66

B – 4.3 Relative Percentage of Cost for Road Works Safety . . . . . . . .


67 – 73
& Traffic Management to the Cost of Civil Works

B – 4.4 Sample Computation and Illustrations . . . . . . . . . . . . . . . . . . . 74 - 124

Part - C Cost of Construction Safety and Health (CSH) Requirements

C–1 General Steps in Deriving Cost of Construction Safety and Health . . . . . . 125

C–2 Cost of Construction Safety &Health for Roads

C – 2.1 Checklist of PPE Requirements per Type . . . . . . . . .. . . . . . . .


126 – 130
of Road Project

C – 2.2 Cost Computation (Roads) . . . . . . . . . . . . . . . . . . . . . . . . . . . . 131 – 155


Table of Contents

Part - C Cost of Construction Safety and Health (CSH) Requirements

C–3 Cost of Construction Safety & Health for Bridges

C – 3.1 Checklist of PPE Requirements per Type . . . . . . . . .. . . . . . . .


156 - 159
of Bridge Project

C – 3.2 Cost Computation (Bridge) . . . . . . . . . . . . . . . . . . . . . . . . . . . . 160 – 169

C–4 Cost of Construction Safety & Health for School Buildings

C – 4.1 Construction Safety Signage for Building Construction . . . . . . 170 – 173


Construction Safety Requirements for Standard
C – 4.2
School Buildings
4.2.1 Signage and Barricades . . . . . . . . . . . . . . . . . . . . . . . . . 175 - 221

4.2.2 Checklist of Personal Protective Equipment (Building). . . 222 - 228

C – 4.3 Cost Computation (Building)

4.3.1 Cost of Signage and Barricades . . . . . . . . . . . . . . . . . . . 230 – 246

4.3.2 Cost of PPE and Safety Personnel . . . . . . . . . . . . . . . . . 247 – 267

C–5 Relative Cost of Construction Safety and Health . . . . . . . . . . . . . . . . . . . .


268 – 270
to the Cost of Civil Works
Guidelines for the Preparation of Cost Estimates for Traffic Management and Safety & Health Requirements for 1
the Construction and Maintenance of Roads, Bridges and Safety & Health Requirements for School Buildings

Introduction
When it comes to maintenance and construction works, safety must be of utmost
priority. In the process of delivering civil works to address the needs of the Filipino people
specifically in providing quality and safe infrastructure, safety during maintenance and
construction works must be at the top of the minds of the implementing agencies and
contractors to protect the workers as well as the people residing nearby and traveling public
who use the adjacent/detour lanes. Preventive methods by risk mitigation and reduction of
construction hazards through implementation of standard safety practices, complete and
consistent use of personal protective equipment, adequate temporary road works traffic control
(directional, regulatory, and warning signs, barriers, traffic cones, and other road safety
devices), are the best solutions to minimize, if not eliminate, the occurrence of road crashes
and untoward incidents.
In the Philippines, the Department of Labor and Employment (DOLE) leads the
formulation, implementation and compliance monitoring of the Occupational Safety and Health
Standards (OSHS)—the governing standards in the country’s construction industry in terms of
occupational safety and health. Correspondingly, the Department of Public Works and
Highways (DPWH), as the primary engineering and construction arm of the government, has
been seeking to continually reinforce the implementation of such standards by issuing
guidelines and procedures through Department issuances and manuals.
Challenges in the compliance with the standards, however, have been encountered.
The Department’s engineers have encountered difficulty in imposing to the contractors the site
safety requirements that are not presented in detail in the Contract or in the Program of Works.
The major contributing factor is the lack of understanding of engineers and the contractors
particularly on the standards related to the implementation of road works safety, traffic
management and construction safety and health.
Thus, this cost estimation guideline entitled Guidelines for the Preparation of Cost
Estimates for Traffic Management and Safety & Health Requirements for the
Construction and Maintenance of Roads, Bridges and Safety & Health Requirements for
School Buildings is hereby presented to introduce improvement in the Department’s pursuit
of further enhancing and sustaining the compliance to such safety standards particularly in the
methods of deriving the cost and budget for construction safety requirements.
2

About this Guideline


Guidelines for the Preparation of Cost Estimates for Traffic Management and
Safety & Health Requirements for the Construction and Maintenance of
Roads, Bridges and Safety & Health Requirements for School Buildings

This guideline basically presents methods on how to prepare detailed cost estimate for road

works safety, traffic management, and general construction safety and health requirements to

be reflected in the Detailed Unit Price Analysis (DUPA) and Program of Works (POW) required

for every project particularly for roads, bridges, and buildings.

Relevant guidelines and manuals adopted and referred herein are the DPWH Road Works

Safety Manual, 2004, DOLE D.O. 13, Series of 1998, and D.O. 56, Series of 2005. As an

improvement to the DPWH Road Works Safety Manual, 2004, this guideline introduced

minimum safety requirements on construction safety for bridge, drainage with deep excavations

and building. Illustration of construction sequences particularly for road works were also

included. The necessary traffic management schemes as part of a traffic management plan and

corresponding Detailed Unit Price Analysis (DUPA) for traffic management and construction

safety & health requirements are presented in this guideline for the purpose of illustrating the

steps for cost computation thus, the implementing offices should verify the prevailing costs in

their area in the preparation of POW and DUPA.

Every project is unique so, road works safety & traffic management and construction safety &

health requirements vary depending on the actual site condition, programmed items of work

and other foreseen necessities. Hence, contents herein would only serve as a guide as to what

are advisable and minimum requirements. Modifications may be made if deemed necessary.
Guidelines for the Preparation of Cost Estimates for Traffic Management and Safety & Health Requirements for 3
the Construction and Maintenance of Roads, Bridges and Safety & Health Requirements for School Buildings

▪ General Objective

In a more holistic perspective, this guideline aims to impart on the Department’s effort

of improving the proper implementation of construction safety and health program on

all projects handled by DPWH. This cost estimation guideline intends to improve the

implementing offices’ means of preparing cost estimate/budget on safety requirements

particularly for road, bridge, and building projects. It targets to serve as a preparatory

work in imposing the presentation and quantification of detailed safety requirements in

the preparation of the Program of Work (POW) and Approved Budget for the Contract

(ABC) and further, in the Bid Documents for contractors to be informed on the detailed

requirements to be provided on site. Moreover, this guideline aims to establish a

baseline cost of safety requirements (in percentage) relative to a project’s cost of civil

works.

▪ Specific Objectives

1. To present the construction safety requirements and its application on road,

bridge, and building projects commonly implemented by DPWH.

2. To illustrate the quantification of requirements and the corresponding preparation

of cost through Detailed Unit Price Analysis (DUPA).

3. To present a matrix of the project’s cost of safety requirements versus the cost of

civil works.
4

Part - A
General

A–1 Acronyms and Definition of Terms

ACRONYM

ABC
Approved Budget for the Contract

CSHP
Construction Safety and Health Program

DO
Department Order

DOLE
Department of Labor and Employment

DUPA
Detailed Unit Price Analysis

POW
Program of Work

PPE
Personal Protective Equipment

OSHS
Occupational Safety and Health Standards

DEFINITION OF TERMS

Dimension (D)

The dimension ‘D’ relates to distances for signage locations and taper lengths for different
vehicle approach speeds. It is expressed in meters equal to the approach speed of traffic
in kilometers per hour. For example, if the approach speed of traffic is 60 kph then the
dimension D is 60 meters.

High Speed Road

Road sections with traffic approach speed between 60 kph and 80 kph

High Volume Road


Guidelines for the Preparation of Cost Estimates for Traffic Management and Safety & Health Requirements for 5
the Construction and Maintenance of Roads, Bridges and Safety & Health Requirements for School Buildings

Road sections accommodating 1,500 or more vehicles per day

Long Term Works

Works taking longer than a day and need to be provided with signage overnight and are
commonly applicable for road and bridge works implemented by contract.

Low Speed Road

Road sections with traffic approach speed of less than 60 kph

Low Volume Road

Road sections accommodating less than 1,500 vehicles per day

Road Works Traffic Control

Activity which involves directing vehicular and pedestrian traffic around a construction
zone or other road disruption through the provision of directional, regulatory, and warning
signs, barriers, traffic cones, traffic controllers, and other devices to regulate, warn, or
guide road users in order to attain safe and efficient movement of vehicles, pedestrians,
bicyclists, workers, and the general public.

Short Term Works

Works to be completed within a day and need not be provided with signage overnight.
This is usually applicable for road and bridge routine maintenance works usually
performed by administration.

Temporary Signage

Construction safety signage installed for purposes of warning, informing and controlling
the workers and the public on an on-going construction operation.

Traffic Management

The application of specific traffic control practices over a length of road or over an area,
to achieve specified objectives like reduction of traffic congestion or regulation of traffic
flow, which may be set by a governing agency (DPWH) responsible on arterial roads or
the Local Government Unit (LGU) responsible on provincial and local roads.

Traffic Management Plan

A site-specific plan showing the proposed worksite layout with detailed description and
location of signs, traffic control devices, and equipment at different stages of construction.
It also describes the details on how work personnel, the public, and those who will be
impacted by the work can be safely and efficiently guided through a roadwork site so that
the road network is kept at a satisfactory level of performance.

Very High Speed Road

Road sections with traffic approach speed greater than 80 kph


6

A–2 Procedural Guidelines – D.O No. 13, Series of 1998

Guidelines Governing Occupational Safety & Health in the


Construction Industry
A – 2.1 Personal Protective Equipment (PPE)

For General Construction Work, basic PPE for all construction workers are the
following;

a. Safety Helmet / Hard hat


b. Safety Gloves
c. Safety Shoes

Specialty PPE as listed below shall be provided to workers in addition to or lieu of the
corresponding basic PPE as the work or activity requires.

Table 1 - Required Specialty Personal Protective Equipment as per DOLE D.O. 13, Series of 1998

Construction Work/ Activity Specialized PPE Remarks


1. Work near unprotected areas such as 1. Safety Belt Where there is a
but not limited to the following possibility of fall that
a. Working scaffolds will normally cause
b. Working on roofs disabling injury
2. Work involving pouring of concrete 1. Safety If worker’s feet may
such as but not limited to the following chemical have contact with
a. Laying concrete slab resistant boots fresh concrete
b. Pouring of concrete for beams 2. Chemical If worker’s hands may
and/or columns resistant gloves have contact with
fresh concrete
3. Work involving laying of asphalt 1. Heat resistant If worker needs to
gloves work on or near hot
2. Heat resistant asphalt
safety footwear
4. Working with derricks and cranes 1. Color-coded Proper visibility and
vest with identification of critical
reflectorized persons such as
markings operators, riggers,
signal men
2. Heavy leather For riggers
gloves
3. High visibility For signal men
gloves
5. Working with earth moving equipment 1. Heavy duty Safety shoes for
safety footwear relatively dry or
sheltered work
Water and mud
resistant boots for wet
outdoor works
2. Ear muff or ear When working near or
plugs on noisy equipment
3. High visibility For spotters
gloves
4. High visibility For all workers within
vest immediate vicinity
equipment
Guidelines for the Preparation of Cost Estimates for Traffic Management and Safety & Health Requirements for 7
the Construction and Maintenance of Roads, Bridges and Safety & Health Requirements for School Buildings

Construction Work/ Activity Specialized PPE Remarks


6. Manual excavation or digging 1. Padded Vest When work may
involve being hit by
falling materials
7. Work on top of or near bodies of water 1. Life vest When there is danger
2. Safety belt of fall into deep water
8. Work where hot cutting and welding of 1. Heat resistant For welders and gas
metals are involved light filtering cutters
face shield
2. Heat resistant
and heat
insulating
gloves
3. Metal fume
filtering
respirators
4. Heat resistant
protective
clothing
5. Light filtering For gas cutting in lieu
and heat of face shield
resistant face
goggles

9. When working with live electricity 1. Electrically Electrical resistance


above 50 volts AC or DC insulated gloves must be suitable for
2. Electrically the maximum
insulated safety electrical voltage of
shoes energized parts that
may be handled by
worker
10. Work involving exposure to or handling 1. Heat resistant For handling of hot
of hot materials or work near open and heat substances and
flame insulating materials
gloves
2. Heat insulating For working in hot
protective working environment
clothing
3. Heat resistant For working near open
face shield flame
11. Work involving handling of noisy and/or 1. Vibration Recommended total
vibrating power tools/ equipment insulating cumulative actual
gloves usage of tool shall be
a maximum of 2 hours
per day (for 8-hour
work, duty cycle
should be 1:4)
2. Ear protection When power tool
generates noise of
more than 85 dB
12. Work involving exposure to harmful 1. Dust filtering If dust concentration is
dust respirators above recommended
Threshold Limit Value
(TLV) for the
contaminant
8

Construction Work/ Activity Specialized PPE Remarks


13. Work that may involve shortage of 1. Self-contained Work in confined
oxygen or supplied air spaces or work
respirator involving depletion of
oxygen supply
14. Working with organic solvent or toxic 1. Chemical If work involves
and/or corrosive chemicals resistant gloves handling of chemicals
2. Chemical If chemical emits
filtering vapors above
respirator recommended TLV for
the contaminant
chemical/s
3. Chemical If work may involve
resistant face chemical splashes to
shield the face
4. Chemical If chemical vapors
goggles may irritate eyes

5. Chemical If work will involve


resistant chemical splashes to
protective the body of worker
clothing
15. Working with atmospheres containing 1. Appropriate For atmospheres
contaminants above recommended contaminant containing not more
threshold limit values for airborne filtering than ten times the
contaminants respirator recommended TLV
2. Contaminant If contaminant may
protection for irritate eyes
eyes
3. Self-contained For environment
or supplied air containing more than
respirator ten times the
recommended TLV
4. Chemical suits If contaminant may
enter through skin
16. Working under high pressure
17. Working near vehicular traffic 1. PPEs with
Reflectorized or
luminous
markings for
high visibility
2. Heavy duty
safety shoes
18. Work which involves working 1. Self-contained
underwater or supplied air
underwater
breathing
apparatus
2. Thermal If work involves long
insulating wet exposure to cold water
suit and
accessories
19. Working at night under low lighting 1. High visibility
conditions vest
Guidelines for the Preparation of Cost Estimates for Traffic Management and Safety & Health Requirements for 9
the Construction and Maintenance of Roads, Bridges and Safety & Health Requirements for School Buildings

A – 2.2 Safety and Health Personnel

Based on Section 1033, Rule 1030 and Section 8 of DOLE D.O 13, Series of 1998 of
the Occupational Safety and Health Standards (OSHS as Amended 1989), the
following number of safety personnel and emergency occupational health personnel
and facilities are required depending on the number of workers.

Table 2 – Considerations in the employment of safety man and emergency health personnel

Number of Workers Number of Safety Man


Hazardous Workplace
200 and below One (1) part-time safety man
Over 200 to 1000 One (1) full-time safety man
For every 1000 workers One (1) full-time safety man
Non-hazardous Workplace
Less than 1000 One (1) part-time safety man
For every 1000 One (1) full-time safety man
Number of Workers Number of Emergency Health Personnel
Less than 50 One (1) full time certified first-aider
Over 50 to 200 One (1) full-time registered nurse
Over 200 to 300 One (1) full-time registered nurse
One (1) part-time physician
One (1) part-time dentist
And an emergency clinic
Over 300 One (1) full-time registered nurse
One (1) full-time physician
One (1) full-time dentist
And an infirmary or emergency hospital with
one (1) bed capacity

A part time safety man shall be allotted at least four (4) hours per week to perform the
duties as safety man. With regard to the provision of emergency hospital, Section
1963.03 of OSHS states that an employer may not establish an emergency hospital or
dental clinic in his workplace as required if a hospital or dental clinic which is located
not more than 5 kilometers away from the workplace or which can be reached in 25
minutes of travel is situated and the employer has facilities readily available for
transporting workers to the hospital or clinic in case of emergency.

A – 2.3 Signage and Barricades as Prescribed in the Procedural Guidelines of DOLE D.O
13, Series of 1998

Construction Safety Signage shall be provided as a precaution and to advise the


workers and the general public of the hazards existing in the worksite.

2.3.1 Signage Procedures

As per DOLE’s requirement, the signage shall be;

a. Posted in prominent positions and at strategic locations

b. As far as practicable, be in the language understandable to most of the


workers employed in the site.

c. For non-raised floor areas, the attached yellow CAUTION sign shall be used
when using yellow CAUTION TAPE.

d. For non-raised floor areas, the attached red DANGER sign shall be used
when using the red DANGER TAPE.

e. Placed in designated areas at 1.20 meter from the ground level, if there is
no other more practicable height.
10

f. Regularly inspected and maintained in good condition to achieve its


purpose. Signage that are damaged; illegible or that no longer apply as to
purpose, site or language, shall be removed or replaced by the safety officer
when needed.

g. Removed after the hazard is completely eliminated. If upon work completion


that hazard is still present, the signage shall remain in place.

h. Designed and constructed following the Overall Dimensions of Safety Signs


Formula as required by the OSHS.

i. Specific with the type of hazard and should indicate the name of the
contaminant/ substance involved (for chemical hazards), and the type of
PPE or respiratory equipment to be worn.

2.3.2 Posting of Signage

Posting of signage shall include, but not limited to the following places:

a. Areas where there are risks of falling objects.

b. Areas where there are risks of falling, slipping, tripping among workers and
the public

c. Prior to entry in project sites, locations and its perimeter.

d. Where there is mandatory requirement on the usage of PPEs.

e. Areas where explosives and flammable substances are used or stored

f. Approaches to working areas where danger from toxic or irritant airborne


contaminants/ substances may exist.

g. All places where contact with or proximity to electrical facility/ equipment


can cause danger.

h. All places where workers may come in contact with dangerous moving parts
of machinery or equipment

i. Locations of fire alarms and fire-fighting equipment

j. Locations for instructions on the proper usage of specific construction


equipment, tools.

2.3.3 Barricading Procedures

In barricading, the following shall apply:

a. The contractor shall provide all necessary barricades, safety tapes, safety
cones or safety lines as required in isolating or protecting an unsafe work
area from other workers, pedestrians or vehicular traffic.

b. Barricades shall completely enclose the hazardous area and effectively limit
unintentional or casual entry.

c. Barricades shall be 0.90-meter vertical height from the ground, when no


other more practical height specification is available.

d. Barricades shall be maintained in good condition to achieve its purpose

e. Barricades that are damaged; faded or that no longer apply as to purpose,


site or meaning, shall be removed or shall be replaced by the safety officer.
Guidelines for the Preparation of Cost Estimates for Traffic Management and Safety & Health Requirements for 11
the Construction and Maintenance of Roads, Bridges and Safety & Health Requirements for School Buildings

f. Barricade tape shall not be used on the floor as this presents a slipping
hazard of its own.

g. In addition to using the proper warning tape, the contractor shall use the
appropriate safety signage when barricading an area.

h. All barricades shall be removed after hazard is completely eliminated.

i. Upon work completion, if the hazard is still present, the barricade shall
remain in place.

2.3.4 Installation of barricades

Installation of barricades shall include, but not limited to the following worksite
conditions:

a. Hazardous areas
b. Trip hazard
c. Robotic movement
d. Energized electrical works
e. Overhead suspended load test
f. Critical high pressure test
g. Chemical introduction
h. Fall exposure
i. Emergency Response Zone
j. Unsafe condition zone
k. Danger zone
l. Confined and enclosed space

A–3 Reference Laws, Policies, Manuals, and Guidelines

In the preparation of this guideline, the following are the basis and references which
the user may need for more detailed information:

a. Handbook on Philippine Government Procurement (R.A. 9184)

b. DOLE D.O. 13, Series of 1998

The Guidelines Governing Occupational Safety and Health in the Construction


Industry

c. D.O. 135, Series of 2015

Strict Compliance to the Road Works Safety & Traffic Management and
Construction Safety and Health Requirements during Construction and
Maintenance of Roads and Bridges

d. Department Circular No. 29, Series of 2015

DOLE and DPWH Joint Memorandum Agreement on the Approval of CSHP of


Government Infrastructure Projects

e. D.O. 197, Series of 2016

Revised Guidelines in the Preparation of Approved Budget for the Contract


(ABC)
12

f. D.O. 129, Series of 2014

Guidelines in the Implementation of Memorandum Dated July 17, 2014 of the


Secretary of DOLE on the Procedure in the Evaluation of Construction Safety
and Health Program (CSHP) of Contractors Engaged by DPWH Pursuant to
DPWH D.O. No. 56, Series of 2005

g. D.O. 54, Series of 2012

Guidelines on Reblocking of Portland Cement Concrete Pavement

h. D.O. 44, Series of 2012

Standardization of Construction Duration of DPWH Projects

i. D.O. 41, Series of 2012

Adoption of the Revised Manual on DPWH Highway Safety Design


Standards May 2012 Edition

j. D.O. 13, Series of 2008

Guidelines in the Procurement and Installation of Road Safety Devices and


Facilities

k. D.O. 56, Series of 2005

Guidelines in the Implementation of DOLE D.O. No. 13, Series of 1998 on


Occupational Safety and Health in the Construction Industry

l. Department Circular No.09, Series of 2004

Road Safety Manuals and Handbooks

m. Department Order No. 70, Series of 1998

Traffic Alleviation for Major DPWH Projects along Heavily Thoroughfares in


Metro Manila

n. DPWH Road Works Safety Manual, 2004

o. DPWH Highway Safety Design Standards Part 2: Road Signs and Pavement
Markings Manual

p. DPWH Construction Materials Price Data and Labor Rates


Guidelines for the Preparation of Cost Estimates for Traffic Management and Safety & Health Requirements for 13
the Construction and Maintenance of Roads, Bridges and Safety & Health Requirements for School Buildings

Part - B
Cost of Road Works Safety & Traffic Management

B–1 General Steps in Cost Derivation

1
DPWH Implementing Office to Prepare Traffic Refer to B – 2
Management Plan (TMP) as part of the detailed
engineering for the project (D.O. 70, 1998)

2
Determine the type and
quantity of temporary
signage, safety barriers,
barricades, PPE, etc. Refer to B – 4.2
based on the TMP

3
Determine the rental cost
Requires B – 3 & B - 4.1
of each signage, safety Refer to Table 3
barriers & barricades

4
Determine the total cost
of the designed traffic Refer to B – 4.2
management layout as
per TMP

5
CHECK if the percentage of cost of road
works safety and traffic management to the
cost of civil works is close to the values in B
– 4.3

Figure 1. Steps in deriving the cost Is only a baseline/


B – 4.3 indicator for estimators to
of road works safety and traffic
check the derived cost
management requirements
estimate
14

B–2 Traffic Management Layouts

The DPWH Road Works Safety Manual, 2004 includes discussion on the principles
of worksite traffic management. For purposes of providing easy reference in this cost
estimation guideline, presented herein are the worksite layout of signage and devices
adopted from the DPWH Road Works Safety Manual (2004). However, a number of
cases were observed in actual project implementation which also needs to be
addressed thus, additional cases are introduced and some modifications are made on
the layouts presented on the aforementioned manual.

The Traffic Management Layouts as presented in this guideline are still categorized
into the following:

a. Short Term Works


b. Long Term Works
c. Detours and Side Tracks
d. Intersection Works
e. Pavement Marking Works

Through the illustrative traffic management layouts, the user of this guideline will be
able to determine the basic requirements for the on-site implementation of road works
safety and traffic management. Knowing such does not guarantee the sufficiency of
knowledge in the proper practice of road works safety thus, a Traffic Management Plan
(TMP) should be prepared by designated personnel in the office trained or have
undergone seminar on the field of road works safety and traffic management. The traffic
management layouts that would form part of the TMP to be prepared by the
implementing office is not necessarily similar as presented in this guideline.
Adjustments should be made to provide the necessary traffic control devices to be
installed on site for a specific project. The need for a traffic controller is also illustrated
on the different layouts and the requirement of providing a traffic controller for 24 hours
on-site would depend on the actual operation and condition of the project. If closing a
certain lane of the road hinders the continuous flow of a two-way traffic, then a traffic
controller should be provided for the period that it is needed.

For purposes of illustrating the steps in deriving the cost, layouts in this guideline are
utilized as basis in determining the quantities of signage and traffic devices.
Guidelines for the Preparation of Cost Estimates for Traffic Management and Safety & Health Requirements for 15
the Construction and Maintenance of Roads, Bridges and Safety & Health Requirements for School Buildings

SHORT TERM WORKS


(TRAFFIC MANAGEMENT LAYOUTS)
16

LAYOUT 1 – Part Lane Closure due to Works on Sidewalk – 2 Lane 2 Way


Road, Low Speed, Short Term

DRAWN NOT TO SCALE

2D Shoulder

3D

1.20 m clearance
D

10 m
Worksite Area

1.20 m width pedestrian footpath

Traffic cones for pedestrian guidance


should be placed 3 to 5 meters apart
10 m

D
Attach/install Barricade flasher light
every after 3 traffic cones to improve
visibility particularly at nighttime

2D

DIMENSION “D”
A distance expressed in meters
equal to the approach speed of
traffic in kilometers per hour
Guidelines for the Preparation of Cost Estimates for Traffic Management and Safety & Health Requirements for 17
the Construction and Maintenance of Roads, Bridges and Safety & Health Requirements for School Buildings

LAYOUT 2 – Road Condition Signing – Low Speed, Short Term

DRAWN NOT TO SCALE

Shoulder

2D

GRAVEL
SURFACE

2D

DIMENSION “D”
A distance expressed in meters equal to
the approach speed of traffic in kilometers
per hour
18

LAYOUT 3 – Part Lane Closure – 2 Lane, 2 Way Road, Low Speed, Low Volume,
Short Term

DRAWN NOT TO SCALE

2D Shoulder

3D

1.20 m clearance
D

10 m

Worksite Area

Traffic cones to be
placed 3 to 5 meters
apart. 10 m

D
Attach/install Barricade flasher light
every after 3 traffic cones to improve
visibility particularly at nighttime

2D

DIMENSION “D”
A distance expressed in meters
equal to the approach speed of
traffic in kilometers per hour
Guidelines for the Preparation of Cost Estimates for Traffic Management and Safety & Health Requirements for 19
the Construction and Maintenance of Roads, Bridges and Safety & Health Requirements for School Buildings

LAYOUT 4 – Part Lane Closure – 2 Lane, 2 Way Road, High Speed, Short Term

DRAWN NOT TO SCALE

D
Shoulder
A H EA D
M A CH IN ERY
ROA D

30 m

Worksite Area

Traffic cones to be
placed 3 to 5 meters
apart. 30 m

Attach/install barricade flasher light


every after 3 traffic cones to improve
visibility particularly at nighttime ROA D D
M A CH IN ERY
A H EA D

DIMENSION “D”
A distance expressed in meters
equal to the approach speed of
traffic in kilometers per hour
20

LAYOUT 5 – Closure of Outer Lane – Multilane Road, Low Speed, Short Term

DRAWN NOT TO SCALE

Shoulder

30 m

Worksite Area
Attach/install barricade
flasher light every after 3
traffic cones to improve
visibility particularly at
nighttime

Hazard Markers to
be spaced evenly 2D
along the Merge
Taper

Traffic cones to
be placed 3 to 5 D
meters apart.

DIMENSION “D”
A distance expressed in meters
equal to the approach speed of
traffic in kilometers per hour
Guidelines for the Preparation of Cost Estimates for Traffic Management and Safety & Health Requirements for 21
the Construction and Maintenance of Roads, Bridges and Safety & Health Requirements for School Buildings

LAYOUT 6 – Closure of Center Lane – Multilane Road, Low Speed, Short Term

DRAWN NOT TO SCALE

DIMENSION “D”
A distance expressed in meters
equal to the approach speed of
traffic in kilometers per hour

Shoulder

Narrow Hazard marker


to be placed at the start
of the Merged Taper

Hazard
Markers to be
spaced evenly
Traffic cones to along the
be placed 3 to 5 Merge Taper
meters apart. 2D

Attach/install barricade Narrow Hazard marker to


flasher light every after 3 be placed at the start of the
traffic cones to improve Merge Taper
visibility particularly at
nighttime
D

D
22

LONG TERM WORKS


(TRAFFIC MANAGEMENT LAYOUTS)
Guidelines for the Preparation of Cost Estimates for Traffic Management and Safety & Health Requirements for 23
the Construction and Maintenance of Roads, Bridges and Safety & Health Requirements for School Buildings

LAYOUT 7 (Case 1) – Part Lane Closure – 2 Lane, 2 Way Road, High Speed, Long Term

DRAWN NOT TO SCALE

Shoulder
D
Attach/install barricade flasher light
every after 3 bollards to improve
visibility particularly at nighttime

30 m

10 m

Worksite Area
Interconnected plastic
safety barriers 3.0 m

10 m
clearance
Provide a clearance by offsetting a
certain distance while maintaining a D
3 .0 m minimum lane width for
through traffic on the other lane.

Traffic bollards to be
placed 3 to 5 meters apart

DIMENSION “D”
A distance expressed in meters
equal to the approach speed of
traffic in kilometers per hour
24

LAYOUT 7 (Case 2) – Part Lane Closure – 2 Lane, 2 Way Road, High Speed, Long Term
(Works involving deep excavations)

DRAWN NOT TO SCALE

D Shoulder
Attach/install barricade flasher light
every after 3 bollards to improve
visibility particularly at nighttime
D

30 m
10 m

Interconnected Wire
Mesh Barricade
Interconnected concrete
3.0 m
safety barriers Deeply excavated area to a depth
minimum
greater than 0.50 m
Provide a clearance by offsetting a
certain distance while maintaining a
3 .0 m minimum lane width for clearance 10 m
through traffic on the other lane.

D
Traffic bollards to be
placed 3 to 5 meters apart

DIMENSION “D”
A distance expressed in meters
equal to the approach speed of
traffic in kilometers per hour
Guidelines for the Preparation of Cost Estimates for Traffic Management and Safety & Health Requirements for 25
the Construction and Maintenance of Roads, Bridges and Safety & Health Requirements for School Buildings

LAYOUT 8 – Road Condition Signing – High Speed, Long Term

DRAWN NOT TO SCALE

Shoulder

GRAVEL
SURFACE

DIMENSION “D”
A distance expressed in meters equal to
the approach speed of traffic in kilometers
per hour
26

LAYOUT 9 – Closure of Inner Lane – Multilane Road, High Speed, Long Term

DRAWN NOT TO SCALE

Attach/install barricade flasher


light every after 3 bollards to
D improve visibility particularly at
nighttime

3.0 m
minimum
Shoulder

Interconnected plastic
safety barriers

10 m

Hazard Markers to be 2D
placed evenly along the
Merge Taper

Traffic bollards to be
placed 3 to 5 meters apart 2D

5D

DIMENSION “D” 5D
A distance expressed in meters Place Roadwork 1 km
Ahead & Lane Status
equal to the approach speed of signs for additional pre-
traffic in kilometers per hour warning of the Roadworks.
Guidelines for the Preparation of Cost Estimates for Traffic Management and Safety & Health Requirements for 27
the Construction and Maintenance of Roads, Bridges and Safety & Health Requirements for School Buildings

LAYOUT 10 – Closure of Center Lane – Multilane Road, High Speed, Long Term

DRAWN NOT TO SCALE

Attach/install barricade flasher


light every after 3 bollards to
D improve visibility particularly at
nighttime

3.0 m 3.0 m
minimum minimum Shoulder

Interconnected plastic
safety barriers

10 m

Hazard Markers to be 2D
placed evenly along the
Merge Taper

Traffic bollards to be
placed 3 to 5 meters apart 2D

5D

DIMENSION “D” 5D
A distance expressed in meters Place Roadwork 1 km
Ahead & Lane Status
equal to the approach speed of signs for additional pre-
traffic in kilometers per hour warning of the Roadworks.
28

DETOURS AND SIDE


TRACKS
(TRAFFIC MANAGEMENT LAYOUTS)
Guidelines for the Preparation of Cost Estimates for Traffic Management and Safety & Health Requirements for 29
the Construction and Maintenance of Roads, Bridges and Safety & Health Requirements for School Buildings

LAYOUT 11 – Detour via the Existing Road Network – Low or High Speed, Short
or Long Term

DRAWN NOT TO SCALE

D
DETOUR

2D

DETOUR
DETOUR

Attach/install barricade flasher


light to improve visibility
particularly at nighttime

Road DIMENSION “D”


A distance expressed in meters
Works equal to the approach speed of
Barrier Boards may be
used to help inhibit access
Site traffic in kilometers per hour

to the site

A Local Traffic Only sign


may be required to allow
local residents access to
the close road

DETOUR

2D

D
30

LAYOUT 12 – Detour via Side Track – Low Speed, Long Term

DRAWN NOT TO SCALE

2D

Install bollards along


the side track @ 5
meters apart

Attach/install barricade flasher


ROAD light every after 3 bollards to
improve visibility particularly at
WORKS SITE nighttime

DIMENSION “D”
A distance expressed in meters
equal to the approach speed of
traffic in kilometers per hour

2D

Install this sign for on-going D


bridgeworks

NOTE: This layout is also applicable for bridge works where provision of DETOUR/SIDE TRACK is necessary.
Guidelines for the Preparation of Cost Estimates for Traffic Management and Safety & Health Requirements for 31
the Construction and Maintenance of Roads, Bridges and Safety & Health Requirements for School Buildings

LAYOUT 13 – Detour via Side Track – High Speed, Long Term

DRAWN NOT TO SCALE

2D

Install bollards along


the side track

ROAD Attach/install barricade flasher


light every after 3 bollards to
improve visibility particularly at
WORKS SITE nighttime

DIMENSION “D”
A distance expressed in meters
equal to the approach speed of
traffic in kilometers per hour

2D

Install this sign for on-going D


bridgeworks

NOTE: This layout is also applicable for bridge works where provision of DETOUR/SIDE TRACK is necessary.
32

INTERSECTION WORKS
(TRAFFIC MANAGEMENT LAYOUTS)
Guidelines for the Preparation of Cost Estimates for Traffic Management and Safety & Health Requirements for 33
the Construction and Maintenance of Roads, Bridges and Safety & Health Requirements for School Buildings

LAYOUT 14 – Works at an Intersection - Low Speed, Short or Long Term


34

LAYOUT 15 – Works at an Intersection – High Speed, Short or Long Term


Guidelines for the Preparation of Cost Estimates for Traffic Management and Safety & Health Requirements for 35
the Construction and Maintenance of Roads, Bridges and Safety & Health Requirements for School Buildings

PAVEMENT MARKING
WORKS
(TRAFFIC MANAGEMENT LAYOUTS)
36

LAYOUT 16 – Lane Marking of Centerline – 2 Lane, 2 Way Road

DRAWN NOT TO SCALE

Lead Vehicle
To advise oncoming
traffic of line marking
machine
Shoulder

2D

Shoulder

Linemarking
Vehicle

Illuminated Flashing Arrow


directing the approaching
vehicles drivers which side to
pass through

2D-3D

Tail Vehicle
To protect the freshly
painted lines

DIMENSION “D”
A distance expressed in meters equal to
the approach speed of traffic in kilometers
per hour
Guidelines for the Preparation of Cost Estimates for Traffic Management and Safety & Health Requirements for 37
the Construction and Maintenance of Roads, Bridges and Safety & Health Requirements for School Buildings

LAYOUT 17 – Lane Marking of Centerline – Multilane Road

DRAWN NOT TO SCALE

Linemarking
Vehicle

2D
Shoulder

Tail Vehicle
To protect the freshly
painted lines

Illuminated Flashing Arrow


directing the approaching
vehicles drivers which side to
pass through
Shoulder

2D-3D

Second Tail Vehicle


To inform vehicles to
change lanes

DIMENSION “D”
A distance expressed in meters equal to
the approach speed of traffic in kilometers
per hour
38

LAYOUT 18 – Lane Marking of Edgeline

DRAWN NOT TO SCALE

Linemarking
Vehicle

2D
Shoulder

Tail Vehicle
To protect the freshly
painted lines

Illuminated Flashing Arrow


directing the approaching
vehicles drivers which side to
pass through
Shoulder

2D-3D

DIMENSION “D”
A distance expressed in meters equal to
the approach speed of traffic in kilometers
per hour

B–3 Plans and Specifications


Guidelines for the Preparation of Cost Estimates for Traffic Management and Safety & Health Requirements for 39
the Construction and Maintenance of Roads, Bridges and Safety & Health Requirements for School Buildings

Details on the color, standard sizes of signage, text layout and the requirement for
luminosity/visibility of the signage, specification for other traffic control devices and
relative standards are specified in the DPWH Road Works Safety Manual (2004).
However, not all specifications of materials are stated in the said manual particularly
the frame/support to be used for the temporary signage.

Based on DPWH Highway Safety Design Standards Part 2: Road Signs and Pavement
Markings Manual, signs that are intended to convey message during dark periods need
to be reflectorized or illuminated for greater visibility of colors and shapes.
Reflectorization is achieved by the use of retro-reflective materials on legends, letter,
borders and background of the sign. This requirement for reflectorization using a retro-
reflective material is most advised for regular road signs as it would be for long term
use and be fixed on our national highways. Similarly, for temporary road signs used in
road works, standard specifications as advised shalll be adopted. For the frames to
hold the sign panels, design is as presented below.

Standard Sign Panel of appropriate sheeting fastened


with bolts and nuts for ease of replacement

1.50 m vertical
Varies depending height
on the size of the
sign panel

All materials are 2” x 2” x


2.33 mm Angular Bar

Varies depending on the


size of the sign panel

0.30 m

0.60 m clear spacing

Figure 2. Details of the two-sided sign frame


40

Figure 3. Details of construction mesh fence/barricade

To further improve the visibility of onsite set-up road works traffic management signage
and devices particularly during nighttime, LED flasher light or appropriate available
retro-reflective material is suggested to be attached or separately mounted on the
installed temporary bollards, traffic cones, safety barrier and mesh fence/barricade
along the confined area (work zone).

Battery-Operated Barricade
Flasher Light

Attached flasher light on


traffic cones

(a)

Source:
Retrieved from http://www.coventrytelegraph.net/news/coventry-news/12-weeks-new-roadworks-a45-
8489038
Guidelines for the Preparation of Cost Estimates for Traffic Management and Safety & Health Requirements for 41
the Construction and Maintenance of Roads, Bridges and Safety & Health Requirements for School Buildings

Attached barricade
flasher light

(b)

Attached barricade flasher light


on mesh fence

(c)

Figure 4. Installing or attaching of barricade flasher light on traffic devices


(a) on traffic cones, (b) on temporary signage, (c) on barriers or fence
42

SECTION DETAILS

Provision to
interlock the
concrete barriers

SIDE VIEW

Figure 5. Details of Concrete Barrier


Guidelines for the Preparation of Cost Estimates for Traffic Management and Safety & Health Requirements for 43
the Construction and Maintenance of Roads, Bridges and Safety & Health Requirements for School Buildings

B–4 Cost Component


The cost for construction safety and health must be taken into consideration in the
preparation of Program of Work (POW) for every project. Section 8.1 of the
Procedural Guidelines of DOLE D.O. 13, Series of 1998- The Guidelines Governing
Occupational Safety and Health in the Construction Industry states that the total cost
of implementing a Construction Safety and Health Program shall be mandatory and
shall be made an integral part of the project’s construction cost as a separate pay item,
duly quantified and reflected in the Project’s Construction Contract Documents.

The road works safety wherein provision of traffic devices and signage are necessary
to protect the workers and the road users from the probable harm of the on-going
construction is considered in this guideline as covered by the abovementioned
governing guidelines of DOLE. Hence, quantification and costing of those requirements
are necessary.

Moreover, the DPWH D.O. 22, series of 2015 as superseded by D.O. 197, Series of
2016 presents that the cost of Construction Safety and Health is not
embedded/incorporated in each civil work items thus, considered as a separate pay
item under non-civil works but not subject to OCM mark-up. D.O. 05, Series of 2017
also specify Item B.7 – Occupational Safety and Health Program and B.8 Traffic
Management as pay items under Part B – Other General Requirements.

B – 4.1 Considerations in the Preparation of DUPA

To illustrate the basic cost estimation process in this guideline, prepared herein is the
Detailed Unit Price Analysis (DUPA) based on plans, specifications, and requirements
presented in Section B - 2 to B - 3. The DUPA as presented in this guideline serve only
as a reference for the implementing offices in deriving costs for the road works safety
& traffic management and construction safety & health. Should there be an
increase/decrease in cost, the Implementing Offices in its derivation of cost shall
correspondingly make the necessary adjustments. Cost of Personal Protective
Equipment (PPE) (e.g. safety shoes and gloves) will be based on the actual specific
requirements and as prescribed in Table 1. It must be noted however, that the
quantities of signs and traffic control devices in the DUPA presented in this guideline
are not fixed as quantification should be based on the prepared worksite traffic
management plan applicable for the specific project.

Table 3 tabulates the estimated unit cost for each road work signage and is utilized in
the preparation of DUPA for each traffic management layout. With regard to costing,
payment for the signage is in a daily rental basis which means that it will not be turned
over to the implementing office after the completion of the project. The implementing
office will only pay the contractor for providing the safety requirements within the period
that the devices and signs are used in the project.

In the determination of the daily rental cost of the devices and signage, the following
lifespan of materials are considered:
• Road works standard retroreflective signs – 3 years
• Plastic Safety Barriers – 2 years
• Traffic Cones – 2 years
• Temporary Bollards – 2 years
• Construction Safety Fence/Barricade – 2 years
• Concrete Safety Barriers – 5 years

For estimation and illustration purposes, sample DUPA of each traffic management
layout presented herein are referred from the DPWH Construction Materials Price Data
(CMPD 2015, NCR), DOLE Standard Labor Rates, D.O. 22, Series of 2015. The
Implementing Offices shall adjust accordingly upon issuance of reference, guidelines
and related policies that may supersede the stated references in this guideline.
44

Table 3 – List of road works temporary signage and the estimated daily rental cost

SIGNAGE DESCRIPTION MATERIAL REQUIREMENTS AND COST


Daily Rental Rate
ROAD AND BRIDGE WORK SITE TEMPORARY (considering 3 years
Labor
SIGNAGE Sign No.
Size (mm)
Letters/Symbols Background Sign Panel Frame
Consumables
(15% of Frame & Total lifespan)
(Width X Height) (5% of Frame)
Consumables)

Cost [E] = [A] +[B] +[C] +


[A] Angle Bar [C] [D] [F] = [E]/(365*3)
[B] [D]

ADVANCE WARNING SIGNS


ROADWORK AHEAD 10.95
(T1-1, T1-31) Line 1- Black 200 DM
T1-1 1800 x 600 Yellow Reflectorized ₱7,733.00 3 pcs - 6m L50x50x3mm ₱1,929.24 ₱96.46 ₱303.86 ₱11,991.80
Line 2- Black 160 DM

BRIDGEWORK AHEAD 10.95


(T1-2) Line 1- Black 200 DM
T1-2 1800 x 600 Yellow Reflectorized ₱7,733.00 3 pcs - 6m L50x50x3mm ₱1,929.24 ₱96.46 ₱303.86 ₱11,991.80
Line 2- Black 160 DM

ROAD MACHINERY AHEAD 6.54


R OA D
(T1-3) Line 1- Black 100 EM
M A CH IN ERY T1-3 1200 x 600 Yellow Reflectorized ₱5,612.00 2 pcs - 6m L50x50x3mm ₱1,286.16 ₱64.31 ₱202.57 ₱7,165.04
A H E A D Line 2- Black 120 DM
Line 3- Black 100 EM
GRADER AHEAD 5.64
(T1-4) Black 140 DN
T1-4 900 x 600 Yellow Reflectorized ₱4,622.00 2 pcs- 6m L50x50x3mm ₱1,286.16 ₱64.31 ₱202.57 ₱6,175.04

WORKMEN AHEAD (Symbolic) Red / Orange 5.64


Black -Fluorescent for day
use (Short Term)
(T1-5) T1-5 900 x 600 ₱4,622.00 2 pcs - 6m L50x50x3mm ₱1,286.16 ₱64.31 ₱202.57 ₱6,175.04
-Reflectorized for night
use (Long Term)

ROADWORK NEXT … km 10.95


(T1-24) Line 1- Black 200 DM
T1-24 1800 x 600 Yellow Reflectorized ₱7,733.00 3 pcs - 6m L50x50x3mm ₱1,929.24 ₱96.46 ₱303.86 ₱11,991.80
Line 2- Black 160 DM

ROADWORK ON SIDE ROAD 10.95


(T1-25) Line 1- Black 160 EN
T1-25 1800 x 600 Yellow Reflectorized ₱7,733.00 3 pcs - 6m L50x50x3mm ₱1,929.24 ₱96.46 ₱303.86 ₱11,991.80
Line 2- Black 160 DN

NEXT 2 km 5.76
(T1-28) Line 1- Black 150 DM
T1-28 600 x 600 Yellow Reflectorized ₱3,470.00 2 pcs- 6m L50x50x3mm ₱1,286.16 ₱64.31 ₱202.57 ₱6,309.20
Line 2- Black 150 DN
& 100 LC
END ROADWORK 10.95
(T2-16, T2-17) Line 1- Black 200 DM
T2-16 1800 x 600 Yellow Reflectorized ₱7,733.00 3 pcs- 6m L50x50x3mm ₱1,929.24 ₱96.46 ₱303.86 ₱11,991.80
Line 2- Black 160 DM

REGULATORY SIGNS
PREPARE TO STOP Line 1- White 120 DM 5.64
(T1-18) Line 2- White 120 DM
T1-18 900 x 600 Red Reflectorized ₱4,622.00 2 pcs - 6m L50x50x3mm ₱1,286.16 ₱64.31 ₱202.57 ₱6,175.04
Line 3- White 120 EM
Reflectorized

SPEED RESTRICTION 4.73


(R4-1)
600 x 800 Black 240 DN White Reflectorized
R4-1 (size B) ₱3,622.00 2 pcs - 6m L50x50x3mm ₱1,286.16 ₱64.31 ₱202.57 ₱5,175.04
Red circle -
Circle – 600 dia. Red
Reflectorized

ROAD WORK 3.87


(R4-3) 600 x 400 Line 1- Black 100 EM
R4-3 White Reflectorized ₱2,685.00 2 pcs - 6m L50x50x3mm ₱1,286.16 ₱64.31 ₱202.57 ₱4,238.04
(size B) Line 2- Black 100 EM

END SPEED RESTRICTION 5.55


(R4-12, R4-2)
White Reflectorized
600 x 1000 Line 1 - Black 160 EM
R4-12 (size B) ₱4,528.00 2 pcs - 6m L50x50x3mm ₱1,286.16 ₱64.31 ₱202.57 ₱6,081.04
Line 2 - Black 240 DN Red circle -
Circle – 600 dia. Red Reflectorized

Note: Refer to B-4.1 for the guidelines in determining the cost of material requirements.
Guidelines for the Preparation of Cost Estimates for Traffic Management and Safety & Health Requirements for 45
the Construction and Maintenance of Roads, Bridges and Safety & Health Requirements for School Buildings

SIGNAGE DESCRIPTION MATERIAL REQUIREMENTS AND COST


Daily Rental Rate
ROAD AND BRIDGE WORK SITE TEMPORARY (considering 3 years
Labor
SIGNAGE Sign No.
Size (mm)
Letters/Symbols Background Sign Panel Frame
Consumables
(15% of Frame & Total lifespan)
(Width X Height) (5% of Frame)
Consumables)

Cost [E] = [A] +[B] +[C] +


[A] Angle Bar [C] [D] [F] = [E]/(365*3)
[B] [D]

END SPEED RESTRICTION 4.73


(R4-12, R4-2)
600 x 800
De-restriction Symbol – 600 dia.
R4-2 (size B) White Reflectorized ₱3,622.00 2 pcs - 6m L50x50x3mm ₱1,286.16 ₱64.31 ₱202.57 ₱5,175.04
Black

DETOUR SIGNS
DETOUR AHEAD 6.54
(T1-6) Line 1- Black 160 EN
T1-6 1200 x 600 Yellow Reflectorized ₱5,612.00 2 pcs - 6m L50x50x3mm ₱1,286.16 ₱64.31 ₱202.57 ₱7,165.04
Line 2- Black 160 EN

DETOUR (Left or Right) 4.80


(T5-1)
T5-1 1200 X 300 Black 120 EN Yellow Reflectorized ₱3,698.00 2 pcs - 6m L50x50x3mm ₱1,286.16 ₱64.31 ₱202.57 ₱5,251.04

DETOUR MARKER 3.26


(T5-6)
T5-6A 450 X 450 Black 300 High Yellow Reflectorized ₱2,012.00 2 pcs- 6m L50x50x3mm ₱1,286.16 ₱64.31 ₱202.57 ₱3,565.04

LOCAL TRAFFIC ONLY Line 1- Black 100 EN 5.64


(G9-40-2) Line 2- Black 100 EN
G9-40-2 900 x 600 Yellow Reflectorized ₱4,622.00 2 pcs- 6m L50x50x3mm ₱1,286.16 ₱64.31 ₱202.57 ₱6,175.04
Line 3- Black 100 EN

END DETOUR 6.54


(T2-23) Line 1- Black 160 DM
T2-23 1200 x 600 Yellow Reflectorized ₱5,612.00 2 pcs- 6m L50x50x3mm ₱1,286.16 ₱64.31 ₱202.57 ₱7,165.04
Line 2- Black 160 DM

SIGNS FOR ROAD CONDITIONS & HAZARDS


WET TAR 5.64
(T3-1) Line 1- Black 160 FM
T3-1 900 x 600 Yellow Reflectorized ₱4,622.00 2 pcs- 6m L50x50x3mm ₱1,286.16 ₱64.31 ₱202.57 ₱6,175.04
Line 2- Black 160 FM
Type B-2

SLIPPERY 5.64
(T3-3) Symbol - Black
T3-3 900 x 600 Yellow Reflectorized ₱4,622.00 2 pcs- 6m L50x50x3mm ₱1,286.16 ₱64.31 ₱202.57 ₱6,175.04

Type B-2
SOFT EDGES 5.64
(T3-6) Line 1- Black 160 DN
T3-6 900 x 600 Yellow Reflectorized ₱4,622.00 2 pcs- 6m L50x50x3mm ₱1,286.16 ₱64.31 ₱202.57 ₱6,175.04
Line 2- Black 160 DN
Type B-2

ROUGH SURFACE 5.64


(T3-7) Line 1 - Black 120 EN
T3-7 900 x 600 Yellow Reflectorized ₱4,622.00 2 pcs- 6m L50x50x3mm ₱1,286.16 ₱64.31 ₱202.57 ₱6,175.04
Line 2 - Black 120 DN
Type B-2

LOOSE STONES 5.64


(T3-9) Symbol - Black
T3-9 900 x 600 Yellow Reflectorized ₱4,622.00 2 pcs- 6m L50x50x3mm ₱1,286.16 ₱64.31 ₱202.57 ₱6,175.04

Type B-2

GRAVEL ROAD 5.64


(T3-13) Line 1 - Black 140 DN
T3-13 900 x 600 Yellow Reflectorized ₱4,622.00 2 pcs - 6m L50x50x3mm ₱1,286.16 ₱64.31 ₱202.57 ₱6,175.04
Line 2 - Black 140 DN
Type B-2

LOOSE SURFACE 5.64


(T3-14) Line 1 - Black 140 DM
T3-14 900 x 600 Yellow Reflectorized ₱4,622.00 2 pcs- 6m L50x50x3mm ₱1,286.16 ₱64.31 ₱202.57 ₱6,175.04
Line 2 - Black 140 CM
Type B-2

NO LINES DO NOT OVERTAKE Line 1 - Black 140 EM 10.87


UNLESS SAFE Line 2 - Black 140 EM
T3-12 1500 x 900 Yellow Reflectorized ₱9,575.00 3 pcs- 6m L50x50x3mm ₱1,929.24 ₱96.46 ₱303.86 ₱11,904.56
(T3-12) Line 3 - Black 140 EM
Type B-1
Line 4 - Black 120 DM

NOTE: Costs as presented herein are intended only to illustrate the derivation of cost. Should there be an increase/decrease in cost of materials, necessary adjustments shall be made accordingly.
46

SIGNAGE DESCRIPTION MATERIAL REQUIREMENTS AND COST


ROAD AND BRIDGE WORK SITE TEMPORARY Daily Rental Rate
Labor (considering 3 years
SIGNAGE Sign No.
Size (mm)
Letters/Symbols Background Sign Panel Frame
Consumables
(15% of Frame & Total lifespan)
(Width X Height) (5% of Frame)
Consumables)

Cost [E] = [A] +[B] +[C] +


[A] Angle Bar [C] [D] [F] = [E]/(365*3)
[B] [D]

TRAFFIC HAZARD AHEAD 8.86


(T1-10)
Line 1 - Black 160 DM
T1-10 1200 x 900 Line 2 - Black 160 DM Yellow Reflectorized ₱8,150.00 2 pcs - 6m L50x50x3mm ₱1,286.16 ₱64.31 ₱202.57 ₱9,703.04
Line 2 - Black 160 DM

Type A-2

TRUCKS ENTERING 5.64


(T2-25) Symbol
T2-25 900 x 600 Yellow Reflectorized ₱4,622.00 2 pcs - 6m L50x50x3mm ₱1,286.16 ₱64.31 ₱202.57 ₱6,175.04
Black
Type B-2

SIGNS FOR LANE & ROAD CLOSURES


ROAD CLOSED 5.55
(T2-4)
T2-4 1800 X 300 Black 140 EN Yellow Reflectorized ₱3,745.00 3 pcs - 6m L50x50x3mm ₱1,929.24 ₱96.46 ₱303.86 ₱6,074.56

Type C-1
LANE STATUS 8.86
(T2-6-1 and T2-6-2)

T2-6-1 1200 x 900 Black 600 High Yellow Reflectorized ₱8,150.00 2 pcs - 6m L50x50x3mm ₱1,286.16 ₱64.31 ₱202.57 ₱9,703.04

Type A-2

LANE STATUS 12.95


(T2-6-1 and T2-6-2)

T2-6-2 1800 x 900 Black 600 High Yellow Reflectorized ₱11,850.00 3 pcs - 6m L50x50x3mm ₱1,929.24 ₱96.46 ₱303.86 ₱14,179.56

Type A-1

SIGNS FOR PEDESTRIAN CONTROL


PEDESTRIANS WATCH YOUR STEP Line 1 - Black 100 CN 5.64
(T8-1) Line 2 - Black 100 CN
T8-1 900 x 600 Yellow Reflectorized ₱4,622.00 2 pcs - 6m L50x50x3mm ₱1,286.16 ₱64.31 ₱202.57 ₱6,175.04
Line 3 - Black 100 CN
Type B-2

PEDESTRIANS 4.80
(T8-2 L or R) T8-2
L or R 1200 X 300 Black 100 CM Yellow Reflectorized ₱3,698.00 2 pcs - 6m L50x50x3mm ₱1,286.16 ₱64.31 ₱202.57 ₱5,251.04
Arrow 140
Type C-2

USE OTHER FOOTPATH 5.64


(T8-3) Line 1- Black 100 DN
T8-3 900 x 600 Yellow Reflectorized ₱4,622.00 2 pcs - 6m L50x50x3mm ₱1,286.16 ₱64.31 ₱202.57 ₱6,175.04
Line 2- Black 100 DN
Type B-2

TEMPORARY HAZARD MARKERS


TEMPORARY HAZARD MARKER Chevrons 5.76
(T5-5) Black 194 wide at 45⁰
T5-5 600 x 600 Yellow Reflectorized ₱3,470.00 2 pcs- 6m L50x50x3mm ₱1,286.16 ₱64.31 ₱202.57 ₱6,309.20

Type B-3

TEMPORARY HAZARD MARKER Chevrons 8.01


(T5-4) Black 177 wide at 45⁰
T5-4 1500 x 450 Yellow Reflectorized ₱6,440.00 3 pcs- 6m L50x50x3mm ₱1,929.24 ₱96.46 ₱303.86 ₱8,769.56

Type B-1

NOTE: Costs as presented herein are intended only to illustrate the derivation of cost. Should there be an increase/decrease in cost of materials, necessary adjustments shall be made accordingly.
Guidelines for the Preparation of Cost Estimates for Traffic Management and Safety & Health Requirements for 47
the Construction and Maintenance of Roads, Bridges and Safety & Health Requirements for School Buildings

Detailed Unit Price Analysis


(DUPA) per Traffic
Management Layout
B – 4.2
48

Detailed Unit Price Analysis


( Layout 1- Part Lane Closure due to Works on Sidewalk - 2 Lane, 2 Way Road, Low Speed, Short Term)

ITEM NO/DESCRIPTION : B.8 - Road Works Safety and Traffic Management


UNIT OF MEASUREMENT : day
QUANTITY : 1.00

A) MATERIALS : COST/UNIT UNIT QUANTITY UNIT RATE TOTAL COST

Prepare to Stop each 2.00 5.64 11.28


Workmen Ahead (T1-5) each 3.00 5.64 16.92
Temporary Hazard marker (Chevron, T5-5) each 1.00 5.76 5.76
Pedestrians (T8-2 L or R) each 2.00 4.80 9.59

* Traffic Cones (@ 3 meters apart) each 24.00 1.85 44.38


= Unit Price of a Traffic Cone/ Lifespan (2 years)

Safety Vest each 2.00 2.22 4.44


Safety Helmet each 2.00 0.25 0.49
Safety Shoes each 2.00 2.77 5.55
* Quantity is b ased on the assumed 9 -meter length (2 b locks) of road work zone
If the length is increased/decreased, corresponding adjustment
of quantities shall b e made.

Note: For estimation purposes, approach speed (equal to "D" in meters) is 40 kph.

SUB - TOTAL (A) 98.42


B. LABOR COST QUANTITY Unit Total
No. of Personnel Total Hours Rate Cost

Unskilled Workers 2.00 2.00 70.74 282.96


Traffic Controller (Flagman) 2.00 8.00 70.74 1,131.84

SUB - TOTAL (B) 1,414.80


C. EQUIPMENT COST QUANTITY Hourly Total
No. of Equipt. Total Hours Rate Cost

Stake Truck (5 T) 1.00 2.00 712.00 1,424.00


Barricade Flasher Light 6.00 8.00 0.65 31.27
(3 Volts, Battery Operated, Amber Color,
w/ lifespan consideration of 6 months) 1 day is equivalent to 8 hrs

Sample Computation:

= ₱ 0.65 rental/ hour

Multiplying 0.65 by 8 hrs is just equivalent to the daily rental rate


of ₱5.21. So, 5.21 X 6 units = 31.27.

SUB - TOTAL (C) 1,455.27


D. TOTAL DIRECT COST (A + B + C) 2,968.49
E. DIRECT UNIT COST (D/Quantity) 2,968.49
F. ADD: INDIRECT COST
1. OCM (9% of D ) -
2. Contractor's Profit (8% of D) 237.48
3. VAT 12% 384.72
** TOTAL INDIRECT COST 622.19

** Mark-up percentage varies depending on TOTAL COST (D + F) 3,590.68


the Total Direct Cost of the project. Applied
herein is b ased on D.O. 22, Series of 2015. TOTAL RENTAL COST 3,590.68

Note: Costs as presented herein are intended only to illustrate the derivation of cost. Should there be an increase/decrease in the
cost of materials, labor, equipment and on the allowable percentage of mark-up, necessary adjustments shall be made in
accordance with the latest approved department issuances. Night differential may also be considered in the estimate of labor cost
for the traffic controller to give consideration for anticipated nighttime operation. Further, unit of measure as used herein is “day”
for ease of deriving the total cost (i.e. daily rental to monthly rental or lump sum).
Guidelines for the Preparation of Cost Estimates for Traffic Management and Safety & Health Requirements for 49
the Construction and Maintenance of Roads, Bridges and Safety & Health Requirements for School Buildings

Detailed Unit Price Analysis


(Layout 2 - Road Condition Signing - Low Speed, Short Term)

ITEMS NO/DESCRIPTION : B.8 - Road Works Safety and Traffic Management


UNIT OF MEASUREMENT : day
QUANTITY : 1.00

A) MATERIALS : COST/UNIT UNIT QUANTITY UNIT RATE TOTAL COST

Rough Surface (T3-7) each 2.00 5.64 11.28


Slippery (T3-3) each 2.00 5.64 11.28

Note: For estimation purposes, approach speed (equal to "D" in meters) is 40 kph.

SUB - TOTAL (A) 22.56


B. LABOR COST QUANTITY Unit Total
No. of Personnel Total Hours Rate Cost

SUB - TOTAL (B) -


C. EQUIPMENT COST QUANTITY Hourly Total
No. of Equipt. Total Hours Rate Cost

SUB - TOTAL (C) -


D. TOTAL DIRECT COST (A + B + C) 22.56
E. DIRECT UNIT COST (D/Quantity) 22.56
F. ADD: INDIRECT COST
1. OCM (9% of D )
2. Contractor's Profit (8% of D) 1.80
3. VAT 12% 2.92
** TOTAL INDIRECT COST 4.73

** Mark-up percentage varies depending on TOTAL COST (D + F)) 27.29


the Total Direct Cost of the project. Applied
herein is b ased on D.O. 22, Series of 2015. TOTAL RENTAL COST 27.29

Note: Costs as presented herein are intended only to illustrate the derivation of cost. Should there be an increase/decrease in the
cost of materials, labor, equipment and on the allowable percentage of mark-up, necessary adjustments shall be made in
accordance with the latest approved department issuances. Night differential may also be considered in the estimate of labor cost
for the traffic controller to give consideration for anticipated nighttime operation. Further, unit of measure as used herein is “day”
for ease of deriving the total cost (i.e. daily rental to monthly rental or lump sum).
50

Detailed Unit Price Analysis


(Layout 3 - Part Lane Closure - 2 Lane 2 Way Road, Low Speed, Low Volume, Short Term)

ITEM NO/DESCRIPTION : B.8 - Road Works Safety and Traffic Management


UNIT OF MEASUREMENT : day
QUANTITY : 1.00

A) MATERIALS : COST/UNIT UNIT QUANTITY UNIT RATE TOTAL COST

Prepare to Stop each 2.00 5.64 11.28


Workmen Ahead (T1-5) each 2.00 5.64 11.28
Temporary Hazard Marker (Chevron, T5-5) each 1.00 5.76 5.76
* Traffic Cones (@ 5 meters apart) each 16.00 1.85 29.59

Safety Vest each 2.00 2.22 4.44


Safety Helmet each 2.00 0.25 0.49
Safety Shoes each 2.00 2.77 5.55

* Quantity is b ased on the assumed 50-meter length roadwork zone


If the length is increased/decreased, corresponding adjustment
of quantities shall b e made.

Note: For estimation purposes, approach speed (equal to "D" in meters) is 40 kph.

SUB - TOTAL (A) 68.39


B. LABOR COST QUANTITY Unit Total
No. of Personnel Total Hours Rate Cost

Unskilled Workers 2.00 2.00 70.74 282.96


Traffic Controller (Flagman) 2.00 8.00 70.74 1,131.84

SUB - TOTAL (B) 1,414.80


C. EQUIPMENT COST QUANTITY Hourly Total
No. of Equipt. Total Hours Rate Cost

Stake Truck (5 T) 1.00 2.00 712.00 1,424.00


Barricade Flasher Light 4.00 8.00 0.65 20.85
(3 Volts, Battery Operated, Amber Color,
w/ lifespan consideration of 6 months)
SUB - TOTAL (C) 1,444.85
D. TOTAL DIRECT COST (A + B + C) 2,928.04
E. DIRECT UNIT COST (D/Quantity) 2,928.04
F. ADD: INDIRECT COST
1. OCM (9% of D )
2. Contractor's Profit (8% of D) 234.24
3. VAT 12% 379.47
** TOTAL INDIRECT COST 613.72

** Mark-up percentage varies depending on TOTAL COST (D + F) 3,541.75


the Total Direct Cost of the project. Applied
herein is b ased on D.O. 22, Series of 2015. TOTAL RENTAL COST 3,541.75

Note: Costs as presented herein are intended only to illustrate the derivation of cost. Should there be an increase/decrease in the
cost of materials, labor, equipment and on the allowable percentage of mark-up, necessary adjustments shall be made in
accordance with the latest approved department issuances. Night differential may also be considered in the estimate of labor cost
for the traffic controller to give consideration for anticipated nighttime operation. Further, unit of measure as used herein is “day”
for ease of deriving the total cost (i.e. daily rental to monthly rental or lump sum).
Guidelines for the Preparation of Cost Estimates for Traffic Management and Safety & Health Requirements for 51
the Construction and Maintenance of Roads, Bridges and Safety & Health Requirements for School Buildings

Detailed Unit Price Analysis


(Layout 4- Part Lane Closure - 2 Lane 2 Way Road, High Speed, Short Term)

ITEM NO/DESCRIPTION : B.8 - Road Works Safety and Traffic Management


UNIT OF MEASUREMENT : day
QUANTITY : 1.00

A) MATERIALS : COST/UNIT UNIT QUANTITY UNIT RATE TOTAL COST

Speed Restriction (R4-1) each 2.00 4.73 9.45


Roadwork Ahead (T1-1) each 2.00 10.95 21.90
End Speed Restriction (R4-2) each 2.00 4.73 9.45
Workmen Ahead (T1-5) each 2.00 5.64 11.28
Road Machinery (T1-3) each 2.00 6.54 13.09
Prepare to Stop (T1-18) each 2.00 5.64 11.28
Temporary Hazard Marker (Chevron, T5-5) each 1.00 5.76 5.76
* Traffic Cones (@ 5 meters apart) each 23.00 1.85 42.53

Safety Vest each 2.00 2.22 4.44


Safety Helmet each 2.00 0.25 0.49
Safety Shoes each 2.00 2.77 5.55
* Quantity is b ased on the assumed 50-meter length roadwork zone
If the length is increased/decreased, corresponding adjustment
of quantities shall b e made.
Note: For estimation purposes, approach speed (equal to "D" in meters) is 40 kph.

SUB - TOTAL (A) 135.23


B. LABOR COST QUANTITY Unit Total
No. of Personnel Total Hours Rate Cost

Traffic Controller (Flagman) 2.00 8.00 70.74 1,131.84


Unskilled Worker 2.00 2.00 70.74 282.96

SUB - TOTAL (B) 1,414.80


C. EQUIPMENT COST QUANTITY Hourly Total
No. of Equipt. Total Hours Rate Cost

Stake Truck (5 T) 1.00 2.00 712.00 1,424.00


Barricade Flasher Light 6.00 8.00 0.65 31.27
(3 Volts, Battery Operated, Amber Color,
w/ lifespan consideration of 6 months)
SUB - TOTAL (C) 1,455.27
D. TOTAL DIRECT COST (A + B + C) 3,005.30
E. DIRECT UNIT COST (D/Quantity) 3,005.30
F. ADD: INDIRECT COST
1. OCM (9% of D )
2. Contractor's Profit (8% of D) 240.42
3. VAT 12% 389.49
** TOTAL INDIRECT COST 629.91

** Mark-up percentage varies depending on TOTAL COST (D + F) 3,635.21


the Total Direct Cost of the project. Applied
herein is b ased on D.O. 22, Series of 2015. TOTAL RENTAL COST 3,635.21

Note: Costs as presented herein are intended only to illustrate the derivation of cost. Should there be an increase/decrease in the
cost of materials, labor, equipment and on the allowable percentage of mark-up, necessary adjustments shall be made in
accordance with the latest approved department issuances. Night differential may also be considered in the estimate of labor cost
for the traffic controller to give consideration for anticipated nighttime operation. Further, unit of measure as used herein is “day”
for ease of deriving the total cost (i.e. daily rental to monthly rental or lump sum).
52

Detailed Unit Price Analysis


(Layout 5 - Closure of Outer Lane - Multilane Road, Low Speed, Short Term)

ITEM NO/DESCRIPTION : B.8 - Road Works Safety and Traffic Management


UNIT OF MEASUREMENT : day
QUANTITY : 1.00

A) MATERIALS : COST/UNIT UNIT QUANTITY UNIT RATE TOTAL COST

Roadwork Ahead (T1-1) each 1.00 10.95 10.95


Workmen Ahead (T1-5) each 1.00 5.64 5.64
Lane Status (T2-6-1) each 1.00 8.86 8.86
Temporary Hazard Marker (Chevron, T5-4) each 3.00 8.01 24.03
* Traffic Cones (@ 5 meters apart) each 33.00 1.85 61.03

* Quantity is b ased on the assumed 50-meter length roadwork zone


If the length is increased/decreased, corresponding adjustment
of quantities shall b e made.

Note: For estimation purposes, approach speed (equal to "D" in meters) is 40 kph.

SUB - TOTAL (A) 110.51


B. LABOR COST QUANTITY Unit Total
No. of Personnel Total Hours Rate Cost

Unskilled Worker 2.00 2.00 70.74 282.96

SUB - TOTAL (B) 282.96


C. EQUIPMENT COST QUANTITY Hourly Total
No. of Equipt. Total Hours Rate Cost

Stake Truck (5 T) 1.00 2.00 712.00 1,424.00


Barricade Flasher Light 8.00 8.00 0.65 41.69
(3 Volts, Battery Operated, Amber Color,
w/ lifespan consideration of 6 months)
SUB - TOTAL (C) 1,465.69
D. TOTAL DIRECT COST (A + B + C) 1,859.16
E. DIRECT UNIT COST (D/Quantity) 1,859.16
F. ADD: INDIRECT COST
1. OCM (9% of D )
2. Contractor's Profit (8% of D) 148.73
3. VAT 12% 240.95
** TOTAL INDIRECT COST 389.68

** Mark-up percentage varies depending on TOTAL COST (D + F) 2,248.84


the Total Direct Cost of the project. Applied
herein is b ased on D.O. 22, Series of 2015. TOTAL RENTAL COST 2,248.84

Note: Costs as presented herein are intended only to illustrate the derivation of cost. Should there be an increase/decrease in the
cost of materials, labor, equipment and on the allowable percentage of mark-up, necessary adjustments shall be made in
accordance with the latest approved department issuances. Night differential may also be considered in the estimate of labor cost
for the traffic controller to give consideration for anticipated nighttime operation. Further, unit of measure as used herein is “day”
for ease of deriving the total cost (i.e. daily rental to monthly rental or lump sum).
Guidelines for the Preparation of Cost Estimates for Traffic Management and Safety & Health Requirements for 53
the Construction and Maintenance of Roads, Bridges and Safety & Health Requirements for School Buildings

Detailed Unit Price Analysis


(Layout 6 - Closure of Center Lane - Multilane Road, Low Speed, Short Term)

ITEM NO/DESCRIPTION : B.8 - Road Works Safety and Traffic Management


UNIT OF MEASUREMENT : day
QUANTITY : 1.00

A) MATERIALS : COST/UNIT UNIT QUANTITY UNIT RATE TOTAL COST

Roadwork Ahead (T1-1) each 2.00 10.95 21.90


Workmen Ahead (T1-5) each 2.00 5.64 11.28
Lane Status (T2-6-1) each 2.00 8.86 17.72
Temporary Hazard Marker (Chevron, T5-5) each 2.00 5.76 11.52
Temporary Hazard Marker (Chevron, T5-4) each 6.00 8.01 48.05
* Traffic Cones (@ 5 meters apart) each 70.00 1.85 129.45

* Quantity is b ased on the assumed 50-meter length roadwork zone


If the length is increased/decreased, corresponding adjustment
of quantities shall b e made.

Note: For estimation purposes, approach speed (equal to "D" in meters) is 40 kph.

SUB - TOTAL (A) 239.93


B. LABOR COST QUANTITY Unit Total
No. of Personnel Total Hours Rate Cost

Unskilled Worker 2.00 2.00 70.74 282.96

SUB - TOTAL (B) 282.96


C. EQUIPMENT COST QUANTITY Hourly Total
No. of Equipt. Total Hours Rate Cost

Stake Truck (5 T) 1.00 2.00 712.00 1,424.00


Barricade Flasher Light 18.00 8.00 0.65 93.80
(3 Volts, Battery Operated, Amber Color,
w/ lifespan consideration of 6 months)

SUB - TOTAL (C) 1,517.80


D. TOTAL DIRECT COST (A + B + C) 2,040.70
E. DIRECT UNIT COST (D/Quantity) 2,040.70
F. ADD: INDIRECT COST
1. OCM (9% of D )
2. Contractor's Profit (8% of D) 163.26
3. VAT 12% 264.47
** TOTAL INDIRECT COST 427.73

** Mark-up percentage varies depending on TOTAL COST (D + F) 2,468.43


the Total Direct Cost of the project. Applied
herein is b ased on D.O. 22, Series of 2015. TOTAL RENTAL COST 2,468.43

Note: Costs as presented herein are intended only to illustrate the derivation of cost. Should there be an increase/decrease in the
cost of materials, labor, equipment and on the allowable percentage of mark-up, necessary adjustments shall be made in
accordance with the latest approved department issuances. Night differential may also be considered in the estimate of labor cost
for the traffic controller to give consideration for anticipated nighttime operation. Further, unit of measure as used herein is “day”
for ease of deriving the total cost (i.e. daily rental to monthly rental or lump sum).
54

Detailed Unit Price Analysis


(Layout 7 (Case 1) - Part Lane Closure - 2 Lane, 2 Way Road, High Speed, Long Term)

ITEM NO/DESCRIPTION : B.8 - Road Works Safety and Traffic Management


UNIT OF MEASUREMENT : day
QUANTITY : 1.00
A) MATERIALS : COST/UNIT UNIT QUANTITY UNIT RATE TOTAL COST
Speed Restriction (R4-1) each 4.00 4.73 18.90
Roadwork Ahead (T1-1) each 4.00 10.95 43.81
End Roadwork (T2-16) each 4.00 10.95 43.81
End Speed Restriction (R4-2) each 4.00 4.73 18.90
Workmen Ahead (T1-5) each 4.00 5.64 22.56
Prepare to Stop (T1-18) each 2.00 5.64 11.28
Temporary Hazard Marker (Chevron, T5-5) each 1.00 5.76 5.76

* Temporary Bollards (@ 5 meters apart) each 16.00 1.64 26.30


* Plastic Safety Barriers each 160.00 2.74 438.36

Safety Vest each 2.00 2.22 4.44


Hard Hat each 2.00 0.25 0.49
Safety Shoes each 2.00 2.77 5.55

* Quantity is b ased on the assumed 100-meter length roadwork zone


If the length is increased/decreased, corresponding adjustment
of quantities shall b e made.

Note: For estimation purposes, approach speed (equal to "D" in meters) is 40 kph.

SUB - TOTAL (A) 640.16


B. LABOR COST QUANTITY Unit Total
No. of Personnel Total Hours Rate Cost
Traffic Controller (Flagman) 6.00 8.00 70.74 3,395.52
Consideration: With flagmen provided for 24
hours under 3 shifts. Necessary adjustment
shall b e made accordingly depending on
the need of the project and schedule of
work)

SUB - TOTAL (B) 3,395.52


C. EQUIPMENT COST QUANTITY Hourly Total
No. of Equipt. Total Hours Rate Cost

Two-way Radio
(w/ lifespan consideration of 2 years) 2.00 8.00 2.60 41.67
Barricade Flasher Light 29.00 8.00 0.65 151.13
(3 Volts, Battery Operated, Amber Color,
w/ lifespan consideration of 6 months)

SUB - TOTAL (C) 192.80


D. TOTAL DIRECT COST (A + B + C) 4,228.48
E. DIRECT UNIT COST (D/Quantity) 4,228.48
F. ADD: INDIRECT COST
1. OCM (9% of D )
2. Contractor's Profit (8% of D) 338.28
3. VAT 12% 548.01
** TOTAL INDIRECT COST 886.29

** Mark-up percentage varies depending on TOTAL COST (D + F) 5,114.76


the Total Direct Cost of the project. Applied
herein is b ased on D.O. 22, Series of 2015. TOTAL RENTAL COST 5,114.76

Note: Costs as presented herein are intended only to illustrate the derivation of cost. Should there be an increase/decrease in the
cost of materials, labor, equipment and on the allowable percentage of mark-up, necessary adjustments shall be made in
accordance with the latest approved department issuances. Night differential may also be considered in the estimate of labor cost
for the traffic controller to give consideration for anticipated nighttime operation. Further, unit of measure as used herein is “day”
for ease of deriving the total cost (i.e. daily rental to monthly rental or lump sum).
Guidelines for the Preparation of Cost Estimates for Traffic Management and Safety & Health Requirements for 55
the Construction and Maintenance of Roads, Bridges and Safety & Health Requirements for School Buildings

Detailed Unit Price Analysis


(Layout 7 (Case 2) - Part Lane Closure - 2 Lane, 2 Way Road, Low Speed, Long Term)

ITEM NO/DESCRIPTION : B.8 - Road Works Safety and Traffic Management


UNIT OF MEASUREMENT : day
QUANTITY : 1.00
A) MATERIALS : COST/UNIT UNIT QUANTITY UNIT RATE TOTAL COST
Speed Restriction (R4-1) each 4.00 4.73 18.90
Roadwork Ahead (T1-1) each 4.00 10.95 43.81
End Roadwork (T2-16) each 4.00 10.95 43.81
End Speed Restriction (R4-2) each 4.00 4.73 18.90
Workmen Ahead (T1-5) each 4.00 5.64 22.56
Prepare to Stop (T1-18) each 2.00 5.64 11.28
Temporary Hazard Marker (Chevron, T5-5) each 1.00 5.76 5.76
* Concrete Safety Barriers each 47.00 2.50 117.46
* Construction Safety Fence each 48.00 3.94 189.26
* Temporary Bollards (@ 5 meters apart) each 16.00 1.64 26.30

Safety Vest man-day 2.00 2.22 4.44


Hard Hat man-day 2.00 0.25 0.49
Safety Shoes man-day 2.00 2.77 5.55

* Quantity is b ased on the assumed 27-meter length roadwork zone


If the length is increased/decreased, corresponding adjustment
of quantities shall b e made.
Note: For estimation purposes, approach speed (equal to "D" in meters) is 40 kph.
SUB - TOTAL (A) 508.53
B. LABOR COST QUANTITY Unit Total
No. of Personnel Total Hours Rate Cost
Traffic Controller (Flagman) 6.00 8.00 70.74 3,395.52
Consideration: With flagmen provided for 24
hours under 3 shifts. Necessary adjustment
shall b e made accordingly depending on
the need of the project and schedule of
work)
SUB - TOTAL (B) 3,395.52
C. EQUIPMENT COST QUANTITY Hourly Total
No. of Equipt. Total Hours Rate Cost

Two-way Radio 2.00 8.00 2.60 41.67


Barricade Flasher Light 11.00 8.00 0.65 57.33
(3 Volts, Battery Operated, Amber Color,
w/ lifespan consideration of 6 months)

SUB - TOTAL (C) 98.99


D. TOTAL DIRECT COST (A + B + C) 4,003.04
E. DIRECT UNIT COST (D/Quantity) 4,003.04
F. ADD: INDIRECT COST
1. OCM (9% of D )
2. Contractor's Profit (8% of D) 320.24
3. VAT 12% 518.79
** TOTAL INDIRECT COST 839.04

** Mark-up percentage varies depending on TOTAL COST (D + F) 4,842.07


the Total Direct Cost of the project. Applied
herein is b ased on D.O. 22, Series of 2015. TOTAL RENTAL COST 4,842.07

Note: Costs as presented herein are intended only to illustrate the derivation of cost. Should there be an increase/decrease in the
cost of materials, labor, equipment and on the allowable percentage of mark-up, necessary adjustments shall be made in
accordance with the latest approved department issuances. Night differential may also be considered in the estimate of labor cost
for the traffic controller to give consideration for anticipated nighttime operation. Further, unit of measure as used herein is “day”
for ease of deriving the total cost (i.e. daily rental to monthly rental or lump sum).
56

Detailed Unit Price Analysis


(Layout 8 - Road Condition Signing, High Speed, Long Term)

ITEM NO/DESCRIPTION : B.8 - Road Works Safety and Traffic Management


UNIT OF MEASUREMENT : day
QUANTITY : 1.00

A) MATERIALS : COST/UNIT UNIT QUANTITY UNIT RATE TOTAL COST

Roadwork Ahead (T1-1) each 4.00 10.95 43.81


Slippery (T3-3) each 4.00 5.64 22.56
Loose Stones (T3-9) each 4.00 5.64 22.56

SUB - TOTAL (A) 88.92


B. LABOR COST QUANTITY Unit Total
No. of Personnel Total Hours Rate Cost

SUB - TOTAL (B) -


C. EQUIPMENT COST QUANTITY Hourly Total
No. of Equipt. Total Hours Rate Cost

SUB - TOTAL (C) -


D. TOTAL DIRECT COST (A + B + C) 88.92
E. DIRECT UNIT COST (D/Quantity) 88.92
F. ADD: INDIRECT COST
1. OCM (9% of D )
2. Contractor's Profit (8% of D) 7.11
3. VAT 12% 11.52
** TOTAL INDIRECT COST 18.64

** Mark-up percentage varies depending on TOTAL COST (D + F) 107.56


the Total Direct Cost of the project. Applied
herein is b ased on D.O. 22, Series of 2015. TOTAL RENTAL COST 107.56

Note: Costs as presented herein are intended only to illustrate the derivation of cost. Should there be an increase/decrease in the
cost of materials, labor, equipment and on the allowable percentage of mark-up, necessary adjustments shall be made in
accordance with the latest approved department issuances. Night differential may also be considered in the estimate of labor cost
for the traffic controller to give consideration for anticipated nighttime operation. Further, unit of measure as used herein is “day”
for ease of deriving the total cost (i.e. daily rental to monthly rental or lump sum).
Guidelines for the Preparation of Cost Estimates for Traffic Management and Safety & Health Requirements for 57
the Construction and Maintenance of Roads, Bridges and Safety & Health Requirements for School Buildings

Detailed Unit Price Analysis


( Layout 9 - Closure of Inner Lane - Multilane Road, High Speed, Long Term)

ITEM NO/DESCRIPTION : B.8 - Road Works Safety and Traffic Management


UNIT OF MEASUREMENT : day
QUANTITY : 1.00
A) MATERIALS : COST/UNIT UNIT QUANTITY UNIT RATE TOTAL COST

Roadwork 1 km Ahead (T1-1) each 2.00 10.95 21.90


Lane Status (T2-6-2) each 4.00 12.95 51.80
Road Work (R4-3) each 2.00 3.87 7.74
Speed Restriction (R4-1) each 2.00 4.73 9.45
Workmen Ahead (T1-5) each 2.00 5.64 11.28
Temporary Hazard Marker (Chevron, T5-4) each 4.00 8.01 32.03
End Speed Restriction (R4-2) each 2.00 4.73 9.45
End Roadwork (T2-16) each 2.00 10.95 21.90
* Plastic Safety Barriers each 124.00 0.68 84.93
* Temporary Bollards (@ 5 meters apart) each 27.00 1.64 44.38

* Quantity is b ased on the assumed 100-meter length roadwork zone


If the length is increased/decreased, corresponding adjustment
of quantities shall b e made.

Note: For estimation purposes, approach speed (equal to "D" in meters) is 40 kph.

SUB - TOTAL (A) 294.88


B. LABOR COST QUANTITY Unit Total
No. of Personnel Total Hours Rate Cost

SUB - TOTAL (B) -


C. EQUIPMENT COST QUANTITY Hourly Total
No. of Equipt. Total Hours Rate Cost

Barricade Flasher Light 32.00 8.00 0.65 166.76


(3 Volts, Battery Operated, Amber Color,
w/ lifespan consideration of 6 months)

SUB - TOTAL (C) 166.76


D. TOTAL DIRECT COST (A + B + C) 461.64
E. DIRECT UNIT COST (D/Quantity) 461.64
F. ADD: INDIRECT COST
1. OCM (9% of D )
2. Contractor's Profit (8% of D) 36.93
3. VAT 12% 59.83
** TOTAL INDIRECT COST 96.76

** Mark-up percentage varies depending on TOTAL COST (D + F) 558.40


the Total Direct Cost of the project. Applied
herein is b ased on D.O. 22, Series of 2015. TOTAL RENTAL COST 558.40

Note: Costs as presented herein are intended only to illustrate the derivation of cost. Should there be an increase/decrease in the
cost of materials, labor, equipment and on the allowable percentage of mark-up, necessary adjustments shall be made in
accordance with the latest approved department issuances. Night differential may also be considered in the estimate of labor cost
for the traffic controller to give consideration for anticipated nighttime operation. Further, unit of measure as used herein is “day”
for ease of deriving the total cost (i.e. daily rental to monthly rental or lump sum).
58

Detailed Unit Price Analysis


(Layout 10 - Closure of Center Lane - Multilane Road, High Speed, Long Term)

ITEM NO/DESCRIPTION : B.8 - Road Works Safety and Traffic Management


UNIT OF MEASUREMENT : day
QUANTITY : 1.00
A) MATERIALS : COST/UNIT UNIT QUANTITY UNIT RATE TOTAL COST

Roadwork 1 km Ahead (T1-1) each 2.00 10.95 21.90


Lane Status (T2-6-2) each 4.00 12.95 51.80
Road Work (R4-3) each 2.00 3.87 7.74
Speed Restriction (R4-1) each 2.00 4.73 9.45
Workmen Ahead (T1-5) each 2.00 5.64 11.28
Temporary Hazard Marker (Chevron, T5-4) each 6.00 8.01 48.05
Temporary Hazard Marker (Chevron, T5-5) each 1.00 5.76 5.76
End Speed Restriction (R4-2) each 2.00 4.73 9.45
End Roadwork (T2-16) each 2.00 10.95 21.90
* Plastic Safety Barriers each 210.00 2.74 575.34
* Temporary Bollards (@ 5 meters apart) each 55.00 1.64 90.41

* Quantity is b ased on the assumed 100-meter length roadwork


If the programmed length is increased/decreased,
corresponding adjustment of quantities shall b e made.

Note: For estimation purposes, approach speed (equal to "D" in meters) is 40 kph.

SUB - TOTAL (A) 853.09


B. LABOR COST QUANTITY Unit Total
No. of Personnel Total Hours Rate Cost

SUB - TOTAL (B) -


C. EQUIPMENT COST QUANTITY Hourly Total
No. of Equipt. Total Hours Rate Cost

Barricade Flasher Light 64.00 8.00 0.65 333.53


(3 Volts, Battery Operated, Amber Color,
w/ lifespan consideration of 6 months)
SUB - TOTAL (C) 333.53
D. TOTAL DIRECT COST (A + B + C) 1,186.62
E. DIRECT UNIT COST (D/Quantity) 1,186.62
F. ADD: INDIRECT COST
1. OCM (9% of D )
2. Contractor's Profit (8% of D) 94.93
3. VAT 12% 153.79
** TOTAL INDIRECT COST 248.72

** Mark-up percentage varies depending on the TOTAL COST (D + F) 1,435.34


Total Direct Cost of the project. Applied
herein is b ased on D.O. 22, Series of 2015. TOTAL RENTAL COST 1,435.34

Note: Costs as presented herein are intended only to illustrate the derivation of cost. Should there be an increase/decrease in the
cost of materials, labor, equipment and on the allowable percentage of mark-up, necessary adjustments shall be made in
accordance with the latest approved department issuances. Night differential may also be considered in the estimate of labor cost
for the traffic controller to give consideration for anticipated nighttime operation. Further, unit of measure as used herein is “day”
for ease of deriving the total cost (i.e. daily rental to monthly rental or lump sum).
Guidelines for the Preparation of Cost Estimates for Traffic Management and Safety & Health Requirements for 59
the Construction and Maintenance of Roads, Bridges and Safety & Health Requirements for School Buildings

Detailed Unit Price Analysis


(Layout 11 -Detour via the Existing Road Network - Low or High Speed, Short or Long Term)

ITEM NO/DESCRIPTION : B.8 - Road Works Safety and Traffic Management


UNIT OF MEASUREMENT : day
QUANTITY : 1.00
A) MATERIALS : COST/UNIT UNIT QUANTITY UNIT RATE TOTAL COST

Roadwork Ahead (T1-1) each 2.00 10.95 21.90


Detour Ahead (T5-1) each 4.00 6.54 26.17
Detour (Left or Right) (T5-1) each 12.00 4.80 57.55
Detour Marker (T5-6) each 6.00 3.26 19.53
Local Traffic Only (G9-40-2) each 1.00 5.64 5.64
Road Closed (T2-4) each 2.00 5.55 11.10
End Detour (T2-23) each 2.00 6.54 13.09

SUB - TOTAL (A) 154.98

B. LABOR COST QUANTITY Unit Total


No. of Personnel Total Hours Rate Cost

SUB - TOTAL (B) -

C. EQUIPMENT COST QUANTITY Hourly Total


No. of Equipt. Total Hours Rate Cost

Barricade Flasher Light 4.00 8.00 0.65 20.85


(3 Volts, Battery Operated, Amber Color,
w/ lifespan consideration of 6 months)
SUB - TOTAL (C) 20.85
D. TOTAL DIRECT COST (A + B + C) 175.82
E. DIRECT UNIT COST (D/Quantity) 175.82
F. ADD: INDIRECT COST
1. OCM (9% of D )
2. Contractor's Profit (8% of D) 14.07
3. VAT 12% 22.79
** TOTAL INDIRECT COST 36.85

** Mark-up percentage varies depending on TOTAL COST (D + F) 212.68


the Total Direct Cost of the project. Applied
herein is b ased on D.O. 22, Series of 2015. TOTAL RENTAL COST 212.68

Note: Costs as presented herein are intended only to illustrate the derivation of cost. Should there be an increase/decrease in the
cost of materials, labor, equipment and on the allowable percentage of mark-up, necessary adjustments shall be made in
accordance with the latest approved department issuances. Night differential may also be considered in the estimate of labor cost
for the traffic controller to give consideration for anticipated nighttime operation. Further, unit of measure as used herein is “day”
for ease of deriving the total cost (i.e. daily rental to monthly rental or lump sum).
60

Detailed Unit Price Analysis


(Layout 12 -Detour via A Side Track - Low Speed, Long Term)

ITEM NO/DESCRIPTION : B.8 - Road Works Safety and Traffic Management


UNIT OF MEASUREMENT : day
QUANTITY : 1.00
A) MATERIALS : COST/UNIT UNIT QUANTITY UNIT RATE TOTAL COST

Roadwork Ahead (T1-1) each 4.00 10.95 43.81


End Roadwork (T2-16) each 2.00 10.95 21.90
Detour Ahead (T5-1) each 4.00 6.54 26.17
Detour Marker (T5-6) each 4.00 3.26 13.02
End Detour (T2-23) each 2.00 6.54 13.09
Temporary Hazard Marker (Chevron, T5-4) each 13.00 8.01 104.11
* Temporary Bollards each 60.00 1.64 98.63

* Quantity is variab le depending on the roadwork length


If the programmed length is increased/decreased,
corresponding adjustment of quantities shall b e made.

SUB - TOTAL (A) 320.74


B. LABOR COST QUANTITY Unit Total
No. of Personnel Total Hours Rate Cost

SUB - TOTAL (B) -


C. EQUIPMENT COST QUANTITY Hourly Total
No. of Equipt. Total Hours Rate Cost

Barricade Flasher Light 20.00 8.00 0.65 104.23


(3 Volts, Battery Operated, Amber Color,
w/ lifespan consideration of 6 months)

SUB - TOTAL (C) 104.23


D. TOTAL DIRECT COST (A + B + C) 424.96
E. DIRECT UNIT COST (D/Quantity) 424.96
F. ADD: INDIRECT COST
1. OCM (9% of D )
2. Contractor's Profit (8% of D) 34.00
3. VAT 12% 55.08
TOTAL INDIRECT COST 89.07

** Mark-up percentage varies depending on TOTAL COST (D + F) 514.04


the Total Direct Cost of the project. Applied
herein is b ased on D.O. 22, Series of 2015. TOTAL RENTAL COST 514.04

Note: Costs as presented herein are intended only to illustrate the derivation of cost. Should there be an increase/decrease in the
cost of materials, labor, equipment and on the allowable percentage of mark-up, necessary adjustments shall be made in
accordance with the latest approved department issuances. Night differential may also be considered in the estimate of labor cost
for the traffic controller to give consideration for anticipated nighttime operation. Further, unit of measure as used herein is “day”
for ease of deriving the total cost (i.e. daily rental to monthly rental or lump sum).
Guidelines for the Preparation of Cost Estimates for Traffic Management and Safety & Health Requirements for 61
the Construction and Maintenance of Roads, Bridges and Safety & Health Requirements for School Buildings

Detailed Unit Price Analysis


(Layout 13 - Detour via A Side Track - High Speed, Long Term)

ITEM NO/DESCRIPTION : B.8 - Road Works Safety and Traffic Management


UNIT OF MEASUREMENT : day
QUANTITY : 1.00
A) MATERIALS : COST/UNIT UNIT QUANTITY UNIT RATE TOTAL COST

Speed Restriction (R4-1) each 4.00 4.73 18.90


Roadwork Ahead (T1-1) each 4.00 10.95 43.81
End Roadwork (T2-16) each 2.00 10.95 21.90
Detour Ahead (T5-1) each 4.00 6.54 26.17
End Detour (T2-23) each 2.00 6.54 13.09
Temporary Hazard Marker (Chevron, T5-4) each 13.00 8.01 104.11
End Speed Restriction (R4-2) each 4.00 4.73 18.90
* Temporary Bollards each 60.00 1.64 98.63

* Quantity is variab le depending on the roadwork length


If the programmed length is increased/decreased,
corresponding adjustment of quantities shall b e made.

SUB - TOTAL (A) 345.52


B. LABOR COST QUANTITY Unit Total
No. of Personnel Total Hours Rate Cost

SUB - TOTAL (B) -


C. EQUIPMENT COST QUANTITY Hourly Total
No. of Equipt. Total Hours Rate Cost

Barricade Flasher Light 20.00 8.00 0.65 104.23


(3 Volts, Battery Operated, Amber Color,
w/ lifespan consideration of 6 months)

SUB - TOTAL (C) 104.23


D. TOTAL DIRECT COST (A + B + C) 449.75
E. DIRECT UNIT COST (D/Quantity) 449.75
F. ADD: INDIRECT COST
1. OCM (9% of D ) -
2. Contractor's Profit (8% of D) 35.98
3. VAT 12% 58.29
** TOTAL INDIRECT COST 94.27

** Mark-up percentage varies depending on TOTAL COST (D + F) 544.02


the Total Direct Cost of the project. Applied
herein is b ased on D.O. 22, Series of 2015. TOTAL RENTAL COST 544.02

Note: Costs as presented herein are intended only to illustrate the derivation of cost. Should there be an increase/decrease in the
cost of materials, labor, equipment and on the allowable percentage of mark-up, necessary adjustments shall be made in
accordance with the latest approved department issuances. Night differential may also be considered in the estimate of labor cost
for the traffic controller to give consideration for anticipated nighttime operation. Further, unit of measure as used herein is “day”
for ease of deriving the total cost (i.e. daily rental to monthly rental or lump sum).
62

Detailed Unit Price Analysis


(Layout 14 - Works at an Intersection - Low Speed, Short or Long Term)

ITEM NO/DESCRIPTION : B.8 - Road Works Safety and Traffic Management


UNIT OF MEASUREMENT : day
QUANTITY : 1.00
A) MATERIALS : COST/UNIT UNIT QUANTITY UNIT RATE TOTAL COST

Roadwork Ahead (T1-1) each 4.00 10.95 43.81


End Roadwork (T2-16) each 4.00 10.95 43.81
Workmen Ahead (T1-5) each 4.00 5.64 22.56
Temporary Hazard Marker (Chevron, T5-5) each 6.00 5.76 34.57
* Traffic Cones each 80.00 1.85 147.95

* Quantity is b ased on the assumed 50-meter length roadwork


If the programmed length is increased/decreased,
corresponding adjustment of quantities shall b e made.

SUB - TOTAL (A) 292.68


B. LABOR COST QUANTITY Unit Total
No. of Personnel Total Hours Rate Cost

SUB - TOTAL (B) -


C. EQUIPMENT COST QUANTITY Hourly Total
No. of Equipt. Total Hours Rate Cost

SUB - TOTAL (C) -


D. TOTAL DIRECT COST (A + B + C) 292.68
E. DIRECT UNIT COST (D/Quantity) 292.68
F. ADD: INDIRECT COST
1. OCM (9% of D ) 26.34
2. Contractor's Profit (8% of D) 23.41
3. VAT 12% 41.09
** TOTAL INDIRECT COST 90.85

** Mark-up percentage varies depending on TOTAL COST (D + F) 383.53


the Total Direct Cost of the project. Applied
herein is b ased on D.O. 22, Series of 2015. TOTAL RENTAL COST 383.53

Note: Costs as presented herein are intended only to illustrate the derivation of cost. Should there be an increase/decrease in the
cost of materials, labor, equipment and on the allowable percentage of mark-up, necessary adjustments shall be made in
accordance with the latest approved department issuances. Night differential may also be considered in the estimate of labor cost
for the traffic controller to give consideration for anticipated nighttime operation. Further, unit of measure as used herein is “day”
for ease of deriving the total cost (i.e. daily rental to monthly rental or lump sum).
Guidelines for the Preparation of Cost Estimates for Traffic Management and Safety & Health Requirements for 63
the Construction and Maintenance of Roads, Bridges and Safety & Health Requirements for School Buildings

Detailed Unit Price Analysis


(Layout 15 - Works at an Intersection - High Speed, Short or Long Term)

ITEM NO/DESCRIPTION : B.8 - Road Works Safety and Traffic Management


UNIT OF MEASUREMENT : day
QUANTITY : 1.00
A) MATERIALS : COST/UNIT UNIT QUANTITY UNIT RATE TOTAL COST

Speed Restriction (R4-1) each 4.00 4.73 18.90


Roadwork Ahead (T1-1) each 8.00 10.95 87.61
End Roadwork (T2-16) each 4.00 10.95 43.81
Workmen Ahead (T1-5) each 8.00 5.64 45.11
Temporary Hazard Marker (Chevron, T5-5) each 6.00 5.76 34.57
End Speed Restriction (R4-2) each 4.00 4.73 18.90
* Traffic Cones each 80.00 1.85 147.95

* Quantity is b ased on the assumed 50-meter length roadwork


If the programmed length is increased/decreased,
corresponding adjustment of quantities shall b e made.

SUB - TOTAL (A) 396.86


B. LABOR COST QUANTITY Unit Total
No. of Personnel Total Hours Rate Cost

SUB - TOTAL (B) -


C. EQUIPMENT COST QUANTITY Hourly Total
No. of Equipt. Total Hours Rate Cost

SUB - TOTAL (C) -


D. TOTAL DIRECT COST (A + B + C) 396.86
E. DIRECT UNIT COST (D/Quantity) 396.86
F. ADD: INDIRECT COST
1. OCM (9% of D ) -
2. Contractor's Profit (8% of D) 31.75
3. VAT 12% 51.43
** TOTAL INDIRECT COST 83.18

** Mark-up percentage varies depending on TOTAL COST (D + F) 480.04


the Total Direct Cost of the project. Applied
herein is b ased on D.O. 22, Series of 2015. TOTAL RENTAL COST 480.04

Note: Costs as presented herein are intended only to illustrate the derivation of cost. Should there be an increase/decrease in the
cost of materials, labor, equipment and on the allowable percentage of mark-up, necessary adjustments shall be made in
accordance with the latest approved department issuances. Night differential may also be considered in the estimate of labor cost
for the traffic controller to give consideration for anticipated nighttime operation. Further, unit of measure as used herein is “day”
for ease of deriving the total cost (i.e. daily rental to monthly rental or lump sum).
64

Detailed Unit Price Analysis


(Layout 16 - Lane Marking of Centerline - 2 Lane, 2 Way Road)

ITEM NO/DESCRIPTION : Road Works Safety and Traffic Management


UNIT OF MEASUREMENT : sq.m
OUTPUT PER HOUR : 25
QUANTITY : 22.50 sq.m. (for 300 meter set-up)

A) MATERIALS : COST/UNIT UNIT QUANTITY UNIT RATE TOTAL COST

SUB - TOTAL (A) -


B. LABOR COST QUANTITY Unit Total
No. of Personnel Total Hours Rate Cost

SUB - TOTAL (B) -


C. EQUIPMENT COST QUANTITY Hourly Total
No. of Equipt. Total Hours Rate Cost

Illuminated Flashing Arrow Boards 6.00 0.900 -


(Battery or Genset Operated)

SUB - TOTAL (C) -


D. TOTAL DIRECT COST (A + B + C) -
E. DIRECT UNIT COST (D/Quantity) -
F. ADD: INDIRECT COST
1. OCM (9% of D ) -
2. Contractor's Profit (8% of D) -
3. VAT 12% -
** TOTAL INDIRECT COST -

** Mark-up percentage varies depending on TOTAL COST (D + F) -


the Total Direct Cost of the project. Applied
herein is b ased on D.O. 22, Series of 2015. TOTAL RENTAL COST -
-

Note: Costs as presented herein are intended only to illustrate the derivation of cost. Should there be an increase/decrease in the
cost of materials, labor, equipment and on the allowable percentage of mark-up, necessary adjustments shall be made in
accordance with the latest approved department issuances. Night differential may also be considered in the estimate of labor cost
for the traffic controller to give consideration for anticipated nighttime operation. Further, unit of measure as used herein is “day”
for ease of deriving the total cost (i.e. daily rental to monthly rental or lump sum).
Guidelines for the Preparation of Cost Estimates for Traffic Management and Safety & Health Requirements for 65
the Construction and Maintenance of Roads, Bridges and Safety & Health Requirements for School Buildings

Detailed Unit Price Analysis


(Layout 17- Lane Marking of Centerline - Multilane Road)

ITEM NO/DESCRIPTION : Road Works Safety and Traffic Management


UNIT OF MEASUREMENT : sq.m
OUTPUT PER HOUR : 25
QUANTITY : 22.50 sq.m. (for 300 meter set-up)

A) MATERIALS : COST/UNIT UNIT QUANTITY UNIT RATE TOTAL COST

SUB - TOTAL (A) -


Total Rental Cost of Required Signage per Day = -
B. LABOR COST QUANTITY Unit Total
No. of Personnel Total Hours Rate Cost

SUB - TOTAL (B) -


C. EQUIPMENT COST QUANTITY Hourly Total
No. of Equipt. Total Hours Rate Cost

Illuminated Flashing Arrow Boards 3.00 0.90


(Battery or Genset Operated)

SUB - TOTAL (C) -


D. TOTAL DIRECT COST (A + B + C) -
E. DIRECT UNIT COST (D/Quantity) -
F. ADD: INDIRECT COST
1. OCM (9% of D ) -
2. Contractor's Profit (8% of D) -
3. VAT 12% -
** TOTAL INDIRECT COST -

** Mark-up percentage varies depending on TOTAL COST (D + F) -


the Total Direct Cost of the project. Applied
herein is b ased on D.O. 22, Series of 2015. TOTAL RENTAL COST -

Note: Costs as presented herein are intended only to illustrate the derivation of cost. Should there be an increase/decrease in the
cost of materials, labor, equipment and on the allowable percentage of mark-up, necessary adjustments shall be made in
accordance with the latest approved department issuances. Night differential may also be considered in the estimate of labor cost
for the traffic controller to give consideration for anticipated nighttime operation. Further, unit of measure as used herein is “day”
for ease of deriving the total cost (i.e. daily rental to monthly rental or lump sum).
66

Detailed Unit Price Analysis


(Layout 18 - Lane Marking of Edgeline)

ITEM NO/DESCRIPTION : Road Works Safety and Traffic Management


UNIT OF MEASUREMENT : sq.m
OUTPUT PER HOUR : 25
QUANTITY : 30.00 sq.m. (for 300 meter set-up)

A) MATERIALS : COST/UNIT UNIT QUANTITY UNIT RATE TOTAL COST

SUB - TOTAL (A) -


B. LABOR COST QUANTITY Unit Total
No. of Personnel Total Hours Rate Cost

SUB - TOTAL (B) -


C. EQUIPMENT COST QUANTITY Hourly Total
No. of Equipt. Total Hours Rate Cost

Illuminated Flashing Arrow Boards 3.00 1.20


(Battery or Genset Operated)

SUB - TOTAL (C) -


D. TOTAL DIRECT COST (A + B + C) -
E. DIRECT UNIT COST (D/Quantity) -
F. ADD: INDIRECT COST
1. OCM (9% of D ) -
2. Contractor's Profit (8% of D) -
3. VAT 12% -
TOTAL INDIRECT COST -

** Mark-up percentage varies depending on TOTAL COST (D + F) -


the Total Direct Cost of the project. Applied
herein is b ased on D.O. 22, Series of 2015. TOTAL RENTAL COST -

Note: Costs as presented herein are intended only to illustrate the derivation of cost. Should there be an increase/decrease in the
cost of materials, labor, equipment and on the allowable percentage of mark-up, necessary adjustments shall be made in
accordance with the latest approved department issuances. Night differential may also be considered in the estimate of labor cost
for the traffic controller to give consideration for anticipated nighttime operation. Further, unit of measure as used herein is “day”
for ease of deriving the total cost (i.e. daily rental to monthly rental or lump sum).
Guidelines for the Preparation of Cost Estimates for Traffic Management and Safety & Health Requirements for 67
the Construction and Maintenance of Roads, Bridges and Safety & Health Requirements for School Buildings

Relative Percentage of Cost


for Road Works Safety and
Traffic Management to the
Cost of Civil Works

B – 4.3
68
Table 4. RELATIVE COST OF ROADWORKS SAFETY & TRAFFIC MANAGEMENT TO THE COST OF CIVIL WORKS
Note: Project Cost/ Reference Amount and duration reflected herein is based on D.O. 44 Series of 2012

A. ROADS
1 Paved (Concrete) to Paved (Concrete) Pavement Width = 6.70 m Shoulder Width = 2.00 m Pavement Thickness = 0.23 m

Length 1.00 km. 0.46 km. 1.86 km. 4.65 km. 9.30 km. 13.95 km.
Reference Amount / Cost of Civil Works 10,753,876.80 5,000,000.00 20,000,000.00 50,000,000.00 100,000,000.00 150,000,000.00
Duration (C.D.) 55.00 26 102 254 507 760
Applicable Traffic Management Layout Layout No. 7 Layout No. 7 Layout No. 7 Layout No. 7 Layout No. 7 Layout No. 7
Number of Set-up 2 1 2 2 2 2
Rental Cost per Set-up per Day 5,114.76 5,114.76 5,114.76 5,114.76 5,114.76 5,114.76
Total Estimated Cost of Road Works
Safety & Traffic Management 562,623.30 132,983.69 1,043,410.48 2,598,296.68 5,186,363.85 7,774,431.01
Relative Weight (%) 5.23 2.66 5.22 5.20 5.19 5.18
Say 5.25 2.70 5.25 5.20 5.20 5.20
Maximum = 5.25
2 Paved (Asphalt) to Paved (Concrete)

Length 1.00 km. 0.41 km. 1.63 km. 4.09 km. 8.17 km. 12.26 km.
Reference Amount / Cost of Civil Works 12,234,914.12 5,000,000.00 20,000,000.00 50,000,000.00 100,000,000.00 150,000,000.00
Duration (C.D.) 52.00 21 85 213 423 638
Applicable Traffic Management Layout Layout 7 Layout 7 Layout 7 Layout 7 Layout 7 Layout 7
Number of Set-up 2 1 2 2 2 2
Rental Cost per Set-up per Day 5,114.76 5,114.76 5,114.76 5,114.76 5,114.76 5,114.76
Total Estimated Cost of Road Works
Safety & Traffic Management 531,934.75 107,409.90 869,508.73 2,178,886.59 4,327,084.63 6,526,430.24
Relative Weight (%) 4.35 2.15 4.35 4.36 4.33 4.35
Say 4.35 2.15 4.35 4.40 4.35 4.40
Maximum = 4.40
3 Paved (Asphalt) to Paved (Asphalt) Pavement Width = 6.70 m Shoulder Width = 2.00 m Pavement Thickness = 100 mm

Length 1.00 km. 0.35 km. 1.40 km. 3.51 km. 7.01 km. 10.52 km.
Reference Amount / Cost of Civil Works 14,259,959.77 5,000,000.00 20,000,000.00 50,000,000.00 100,000,000.00 150,000,000.00
Duration (C.D.) 40.00 14 56 140 281 421
Applicable Traffic Management Layout Layout 7 Layout 7 Layout 7 Layout 7 Layout 7 Layout 7
Number of Set-up 2 1 2 2 2 2
Rental Cost per Set-up per Day 5,114.76 5,114.76 5,114.76 5,114.76 5,114.76 5,114.76
Total Estimated Cost of Road Works
Safety & Traffic Management 409,180.58 71,606.60 572,852.81 1,432,132.03 2,874,493.57 4,306,625.60
Relative Weight (%) 2.87 1.43 2.86 2.86 2.87 2.87
Say 2.90 1.45 2.90 2.90 2.90 2.90
Maximum = 2.90
A. ROADS
4 Gravel to Asphalt Pavement Width = 6.70 m Shoulder Width = 2.00 m Pavement Thickness = 100 mm

Length 1.00 km. 0.32 km. 1.26 km. 3.16 km. 6.32 km. 9.49 km.
Reference Amount / Cost of Civil Works 15,811,255.67 5,000,000.00 20,000,000.00 50,000,000.00 100,000,000.00 150,000,000.00
Duration (C.D.) 31.00 10 40 99 197 295
Applicable Traffic Management Layout Layout 7 Layout 7 Layout 7 Layout 7 Layout 7 Layout 7
Number of Set-up 2 1 2 2 2 2
Rental Cost per Set-up per Day 5,114.76 5,114.76 5,114.76 5,114.76 5,114.76 5,114.76
Total Estimated Cost of Road Works
Safety & Traffic Management 317,114.95 51,147.57 409,180.58 1,012,721.93 2,015,214.35 3,017,706.77
Relative Weight (%) 2.01 1.02 2.05 2.03 2.02 2.01
Say 2.05 1.05 2.05 2.05 2.05 2.05
Maximum = 2.05
5 Gravel to Concrete

Length 1.00 km. 0.42 km. 1.68 km. 4.20 km. 8.40 km. 12.60 km.
Reference Amount / Cost of Civil Works 11,901,170.48 5,000,000.00 20,000,000.00 50,000,000.00 100,000,000.00 150,000,000.00
Duration (C.D.) 39.00 17 65 162 324 486
Applicable Traffic Management Layout Layout 7 Layout 7 Layout 7 Layout 7 Layout 7 Layout 7
Number of Set-up 2 1 2 2 2 2
Rental Cost per Set-up per Day 5,114.76 5,114.76 5,114.76 5,114.76 5,114.76 5,114.76
Total Estimated Cost of Road Works
Safety & Traffic Management 398,951.07 86,950.87 664,918.44 1,657,181.35 3,314,362.69 4,971,544.04
Relative Weight (%) 3.35 1.74 3.32 3.31 3.31 3.31
Say 3.40 1.75 3.35 3.35 3.35 3.35
Maximum = 3.40
6 Asphalt Overlay Pavement Width = 6.70 m Shoulder Width = 2.00 m Pavement Thickness = 50 mm

Length 1.00 km. 0.72 km. 2.89 km. 7.23 km. 14.46 km. 21.69 km.
Reference Amount / Cost of Civil Works 6,915,785.73 5,000,000.00 20,000,000.00 50,000,000.00 100,000,000.00 150,000,000.00
Duration (C.D.) 14.00 11 41 102 203 304
Applicable Traffic Management Layout Layout 7 Layout 7 Layout 7 Layout 7 Layout 7 Layout 7
Number of Set-up 1 1 1 1 1 1
Rental Cost per Set-up per Day 5,114.76 5,114.76 5,114.76 5,114.76 5,114.76 5,114.76
Total Estimated Cost of Road Works
Safety & Traffic Management 71,606.60 56,262.33 209,705.05 521,705.24 1,038,295.72 1,554,886.20
the Construction and Maintenance of Roads, Bridges and Safety & Health Requirements for School Buildings
Guidelines for the Preparation of Cost Estimates for Traffic Management and Safety & Health Requirements for

Relative Weight (%) 1.04 1.13 1.05 1.04 1.04 1.04


Say 1.05 1.15 1.05 1.10 1.05 1.05
Maximum = 1.15
69
70
A. ROADS
7 Concrete Reblocking, 30% of existing PCCP

Length 1.00 km. 0.54 km. 2.17 km. 5.42 km. 10.85 km. 16.27 km.
Reference Amount / Cost of Civil Works 9,218,747.25 5,000,000.00 20,000,000.00 50,000,000.00 100,000,000.00 150,000,000.00
Duration (C.D.) 26.00 14 56 139 277 415
Applicable Traffic Management Layout Layout 7 Layout 7 Layout 7 Layout 7 Layout 7 Layout 7
Number of Set-up 1 1 1 1 1 1
Rental Cost per Set-up per Day 5,114.76 5,114.76 5,114.76 5,114.76 5,114.76 5,114.76
Total Estimated Cost of Road Works
Safety & Traffic Management 132,983.69 71,606.60 286,426.41 710,951.26 1,416,787.76 2,122,624.26
Relative Weight (%) 1.44 1.43 1.43 1.42 1.42 1.42
Say 1.45 1.45 1.45 1.45 1.45 1.45
Maximum = 1.45
8 Concrete Reblocking, 50% of existing PCCP

Length 1.00 km. 0.44 km. 1.76 km. 4.40 km. 8.79 km. 13.19 km.
Reference Amount / Cost of Civil Works 11,375,139.57 5,000,000.00 20,000,000.00 50,000,000.00 100,000,000.00 150,000,000.00
Duration (C.D.) 36.00 16 64 159 317 475
Applicable Traffic Management Layout Layout 7 Layout 7 Layout 7 Layout 7 Layout 7 Layout 7
Number of Set-up 1 1 1 1 1 1
Rental Cost per Set-up per Day 5,114.76 5,114.76 5,114.76 5,114.76 5,114.76 5,114.76
Total Estimated Cost of Road Works
Safety & Traffic Management 184,131.26 81,836.12 327,344.46 813,246.40 1,621,378.05 2,429,509.69
Relative Weight (%) 1.62 1.64 1.64 1.63 1.62 1.62
Say 1.65 1.65 1.65 1.65 1.70 1.70
Maximum = 1.70
9 Re-Gravelling

Length 1.00 km. 2.17 km. 8.70 km. 21.74 km. 43.48 km. 65.22 km.
Reference Amount / Cost of Civil Works 2,300,050.60 5,000,000.00 20,000,000.00 50,000,000.00 100,000,000.00 150,000,000.00
Duration (C.D.) 10.00 22 87 218 435 653
Applicable Traffic Management Layout Layout 8 Layout 8 Layout 8 Layout 8 Layout 8 Layout 8
Number of Set-up 1 1 1 1 1 1
Rental Cost per Set-up per Day 107.56 107.56 107.56 107.56 107.56 107.56
Total Estimated Cost of Road Works
Safety & Traffic Management 1,075.58 2,366.27 9,357.52 23,447.59 46,787.62 70,235.20
Relative Weight (%) 0.05 0.05 0.05 0.05 0.05 0.05
Say 0.05 0.05 0.05 0.05 0.05 0.05
Maximum = 0.05
A. ROADS
10 Widening Paved

Length 1.00 km. 0.78 km. 3.13 km. 7.84 km. 15.67 km. 23.51 km.
Reference Amount / Cost of Civil Works 6,380,050.21 5,000,000.00 20,000,000.00 50,000,000.00 100,000,000.00 150,000,000.00
Duration (C.D.) 28.00 22 87 216 432 647
Layout 7 w/o Traffic Layout 7 w/o Traffic Layout 7 w/o Traffic Layout 7 w/o Traffic Layout 7 w/o Traffic Layout 7 w/o Traffic
Applicable Traffic Management Layout Controller Controller Controller Controller Controller Controller
Number of Set-up 2 2 2 2 2 2
Rental Cost per Set-up per Day 994.85 994.85 994.85 994.85 994.85 994.85
Total Estimated Cost of Road Works
Safety & Traffic Management 55,711.85 43,773.60 173,104.67 429,777.12 859,554.23 1,287,341.64
Relative Weight (%) 0.87 0.88 0.87 0.86 0.86 0.86
Say 0.90 0.90 0.90 0.90 0.90 0.90
Maximum = 0.90
B. BRIDGE (Based on Typical Standard Design)
1 RCDG on R.C. Pile Foundation

15 l.m. 63 l.m. 168 l.m. 312 l.m. 456 l.m.


@ 1 Span of 15 l.m. @ 3 Spans of 21 l.m. @ 7 Spans of 24 l.m. @ 13 Spans of 24 l.m. @ 19 Spans of 24 l.m.
Length
Reference Amount / Cost of Civil Works 5,000,000.00 20,000,000.00 50,000,000.00 100,000,000.00 150,000,000.00
Duration (C.D.) 125 200 335 510 685
Applicable Traffic Management Layout Layout 13 Layout 13 Layout 13 Layout 13 Layout 13
Number of Set-up 1 1 1 1 1
Rental Cost per Set-up per Day 544.02 631.83 808.53 1,032.47 1,257.25
Total Estimated Cost of Road Works
Safety & Traffic Management 68,002.01 126,365.54 270,857.03 526,561.56 861,214.35
Relative Weight (%) 1.36 0.63 0.54 0.53 0.57
Say 1.40 0.70 0.60 0.60 0.60

2 PSCG on R.C. Pile Foundation

15 l.m. 48 l.m. 120 l.m. 240 l.m. 360 l.m.


@ 1 Span of 15 l.m. @ 2 Spans of 24 l.m. @ 5 Spans of 24 l.m. @ 10 Spans of 24 l.m. @ 15 Spans of 24 l.m.
Length
Reference Amount / Cost of Civil Works 5,000,000.00 20,000,000.00 50,000,000.00 100,000,000.00 150,000,000.00
Duration (C.D.) 140 180 225 295 375
Applicable Traffic Management Layout Layout 13 Layout 13 Layout 13 Layout 13 Layout 13
Number of Set-up 1 1 1 1 1
the Construction and Maintenance of Roads, Bridges and Safety & Health Requirements for School Buildings
Guidelines for the Preparation of Cost Estimates for Traffic Management and Safety & Health Requirements for

Rental Cost per Set-up per Day 544.02 602.84 729.26 923.43 1,118.15
Total Estimated Cost of Road Works
Safety & Traffic Management 76,162.25 108,512.03 164,084.03 272,411.68 419,307.07
Relative Weight (%) 1.52 0.54 0.33 0.27 0.28
Say 1.60 0.60 0.40 0.30 0.30
71
72
B. BRIDGE (Based on Typical Standard Design)
3 RCDG on Bored Pile Foundation

15 l.m. 72 l.m. 168 l.m. 312 l.m. 456 l.m.


Length @ 1 Span of 15 l.m. @ 3 Spans of 24 l.m. @ 7 Spans of 24 l.m. @ 13 Spans of 24 l.m. @ 19 Spans of 24 l.m.
Reference Amount / Cost of Civil Works 5,000,000.00 20,000,000.00 50,000,000.00 100,000,000.00 150,000,000.00
Duration (C.D.) 105 195 320 530 735
Applicable Traffic Management Layout Layout 13 Layout 13 Layout 13 Layout 13 Layout 13
Number of Set-up 1 1 1 1 1
Rental Cost per Set-up per Day 544.02 638.84 796.16 1,016.29 1,237.53
Total Estimated Cost of Road Works
Safety & Traffic Management 57,121.69 124,573.23 254,769.70 538,632.63 909,584.94
Relative Weight (%) 1.14 0.62 0.51 0.54 0.61
Say 1.25 0.75 0.75 0.75 0.75

4 PSCG on Bored Pile Foundation

15 l.m. 48 l.m. 120 l.m. 240 l.m. 360 l.m.


@ 1 Span of 15 l.m. @ 2 Spans of 24 l.m. @ 5 Spans of 24 l.m. @ 10 Spans of 24 l.m. @ 15 Spans of 24 l.m.
Length
Reference Amount / Cost of Civil Works 5,000,000.00 20,000,000.00 50,000,000.00 100,000,000.00 150,000,000.00
Duration (C.D.) 105 145 210 305 405
Applicable Traffic Management Layout Layout 13 Layout 13 Layout 13 Layout 13 Layout 13
Number of Set-up 1 1 1 1 1
Rental Cost per Set-up per Day 544.02 599.63 722.78 914.38 1,107.10
Total Estimated Cost of Road Works
Safety & Traffic Management 57,121.69 86,946.02 151,783.58 278,885.72 448,375.38
Relative Weight (%) 1.14 0.43 0.30 0.28 0.30
Say 1.25 0.50 0.50 0.50 0.50
Table 5. Relative weight of the cost of road works safety and traffic management to the civil works

Percentage of Cost for Road Works


Project Category / Level of Improvement Safety & Traffic Management
Relative to the Cost of Civil Works

A. Roads
1 Paved (Concrete) To Paved (Concrete) 5.25
2 Paved (Asphalt) To Paved (Concrete) 4.40
3 Paved (Asphalt) To Paved (Asphalt) 2.90
4 Gravel To Asphalt 2.05
5 Gravel To Concrete 3.40
6 Asphalt Overlay 1.15
7 Concrete Reblocking, 30% of existing PCCP 1.45
8 Concrete Reblocking, 50% of existing PCCP 1.70
9 Re-Gravelling 0.05
10 Widening Paved 0.90
B. Bridges
1 RCDG on RC. Pile Foundation 1.40
2 PSCG on RC. Pile Foundation 1.60
3 RCDG on Bored Pile Foundation 1.25
4 PSCG on Bored Pile Foundation 1.25
Note: Derived percentage of cost of road works safety & traffic management requirements (as per TMP)
relative to civil works is advisab ly lower than the values ab ove or within +10%.
the Construction and Maintenance of Roads, Bridges and Safety & Health Requirements for School Buildings
Guidelines for the Preparation of Cost Estimates for Traffic Management and Safety & Health Requirements for
73
74

Sample Computation
and Illustrations
B – 4.4
Guidelines for the Preparation of Cost Estimates for Traffic Management and Safety & Health Requirements for 75
the Construction and Maintenance of Roads, Bridges and Safety & Health Requirements for School Buildings

SAMPLE ILLUSTRATION NO. 1


Road Reconstruction
1 Km length road, two lanes

• Site Condition:

A proposed 1 kilometer continuous road reconstruction work has the following road
construction and traffic conditions to be considered:

Road Location Rural Area


Direction of traffic Two way traffic
Number of Lanes Two Lanes
Maximum Speed of Vehicles 40 kph (Low Speed)
Designed strength of concrete for the
3-day concrete (3 days curing period)
PCCP

• Proposed Traffic Management Layout

In this condition, each series of roadwork set-up or layout is planned to be 100 meter
in length. To facilitate the completion of work, 2 set-ups are proposed to be undertaken
performing parallel works. Qualifying this as a long term work, Layout 7 (Case 1) –
Part Lane Closure can be considered as the applicable traffic management layout but
with some modifications to suit actual project condition and requirements.

Illustrated below is the proposed traffic management scheme with two set-ups
operating on opposite ends of the stretch of the road to be reconstructed. The two
groups will be moving forward to meet at the center until the works in one lane are
completed. Considering the distance between the two on-going operations, the traffic
controllers shall be provided with hand held two-way radio for communication and
coordination. As the groups meet towards the center, the number of traffic controllers
may be reduced and a longer stretch of the road/area will be closed as work zone.

The corresponding DUPA reflecting the estimated cost for road works safety and
traffic management based on the aforementioned proposed traffic management
scheme is also presented.
76
LEGEND:

1
2
3
Guidelines for the Preparation of Cost Estimates for Traffic Management and Safety & Health Requirements for 77
the Construction and Maintenance of Roads, Bridges and Safety & Health Requirements for School Buildings

1000 1049.5
940.5
PROPOSED TRAFFIC MANAGEMENT SCHEME

891

1
2
3
841.5
792

1
2
3
742.5
693
643.5

1
594
544.5
495
445.5
396

1
2
346.5

AHEAD
ROADWORK
297

END
ROADWORK
247.5

1
2
3

AHEAD
MACHINERY
ROAD
198

STOP
TO
PREPARE
148.5

1
2
3
99
Beginning of Project

49.5

1
2
3
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
DAY
Road length

PREPARE
TO
STOP

ROAD
MACHINERY
AHEAD
DAY 1

ROADWORK
END

ROADWORK
AHEAD
78

DAY 2
Beginning of Project End of Project

ROAD
END
ROAD
END

AHEAD
AHEAD

TO
AHEAD
TO
AHEAD

STOP
MACHINERY
STOP
MACHINERY

ROADWORK
ROADWORK
ROADWORK

PREPARE
ROADWORK

PREPARE

TO
TO

STOP
STOP

PREPARE
PREPARE

END
END

AHEAD
AHEAD

ROAD
ROAD

AHEAD
AHEAD

ROADWORK
ROADWORK
ROADWORK
ROADWORK

MACHINERY
MACHINERY
Road length 49.5 99 148.5 198 247.5 297 346.5 396 445.5 495 544.5 594 643.5 693 742.5 792 841.5 891 940.5 1000
DAY
LEGEND:
1
2
Breaking and removal
3
Subgrade Preparation and Leveling
4 1
Concrete Pouring
5 2
1 1-day cured
6 3
2 2 days cured
7
3 3 days cured
8
open for traffic
9 1
10 2 1

DAY 3
Beginning of Project End of Project

ROAD
END
ROAD
END

AHEAD
AHEAD

TO
AHEAD
TO
AHEAD

STOP
MACHINERY
STOP
MACHINERY

ROADWORK
ROADWORK
ROADWORK

PREPARE
ROADWORK

PREPARE

TO
TO

STOP
STOP

PREPARE
PREPARE

END
END

AHEAD
AHEAD

ROAD
ROAD

AHEAD
AHEAD

ROADWORK
ROADWORK
ROADWORK
ROADWORK

MACHINERY
MACHINERY

Road length 49.5 99 148.5 198 247.5 297 346.5 396 445.5 495 544.5 594 643.5 693 742.5 792 841.5 891 940.5 1000
DAY
LEGEND:
1
2
Breaking and removal
3
Subgrade Preparation and Leveling
4 1
Concrete Pouring
5 2
1 1-day cured
6 3
2 2 days cured
7
3 3 days cured
8
open for traffic
9 1
DAY 4
Beginning of Project End of Project

ROAD
END
ROAD
END

AHEAD
AHEAD

TO
AHEAD
TO
AHEAD

STOP
MACHINERY
STOP
MACHINERY

ROADWORK
ROADWORK
ROADWORK

PREPARE
ROADWORK

PREPARE
1

TO
TO

STOP
STOP

PREPARE
PREPARE

END
END

AHEAD
AHEAD

ROAD
ROAD

AHEAD
AHEAD

ROADWORK
ROADWORK
ROADWORK
ROADWORK

MACHINERY
MACHINERY
Road length 49.5 99 148.5 198 247.5 297 346.5 396 445.5 495 544.5 594 643.5 693 742.5 792 841.5 891 940.5 1000
DAY
LEGEND:
1
2
Breaking and removal
3
Subgrade Preparation and Leveling
4 1
Concrete Pouring
5 2
1 1-day cured
6 3
2 2 days cured
7
3 3 days cured
8
open for traffic
9 1
10 2 1

DAY 5
Beginning of Project End of Project

ROAD
END
ROAD
END

AHEAD
AHEAD

TO
AHEAD
TO
AHEAD

STOP
MACHINERY
STOP
MACHINERY

ROADWORK
ROADWORK
ROADWORK

PREPARE
ROADWORK

PREPARE

2 1

TO
TO

STOP
STOP

PREPARE
PREPARE

END
END

AHEAD
AHEAD

ROAD
ROAD

AHEAD
AHEAD

ROADWORK
ROADWORK
ROADWORK
ROADWORK

MACHINERY
MACHINERY

Road length 49.5 99 148.5 198 247.5 297 346.5 396 445.5 495 544.5 594 643.5 693 742.5 792 841.5 891 940.5 1000
DAY
LEGEND:
1
2
Breaking and removal
3
Subgrade Preparation and Leveling
4 1
Concrete Pouring
5 2 1
1 1-day cured
6 3
2 2 days cured
7
3 3 days cured
the Construction and Maintenance of Roads, Bridges and Safety & Health Requirements for School Buildings
Guidelines for the Preparation of Cost Estimates for Traffic Management and Safety & Health Requirements for

8
open for traffic
9 1
10 2 1
79
80
DAY 6
Beginning of Project End of Project

ROAD
END

AHEAD
ROAD
END

AHEAD

TO
AHEAD
TO
AHEAD

STOP
MACHINERY
STOP
MACHINERY

ROADWORK
ROADWORK

PREPARE
ROADWORK
ROADWORK

PREPARE
3 2

TO
TO

STOP
STOP

PREPARE
PREPARE

END
END

AHEAD
AHEAD

ROAD
ROAD

AHEAD
AHEAD

ROADWORK
ROADWORK
ROADWORK
ROADWORK

MACHINERY
MACHINERY
Road length 49.5 99 148.5 198 247.5 297 346.5 396 445.5 495 544.5 594 643.5 693 742.5 792 841.5 891 940.5 1000
DAY
LEGEND:
1
2
Breaking and removal
3
Subgrade Preparation and Leveling
4 1
Concrete Pouring
5 2 1
1 1-day cured
6 3 2
2 2 days cured
7
3 3 days cured
8
open for traffic
9 1

DAY 7
Beginning of Project End of Project
ROAD
END

AHEAD

TO
AHEAD

STOP
MACHINERY
ROADWORK
ROADWORK

PREPARE

TO
STOP
PREPARE

END

AHEAD
ROAD

AHEAD

ROADWORK
ROADWORK
MACHINERY
Road length 49.5 99 148.5 198 247.5 297 346.5 396 445.5 495 544.5 594 643.5 693 742.5 792 841.5 891 940.5 1000
DAY
LEGEND:
1
2
Breaking and removal
3
Subgrade Preparation and Leveling
4 1
Concrete Pouring
5 2 1
1 1-day cured
6 3 2
2 2 days cured
7 3
3 3 days cured
8
open for traffic
9 1
10 2 1
DAY 8
Beginning of Project End of Project

ROAD
END

AHEAD
AHEAD

TO
MACHINERY

STOP
ROADWORK

PREPARE
ROADWORK

TO
STOP
PREPARE

END

AHEAD
ROAD

AHEAD

ROADWORK
ROADWORK
MACHINERY
Road length 49.5 99 148.5 198 247.5 297 346.5 396 445.5 495 544.5 594 643.5 693 742.5 792 841.5 891 940.5 1000
DAY
LEGEND:
1
2
Breaking and removal
3
Subgrade Preparation and Leveling
4 1
Concrete Pouring
5 2 1
1 1-day cured
6 3 2
2 2 days cured
7 3
3 3 days cured
8
open for traffic
9 1
10 2 1

DAY 9
Beginning of Project End of Project
ROAD
END

AHEAD
AHEAD

TO
MACHINERY

STOP
ROADWORK

PREPARE
ROADWORK

TO
STOP
PREPARE

END

AHEAD
ROAD

AHEAD

ROADWORK
ROADWORK
MACHINERY
Road length 49.5 99 148.5 198 247.5 297 346.5 396 445.5 495 544.5 594 643.5 693 742.5 792 841.5 891 940.5 1000
DAY
LEGEND:
1
2
Breaking and removal
3
Subgrade Preparation and Leveling
4 1
Concrete Pouring
5 2 1
1 1-day cured
6 3 2
the Construction and Maintenance of Roads, Bridges and Safety & Health Requirements for School Buildings
Guidelines for the Preparation of Cost Estimates for Traffic Management and Safety & Health Requirements for

2 2 days cured
7 3
3 3 days cured
8
open for traffic
9 1
10 2 1
81
82
DAY 10
Beginning of Project End of Project

ROAD
END

AHEAD
AHEAD

TO
MACHINERY

STOP
ROADWORK

PREPARE
ROADWORK

2 1

TO
STOP
PREPARE

END

AHEAD
ROAD

AHEAD

ROADWORK
ROADWORK
MACHINERY
Road length 49.5 99 148.5 198 247.5 297 346.5 396 445.5 495 544.5 594 643.5 693 742.5 792 841.5 891 940.5 1000
DAY
LEGEND:
1
2
Breaking and removal
3
Subgrade Preparation and Leveling
4 1
Concrete Pouring
5 2 1
1 1-day cured
6 3 2
2 2 days cured
7 3
3 3 days cured
8
open for traffic
9 1
10 2 1

DAY 11
Beginning of Project End of Project
ROAD
END

AHEAD
AHEAD

TO
MACHINERY

STOP
ROADWORK

PREPARE
ROADWORK

3 2

TO
STOP
PREPARE

END

AHEAD
ROAD

AHEAD

ROADWORK
ROADWORK
MACHINERY
Road length 49.5 99 148.5 198 247.5 297 346.5 396 445.5 495 544.5 594 643.5 693 742.5 792 841.5 891 940.5 1000
DAY
LEGEND:
1
2
Breaking and removal
3
Subgrade Preparation and Leveling
4 1
Concrete Pouring
5 2 1
1 1-day cured
6 3 2
2 2 days cured
7 3
3 3 days cured
8
open for traffic
9 1
10 2 1
11 3 2
DAY 12
Beginning of Project End of Project

ROAD
END

AHEAD
AHEAD

TO
MACHINERY

STOP
ROADWORK

PREPARE
ROADWORK

TO
STOP
PREPARE

END

AHEAD
ROAD

AHEAD

ROADWORK
ROADWORK
MACHINERY
Road length 49.5 99 148.5 198 247.5 297 346.5 396 445.5 495 544.5 594 643.5 693 742.5 792 841.5 891 940.5 1000
DAY
LEGEND:
1
2
Breaking and removal
3
Subgrade Preparation and Leveling
4 1
Concrete Pouring
5 2 1
1 1-day cured
6 3 2
2 2 days cured
7 3
3 3 days cured
8
open for traffic
9 1
10 2 1
11 3 2
12 3

DAY 13
Beginning of Project End of Project
ROAD
END

AHEAD
AHEAD

TO
MACHINERY

STOP
ROADWORK

PREPARE
ROADWORK

TO
STOP
PREPARE

END

AHEAD
ROAD

AHEAD

ROADWORK
ROADWORK
MACHINERY
Road length 49.5 99 148.5 198 247.5 297 346.5 396 445.5 495 544.5 594 643.5 693 742.5 792 841.5 891 940.5 1000
DAY
LEGEND:
1
2
Breaking and removal
3
Subgrade Preparation and Leveling
4 1
Concrete Pouring
5 2 1
1 1-day cured
6 3 2
2 2 days cured
7 3
3 3 days cured
8
open for traffic
the Construction and Maintenance of Roads, Bridges and Safety & Health Requirements for School Buildings
Guidelines for the Preparation of Cost Estimates for Traffic Management and Safety & Health Requirements for

9 1
10 2 1
11 3 2
12 3
13
83
84
DAY 14
Beginning of Project End of Project

ROAD
END

AHEAD
AHEAD

TO
MACHINERY

STOP
ROADWORK

PREPARE
ROADWORK
1

TO
STOP
PREPARE

END

AHEAD
ROAD

AHEAD

ROADWORK
ROADWORK
MACHINERY
Road length 49.5 99 148.5 198 247.5 297 346.5 396 445.5 495 544.5 594 643.5 693 742.5 792 841.5 891 940.5 1000
DAY
LEGEND:
1
2
Breaking and removal
3
Subgrade Preparation and Leveling
4 1
Concrete Pouring
5 2 1
1 1-day cured
6 3 2
2 2 days cured
7 3
3 3 days cured
8
open for traffic
9 1
10 2 1
11 3 2
12 3
13
14 1

DAY 15
Beginning of Project End of Project
ROAD
END

AHEAD
AHEAD

TO
MACHINERY

STOP
ROADWORK

PREPARE
ROADWORK

2 1

TO
STOP
PREPARE

END

AHEAD
ROAD

AHEAD

ROADWORK
ROADWORK
MACHINERY
Road length 49.5 99 148.5 198 247.5 297 346.5 396 445.5 495 544.5 594 643.5 693 742.5 792 841.5 891 940.5 1000
DAY
LEGEND:
1
2
Breaking and removal
3
Subgrade Preparation and Leveling
4 1
Concrete Pouring
5 2 1
1 1-day cured
6 3 2
2 2 days cured
7 3
3 3 days cured
8
open for traffic
9 1
10 2 1
11 3 2
12 3
13
14 1
15 2 1
DAY 16
Beginning of Project End of Project

ROAD
END

AHEAD
AHEAD

TO
MACHINERY

STOP
ROADWORK

PREPARE
ROADWORK
3 2

TO
STOP
PREPARE

END

AHEAD
ROAD

AHEAD

ROADWORK
ROADWORK
MACHINERY
Road length 49.5 99 148.5 198 247.5 297 346.5 396 445.5 495 544.5 594 643.5 693 742.5 792 841.5 891 940.5 1000
DAY
LEGEND:
1
2
Breaking and removal
3
Subgrade Preparation and Leveling
4 1
Concrete Pouring
5 2 1
1 1-day cured
6 3 2
2 2 days cured
7 3
3 3 days cured
8
open for traffic
9 1
10 2 1
11 3 2
12 3
13
14 1
15 2 1
16 3 2

DAY 17
Beginning of Project End of Project
ROAD
END

AHEAD
AHEAD

TO
MACHINERY

STOP
ROADWORK

PREPARE
ROADWORK

TO
STOP
PREPARE

END

AHEAD
ROAD

AHEAD

ROADWORK
ROADWORK
MACHINERY
Road length 49.5 99 148.5 198 247.5 297 346.5 396 445.5 495 544.5 594 643.5 693 742.5 792 841.5 891 940.5 1000
DAY
LEGEND:
1
2
Breaking and removal
3
Subgrade Preparation and Leveling
4 1
Concrete Pouring
5 2 1
1 1-day cured
6 3 2
2 2 days cured
7 3
3 3 days cured
8
open for traffic
9 1
10 2 1
the Construction and Maintenance of Roads, Bridges and Safety & Health Requirements for School Buildings
Guidelines for the Preparation of Cost Estimates for Traffic Management and Safety & Health Requirements for

11 3 2
12 3
13
14 1
15 2 1
16 3 2
17 3
85
86
DAY 18
Beginning of Project End of Project

ROAD
END

AHEAD

TO
AHEAD

STOP
MACHINERY
ROADWORK
ROADWORK

PREPARE

TO
STOP
PREPARE

END

AHEAD
ROAD

AHEAD

ROADWORK
ROADWORK
MACHINERY
Road length 49.5 99 148.5 198 247.5 297 346.5 396 445.5 495 544.5 594 643.5 693 742.5 792 841.5 891 940.5 1000
DAY
LEGEND:
1
2
Breaking and removal
3
Subgrade Preparation and Leveling
4 1
Concrete Pouring
5 2 1
1 1-day cured
6 3 2
2 2 days cured
7 3
3 3 days cured
8
open for traffic
9 1
10 2 1
11 3 2
12 3
13
14 1
15 2 1
16 3 2
17 3
18
19 1
DAY 19
Beginning of Project End of Project

ROAD
END

AHEAD

TO
AHEAD

STOP
MACHINERY
ROADWORK
ROADWORK

PREPARE
1

TO
STOP
PREPARE

END

AHEAD
ROAD

AHEAD

ROADWORK
ROADWORK
MACHINERY
Road length 49.5 99 148.5 198 247.5 297 346.5 396 445.5 495 544.5 594 643.5 693 742.5 792 841.5 891 940.5 1000
DAY
LEGEND:
1
2
Breaking and removal
3
Subgrade Preparation and Leveling
4 1
Concrete Pouring
5 2 1
1 1-day cured
6 3 2
2 2 days cured
7 3
3 3 days cured
8
open for traffic
9 1
10 2 1
11 3 2
12 3
13
14 1
15 2 1
16 3 2
17 3
18
19 1
the Construction and Maintenance of Roads, Bridges and Safety & Health Requirements for School Buildings
Guidelines for the Preparation of Cost Estimates for Traffic Management and Safety & Health Requirements for
87
88
DAY 20
Beginning of Project End of Project

ROAD
END

AHEAD

TO
AHEAD

STOP
MACHINERY
ROADWORK
ROADWORK

PREPARE
2 1

TO
STOP
PREPARE

END

AHEAD
ROAD

AHEAD

ROADWORK
ROADWORK
MACHINERY
Road length 49.5 99 148.5 198 247.5 297 346.5 396 445.5 495 544.5 594 643.5 693 742.5 792 841.5 891 940.5 1000
DAY
LEGEND:
1
2
Breaking and removal
3
Subgrade Preparation and Leveling
4 1
Concrete Pouring
5 2 1
1 1-day cured
6 3 2
2 2 days cured
7 3
3 3 days cured
8
open for traffic
9 1
10 2 1
11 3 2
12 3
13
14 1
15 2 1
16 3 2
17 3
18
19 1
20 2 1
DAY 21
Beginning of Project End of Project

ROAD
END

AHEAD

TO
AHEAD

STOP
MACHINERY
ROADWORK
ROADWORK

PREPARE
3 2

TO
STOP
PREPARE

END

AHEAD
ROAD

AHEAD

ROADWORK
ROADWORK
MACHINERY
Road length 49.5 99 148.5 198 247.5 297 346.5 396 445.5 495 544.5 594 643.5 693 742.5 792 841.5 891 940.5 1000
DAY
LEGEND:
1
2
Breaking and removal
3
Subgrade Preparation and Leveling
4 1
Concrete Pouring
5 2 1
1 1-day cured
6 3 2
2 2 days cured
7 3
3 3 days cured
8
open for traffic
9 1
10 2 1
11 3 2
12 3
13
14 1
15 2 1
16 3 2
17 3
18
19 1
20 2 1
21 3 2
the Construction and Maintenance of Roads, Bridges and Safety & Health Requirements for School Buildings
Guidelines for the Preparation of Cost Estimates for Traffic Management and Safety & Health Requirements for
89
90
DAY 22
Beginning of Project End of Project

ROAD
END

AHEAD

TO
AHEAD

STOP
MACHINERY
ROADWORK
ROADWORK

PREPARE
3

TO
STOP
PREPARE

END

AHEAD
ROAD

AHEAD

ROADWORK
ROADWORK
MACHINERY
Road length 49.5 99 148.5 198 247.5 297 346.5 396 445.5 495 544.5 594 643.5 693 742.5 792 841.5 891 940.5 1000
DAY
LEGEND:
1
2
Breaking and removal
3
Subgrade Preparation and Leveling
4 1
Concrete Pouring
5 2 1
1 1-day cured
6 3 2
2 2 days cured
7 3
3 3 days cured
8
open for traffic
9 1
10 2 1
11 3 2
12 3
13
14 1
15 2 1
16 3 2
17 3
18
19 1
20 2 1
21 3 2
22 3
DAY 23
Beginning of Project End of Project

ROAD
END

AHEAD

TO
AHEAD

STOP
MACHINERY
ROADWORK
ROADWORK

PREPARE

TO
STOP
PREPARE

END

AHEAD
ROAD

AHEAD

ROADWORK
ROADWORK
MACHINERY
Road length 49.5 99 148.5 198 247.5 297 346.5 396 445.5 495 544.5 594 643.5 693 742.5 792 841.5 891 940.5 1000
DAY
LEGEND:
1
2
Breaking and removal
3
Subgrade Preparation and Leveling
4 1
Concrete Pouring
5 2 1
1 1-day cured
6 3 2
2 2 days cured
7 3
3 3 days cured
8
open for traffic
9 1
10 2 1
11 3 2
12 3
13
14 1
15 2 1
16 3 2
17 3
18
19 1
20 2 1
21 3 2
22 3
23
the Construction and Maintenance of Roads, Bridges and Safety & Health Requirements for School Buildings
Guidelines for the Preparation of Cost Estimates for Traffic Management and Safety & Health Requirements for
91
92
DAY 24
Beginning of Project End of Project

ROAD
END

AHEAD

TO
AHEAD

STOP
MACHINERY
ROADWORK
ROADWORK

PREPARE

TO
STOP
PREPARE

END

AHEAD
ROAD

AHEAD

ROADWORK
ROADWORK
MACHINERY
Road length 49.5 99 148.5 198 247.5 297 346.5 396 445.5 495 544.5 594 643.5 693 742.5 792 841.5 891 940.5 1000
DAY
LEGEND:
1
2
Breaking and removal
3
Subgrade Preparation and Leveling
4 1
Concrete Pouring
5 2 1
1 1-day cured
6 3 2
2 2 days cured
7 3
3 3 days cured
8
open for traffic
9 1
10 2 1
11 3 2
12 3
13
14 1
15 2 1
16 3 2
17 3
18
19 1
20 2 1
21 3 2
22 3
23
24
DAY 25
Beginning of Project End of Project

ROAD
END

AHEAD

TO
AHEAD

STOP
MACHINERY
ROADWORK
ROADWORK

PREPARE
1

TO
STOP
PREPARE

END

AHEAD
ROAD

AHEAD

ROADWORK
ROADWORK
MACHINERY
Road length 49.5 99 148.5 198 247.5 297 346.5 396 445.5 495 544.5 594 643.5 693 742.5 792 841.5 891 940.5 1000
DAY
LEGEND:
1
2
Breaking and removal
3
Subgrade Preparation and Leveling
4 1
Concrete Pouring
5 2 1
1 1-day cured
6 3 2
2 2 days cured
7 3
3 3 days cured
8
open for traffic
9 1
10 2 1
11 3 2
12 3
13
14 1
15 2 1
16 3 2
17 3
18
19 1
20 2 1
21 3 2
22 3
23
24
25 1
the Construction and Maintenance of Roads, Bridges and Safety & Health Requirements for School Buildings
Guidelines for the Preparation of Cost Estimates for Traffic Management and Safety & Health Requirements for
93
94
DAY 26
Beginning of Project End of Project

ROAD
END

AHEAD

TO
AHEAD

STOP
MACHINERY
ROADWORK
ROADWORK

PREPARE
2 1

TO
STOP
PREPARE

END

AHEAD
ROAD

AHEAD

ROADWORK
ROADWORK
MACHINERY
Road length 49.5 99 148.5 198 247.5 297 346.5 396 445.5 495 544.5 594 643.5 693 742.5 792 841.5 891 940.5 1000
DAY
LEGEND:
1
2
Breaking and removal
3
Subgrade Preparation and Leveling
4 1
Concrete Pouring
5 2 1
1 1-day cured
6 3 2
2 2 days cured
7 3
3 3 days cured
8
open for traffic
9 1
10 2 1
11 3 2
12 3
13
14 1
15 2 1
16 3 2
17 3
18
19 1
20 2 1
21 3 2
22 3
23
24
25 1
26 2 1
DAY 27
Beginning of Project End of Project

ROAD
END

AHEAD

TO
AHEAD

STOP
MACHINERY
ROADWORK
ROADWORK

PREPARE
3 2

TO
STOP
PREPARE

END

AHEAD
ROAD

AHEAD

ROADWORK
ROADWORK
MACHINERY
Road length 49.5 99 148.5 198 247.5 297 346.5 396 445.5 495 544.5 594 643.5 693 742.5 792 841.5 891 940.5 1000
DAY
LEGEND:
1
2
Breaking and removal
3
Subgrade Preparation and Leveling
4 1
Concrete Pouring
5 2 1
1 1-day cured
6 3 2
2 2 days cured
7 3
3 3 days cured
8
open for traffic
9 1
10 2 1
11 3 2
12 3
13
14 1
15 2 1
16 3 2
17 3
18
19 1
20 2 1
21 3 2
22 3
23
24
25 1
26 2 1
27 3 2
the Construction and Maintenance of Roads, Bridges and Safety & Health Requirements for School Buildings
Guidelines for the Preparation of Cost Estimates for Traffic Management and Safety & Health Requirements for
95
96
DAY 28
Beginning of Project End of Project

ROAD
END

AHEAD

TO
AHEAD

STOP
MACHINERY
ROADWORK
ROADWORK

PREPARE
3

TO
STOP
PREPARE

END

AHEAD
ROAD

AHEAD

ROADWORK
ROADWORK
MACHINERY
Road length 49.5 99 148.5 198 247.5 297 346.5 396 445.5 495 544.5 594 643.5 693 742.5 792 841.5 891 940.5 1000
DAY
LEGEND:
1
2
Breaking and removal
3
Subgrade Preparation and Leveling
4 1
Concrete Pouring
5 2 1
1 1-day cured
6 3 2
2 2 days cured
7 3
3 3 days cured
8
open for traffic
9 1
10 2 1
11 3 2
12 3
13
14 1
15 2 1
16 3 2
17 3
18
19 1
20 2 1
21 3 2
22 3
23
24
25 1
26 2 1
27 3 2
28 3

TOTAL DURATION OF WORK FOR 2 -LANE, 1 KILOMETER LENGTH ROAD IS 56 DAYS


Guidelines for the Preparation of Cost Estimates for Traffic Management and Safety & Health Requirements for 97
the Construction and Maintenance of Roads, Bridges and Safety & Health Requirements for School Buildings

DETAILED UNIT
Detailed Unit PRICE ANALYSIS
Price Analysis
(Layout 7 (Case 1) - Part Lane Closure - 2 Lane, 2 Way Road, High Speed, Long Term)

ITEM NO/DESCRIPTION : B.8 Roadworks


Road Safety
Works Safety and& Traffic
Traffic Management
Management
UNIT OF MEASUREMENT : lot
days
QUANTITY : 1 lot (forC.D.
56.00 56 C.D)
A) MATERIALS : COST/UNIT UNIT QUANTITY UNIT RATE TOTAL COST
Speed Restriction (R4-1) each-day 4.00 4.73 18.90
Roadwork Ahead (T1-1) each-day 4.00 10.95 43.81
End Roadwork (T2-16) each-day 4.00 10.95 43.81
End Speed Restriction (R4-2) each-day 4.00 4.73 18.90
Workmen Ahead (T1-5) each-day 4.00 5.64 22.56
Prepare to Stop (T1-18) each-day 2.00 5.64 11.28
Temporary Hazard Marker (Chevron, T5-5) each-day 1.00 5.76 5.76
Road Machinery (T1-3) each-day 2.00 6.54 13.09

* Temporary Bollards (@ 5 meters apart) each-day 32.00 1.64 52.60


* Plastic Safety Barriers each-day 320.00 2.74 876.71

Safety Vest man-day 2.00 1.11 2.22


Hard Hat man-day 2.00 0.27 0.55
Safety Shoes man-day 2.00 3.29 6.58

Note: For estimation purposes, approach speed (equal to "D" in meters) is 40 kph.

SUB - TOTAL (A) 1,116.76


B. LABOR COST QUANTITY Unit Total
No. of Personnel Total Hours Rate Cost
Traffic Controller 4.00 8.00 70.74 2,263.68

SUB - TOTAL (B) 2,263.68


C. EQUIPMENT COST QUANTITY Hourly Total
No. of Equipt. Total Hours Rate Cost

Two-way Radio 4.00 8.00 2.60 83.34


Barricade Flasher Light 33.00 12.00 0.65 257.96
(3 Volts, Battery Operated, Amber Color)

SUB - TOTAL (C) 341.30


D. TOTAL DIRECT COST (A + B + C) 3,721.75
E. DIRECT UNIT COST (D/Quantity) 66.46
F. ADD: INDIRECT COST
1. OCM (9% of D )
2. Contractor's Profit (8% of D) 297.74
3. VAT 12% 482.34
** TOTAL INDIRECT COST 780.08

** Mark-up percentage varies depending on TOTAL COST (D + F) 4,501.81


the total Direct Cost of the project per D.O.
22, Series 2015 TOTAL RENTAL UNIT COST (PER DAY) 4,501.81
Total cost for the whole duration of the project = 252,101.58
98

SAMPLE ILLUSTRATION NO. 2


Road Widening of 1.00 km National Road
(280 mm thk. Concrete Pavement) from 2
lanes to 4 lanes

The applicable traffic management layout in this


case may not be similar with the presented layouts
in Section B-2, as those are intended to present the
concepts of proper traffic management. Those
Barrier boards to inhibit layouts are prescribed for such specific case or
access to the worksite area conditions related thereto. Considering that every
project is unique, the required worksite traffic
management layout to be implemented should be
as to what the site needs. Basic concepts that
should be noted are that worksite should be
properly confined promoting safe mobility to all road
users and other concerned areas which may be

100-meter length worksite area


Temporary Bollards affected and appropriate signage and devices
spaced @ 5.0 meters should be installed. Additional signage and devices
should be provided as the need arises during
Barricade flasher construction operation.
lights installed every
after 3 bollards
Confined work site area during construction
operation. Such set-up will move forward up to
the end station of the project.
Beginning of Project

Divert pedestrians on this path.


In case space is not available, provide
pedestrian footpath as prescribed in LAYOUT 1.

ROAD
MACHINERY
AHEAD D

ROADWORK
AHEAD
DAY 1
Beginning of Project End of Project

ROAD

AHEAD
AHEAD

ROADWORK
MACHINERY
LEGEND: Road length 49.5 99 148.5 198 247.5 297 346.5 396 445.5 495 544.5 594 643.5 693 742.5 792 841.5 891 940.5 1000
DAY
Roadway Excavation 1
Subgrade Preparation 2
Aggregate Subbase Course 3
Installation of dowel bars 4
Concrete Pouring 5
1 Curing 6
open for traffic 7

DAY 2
Beginning of Project End of Project

ROAD

AHEAD
AHEAD

ROADWORK
MACHINERY

LEGEND: Road length 49.5 99 148.5 198 247.5 297 346.5 396 445.5 495 544.5 594 643.5 693 742.5 792 841.5 891 940.5 1000
DAY
Roadway Excavation 1
Subgrade Preparation 2
Aggregate Subbase Course 3
the Construction and Maintenance of Roads, Bridges and Safety & Health Requirements for School Buildings
Guidelines for the Preparation of Cost Estimates for Traffic Management and Safety & Health Requirements for

Installation of dowel bars 4


Concrete Pouring 5
1 Curing 6
open for traffic 7
99
100

DAY 3
Beginning of Project End of Project

ROAD

AHEAD
AHEAD

ROADWORK
MACHINERY
LEGEND: Road length 49.5 99 148.5 198 247.5 297 346.5 396 445.5 495 544.5 594 643.5 693 742.5 792 841.5 891 940.5 1000
DAY
Roadway Excavation 1
Subgrade Preparation 2
Aggregate Subbase Course 3
Installation of dowel bars 4
Concrete Pouring 5
1 Curing 6
open for traffic 7

DAY 4
Beginning of Project End of Project

ROAD

AHEAD
AHEAD

ROADWORK
MACHINERY

LEGEND: Road length 49.5 99 148.5 198 247.5 297 346.5 396 445.5 495 544.5 594 643.5 693 742.5 792 841.5 891 940.5 1000
DAY
Roadway Excavation 1
Subgrade Preparation 2
Aggregate Subbase Course 3
Installation of dowel bars 4
Concrete Pouring 5
1 Curing 6
open for traffic 7
DAY 5
Beginning of Project End of Project

ROAD

AHEAD
AHEAD

ROADWORK
MACHINERY
LEGEND: Road length 49.5 99 148.5 198 247.5 297 346.5 396 445.5 495 544.5 594 643.5 693 742.5 792 841.5 891 940.5 1000
DAY
Roadway Excavation 1
Subgrade Preparation 2
Aggregate Subbase Course 3
Installation of dowel bars 4
Concrete Pouring 5
1 Curing 6
open for traffic 7

DAY 6
Beginning of Project End of Project

ROAD

AHEAD
AHEAD

ROADWORK
MACHINERY

LEGEND: Road length 49.5 99 148.5 198 247.5 297 346.5 396 445.5 495 544.5 594 643.5 693 742.5 792 841.5 891 940.5 1000
DAY
Roadway Excavation 1
Subgrade Preparation 2
Aggregate Subbase Course 3
the Construction and Maintenance of Roads, Bridges and Safety & Health Requirements for School Buildings
Guidelines for the Preparation of Cost Estimates for Traffic Management and Safety & Health Requirements for

Installation of dowel bars 4


Concrete Pouring 5
1 Curing 6
open for traffic 7
101
102

DAY 7
Beginning of Project End of Project

ROAD

AHEAD
AHEAD

ROADWORK
MACHINERY
LEGEND: Road length 49.5 99 148.5 198 247.5 297 346.5 396 445.5 495 544.5 594 643.5 693 742.5 792 841.5 891 940.5 1000
DAY
Roadway Excavation 1
Subgrade Preparation 2
Aggregate Subbase Course 3
Installation of dowel bars 4
Concrete Pouring 5
1 Curing 6
open for traffic 7

DAY 8
Beginning of Project End of Project

ROAD

AHEAD
AHEAD

ROADWORK
MACHINERY
LEGEND: Road length 49.5 99 148.5 198 247.5 297 346.5 396 445.5 495 544.5 594 643.5 693 742.5 792 841.5 891 940.5 1000
DAY
Roadway Excavation 1
Subgrade Preparation 2
Aggregate Subbase Course 3
Installation of dowel bars 4
Concrete Pouring 5
1 Curing 6
open for traffic 7
8
DAY 9
Beginning of Project End of Project

ROAD

AHEAD
AHEAD

ROADWORK
MACHINERY
LEGEND: Road length 49.5 99 148.5 198 247.5 297 346.5 396 445.5 495 544.5 594 643.5 693 742.5 792 841.5 891 940.5 1000
DAY
Roadway Excavation 1
Subgrade Preparation 2
Aggregate Subbase Course 3
Installation of dowel bars 4
Concrete Pouring 5
1 Curing 6
open for traffic 7
8
9

DAY 10
Beginning of Project End of Project

ROAD

AHEAD
AHEAD

ROADWORK
MACHINERY
LEGEND: Road length 49.5 99 148.5 198 247.5 297 346.5 396 445.5 495 544.5 594 643.5 693 742.5 792 841.5 891 940.5 1000
DAY
Roadway Excavation 1
Subgrade Preparation 2
Aggregate Subbase Course 3
Installation of dowel bars 4
the Construction and Maintenance of Roads, Bridges and Safety & Health Requirements for School Buildings
Guidelines for the Preparation of Cost Estimates for Traffic Management and Safety & Health Requirements for

Concrete Pouring 5
1 Curing 6
open for traffic 7
8
9
10
103
104

DAY 11
Beginning of Project End of Project

ROAD

AHEAD
AHEAD

ROADWORK
MACHINERY
LEGEND: Road length 49.5 99 148.5 198 247.5 297 346.5 396 445.5 495 544.5 594 643.5 693 742.5 792 841.5 891 940.5 1000
DAY
Roadway Excavation 1
Subgrade Preparation 2
Aggregate Subbase Course 3
Installation of dowel bars 4
Concrete Pouring 5
1 Curing 6
open for traffic 7
8
9
10
11

DAY 12
Beginning of Project End of Project

ROAD

AHEAD
AHEAD

ROADWORK
MACHINERY
LEGEND: Road length 49.5 99 148.5 198 247.5 297 346.5 396 445.5 495 544.5 594 643.5 693 742.5 792 841.5 891 940.5 1000
DAY
Roadway Excavation 1
Subgrade Preparation 2
Aggregate Subbase Course 3
Installation of dowel bars 4
Concrete Pouring 5
1 Curing 6
open for traffic 7
8
9
10
11
12
DAY 13
Beginning of Project End of Project

ROAD

AHEAD
AHEAD

ROADWORK
MACHINERY
LEGEND: Road length 49.5 99 148.5 198 247.5 297 346.5 396 445.5 495 544.5 594 643.5 693 742.5 792 841.5 891 940.5 1000
DAY
Roadway Excavation 1
Subgrade Preparation 2
Aggregate Subbase Course 3
Installation of dowel bars 4
Concrete Pouring 5
1 Curing 6
open for traffic 7
8
9
10
11
12
13 1

DAY 14
Beginning of Project End of Project

ROAD

AHEAD
AHEAD

ROADWORK
MACHINERY
LEGEND: Road length 49.5 99 148.5 198 247.5 297 346.5 396 445.5 495 544.5 594 643.5 693 742.5 792 841.5 891 940.5 1000
DAY
Roadway Excavation 1
Subgrade Preparation 2
Aggregate Subbase Course 3
Installation of dowel bars 4
Concrete Pouring 5
1 Curing 6
open for traffic 7
the Construction and Maintenance of Roads, Bridges and Safety & Health Requirements for School Buildings
Guidelines for the Preparation of Cost Estimates for Traffic Management and Safety & Health Requirements for

8
9
10
11
12
13 1
14 2
105
106

DAY 15
Beginning of Project End of Project

ROAD

AHEAD
AHEAD

ROADWORK
MACHINERY
LEGEND: Road length 49.5 99 148.5 198 247.5 297 346.5 396 445.5 495 544.5 594 643.5 693 742.5 792 841.5 891 940.5 1000
DAY
Roadway Excavation 1
Subgrade Preparation 2
Aggregate Subbase Course 3
Installation of dowel bars 4
Concrete Pouring 5
1 Curing 6
open for traffic 7
8
9
10
11
12
13 1
14 2
15 3 1
DAY 16
Beginning of Project End of Project

ROAD

AHEAD
AHEAD

ROADWORK
MACHINERY
LEGEND: Road length 49.5 99 148.5 198 247.5 297 346.5 396 445.5 495 544.5 594 643.5 693 742.5 792 841.5 891 940.5 1000
DAY
Roadway Excavation 1
Subgrade Preparation 2
Aggregate Subbase Course 3
Installation of dowel bars 4
Concrete Pouring 5
1 Curing 6
open for traffic 7
8
9
10
11
12
13 1
14 2
15 3 1
16 4 2
the Construction and Maintenance of Roads, Bridges and Safety & Health Requirements for School Buildings
Guidelines for the Preparation of Cost Estimates for Traffic Management and Safety & Health Requirements for
107
108

DAY 17
Beginning of Project End of Project

ROAD

AHEAD
AHEAD

ROADWORK
MACHINERY
LEGEND: Road length 49.5 99 148.5 198 247.5 297 346.5 396 445.5 495 544.5 594 643.5 693 742.5 792 841.5 891 940.5 1000
DAY
Roadway Excavation 1
Subgrade Preparation 2
Aggregate Subbase Course 3
Installation of dowel bars 4
Concrete Pouring 5
1 Curing 6
open for traffic 7
8
9
10
11
12
13 1
14 2
15 3 1
16 4 2
17 5 3 1
DAY 18
Beginning of Project End of Project

ROAD

AHEAD
AHEAD

ROADWORK
MACHINERY
LEGEND: Road length 49.5 99 148.5 198 247.5 297 346.5 396 445.5 495 544.5 594 643.5 693 742.5 792 841.5 891 940.5 1000
DAY
Roadway Excavation 1
Subgrade Preparation 2
Aggregate Subbase Course 3
Installation of dowel bars 4
Concrete Pouring 5
1 Curing 6
open for traffic 7
8
9
10
11
12
13 1
14 2
15 3 1
16 4 2
17 5 3 1
18 6 4 2
the Construction and Maintenance of Roads, Bridges and Safety & Health Requirements for School Buildings
Guidelines for the Preparation of Cost Estimates for Traffic Management and Safety & Health Requirements for
109
110

DAY 19
Beginning of Project End of Project

ROAD

AHEAD
AHEAD

ROADWORK
MACHINERY
LEGEND: Road length 49.5 99 148.5 198 247.5 297 346.5 396 445.5 495 544.5 594 643.5 693 742.5 792 841.5 891 940.5 1000
DAY
Roadway Excavation 1
Subgrade Preparation 2
Aggregate Subbase Course 3
Installation of dowel bars 4
Concrete Pouring 5
1 Curing 6
open for traffic 7
8
9
10
11
12
13 1
14 2
15 3 1
16 4 2
17 5 3 1
18 6 4 2
19 7 5 3 1
DAY 20
Beginning of Project End of Project

ROAD

AHEAD
AHEAD

ROADWORK
MACHINERY
LEGEND: Road length 49.5 99 148.5 198 247.5 297 346.5 396 445.5 495 544.5 594 643.5 693 742.5 792 841.5 891 940.5 1000
DAY
Roadway Excavation 1
Subgrade Preparation 2
Aggregate Subbase Course 3
Installation of dowel bars 4
Concrete Pouring 5
1 Curing 6
open for traffic 7
8
9
10
11
12
13 1
14 2
15 3 1
16 4 2
17 5 3 1
18 6 4 2
19 7 5 3 1
20 8 6 4 2
the Construction and Maintenance of Roads, Bridges and Safety & Health Requirements for School Buildings
Guidelines for the Preparation of Cost Estimates for Traffic Management and Safety & Health Requirements for
111
112

DAY 21
Beginning of Project End of Project

ROAD

AHEAD
AHEAD

ROADWORK
MACHINERY
LEGEND: Road length 49.5 99 148.5 198 247.5 297 346.5 396 445.5 495 544.5 594 643.5 693 742.5 792 841.5 891 940.5 1000
DAY
Roadway Excavation 1
Subgrade Preparation 2
Aggregate Subbase Course 3
Installation of dowel bars 4
Concrete Pouring 5
1 Curing 6
open for traffic 7
8
9
10
11
12
13 1
14 2
15 3 1
16 4 2
17 5 3 1
18 6 4 2
19 7 5 3 1
20 8 6 4 2
21 9 7 5 3 1
DAY 22
Beginning of Project End of Project

ROAD

AHEAD
AHEAD

ROADWORK
MACHINERY
LEGEND: Road length 49.5 99 148.5 198 247.5 297 346.5 396 445.5 495 544.5 594 643.5 693 742.5 792 841.5 891 940.5 1000
DAY
Roadway Excavation 1
Subgrade Preparation 2
Aggregate Subbase Course 3
Installation of dowel bars 4
Concrete Pouring 5
1 Curing 6
open for traffic 7
8
9
10
11
12
13 1
14 2
15 3 1
16 4 2
17 5 3 1
18 6 4 2
19 7 5 3 1
20 8 6 4 2
21 9 7 5 3 1
22 10 8 6 4 2
the Construction and Maintenance of Roads, Bridges and Safety & Health Requirements for School Buildings
Guidelines for the Preparation of Cost Estimates for Traffic Management and Safety & Health Requirements for
113
114

DAY 23
Beginning of Project End of Project

ROAD

AHEAD
AHEAD

ROADWORK
MACHINERY
LEGEND: Road length 49.5 99 148.5 198 247.5 297 346.5 396 445.5 495 544.5 594 643.5 693 742.5 792 841.5 891 940.5 1000
DAY
Roadway Excavation 1
Subgrade Preparation 2
Aggregate Subbase Course 3
Installation of dowel bars 4
Concrete Pouring 5
1 Curing 6
open for traffic 7
8
9
10
11
12
13 1
14 2
15 3 1
16 4 2
17 5 3 1
18 6 4 2
19 7 5 3 1
20 8 6 4 2
21 9 7 5 3 1
22 10 8 6 4 2
23 11 9 7 5 3 1
DAY 24
Beginning of Project End of Project

ROAD

AHEAD
AHEAD

ROADWORK
MACHINERY
LEGEND: Road length 49.5 99 148.5 198 247.5 297 346.5 396 445.5 495 544.5 594 643.5 693 742.5 792 841.5 891 940.5 1000
DAY
Roadway Excavation 1
Subgrade Preparation 2
Aggregate Subbase Course 3
Installation of dowel bars 4
Concrete Pouring 5
1 Curing 6
open for traffic 7
8
9
10
11
12
13 1
14 2
15 3 1
16 4 2
17 5 3 1
18 6 4 2
19 7 5 3 1
20 8 6 4 2
21 9 7 5 3 1
22 10 8 6 4 2
23 11 9 7 5 3 1
24 12 10 8 6 4 2
the Construction and Maintenance of Roads, Bridges and Safety & Health Requirements for School Buildings
Guidelines for the Preparation of Cost Estimates for Traffic Management and Safety & Health Requirements for
115
116

DAY 25
Beginning of Project End of Project

ROAD

AHEAD
AHEAD

ROADWORK
MACHINERY
LEGEND: Road length 49.5 99 148.5 198 247.5 297 346.5 396 445.5 495 544.5 594 643.5 693 742.5 792 841.5 891 940.5 1000
DAY
Roadway Excavation 1
Subgrade Preparation 2
Aggregate Subbase Course 3
Installation of dowel bars 4
Concrete Pouring 5
1 Curing 6
open for traffic 7
8
9
10
11
12
13 1
14 2
15 3 1
16 4 2
17 5 3 1
18 6 4 2
19 7 5 3 1
20 8 6 4 2
21 9 7 5 3 1
22 10 8 6 4 2
23 11 9 7 5 3 1
24 12 10 8 6 4 2
25 13 11 9 7 5 3 1
DAY 26
Beginning of Project End of Project

ROAD

AHEAD
AHEAD

ROADWORK
MACHINERY
LEGEND: Road length 49.5 99 148.5 198 247.5 297 346.5 396 445.5 495 544.5 594 643.5 693 742.5 792 841.5 891 940.5 1000
DAY
Roadway Excavation 1
Subgrade Preparation 2
Aggregate Subbase Course 3
Installation of dowel bars 4
Concrete Pouring 5
1 Curing 6
open for traffic 7
8
9
10
11
12
13 1
14 2
15 3 1
16 4 2
17 5 3 1
18 6 4 2
19 7 5 3 1
20 8 6 4 2
21 9 7 5 3 1
22 10 8 6 4 2
23 11 9 7 5 3 1
24 12 10 8 6 4 2
25 13 11 9 7 5 3 1
26 14 12 10 8 6 4 2
the Construction and Maintenance of Roads, Bridges and Safety & Health Requirements for School Buildings
Guidelines for the Preparation of Cost Estimates for Traffic Management and Safety & Health Requirements for
117
118

DAY 27
Beginning of Project End of Project

ROAD

AHEAD
AHEAD

ROADWORK
MACHINERY
LEGEND: Road length 49.5 99 148.5 198 247.5 297 346.5 396 445.5 495 544.5 594 643.5 693 742.5 792 841.5 891 940.5 1000
DAY
Roadway Excavation 1
Subgrade Preparation 2
Aggregate Subbase Course 3
Installation of dowel bars 4
Concrete Pouring 5
1 Curing 6
open for traffic 7
8
9
10
11
12
13 1
14 2
15 3 1
16 4 2
17 5 3 1
18 6 4 2
19 7 5 3 1
20 8 6 4 2
21 9 7 5 3 1
22 10 8 6 4 2
23 11 9 7 5 3 1
24 12 10 8 6 4 2
25 13 11 9 7 5 3 1
26 14 12 10 8 6 4 2
27 13 11 9 7 5 3 1
DAY 28
Beginning of Project End of Project

ROAD

AHEAD
AHEAD

ROADWORK
MACHINERY
LEGEND: Road length 49.5 99 148.5 198 247.5 297 346.5 396 445.5 495 544.5 594 643.5 693 742.5 792 841.5 891 940.5 1000
DAY
Roadway Excavation 1
Subgrade Preparation 2
Aggregate Subbase Course 3
Installation of dowel bars 4
Concrete Pouring 5
1 Curing 6
open for traffic 7
8
9
10
11
12
13 1
14 2
15 3 1
16 4 2
17 5 3 1
18 6 4 2
19 7 5 3 1
20 8 6 4 2
21 9 7 5 3 1
22 10 8 6 4 2
23 11 9 7 5 3 1
24 12 10 8 6 4 2
25 13 11 9 7 5 3 1
26 14 12 10 8 6 4 2
27 13 11 9 7 5 3 1
28 14 12 10 8 6 4 2
the Construction and Maintenance of Roads, Bridges and Safety & Health Requirements for School Buildings
Guidelines for the Preparation of Cost Estimates for Traffic Management and Safety & Health Requirements for
119
120

DAY 29
Beginning of Project End of Project

ROAD

AHEAD
AHEAD

ROADWORK
MACHINERY
LEGEND: Road length 49.5 99 148.5 198 247.5 297 346.5 396 445.5 495 544.5 594 643.5 693 742.5 792 841.5 891 940.5 1000
DAY
Roadway Excavation 1
Subgrade Preparation 2
Aggregate Subbase Course 3
Installation of dowel bars 4
Concrete Pouring 5
1 Curing 6
open for traffic 7
8
9
10
11
12
13 1
14 2
15 3 1
16 4 2
17 5 3 1
18 6 4 2
19 7 5 3 1
20 8 6 4 2
21 9 7 5 3 1
22 10 8 6 4 2
23 11 9 7 5 3 1
24 12 10 8 6 4 2
25 13 11 9 7 5 3 1
26 14 12 10 8 6 4 2
27 13 11 9 7 5 3 1
28 14 12 10 8 6 4 2
29 13 11 9 7 5 3 1
DAY 30
Beginning of Project End of Project

ROAD

AHEAD
AHEAD

ROADWORK
MACHINERY
LEGEND: Road length 49.5 99 148.5 198 247.5 297 346.5 396 445.5 495 544.5 594 643.5 693 742.5 792 841.5 891 940.5 1000
DAY
Roadway Excavation 1
Subgrade Preparation 2
Aggregate Subbase Course 3
Installation of dowel bars 4
Concrete Pouring 5
1 Curing 6
open for traffic 7
8
9
10
11
12
13 1
14 2
15 3 1
16 4 2
17 5 3 1
18 6 4 2
19 7 5 3 1
20 8 6 4 2
21 9 7 5 3 1
22 10 8 6 4 2
23 11 9 7 5 3 1
24 12 10 8 6 4 2
25 13 11 9 7 5 3 1
26 14 12 10 8 6 4 2
27 13 11 9 7 5 3 1
28 14 12 10 8 6 4 2
29 13 11 9 7 5 3 1
30 14 12 10 8 6 4 2
the Construction and Maintenance of Roads, Bridges and Safety & Health Requirements for School Buildings
Guidelines for the Preparation of Cost Estimates for Traffic Management and Safety & Health Requirements for
121
122

DAY 31
Beginning of Project End of Project

ROAD

AHEAD
AHEAD

ROADWORK
MACHINERY
LEGEND: Road length 49.5 99 148.5 198 247.5 297 346.5 396 445.5 495 544.5 594 643.5 693 742.5 792 841.5 891 940.5 1000
DAY
Roadway Excavation 1
Subgrade Preparation 2
Aggregate Subbase Course 3
Installation of dowel bars 4
Concrete Pouring 5
1 Curing 6
open for traffic 7
8
9
10
11
12
13 1
14 2
15 3 1
16 4 2
17 5 3 1
18 6 4 2
19 7 5 3 1
20 8 6 4 2
21 9 7 5 3 1
22 10 8 6 4 2
23 11 9 7 5 3 1
24 12 10 8 6 4 2
25 13 11 9 7 5 3 1
26 14 12 10 8 6 4 2
27 13 11 9 7 5 3 1
28 14 12 10 8 6 4 2
29 13 11 9 7 5 3 1
30 14 12 10 8 6 4 2
31 13 11 9 7 5 3 1

Same sequence of work and set-up of traffic management layout applies to the other lane of the road until the newly constructed PCCP is fully cured and may be opened for traffic.
During actual construction, necessary adjustments may be made in the illustration as presented herein. Considerations should be given in the available space, existing structures,
traffic and other factors to allow safe mobility of workers, equipment, pedestrians, and other road users during construction operation to install the appropriate signage, barriers, and
the necessary traffic devices.
Guidelines for the Preparation of Cost Estimates for Traffic Management and Safety & Health Requirements for 123
the Construction and Maintenance of Roads, Bridges and Safety & Health Requirements for School Buildings

Detailed Unit Price Analysis


Road Widening of 1.00 km National Road (280 mm thk Concrete Pavement) from 2 lanes to 4 lanes
(Low Speed)

ITEM NO/DESCRIPTION : B.8 Road


B.8 Roadworks
WorksSafety
Safety&and Traffic Management
Traffic Management
UNIT OF MEASUREMENT : lot
days
QUANTITY : 1 lot (forC.D.
87.00 87 C.D(total
total duration
duration for
forthe
thecompletion
two lanesofalready,
work on excluding
two lanes excluding mob./demob)
mob/demob)
A) MATERIALS : COST/UNIT UNIT QUANTITY UNIT RATE TOTAL COST

Roadwork Ahead (T1-1) each-day 1.00 10.95 10.95


Workmen Ahead (T1-5) each-day 1.00 5.64 5.64
Road Machinery (T1-3) each-day 1.00 6.54 6.54
Roadwork on Side Road (T1-25) each-day 1.00 10.95 10.95
Pedestrians (T8-2) each-day 1.00 4.80 4.80
Temporary Bollards (@ 5 meters apart) each-day 50.00 =1200/(365*2)
1.64 82.19
(estimated quantity for bollards is for two (2) set-ups of 100 meter)
*Barrier Boards

SUB - TOTAL (A) 121.07


B. LABOR COST QUANTITY Unit Total
No. of Personnel Total Hours Rate Cost

SUB - TOTAL (B) -


C. EQUIPMENT COST QUANTITY Hourly Total
No. of Equipt. Total Hours Rate Cost

Barricade Flasher Light 16.00 12.00 0.65 125.07


(3 Volts, Battery Operated, Amber Color)

SUB - TOTAL (C) 125.07


D. TOTAL DIRECT COST (A + B + C) 246.15
E. DIRECT UNIT COST (D/Quantity)
F. ADD: INDIRECT COST
1. OCM (9% of D )
2. Contractor's Profit (8% of D) 19.69
3. VAT 12% 31.90
** TOTAL INDIRECT COST 51.59

** Mark-up percentage varies depending on TOTAL COST (D + F) 297.73


the total Direct Cost of the project per D.O.
22, Series 2015 TOTAL RENTAL UNIT COST (PER DAY) 297.73
Total cost for the whole duration of the project = 25,902.35
124

SAMPLE ILLUSTRATION NO. 3


Improvement of Secondary Roads -
Drainage Works

A H EA D
M A CH IN ERY
ROA D

D Existing Sidewalk
Attach/install barricade flasher light
every after 3 bollards to improve
visibility particularly at nighttime
D

30 m
10 m
Traffic cones (to be placed 3 meters
apart) intended to provide footpath
The confined area/worksite area is recommended
for the pedestrians
to be less than 50 meters either in rural or urban
Interconnected concrete areas considering that locations with deep
safety barriers excavation pose greater hazard to the public. Short
segmental works is preferred.

Interconnected Wire
Mesh Barricade Clearance of 10 m
1.20 m

D
Traffic bollards to be
placed 3 meters apart

ROA D D
M A CH IN ERY
A H EA D

Same set-up of traffic management layout applies as the work progresses up to the other side of the road until the newly
constructed structure may be opened for traffic.
During actual construction, necessary adjustments may be made in the illustration as presented herein. Considerations
should be given in the available space, existing structures, traffic and other factors to allow safe mobility of workers,
equipment, pedestrians, and other road users during construction operation to provide the appropriate signage, barriers, and
the necessary traffic devices.
Guidelines for the Preparation of Cost Estimates for Traffic Management and Safety & Health Requirements for 125
the Construction and Maintenance of Roads, Bridges and Safety & Health Requirements for School Buildings

Part - C
Cost of Construction Safety and Health Requirements

General Steps in Deriving the Cost of Construction


C–1
Safety Health

1
Determine the cost of PPEs per day base
on its unit price and corresponding
lifespan
(See Matrix 2 of D.O. 56, Series of 2005)

2
Tabulate the duration of each item of work
based on the schedule or computing thru
the output rate

3
Determine the involved workers per item
of work based on the DUPA

4
Determine the required PPEs per item of
work and tabulate along with the data in
Step 1 and 3

(See Matrix 3 of D.O. 56, Series of 2005)

5
CHECK if the percentage of the cost of
construction safety and health to the cost
of civil works is close to the values in
C – 2.2, C – 3.2, C – 4.4

Is only a baseline/
C – 2.2
C – 3.2 indicator for estimators to
C – 4.4 check the derived cost
estimate

Figure 6. Steps in deriving the cost of Construction Safety and Health


126

C–2 Cost of Construction Safety and Health for Roads

C – 2.1 Checklist of Personal Protective Equipment per Type of Road Project


(Note: Checklist of PPEs as reflected herein are the minimum requirements only. Should the Implementing
Offices identify the need for inclusion of specialized PPEs, necessary adjustment shall be made accordingly.)

1. Paved (Concrete) to Paved (Concrete), Assume 1Km. Length


SAFETY SAFETY WORKING DUST/GAS BODY RUBBER EYE
ITEM NO./ DESCRIPTION WORKERS SAFETY VEST RAIN COATS EAR MUFF LANYARD
HELMET SHOES GLOVES MASK HARNESS BOOTS GOGGLES
101(2) Foreman
Removal of Structure (PCCP, Skilled Laborer
t=0.23m.)
Unskilled Laborer
105 Foreman
Sub-Grade Preparation Skilled Laborer
Unskilled Laborer
200(1) Foreman
Levelling Course (Subbase Course) Skilled Laborer
Unskilled Laborer
201 Foreman
Aggregate Base Course (Shoulder) Skilled Laborer
Unskilled Laborer
311 Foreman
PCCP (0.23m. Thk) Skilled Laborer
Unskilled Laborer

2. Paved (Asphalt) to Paved (Concrete), Assume 1Km. Length


SAFETY SAFETY SAFETY WORKING RAIN DUST/GAS BODY RUBBER EYE
ITEM NO./ DESCRIPTION WORKERS EAR MUFF LANYARD
HELMET SHOES VEST GLOVES COATS MASK HARNESS BOOTS GOGGLES
101(1) Forema n
Removal of Structure (Asphalt Ski l l ed La borer
Pavement)
Uns ki l l ed La borer
105 Forema n
Sub-Grade Preparation Ski l l ed La borer
Uns ki l l ed La borer
200(1) Forema n
Levelling Course (Subbase Ski l l ed La borer
Course)
Uns ki l l ed La borer
201 Forema n
Aggregate Base Course Ski l l ed La borer
(Shoulder)
Uns ki l l ed La borer
311 Forema n
PCCP (0.23m. Thk) Ski l l ed La borer
Uns ki l l ed La borer
Guidelines for the Preparation of Cost Estimates for Traffic Management and Safety & Health Requirements for 127
the Construction and Maintenance of Roads, Bridges and Safety & Health Requirements for School Buildings

3. Paved (Asphalt) to Paved (Asphalt), Assume 1Km. Length


SAFETY SAFETY SAFETY WORKING RAIN DUST/GAS BODY RUBBER EYE
ITEM NO./ DESCRIPTION WORKERS EAR MUFF LANYARD
HELMET SHOES VEST GLOVES COATS MASK HARNESS BOOTS GOGGLES
101(1) Forema n
Removal of Structure (Asphalt Ski l l ed La borer
Pavement)
Uns ki l l ed La borer
105 Forema n
Sub-Grade Preparation Ski l l ed La borer
Uns ki l l ed La borer
200(1) Forema n
Levelling Course (Subbase Ski l l ed La borer
Course)
Uns ki l l ed La borer
201 Forema n
Aggregate Base Course Ski l l ed La borer
(Shoulder)
Uns ki l l ed La borer
301 Forema n
Bituminous Prime Coat (RC Cut- Ski l l ed La borer
Back Asphalt)
Uns ki l l ed La borer
302 Forema n
Bituminous Tack Coat Ski l l ed La borer
(Emulsified Asphalt)
Uns ki l l ed La borer
310(1) Forema n
Bituminous Concrete Surface Ski l l ed La borer
Course, Hot Laid (Wearing)
Uns ki l l ed La borer
310(2) Forema n
Bituminous Concrete Surface Ski l l ed La borer
Course, Hot Laid (Binder) Uns ki l l ed La borer

4. Gravel to Asphalt, Assume 1Km. Length


SAFETY SAFETY WORKING DUST/GAS BODY RUBBER EYE
ITEM NO./ DESCRIPTION WORKERS SAFETY VEST RAIN COATS EAR MUFF LANYARD
HELMET SHOES GLOVES MASK HARNESS BOOTS GOGGLES
105 Foreman
Sub-Grade Preparation Skilled Laborer
Unskilled Laborer
200 Foreman
Aggregate Subbase Course Skilled Laborer
Unskilled Laborer
201 Foreman
Aggregate Base Course Skilled Laborer
Unskilled Laborer
301 Foreman
Bituminous Prime Coat (RC Cut- Skilled Laborer
Back Asphalt)
Unskilled Laborer
302 Foreman
Bituminous Tack Coat (Emulsified Skilled Laborer
Asphalt)
Unskilled Laborer
310(1) Foreman
Bituminous Concrete Surface Skilled Laborer
Course, Hot Laid (Wearing)
Unskilled Laborer
310(2) Foreman
Bituminous Concrete Surface Skilled Laborer
Course, Hot Laid (Binder)
Unskilled Laborer
128

5. Gravel to Concrete, Assume 1Km. Length


SAFETY SAFETY WORKING DUST/GAS BODY RUBBER EYE
ITEM NO./ DESCRIPTION WORKERS SAFETY VEST RAIN COATS EAR MUFF LANYARD
HELMET SHOES GLOVES MASK HARNESS BOOTS GOGGLES
105 Foreman
Sub-Grade Preparation Skilled Laborer
Unskilled Laborer
200 Foreman
Aggregate Subbase Course Skilled Laborer
Unskilled Laborer
201 Foreman
Aggregate Base Course (Shoulder) Skilled Laborer
Unskilled Laborer
311 Foreman
PCCP (0.23m. Thk) Skilled Laborer
Unskilled Laborer

6. Asphalt Overlay, Assume 1Km. Length


SAFETY SAFETY WORKING DUST/GAS BODY RUBBER EYE
ITEM NO./ DESCRIPTION WORKERS SAFETY VEST RAIN COATS EAR MUFF LANYARD
HELMET SHOES GLOVES MASK HARNESS BOOTS GOGGLES
SPL Foreman
Surface Project (Sealing /Patching) Skilled Laborer
Unskilled Laborer
302 Foreman
Bituminous Tack Coat (Emulsified Skilled Laborer
Asphalt)
Unskilled Laborer
310(1) Foreman
Bituminous Concrete Surface Skilled Laborer
Course, Hot Laid
Unskilled Laborer

SAFETY SAFETY WORKING DUST/GAS BODY RUBBER EYE


ITEM NO./ DESCRIPTION WORKERS SAFETY VEST RAIN COATS EAR MUFF LANYARD
HELMET SHOES GLOVES MASK HARNESS BOOTS GOGGLES
101(1) Foreman
Removal of Deteriorated Subbase Skilled Laborer
Unskilled Laborer
101(2) Foreman
Removal of Structure (PCCP, Skilled Laborer
t=0.23m.)
Unskilled Laborer
200 Foreman
Aggregate Subbase Course Skilled Laborer
Unskilled Laborer
302 Foreman
Bituminous Tack Coat (Emulsified Skilled Laborer
Asphalt)
Unskilled Laborer
310 Foreman
Bituminous Concrete Surface Skilled Laborer
Course, Hot Laid
Unskilled Laborer
311 Foreman
PCCP (0.23m. Thk) Skilled Laborer
Unskilled Laborer
Guidelines for the Preparation of Cost Estimates for Traffic Management and Safety & Health Requirements for 129
the Construction and Maintenance of Roads, Bridges and Safety & Health Requirements for School Buildings

8. Concrete Reblocking (50% of Existing PCCP), Assume 1Km. Length


SAFETY SAFETY WORKING DUST/GAS BODY RUBBER EYE
ITEM NO./ DESCRIPTION WORKERS SAFETY VEST RAIN COATS EAR MUFF LANYARD
HELMET SHOES GLOVES MASK HARNESS BOOTS GOGGLES
101(1) Foreman
Removal of Deteriorated Subbase Skilled Laborer
Unskilled Laborer
101(2) Foreman
Removal of Structure (PCCP, Skilled Laborer
t=0.23m.)
Unskilled Laborer
200 Foreman
Aggregate Subbase Course Skilled Laborer
Unskilled Laborer
302 Foreman
Bituminous Tack Coat (Emulsified Skilled Laborer
Asphalt)
Unskilled Laborer
310 Foreman
Bituminous Concrete Surface Skilled Laborer
Course, Hot Laid
Unskilled Laborer
311 Foreman
PCCP (0.23m. Thk) Skilled Laborer
Unskilled Laborer

9. Re-Gravelling, Assume 1Km. Length


SAFETY SAFETY WORKING DUST/GAS BODY RUBBER EYE
ITEM NO./ DESCRIPTION WORKERS SAFETY VEST RAIN COATS EAR MUFF LANYARD
HELMET SHOES GLOVES MASK HARNESS BOOTS GOGGLES
105 Foreman
Sub-Grade Preparation Skilled Laborer
Unskilled Laborer
200 Foreman
Aggregate Subbase Course Skilled Laborer
Unskilled Laborer

10. New Road Opening, Concrete, Assume Embankment H=1.00m., Assume 1Km. Length
SAFETY SAFETY WORKING DUST/GAS BODY RUBBER EYE
ITEM NO./ DESCRIPTION WORKERS SAVETY VEST RAIN COATS EAR MUFF LANYARD
HELMET SHOES GLOVES MASK HARNESS BOOTS GOGGLES
100 Foreman
Clearing and Grubbing Skilled Laborer
Unskilled Laborer
104 Foreman
Embankment Skilled Laborer
Unskilled Laborer
105 Foreman
Sub-Grade Preparation Skilled Laborer
Unskilled Laborer
200 Foreman
Aggregate Subbase Course Skilled Laborer
Unskilled Laborer
311 Foreman
PCCP (0.23m. Thk) Skilled Laborer
Unskilled Laborer
103(3) Foreman
Foundation Fill Skilled Laborer
Unskilled Laborer
500 Foreman
Reinforced Concrete Pipe Culvert Skilled Laborer
(910mm dia.)
Unskilled Laborer
130

11. New Road Opening, Concrete, Assume Road Cut H=1.00m., Assume 1Km. Length
SAFETY SAFETY WORKING DUST/GAS BODY RUBBER EYE
ITEM NO./ DESCRIPTION WORKERS SAFETY VEST RAIN COATS EAR MUFF LANYARD
HELMET SHOES GLOVES MASK HARNESS BOOTS GOGGLES
100 Foreman
Clearing and Grubbing Skilled Laborer
Unskilled Laborer
102 Foreman
Roadway Excavation Skilled Laborer
Unskilled Laborer
105 Foreman
Sub-Grade Preparation Skilled Laborer
Unskilled Laborer
200 Foreman
Aggregate Subbase Course Skilled Laborer
Unskilled Laborer
311 Foreman
PCCP (0.23m. Thk) Skilled Laborer
Unskilled Laborer
103(3) Foreman
Foundation Fill Skilled Laborer
Unskilled Laborer
500 Foreman
Reinforced Concrete Pipe Culvert Skilled Laborer
(910mm dia.)
Unskilled Laborer

12. Widening Paved, PCCP, Assume 1Km. Length


SAFETY SAFETY WORKING DUST/GAS BODY RUBBER EYE
ITEM NO./ DESCRIPTION WORKERS SAFETY VEST RAIN COATS EAR MUFF LANYARD
HELMET SHOES GLOVES MASK HARNESS BOOTS GOGGLES
100 Foreman
Clearing and Grubbing Skilled Laborer
Unskilled Laborer
102 Foreman
Roadway Excavation Skilled Laborer
Unskilled Laborer
105 Foreman
Sub-Grade Preparation Skilled Laborer
Unskilled Laborer
200 Foreman
Aggregate Subbase Course Skilled Laborer
Unskilled Laborer
311 Foreman
PCCP (0.23m. Thk) Skilled Laborer
Unskilled Laborer
Guidelines for the Preparation of Cost Estimates for Traffic Management and Safety & Health Requirements for 131
the Construction and Maintenance of Roads, Bridges and Safety & Health Requirements for School Buildings

Cost Computation
(Roads)
C – 2.2
132

DETAILED CALCULATIONS ON COST OF CONSTRUCTION SAFETY AND HEALTH ( ROAD -1 )


1. Paved (Concrete) to Paved (Concrete), Assume 1Km. Length , with 54.50 C.D. Duration
OUTPUT NO. OF SAFETY SAFETY WORKING DUST/GAS BODY RUBBER EYE
ITEM NO./ DESCRIPTION QUANTITY WORKERS DAYS MAN-DAYS SAFETY VEST RAIN COATS EAR MUFF LANYARD
PER HOUR PERSONNEL HELMET SHOES GLOVES MASK HARNESS BOOTS GOGGLES
101(2) Foreman 1 20.94 20.94 20.94 20.94 20.94 20.94 6.282 0 0 0 0 0 0
Removal of Structure (PCCP, 6,700.00 40 Skilled Laborer 0 0.00 0 0 0 0 0 0 0 0 0 0 0 0
t=0.23m.)
Unskilled Laborer 2 20.94 41.88 41.88 41.88 41.88 41.88 12.564 0 0 0 0 0 0
105 Foreman 1 4.46 4.46 4.46 4.46 4.46 4.46 1.338 0 0 0 0 0 0
Sub-Grade Preparation 10,700.00 300 Skilled Laborer 0 0.00 0 0 0 0 0 0 0 0 0 0 0 0
Unskilled Laborer 2 4.46 8.92 8.92 8.92 8.92 8.92 2.676 0 0 0 0 0 0
200(1) Foreman 1 1.68 1.68 1.68 1.68 1.68 1.68 0.504 0 0 0 0 0 0
Levelling Course (Subbase Course) 670.00 50 Skilled Laborer 0 0.00 0 0 0 0 0 0 0 0 0 0 0 0
Unskilled Laborer 2 1.68 3.36 3.36 3.36 3.36 3.36 1.008 0 0 0 0 0 0
201 Foreman 1 1.00 1 1 1 1 1 0.3 0 0 0 0 0 0
Aggregate Base Course (Shoulder) 400.00 50 Skilled Laborer 0 0.00 0 0 0 0 0 0 0 0 0 0 0 0
Unskilled Laborer 2 1.00 2 2 2 2 2 0.6 0 0 0 0 0 0
311 Foreman 1 11.96 11.96 11.96 0 11.96 11.96 3.588 0 0 0 0 11.96 0
PCCP (0.23m. Thk) 6,700.00 70 Skilled Laborer 4 11.96 47.84 47.84 0 47.84 47.84 14.352 0 0 0 0 47.84 0
Unskilled Laborer 12 11.96 143.52 143.52 0 143.52 143.52 43.056 0 0 0 0 143.52 0
A. TOTAL, PERSONNEL/MAN-DAYS 29 287.56 288 84 288 288 86 - - - - 203 -
B. SERVICE LIFE, DAYS 730 365 180 3 730 1 730 730 730 365 60
C. PURCHASE COST, PPh 180.55 1,012.00 400.00 23.00 245.00 63.25 602.60 1,263.85 1,083.30 506.00 169.05
D. UNIT COST/MAN-DAY (C ÷ B) 0.25 2.77 2.22 7.67 0.34 - - - - 1.39 -
E. DIRECT COST FOR PPE's (D x A (Man-days)) 71.12 233.56 639.02 2,204.63 28.95 - - - - 281.86 - 3,459.15
F. SAFETY OFFICER/PRACTITIONER (PART TIME) @ P15,000.00/MONTH (AS PER D.O. 56, S2005, consider atleast 4 hours per week ) 2,000.00
G. HEALTH PERSONNEL (FULL TIME) @ P8,400.00/MONTH (AS PER D.O. 56, S2005) 15,260.00
H. TOTAL DIRECT COST (E + F + G) 20,719.15
I. OCM (9% of E) -
J. PROFIT (8% of E) 1,657.53
K. VAT (12% of E + H + I) 2,685.20
L. TOTAL COST (E + H + I + J) 25,061.88
Note: Assumed Rain Coats usage, 30% of man-days
Guidelines for the Preparation of Cost Estimates for Traffic Management and Safety & Health Requirements for 133
the Construction and Maintenance of Roads, Bridges and Safety & Health Requirements for School Buildings

Detailed Unit Price Analysis


Paved (Concrete) to Paved (Concrete), 1 km length

ITEM NO/DESCRIPTION : B.7 - Construction Safety and Health


UNIT OF MEASUREMENT : lot
OUTPUT PER HOUR : n/a
QUANTITY : 1.00

A) MATERIALS : COST/UNIT UNIT QUANTITY UNIT RATE TOTAL COST

Safety Helmet man-day 288 0.25 71.12


Safety Shoes man-day 84 2.77 233.56
Safety Vest man-day 288 2.22 639.02
Working Gloves man-day 288 7.67 2,204.63
Rubber Boots man-day 203 1.39 281.86

Optional (if necessary)


Rain Coats (30% of the Duration) man-day 86 0.34 28.95

SUB - TOTAL (A) 3,459.15


B. LABOR COST QUANTITY Unit Total
No. of Total Man-
Personnel days Rate Cost

Safety Practitioner/ Officer (Part Time) 1.00 4.00 500.00 2,000.00


Health Personnel (Full Time) 1.00 54.50 280.00 15,260.00

SUB - TOTAL (B) 17,260.00


C. EQUIPMENT COST QUANTITY Hourly Total
No. of Equipt. Total Hours Rate Cost

- - - - -

SUB - TOTAL (C) -


D. TOTAL DIRECT COST (A + B + C) 20,719.15
E. DIRECT UNIT COST (D/Quantity) 20,719.15
F. ADD: INDIRECT COST
1. OCM ( 9% of D ) -
2. Contractor's Profit (8% of D) 1,657.53
3. VAT 12% 2,685.20
TOTAL INDIRECT COST 4,342.73

TOTAL COST (D + F) 25,061.88

Note: Costs as presented herein are intended only to illustrate the derivation of cost. Should there be an increase/decrease in the
cost of materials, labor, equipment and on the allowable percentage of mark-up, necessary adjustments shall be made in
accordance with the latest approved department issuances.
134

2. Paved (Asphalt) to Paved (Concrete), Assume 1Km. Length, with 52 C.D. Duration
OUTPUT PER NO. OF SAFETY SAFETY WORKING DUST/GAS BODY RUBBER EYE
ITEM NO./ DESCRIPTION QUANTITY WORKERS DAYS MAN-DAYS SAFETY VEST RAIN COATS EAR MUFF LANYARD
HOUR PERSONNEL HELMET SHOES GLOVES MASK HARNESS BOOTS GOGGLES
101(1) Forema n 1 13.96 13.96 13.96 13.96 13.96 13.96 4.188 0 0 0 0 0 0
Removal of Structure (Asphalt 6,700.00 60 Ski l l ed La borer 0 0.00 0 0 0 0 0 0 0 0 0 0 0 0
Pavement)
Uns ki l l ed La borer 2 13.96 27.92 27.92 27.92 27.92 27.92 8.376 0 0 0 0 0 0
105 Forema n 1 4.46 4.46 4.46 4.46 4.46 4.46 1.338 0 0 0 0 0 0
Sub-Grade Preparation 10,700.00 300 Ski l l ed La borer 0 0.00 0 0 0 0 0 0 0 0 0 0 0 0
Uns ki l l ed La borer 2 4.46 8.92 8.92 8.92 8.92 8.92 2.676 0 0 0 0 0 0
200(1) Forema n 1 4.85 4.85 4.85 4.85 4.85 4.85 1.455 0 0 0 0 0 0
Levelling Course (Subbase 1,938.00 50 Ski l l ed La borer 0 0.00 0 0 0 0 0 0 0 0 0 0 0 0
Course)
Uns ki l l ed La borer 2 4.85 9.7 9.7 9.7 9.7 9.7 2.91 0 0 0 0 0 0
201 Forema n 1 2.30 2.3 2.3 2.3 2.3 2.3 0.69 0 0 0 0 0 0
Aggregate Base Course 920.00 50 Ski l l ed La borer 0 0.00 0 0 0 0 0 0 0 0 0 0 0 0
(Shoulder)
Uns ki l l ed La borer 2 2.30 4.6 4.6 4.6 4.6 4.6 1.38 0 0 0 0 0 0
311 Forema n 1 11.96 11.96 11.96 0 11.96 11.96 3.588 0 0 0 0 11.96 0
PCCP (0.23m. Thk) 6,700.00 70 Ski l l ed La borer 4 11.96 47.84 47.84 0 47.84 47.84 14.352 0 0 0 0 47.84 0
Uns ki l l ed La borer 12 11.96 143.52 143.52 0 143.52 143.52 43.056 0 0 0 0 143.52 0
A. TOTAL, PERSONNEL/MAN-DAYS 29 280.03 280 77 280 280 84 - - - - 203 -
B. SERVICE LIFE, DAYS 730 365 180 3 730 1 730 730 730 365 60
C. PURCHASE COST, PPh 180.55 1,012.00 400.00 23.00 245.00 63.25 602.60 1,263.85 1,083.30 506.00 169.05
D. UNIT COST/MAN-DAY (C ÷ B) 0.25 2.77 2.22 7.67 0.34 - - - - 1.39 -
E. DIRECT COST FOR PPE's (D x A (Man-days)) 69.26 212.69 622.29 2,146.90 28.19 - - - - 281.86 - 3,361.19
F. SAFETY OFFICER/PRACTITIONER (PART TIME) @ P15,000.00/MONTH (AS PER D.O. 56, S2005, consider atleast 4 hours per week ) 2,000.00
G. HEALTH PERSONNEL (FULL TIME) @ P8,400.00/MONTH (AS PER D.O. 56, S2005) 14,560.00
H. TOTAL DIRECT COST (E + F + G) 19,921.19
I. OCM (9% of E) -
J. PROFIT (8% of E) 1,593.70
K. VAT (12% of E + H + I) 2,581.79
L. TOTAL COST (E + H + I + J) 24,096.67
Guidelines for the Preparation of Cost Estimates for Traffic Management and Safety & Health Requirements for 135
the Construction and Maintenance of Roads, Bridges and Safety & Health Requirements for School Buildings

Detailed Unit Price Analysis


Paved (Asphalt) to Paved (Concrete), Assume 1Km. Length

ITEM NO/DESCRIPTION : B.7 - Construction Safety and Health


UNIT OF MEASUREMENT : lot
OUTPUT PER HOUR : n/a
QUANTITY : 1.00

A) MATERIALS : COST/UNIT UNIT QUANTITY UNIT RATE TOTAL COST

Safety Helmet man-day 280 0.25 69.26


Safety Shoes man-day 77 2.77 212.69
Safety Vest man-day 280 2.22 622.29
Working Gloves man-day 280 7.67 2,146.90
Rubber Boots man-day 203 1.39 281.86

Optional (if necessary)


Rain Coats (30% of the Duration) man-day 84 0.34 28.19

SUB - TOTAL (A) 3,361.19


B. LABOR COST QUANTITY Unit Total
No. of Total Man-
Personnel days Rate Cost

Safety Practitioner/ Officer (Part Time) 1.00 4.00 500.00 2,000.00


Health Personnel (Full Time) 1.00 52.00 280.00 14,560.00

SUB - TOTAL (B) 16,560.00


C. EQUIPMENT COST QUANTITY Hourly Total
No. of Equipt. Total Hours Rate Cost

- - - - -

SUB - TOTAL (C) -


D. TOTAL DIRECT COST (A + B + C) 19,921.19
E. DIRECT UNIT COST (D/Quantity) 19,921.19
F. ADD: INDIRECT COST
1. OCM ( 9% of D ) -
2. Contractor's Profit (8% of D) 1,593.70
3. VAT 12% 2,581.79
TOTAL INDIRECT COST 4,175.48

TOTAL COST (D + F) 24,096.67

Note: Costs as presented herein are intended only to illustrate the derivation of cost. Should there be an increase/decrease in the
cost of materials, labor, equipment and on the allowable percentage of mark-up, necessary adjustments shall be made in
accordance with the latest approved department issuances.
136

3. Paved (Asphalt) to Paved (Asphalt), Assume 1Km. Length, with 40 C.D. Duration
OUTPUT PER NO. OF SAFETY SAFETY WORKING DUST/GAS BODY RUBBER EYE
ITEM NO./ DESCRIPTION QUANTITY WORKERS DAYS MAN-DAYS SAFETY VEST RAIN COATS EAR MUFF LANYARD
HOUR PERSONNEL HELMET SHOES GLOVES MASK HARNESS BOOTS GOGGLES
101(1) Forema n 1 13.96 13.96 13.96 13.96 13.96 13.96 4.188 0 0 0 0 0 0
Removal of Structure (Asphalt 6,700.00 60 Ski l l ed La borer 0 0.00 0 0 0 0 0 0 0 0 0 0 0 0
Pavement)
Uns ki l l ed La borer 2 13.96 27.92 27.92 27.92 27.92 27.92 8.376 0 0 0 0 0 0
105 Forema n 1 4.46 4.46 4.46 4.46 4.46 4.46 1.338 0 0 0 0 0 0
Sub-Grade Preparation 10,700.00 300 Ski l l ed La borer 0 0.00 0 0 0 0 0 0 0 0 0 0 0 0
Uns ki l l ed La borer 2 4.46 8.92 8.92 8.92 8.92 8.92 2.676 0 0 0 0 0 0
200(1) Forema n 1 1.68 1.68 1.68 1.68 1.68 1.68 0.504 0 0 0 0 0 0
Levelling Course (Subbase 670.00 50 Ski l l ed La borer 0 0.00 0 0 0 0 0 0 0 0 0 0 0 0
Course)
Uns ki l l ed La borer 2 1.68 3.36 3.36 3.36 3.36 3.36 1.008 0 0 0 0 0 0
201 Forema n 1 1.00 1 1 1 1 1 0.3 0 0 0 0 0 0
Aggregate Base Course 400.00 50 Ski l l ed La borer 0 0.00 0 0 0 0 0 0 0 0 0 0 0 0
(Shoulder)
Uns ki l l ed La borer 2 1.00 2 2 2 2 2 0.6 0 0 0 0 0 0
301 Forema n 1 5.58 5.58 5.58 0 5.58 5.58 1.674 0 0 0 0 5.58 0
Bituminous Prime Coat (RC Cut- 13.40 0.3 Ski l l ed La borer 0 0.00 0 0 0 0 0 0 0 0 0 0 0 0
Back Asphalt)
Uns ki l l ed La borer 3 5.58 16.74 16.74 0 16.74 16.74 5.022 0 0 0 0 16.74 0
302 Forema n 1 1.95 1.95 1.95 0 1.95 1.95 0.585 0 0 0 0 1.95 0
Bituminous Tack Coat 4.69 0.3 Ski l l ed La borer 0 0.00 0 0 0 0 0 0 0 0 0 0 0 0
(Emulsified Asphalt)
Uns ki l l ed La borer 3 1.95 5.85 5.85 0 5.85 5.85 1.755 0 0 0 0 5.85 0
310(1) Forema n 1 4.89 4.89 4.89 4.89 4.89 4.89 1.467 0 0 0 0 0 0
Bituminous Concrete Surface 6,700.00 171.3 Ski l l ed La borer 4 4.89 19.56 19.56 19.56 19.56 19.56 5.868 0 0 0 0 0 0
Course, Hot Laid (Wearing)
Uns ki l l ed La borer 8 4.89 39.12 39.12 39.12 39.12 39.12 11.736 0 0 0 0 0 0
310(2) Forema n 1 4.89 4.89 4.89 4.89 4.89 4.89 1.467 0 0 0 0 0 0
Bituminous Concrete Surface 6,700.00 171.3 Ski l l ed La borer 4 4.89 19.56 19.56 19.56 19.56 19.56 5.868 0 0 0 0 0 0
Course, Hot Laid (Binder)
Uns ki l l ed La borer 8 4.89 39.12 39.12 39.12 39.12 39.12 11.736 0 0 0 0 0 0
A. TOTAL, PERSONNEL/MAN-DAYS 46 220.56 221 190 221 221 66 - - - - 30 -
B. SERVICE LIFE, DAYS 730 365 180 3 730 1 730 730 730 365 60
C. PURCHASE COST, PPh 180.55 1,012.00 400.00 23.00 245.00 63.25 602.60 1,263.85 1,083.30 506.00 169.05
D. UNIT COST/MAN-DAY (C ÷ B) 0.25 2.77 2.22 7.67 0.34 - - - - 1.39 -
E. DIRECT COST FOR PPE's (D x A (Man-days)) 54.55 528.01 490.13 1,690.96 22.21 - - - - 41.76 - 2,827.62
F. SAFETY OFFICER/PRACTITIONER (PART TIME) @ P15,000.00/MONTH (AS PER D.O. 56, S2005, consider atleast 4 hours per week ) 1,500.00
G. HEALTH PERSONNEL (FULL TIME) @ P8,400.00/MONTH (AS PER D.O. 56, S2005) 11,200.00
H. TOTAL DIRECT COST (E + F + G) 15,527.62
I. OCM (9% of E) -
J. PROFIT (8% of E) 1,242.21
K. VAT (12% of E + H + I) 2,012.38
L. TOTAL COST (E + H + I + J) 18,782.21
Guidelines for the Preparation of Cost Estimates for Traffic Management and Safety & Health Requirements for 137
the Construction and Maintenance of Roads, Bridges and Safety & Health Requirements for School Buildings

Detailed Unit Price Analysis


Paved (Asphalt) to Paved (Asphalt), Assume 1Km. Length

ITEM NO/DESCRIPTION : B.7 - Construction Safety and Health


UNIT OF MEASUREMENT : lot
OUTPUT PER HOUR : n/a
QUANTITY : 1.00

A) MATERIALS : COST/UNIT UNIT QUANTITY UNIT RATE TOTAL COST

Safety Helmet man-day 221 0.25 54.55


Safety Shoes man-day 190 2.77 528.01
Safety Vest man-day 221 2.22 490.13
Working Gloves man-day 221 7.67 1,690.96
Rubber Boots man-day 30 1.39 41.76

Optional (if necessary)


Rain Coats (30% of the Duration) man-day 66 0.34 22.21

SUB - TOTAL (A) 2,827.62


B. LABOR COST QUANTITY Unit Total
No. of Total Man-
Personnel days Rate Cost

Safety Practitioner/ Officer (Part Time) 1.00 3.00 500.00 1,500.00


Health Personnel (Full Time) 1.00 40.00 280.00 11,200.00

SUB - TOTAL (B) 12,700.00


C. EQUIPMENT COST QUANTITY Hourly Total
No. of Equipt. Total Hours Rate Cost

- - - - -

SUB - TOTAL (C) -


D. TOTAL DIRECT COST (A + B + C) 15,527.62
E. DIRECT UNIT COST (D/Quantity) 15,527.62
F. ADD: INDIRECT COST
1. OCM ( 9% of D ) -
2. Contractor's Profit (8% of D) 1,242.21
3. VAT 12% 2,012.38
TOTAL INDIRECT COST 3,254.59

TOTAL COST (D + F) 18,782.21

Note: Costs as presented herein are intended only to illustrate the derivation of cost. Should there be an increase/decrease in the
cost of materials, labor, equipment and on the allowable percentage of mark-up, necessary adjustments shall be made in
accordance with the latest approved department issuances.
138

DETAILED CALCULATIONS ON COST OF CONSTRUCTION SAFETY AND HEALTH ( ROAD - 4 )


4. Gravel to Asphalt, Assume 1Km. Length, with 31 C.D. Duration
OUTPUT PER NO. OF SAFETY SAFETY WORKING DUST/GAS BODY RUBBER EYE
ITEM NO./ DESCRIPTION QUANTITY WORKERS DAYS MAN-DAYS SAFETY VEST RAIN COATS EAR MUFF LANYARD
HOUR PERSONNEL HELMET SHOES GLOVES MASK HARNESS BOOTS GOGGLES
105 Foreman 1 4.46 4.46 4.46 4.46 4.46 4.46 1.338 0 0 0 0 0 0
Sub-Grade Preparation 10,700.00 300 Skilled Laborer 0 0.00 0 0 0 0 0 0 0 0 0 0 0 0
Unskilled Laborer 2 4.46 8.92 8.92 8.92 8.92 8.92 2.676 0 0 0 0 0 0
200 Foreman 1 3.16 3.16 3.16 3.16 3.16 3.16 0.948 0 0 0 0 0 0
Aggregate Subbase Course 1,264.00 50 Skilled Laborer 0 0.00 0 0 0 0 0 0 0 0 0 0 0 0
Unskilled Laborer 2 3.16 6.32 6.32 6.32 6.32 6.32 1.896 0 0 0 0 0 0
201 Foreman 1 4.85 4.85 4.85 4.85 4.85 4.85 1.455 0 0 0 0 0 0
Aggregate Base Course 1,938.00 50 Skilled Laborer 0 0.00 0 0 0 0 0 0 0 0 0 0 0 0
Unskilled Laborer 2 4.85 9.7 9.7 9.7 9.7 9.7 2.91 0 0 0 0 0 0
301 Foreman 1 5.58 5.58 5.58 0 5.58 0 0 0 0 0 0 5.58 0
Bituminous Prime Coat (RC Cut- 13.40 0.3 Skilled Laborer 0 0.00 0 0 0 0 0 0 0 0 0 0 0 0
Back Asphalt)
Unskilled Laborer 3 5.58 16.74 16.74 0 16.74 0 0 0 0 0 0 16.74 0
302 Foreman 1 1.95 1.95 1.95 0 1.95 0 0 0 0 0 0 1.95 0
Bituminous Tack Coat (Emulsified 4.69 0.3 Skilled Laborer 0 0.00 0 0 0 0 0 0 0 0 0 0 0 0
Asphalt)
Unskilled Laborer 3 1.95 5.85 5.85 0 5.85 0 0 0 0 0 0 5.85 0
310(1) Foreman 1 4.89 4.89 4.89 4.89 4.89 4.89 1.467 0 0 0 0 0 0
Bituminous Concrete Surface 6,700.00 171.3 Skilled Laborer 4 4.89 19.56 19.56 19.56 19.56 19.56 5.868 0 0 0 0 0 0
Course, Hot Laid (Wearing)
Unskilled Laborer 8 4.89 39.12 39.12 39.12 39.12 39.12 11.736 0 0 0 0 0 0
310(2) Foreman 1 4.89 4.89 4.89 4.89 4.89 4.89 1.467 0 0 0 0 0 0
Bituminous Concrete Surface 6,700.00 171.3 Skilled Laborer 4 4.89 19.56 19.56 19.56 19.56 19.56 5.868 0 0 0 0 0 0
Course, Hot Laid (Binder)
Unskilled Laborer 8 4.89 39.12 39.12 39.12 39.12 39.12 11.736 0 0 0 0 0 0
A. TOTAL, PERSONNEL/MAN-DAYS 43 194.67 195 165 195 165 49 - - - - 30 -
B. SERVICE LIFE, DAYS 730 365 180 3 730 1 730 730 730 365 60
C. PURCHASE COST, PPh 180.55 1,012.00 400.00 23.00 245.00 63.25 602.60 1,263.85 1,083.30 506.00 169.05
D. UNIT COST/MAN-DAY (C ÷ B) 0.25 2.77 2.22 7.67 0.34 - - - - 1.39 -
E. DIRECT COST FOR PPE's (D x A (Man-days)) 48.15 456.23 432.60 1,261.55 16.57 - - - - 41.76 - 2,256.85
F. SAFETY OFFICER/PRACTITIONER (PART TIME) @ P15,000.00/MONTH (AS PER D.O. 56, S2005, consider atleast 4 hours per week ) 1,500.00
G. HEALTH PERSONNEL (FULL TIME) @ P8,400.00/MONTH (AS PER D.O. 56, S2005) 8,680.00
H. TOTAL DIRECT COST (E + F + G) 12,436.85
I. OCM (9% of E) -
J. PROFIT (8% of E) 994.95
K. VAT (12% of E + H + I) 1,611.82
L. TOTAL COST (E + H + I + J) 15,043.62
Note: Assumed Rain Coats usage, 30% of man-days
Guidelines for the Preparation of Cost Estimates for Traffic Management and Safety & Health Requirements for 139
the Construction and Maintenance of Roads, Bridges and Safety & Health Requirements for School Buildings

Detailed Unit Price Analysis


Gravel to Asphalt, Assume 1Km. Length

ITEM NO/DESCRIPTION : B.7 - Construction Safety and Health


UNIT OF MEASUREMENT : lot
OUTPUT PER HOUR : n/a
QUANTITY : 1.00

A) MATERIALS : COST/UNIT UNIT QUANTITY UNIT RATE TOTAL COST

Safety Helmet man-day 195 0.25 48.15


Safety Shoes man-day 165 2.77 456.23
Safety Vest man-day 195 2.22 432.60
Working Gloves man-day 165 7.67 1,261.55
Rubber Boots man-day 30 1.39 41.76

Optional (if necessary)


Rain Coats (30% of the Duration) man-day 49 0.34 16.57

SUB - TOTAL (A) 2,256.85


B. LABOR COST QUANTITY Unit Total
No. of Total Man-
Personnel days Rate Cost

Safety Practitioner/ Officer (Part Time) 1.00 3.00 500.00 1,500.00


Health Personnel (Full Time) 1.00 31.00 280.00 8,680.00

SUB - TOTAL (B) 10,180.00


C. EQUIPMENT COST QUANTITY Hourly Total
No. of Equipt. Total Hours Rate Cost

- - - - -

SUB - TOTAL (C) -


D. TOTAL DIRECT COST (A + B + C) 12,436.85
E. DIRECT UNIT COST (D/Quantity) 12,436.85
F. ADD: INDIRECT COST
1. OCM ( 9% of D ) -
2. Contractor's Profit (8% of D) 994.95
3. VAT 12% 1,611.82
TOTAL INDIRECT COST 2,606.76

TOTAL COST (D + F) 15,043.62

Note: Costs as presented herein are intended only to illustrate the derivation of cost. Should there be an increase/decrease in the
cost of materials, labor, equipment and on the allowable percentage of mark-up, necessary adjustments shall be made in
accordance with the latest approved department issuances.
140

DETAILED CALCULATIONS ON COST OF CONSTRUCTION SAFETY AND HEALTH ( ROAD - 5 )


5. Gravel to Concrete, Assume 1Km. Length, with 38.5 C.D. Duration
OUTPUT PER NO. OF SAFETY SAFETY WORKING DUST/GAS BODY RUBBER
ITEM NO./ DESCRIPTION QUANTITY WORKERS DAYS MAN-DAYS SAFETY VEST RAIN COATS EAR MUFF LANYARD EYE GOGGLES
HOUR PERSONNEL HELMET SHOES GLOVES MASK HARNESS BOOTS
105 Foreman 1 4.46 4.46 4.46 4.46 4.46 4.46 1.338 0 0 0 0 0 0
Sub-Grade Preparation 10,700.00 300 Skilled Laborer 0 0.00 0 0 0 0 0 0 0 0 0 0 0 0
Unskilled Laborer 2 4.46 8.92 8.92 8.92 8.92 8.92 2.676 0 0 0 0 0 0
200 Foreman 1 7.18 7.18 7.18 7.18 7.18 7.18 2.154 0 0 0 0 0 0
Aggregate Subbase Course 2,872.00 50 Skilled Laborer 0 0.00 0 0 0 0 0 0 0 0 0 0 0 0
Unskilled Laborer 2 7.18 14.36 14.36 14.36 14.36 14.36 4.308 0 0 0 0 0 0
201 Foreman 1 1.05 1.05 1.05 1.05 1.05 1.05 0.315 0 0 0 0 0 0
Aggregate Base Course (Shoulder) 420.00 50 Skilled Laborer 0 0.00 0 0 0 0 0 0 0 0 0 0 0 0
Unskilled Laborer 2 1.05 2.1 2.1 2.1 2.1 2.1 0.63 0 0 0 0 0 0
311 Foreman 1 11.96 11.96 11.96 0 11.96 0 0 0 0 0 0 11.96 0
PCCP (0.23m. Thk) 6,700.00 70 Skilled Laborer 4 11.96 47.84 47.84 0 47.84 0 0 0 0 0 0 47.84 0
Unskilled Laborer 12 11.96 143.52 143.52 0 143.52 0 0 0 0 0 0 143.52 0
A. TOTAL, PERSONNEL/MAN-DAYS 26 241 241 38 241 38 11 - - - - 203 -
B. SERVICE LIFE, DAYS 730 365 180 3 730 1 730 730 730 365 60
C. PURCHASE COST, PPh 180.55 1,012.00 400.00 23.00 245.00 63.25 602.60 1,263.85 1,083.30 506.00 169.05
D. UNIT COST/MAN-DAY (C ÷ B) 0.25 2.77 2.22 7.67 0.34 - - - - 1.39 -
E. DIRECT COST FOR PPE's (D x A (Man-days)) 59.70 105.55 536.42 291.87 3.83 - - - - 281.86 - 1,279.24
F. SAFETY OFFICER/PRACTITIONER (PART TIME) @ P15,000.00/MONTH (AS PER D.O. 56, S2005, consider atleast 4 hours per week ) 1,500.00
G. HEALTH PERSONNEL (FULL TIME) @ P8,400.00/MONTH (AS PER D.O. 56, S2005) 10,780.00
H. TOTAL DIRECT COST (E + F + G) 13,559.24
I. OCM (9% of E) -
J. PROFIT (8% of E) 1,084.74
K. VAT (12% of E + H + I) 1,757.28
L. TOTAL COST (E + H + I + J) 16,401.26
Note: Assumed Rain Coats usage, 30% of man-days
Guidelines for the Preparation of Cost Estimates for Traffic Management and Safety & Health Requirements for 141
the Construction and Maintenance of Roads, Bridges and Safety & Health Requirements for School Buildings

Detailed Unit Price Analysis


Gravel to Concrete, Assume 1Km. Length

ITEM NO/DESCRIPTION : B.7 - Construction Safety and Health


UNIT OF MEASUREMENT : lot
OUTPUT PER HOUR : n/a
QUANTITY : 1.00

A) MATERIALS : COST/UNIT UNIT QUANTITY UNIT RATE TOTAL COST

Safety Helmet man-day 241 0.25 59.70


Safety Shoes man-day 38 2.77 105.55
Safety Vest man-day 241 2.22 536.42
Working Gloves man-day 38 7.67 291.87
Rubber Boots man-day 203 1.39 281.86

Optional (if necessary)


Rain Coats (30% of the Duration) man-day 11 0.34 3.83

SUB - TOTAL (A) 1,279.24


B. LABOR COST QUANTITY Unit Total
No. of Total Man-
Personnel days Rate Cost

Safety Practitioner/ Officer (Part Time) 1.00 3.00 500.00 1,500.00


Health Personnel (Full Time) 1.00 38.50 280.00 10,780.00

SUB - TOTAL (B) 12,280.00


C. EQUIPMENT COST QUANTITY Hourly Total
No. of Equipt. Total Hours Rate Cost

- - - - -

SUB - TOTAL (C) -


D. TOTAL DIRECT COST (A + B + C) 13,559.24
E. DIRECT UNIT COST (D/Quantity) 13,559.24
F. ADD: INDIRECT COST
1. OCM ( 9% of D ) -
2. Contractor's Profit (8% of D) 1,084.74
3. VAT 12% 1,757.28
TOTAL INDIRECT COST 2,842.02

TOTAL COST (D + F) 16,401.26

Note: Costs as presented herein are intended only to illustrate the derivation of cost. Should there be an increase/decrease in the
cost of materials, labor, equipment and on the allowable percentage of mark-up, necessary adjustments shall be made in
accordance with the latest approved department issuances.
142

DETAILED CALCULATIONS ON COST OF CONSTRUCTION SAFETY AND HEALTH ( ROAD - 6 )


6. Asphalt Overlay, Assume 1Km. Length, with 14 C.D. Duration
OUTPUT PER NO. OF SAFETY SAFETY WORKING DUST/GAS BODY RUBBER
ITEM NO./ DESCRIPTION QUANTITY WORKERS DAYS MAN-DAYS SAFETY VEST RAIN COATS EAR MUFF LANYARD EYE GOGGLES
HOUR PERSONNEL HELMET SHOES GLOVES MASK HARNESS BOOTS
SPL Foreman 1 0.84 0.84 0.84 0.84 0.84 0.84 0.252 0 0 0 0 0 0
Surface Project (Sealing /Patching) 6,700.00 1000 Skilled Laborer 0 0.00 0 0 0 0 0 0 0 0 0 0 0 0
Unskilled Laborer 6 0.84 5.04 5.04 5.04 5.04 5.04 1.512 0 0 0 0 0 0
302 Foreman 1 1.95 1.95 1.95 0 1.95 1.95 0.585 0 0 0 0 1.95 0
Bituminous Tack Coat (Emulsified 4.69 0.3 Skilled Laborer 0 0.00 0 0 0 0 0 0 0 0 0 0 0 0
Asphalt)
Unskilled Laborer 3 1.95 5.85 5.85 0 5.85 5.85 1.755 0 0 0 0 5.85 0
310(1) Foreman 1 4.89 4.89 4.89 4.89 4.89 4.89 1.467 0 0 0 0 0 0
Bituminous Concrete Surface 6,700.00 171.3 Skilled Laborer 4 4.89 19.56 19.56 19.56 19.56 19.56 5.868 0 0 0 0 0 0
Course, Hot Laid
Unskilled Laborer 8 4.89 39.12 39.12 39.12 39.12 39.12 11.736 0 0 0 0 0 0
A. TOTAL, PERSONNEL/MAN-DAYS 24 77 77 69 77 77 23 - - - - 8 -
B. SERVICE LIFE, DAYS 730 365 180 3 730 1 730 730 730 365 60
C. PURCHASE COST, PPh 180.55 1,012.00 400.00 23.00 245.00 63.25 602.60 1,263.85 1,083.30 506.00 169.05
D. UNIT COST/MAN-DAY (C ÷ B) 0.25 2.77 2.22 7.67 0.34 - - - - 1.39 -
E. DIRECT COST FOR PPE's (D x A (Man-days)) 19.11 192.56 171.67 592.25 7.78 - - - - 10.81 - 994.17
F. SAFETY OFFICER/PRACTITIONER (PART TIME) @ P15,000.00/MONTH (AS PER D.O. 56, S2005, consider atleast 4 hours per week ) 500.00
G. HEALTH PERSONNEL (FULL TIME) @ P8,400.00/MONTH (AS PER D.O. 56, S2005) 3,920.00
H. TOTAL DIRECT COST (E + F + G) 5,414.17
I. OCM (9% of E) -
J. PROFIT (8% of E) 433.13
K. VAT (12% of E + H + I) 701.68
L. TOTAL COST (E + H + I + J) 6,548.98
Note: Assumed Rain Coats usage, 30% of man-days
Guidelines for the Preparation of Cost Estimates for Traffic Management and Safety & Health Requirements for 143
the Construction and Maintenance of Roads, Bridges and Safety & Health Requirements for School Buildings

Detailed Unit Price Analysis


Asphalt Overlay, Assume 1Km. Length

ITEM NO/DESCRIPTION : B.7 - Construction Safety and Health


UNIT OF MEASUREMENT : lot
OUTPUT PER HOUR : n/a
QUANTITY : 1.00

A) MATERIALS : COST/UNIT UNIT QUANTITY UNIT RATE TOTAL COST

Safety Helmet man-day 77 0.25 19.11


Safety Shoes man-day 69 2.77 192.56
Safety Vest man-day 77 2.22 171.67
Working Gloves man-day 77 7.67 592.25
Rubber Boots man-day 8 1.39 10.81

Optional (if necessary)


Rain Coats (30% of the Duration) man-day 23 0.34 7.78

SUB - TOTAL (A) 994.17


B. LABOR COST QUANTITY Unit Total
No. of Total Man-
Personnel days Rate Cost

Safety Practitioner/ Officer (Part Time) 1.00 1.00 500.00 500.00


Health Personnel (Full Time) 1.00 14.00 280.00 3,920.00

SUB - TOTAL (B) 4,420.00


C. EQUIPMENT COST QUANTITY Hourly Total
No. of Equipt. Total Hours Rate Cost

- - - - -

SUB - TOTAL (C) -


D. TOTAL DIRECT COST (A + B + C) 5,414.17
E. DIRECT UNIT COST (D/Quantity) 5,414.17
F. ADD: INDIRECT COST
1. OCM ( 9% of D ) -
2. Contractor's Profit (8% of D) 433.13
3. VAT 12% 701.68
TOTAL INDIRECT COST 1,134.81

TOTAL COST (D + F) 6,548.98

Note: Costs as presented herein are intended only to illustrate the derivation of cost. Should there be an increase/decrease in the
cost of materials, labor, equipment and on the allowable percentage of mark-up, necessary adjustments shall be made in
accordance with the latest approved department issuances.
144

DETAILED CALCULATIONS ON COST OF CONSTRUCTION SAFETY AND HEALTH ( ROAD - 7 )


7. Concrete Reblocking (30% of Existing PCCP), Assume 1Km. Length, with 25.5 C.D. Duration
OUTPUT PER NO. OF SAFETY SAFETY WORKING DUST/GAS BODY RUBBER
ITEM NO./ DESCRIPTION QUANTITY WORKERS DAYS MAN-DAYS SAFETY VEST RAIN COATS EAR MUFF LANYARD EYE GOGGLES
HOUR PERSONNEL HELMET SHOES GLOVES MASK HARNESS BOOTS
101(1) Foreman 1 2.51 2.51 2.51 2.51 2.51 2.51 0.753 0 0 0 0 0 0
Removal of Deteriorated Subbase 402.00 20 Skilled Laborer 0 0.00 0 0 0 0 0 0 0 0 0 0 0 0
Unskilled Laborer 2 2.51 5.02 5.02 5.02 5.02 5.02 1.506 0 0 0 0 0 0
101(2) Foreman 1 10.47 10.47 10.47 10.47 10.47 10.47 3.141 0 0 0 0 0 0
Removal of Structure (PCCP, 2,010.00 24 Skilled Laborer 0 0.00 0 0 0 0 0 0 0 0 0 0 0 0
t=0.23m.)
Unskilled Laborer 2 10.47 20.94 20.94 20.94 20.94 20.94 6.282 0 0 0 0 0 0
200 Foreman 1 1.68 1.68 1.68 1.68 1.68 1.68 0.504 0 0 0 0 0 0
Aggregate Subbase Course 402.00 30 Skilled Laborer 0 0.00 0 0 0 0 0 0 0 0 0 0 0 0
Unskilled Laborer 2 1.68 3.36 3.36 3.36 3.36 3.36 1.008 0 0 0 0 0 0
302 Foreman 1 1.95 1.95 1.95 0 1.95 1.95 0.585 0 0 0 0 1.95 0
Bituminous Tack Coat (Emulsified 4.69 0.3 Skilled Laborer 0 0.00 0 0 0 0 0 0 0 0 0 0 0 0
Asphalt)
Unskilled Laborer 3 1.95 5.85 5.85 0 5.85 5.85 1.755 0 0 0 0 5.85 0
310 Foreman 1 4.89 4.89 4.89 4.89 4.89 4.89 1.467 0 0 0 0 0 0
Bituminous Concrete Surface 6,700.00 171.3 Skilled Laborer 4 4.89 19.56 19.56 19.56 19.56 19.56 5.868 0 0 0 0 0 0
Course, Hot Laid
Unskilled Laborer 8 4.89 39.12 39.12 39.12 39.12 39.12 11.736 0 0 0 0 0 0
311 Foreman 1 3.59 3.59 3.59 0 3.59 3.59 1.077 0 0 0 0 3.59 0
PCCP (0.23m. Thk) 2,010.00 70 Skilled Laborer 4 3.59 14.36 14.36 0 14.36 14.36 4.308 0 0 0 0 14.36 0
Unskilled Laborer 12 3.59 43.08 43.08 0 43.08 43.08 12.924 0 0 0 0 43.08 0
A. TOTAL, PERSONNEL/MAN-DAYS 43 176 176 108 176 176 53 - - - - 69 -
B. SERVICE LIFE, DAYS 730 365 180 3 730 1 730 730 730 365 60
C. PURCHASE COST, PPh 180.55 1,012.00 400.00 23.00 245.00 63.25 602.60 1,263.85 1,083.30 506.00 169.05
D. UNIT COST/MAN-DAY (C ÷ B) 0.25 2.77 2.22 7.67 0.34 - - - - 1.39 -
E. DIRECT COST FOR PPE's (D x A (Man-days)) 43.62 298.19 391.96 1,352.25 17.76 - - - - 95.42 - 2,199.20
F. SAFETY OFFICER/PRACTITIONER (PART TIME) @ P15,000.00/MONTH (AS PER D.O. 56, S2005, consider atleast 4 hours per week ) 1,000.00
G. HEALTH PERSONNEL (FULL TIME) @ P8,400.00/MONTH (AS PER D.O. 56, S2005) 7,140.00
H. TOTAL DIRECT COST (E + F + G) 10,339.20
I. OCM (9% of E) -
J. PROFIT (8% of E) 827.14
K. VAT (12% of E + H + I) 1,339.96
L. TOTAL COST (E + H + I + J) 12,506.29
Note: Assumed Rain Coats usage, 30% of man-days
Guidelines for the Preparation of Cost Estimates for Traffic Management and Safety & Health Requirements for 145
the Construction and Maintenance of Roads, Bridges and Safety & Health Requirements for School Buildings

Detailed Unit Price Analysis


Concrete Reblocking (30% of Existing PCCP), Assume 1Km. Length

ITEM NO/DESCRIPTION : B.7 - Construction Safety and Health


UNIT OF MEASUREMENT : lot
OUTPUT PER HOUR : n/a
QUANTITY : 1.00

A) MATERIALS : COST/UNIT UNIT QUANTITY UNIT RATE TOTAL COST

Safety Helmet man-day 176 0.25 43.62


Safety Shoes man-day 108 2.77 298.19
Safety Vest man-day 176 2.22 391.96
Working Gloves man-day 176 7.67 1,352.25
Rubber Boots man-day 69 1.39 95.42

Optional (if necessary)


Rain Coats (30% of the Duration) man-day 53 0.34 17.76

SUB - TOTAL (A) 2,199.20


B. LABOR COST QUANTITY Unit Total
No. of Total Man-
Personnel days Rate Cost

Safety Practitioner/ Officer (Part Time) 1.00 2.00 500.00 1,000.00


Health Personnel (Full Time) 1.00 25.50 280.00 7,140.00

SUB - TOTAL (B) 8,140.00


C. EQUIPMENT COST QUANTITY Hourly Total
No. of Equipt. Total Hours Rate Cost

- - - - -

SUB - TOTAL (C) -


D. TOTAL DIRECT COST (A + B + C) 10,339.20
E. DIRECT UNIT COST (D/Quantity) 10,339.20
F. ADD: INDIRECT COST
1. OCM ( 9% of D ) -
2. Contractor's Profit (8% of D) 827.14
3. VAT 12% 1,339.96
TOTAL INDIRECT COST 2,167.10

TOTAL COST (D + F) 12,506.29

Note: Costs as presented herein are intended only to illustrate the derivation of cost. Should there be an increase/decrease in the
cost of materials, labor, equipment and on the allowable percentage of mark-up, necessary adjustments shall be made in
accordance with the latest approved department issuances.
146

DETAILED CALCULATIONS ON COST OF CONSTRUCTION SAFETY AND HEALTH ( ROAD - 8 )


8. Concrete Reblocking (50% of Existing PCCP), Assume 1Km. Length, with 36 C.D Duration
OUTPUT PER NO. OF SAFETY SAFETY WORKING DUST/GAS BODY RUBBER
ITEM NO./ DESCRIPTION QUANTITY WORKERS DAYS MAN-DAYS SAFETY VEST RAIN COATS EAR MUFF LANYARD EYE GOGGLES
HOUR PERSONNEL HELMET SHOES GLOVES MASK HARNESS BOOTS
101(1) Foreman 1 2.51 2.51 2.51 2.51 2.51 2.51 0.753 0 0 0 0 0 0
Removal of Deteriorated Subbase 402.00 20 Skilled Laborer 0 0.00 0 0 0 0 0 0 0 0 0 0 0 0
Unskilled Laborer 2 2.51 5.02 5.02 5.02 5.02 5.02 1.506 0 0 0 0 0 0
101(2) Foreman 1 17.45 17.45 17.45 17.45 17.45 17.45 5.235 0 0 0 0 0 0
Removal of Structure (PCCP, 3,350.00 24 Skilled Laborer 0 0.00 0 0 0 0 0 0 0 0 0 0 0 0
t=0.23m.)
Unskilled Laborer 2 17.45 34.9 34.9 34.9 34.9 34.9 10.47 0 0 0 0 0 0
200 Foreman 1 2.79 2.79 2.79 2.79 2.79 2.79 0.837 0 0 0 0 0 0
Aggregate Subbase Course 670.00 30 Skilled Laborer 0 0.00 0 0 0 0 0 0 0 0 0 0 0 0
Unskilled Laborer 2 2.79 5.58 5.58 5.58 5.58 5.58 1.674 0 0 0 0 0 0
302 Foreman 1 1.95 1.95 1.95 0 1.95 1.95 0.585 0 0 0 0 1.95 0
Bituminous Tack Coat (Emulsified 4.69 0.3 Skilled Laborer 0 0.00 0 0 0 0 0 0 0 0 0 0 0 0
Asphalt)
Unskilled Laborer 3 1.95 5.85 5.85 0 5.85 5.85 1.755 0 0 0 0 5.85 0
310 Foreman 1 4.89 4.89 4.89 4.89 4.89 4.89 1.467 0 0 0 0 0 0
Bituminous Concrete Surface 6,700.00 171.3 Skilled Laborer 4 4.89 19.56 19.56 19.56 19.56 19.56 5.868 0 0 0 0 0 0
Course, Hot Laid
Unskilled Laborer 8 4.89 39.12 39.12 39.12 39.12 39.12 11.736 0 0 0 0 0 0
311 Foreman 1 5.98 5.98 5.98 0 5.98 5.98 1.794 0 0 0 0 5.98 0
PCCP (0.23m. Thk) 3,350.00 70 Skilled Laborer 4 5.98 23.92 23.92 0 23.92 23.92 7.176 0 0 0 0 23.92 0
Unskilled Laborer 12 5.98 71.76 71.76 0 71.76 71.76 21.528 0 0 0 0 71.76 0
A. TOTAL, PERSONNEL/MAN-DAYS 43 241 241 132 241 241 72 - - - - 109 -
B. SERVICE LIFE, DAYS 730 365 180 3 730 1 730 730 730 365 60
C. PURCHASE COST, PPh 180.55 1,012.00 400.00 23.00 245.00 63.25 602.60 1,263.85 1,083.30 506.00 169.05
D. UNIT COST/MAN-DAY (C ÷ B) 0.25 2.77 2.22 7.67 0.34 - - - - 1.39 -
E. DIRECT COST FOR PPE's (D x A (Man-days)) 59.68 365.48 536.18 1,849.81 24.29 - - - - 151.74 - 2,987.19
F. SAFETY OFFICER/PRACTITIONER (PART TIME) @ P15,000.00/MONTH (AS PER D.O. 56, S2005, consider atleast 4 hours per week ) 1,500.00
G. HEALTH PERSONNEL (FULL TIME) @ P8,400.00/MONTH (AS PER D.O. 56, S2005) 10,080.00
H. TOTAL DIRECT COST (E + F + G) 14,567.19
I. OCM (9% of E) -
J. PROFIT (8% of E) 1,165.38
K. VAT (12% of E + H + I) 1,887.91
L. TOTAL COST (E + H + I + J) 17,620.47
Note: Assumed Rain Coats usage, 30% of man-days
Guidelines for the Preparation of Cost Estimates for Traffic Management and Safety & Health Requirements for 147
the Construction and Maintenance of Roads, Bridges and Safety & Health Requirements for School Buildings

Detailed Unit Price Analysis


Concrete Reblocking (50% of Existing PCCP), Assume 1Km. Length

ITEM NO/DESCRIPTION : B.7 - Construction Safety and Health


UNIT OF MEASUREMENT : lot
OUTPUT PER HOUR : n/a
QUANTITY : 1.00

A) MATERIALS : COST/UNIT UNIT QUANTITY UNIT RATE TOTAL COST

Safety Helmet man-day 241 0.25 59.68


Safety Shoes man-day 132 2.77 365.48
Safety Vest man-day 241 2.22 536.18
Working Gloves man-day 241 7.67 1,849.81
Rubber Boots man-day 109 1.39 151.74

Optional (if necessary)


Rain Coats (30% of the Duration) man-day 72 0.34 24.29

SUB - TOTAL (A) 2,987.19


B. LABOR COST QUANTITY Unit Total
No. of Total Man-
Personnel days Rate Cost

Safety Practitioner/ Officer (Part Time) 1.00 3.00 500.00 1,500.00


Health Personnel (Full Time) 1.00 36.00 280.00 10,080.00

SUB - TOTAL (B) 11,580.00


C. EQUIPMENT COST QUANTITY Hourly Total
No. of Equipt. Total Hours Rate Cost

- - - - -

SUB - TOTAL (C) -


D. TOTAL DIRECT COST (A + B + C) 14,567.19
E. DIRECT UNIT COST (D/Quantity) 14,567.19
F. ADD: INDIRECT COST
1. OCM ( 9% of D ) -
2. Contractor's Profit (8% of D) 1,165.38
3. VAT 12% 1,887.91
TOTAL INDIRECT COST 3,053.28

TOTAL COST (D + F) 17,620.47

Note: Costs as presented herein are intended only to illustrate the derivation of cost. Should there be an increase/decrease in the
cost of materials, labor, equipment and on the allowable percentage of mark-up, necessary adjustments shall be made in
accordance with the latest approved department issuances.
148

DETAILED CALCULATIONS ON COST OF CONSTRUCTION SAFETY AND HEALTH ( ROAD - 9 )


9. Re-Gravelling, Assume 1Km. Length, with 10 C.D. Duration
OUTPUT PER NO. OF SAFETY SAFETY WORKING DUST/GAS BODY RUBBER
ITEM NO./ DESCRIPTION QUANTITY WORKERS DAYS MAN-DAYS SAFETY VEST RAIN COATS EAR MUFF LANYARD EYE GOGGLES
HOUR PERSONNEL HELMET SHOES GLOVES MASK HARNESS BOOTS
105 Foreman 1 4.46 4.46 4.46 4.46 4.46 4.46 1.338 0 0 0 0 0 0
Sub-Grade Preparation 10,700.00 300 Skilled Laborer 0 0.00 0 0 0 0 0 0 0 0 0 0 0 0
Unskilled Laborer 2 4.46 8.92 8.92 8.92 8.92 8.92 2.676 0 0 0 0 0 0
200 Foreman 1 5.35 5.35 5.35 5.35 5.35 5.35 1.605 0 0 0 0 0 0
Aggregate Subbase Course 2,140.00 50 Skilled Laborer 0 0.00 0 0 0 0 0 0 0 0 0 0 0 0
Unskilled Laborer 2 5.35 10.7 10.7 10.7 10.7 10.7 3.21 0 0 0 0 0 0
A. TOTAL, PERSONNEL/MAN-DAYS 6 29 29 29 29 29 9 - - - - - -
B. SERVICE LIFE, DAYS 730 365 180 3 730 1 730 730 730 365 60
C. PURCHASE COST, PPh 180.55 1,012.00 400.00 23.00 245.00 63.25 602.60 1,263.85 1,083.30 506.00 169.05
D. UNIT COST/MAN-DAY (C ÷ B) 0.25 2.77 2.22 7.67 0.34 - - - - - -
E. DIRECT COST FOR PPE's (D x A (Man-days)) 7.28 81.60 65.40 225.63 2.96 - - - - - - 382.87
F. SAFETY OFFICER/PRACTITIONER (PART TIME) @ P15,000.00/MONTH (AS PER D.O. 56, S2005, consider atleast 4 hours per week ) 500.00
G. HEALTH PERSONNEL (FULL TIME) @ P8,400.00/MONTH (AS PER D.O. 56, S2005) 2,800.00
H. TOTAL DIRECT COST (E + F + G) 3,682.87
I. OCM (9% of E) -
J. PROFIT (8% of E) 294.63
K. VAT (12% of E + H + I) 477.30
L. TOTAL COST (E + H + I + J) 4,454.80
Note: Assumed Rain Coats usage, 30% of man-days
Guidelines for the Preparation of Cost Estimates for Traffic Management and Safety & Health Requirements for 149
the Construction and Maintenance of Roads, Bridges and Safety & Health Requirements for School Buildings

Detailed Unit Price Analysis


Re-Gravelling, Assume 1Km. Length

ITEM NO/DESCRIPTION : B.7 - Construction Safety and Health


UNIT OF MEASUREMENT : lot
OUTPUT PER HOUR : n/a
QUANTITY : 1.00

A) MATERIALS : COST/UNIT UNIT QUANTITY UNIT RATE TOTAL COST

Safety Helmet man-day 29 0.25 7.28


Safety Shoes man-day 29 2.77 81.60
Safety Vest man-day 29 2.22 65.40
Working Gloves man-day 29 7.67 225.63
Rubber Boots man-day - 1.39 -

Optional (if necessary)


Rain Coats (30% of the Duration) man-day 9 0.34 2.96

SUB - TOTAL (A) 382.87


B. LABOR COST QUANTITY Unit Total
No. of Total Man-
Personnel days Rate Cost

Safety Practitioner/ Officer (Part Time) 1.00 1.00 500.00 500.00


Health Personnel (Full Time) 1.00 10.00 280.00 2,800.00

SUB - TOTAL (B) 3,300.00


C. EQUIPMENT COST QUANTITY Hourly Total
No. of Equipt. Total Hours Rate Cost

- - - - -

SUB - TOTAL (C) -


D. TOTAL DIRECT COST (A + B + C) 3,682.87
E. DIRECT UNIT COST (D/Quantity) 3,682.87
F. ADD: INDIRECT COST
1. OCM ( 9% of D ) -
2. Contractor's Profit (8% of D) 294.63
3. VAT 12% 477.30
TOTAL INDIRECT COST 771.93

TOTAL COST (D + F) 4,454.80

Note: Costs as presented herein are intended only to illustrate the derivation of cost. Should there be an increase/decrease in the
cost of materials, labor, equipment and on the allowable percentage of mark-up, necessary adjustments shall be made in
accordance with the latest approved department issuances.
150

DETAILED CALCULATIONS ON COST OF CONSTRUCTION SAFETY AND HEALTH ( ROAD - 10 )


10. New Road Opening, Concrete, Assume Embankment H=1.00m., Assume 1Km. Length, with 83 C.D Duration
OUTPUT PER NO. OF SAFETY SAFETY WORKING DUST/GAS BODY RUBBER
ITEM NO./ DESCRIPTION QUANTITY WORKERS DAYS MAN-DAYS SAFETY VEST RAIN COATS EAR MUFF LANYARD EYE GOGGLES
HOUR PERSONNEL HELMET SHOES GLOVES MASK HARNESS BOOTS
100 Foreman 1 4.38 4.38 4.38 4.38 4.38 4.38 1.314 0 0 0 0 0 0
Clearing and Grubbing 17,500.00 500 Skilled Laborer 0 0.00 0 0 0 0 0 0 0 0 0 0 0 0
Unskilled Laborer 2 4.38 8.76 8.76 8.76 8.76 8.76 2.628 0 0 0 0 0 0
104 Foreman 1 34.29 34.29 34.29 34.29 34.29 34.29 10.287 0 0 0 0 0 0
Embankment 13,715.00 50 Skilled Laborer 0 0.00 0 0 0 0 0 0 0 0 0 0 0 0
Unskilled Laborer 2 34.29 68.58 68.58 68.58 68.58 68.58 20.574 0 0 0 0 0 0
105 Foreman 1 6.67 6.67 6.67 6.67 6.67 6.67 2.001 0 0 0 0 0 0
Sub-Grade Preparation 16,000.00 300 Skilled Laborer 0 0.00 0 0 0 0 0 0 0 0 0 0 0 0
Unskilled Laborer 2 6.67 13.34 13.34 13.34 13.34 13.34 4.002 0 0 0 0 0 0
200 Foreman 1 8.58 8.58 8.58 8.58 8.58 8.58 2.574 0 0 0 0 0 0
Aggregate Subbase Course 3,430.00 50 Skilled Laborer 0 0.00 0 0 0 0 0 0 0 0 0 0 0 0
Unskilled Laborer 2 8.58 17.16 17.16 17.16 17.16 17.16 5.148 0 0 0 0 0 0
311 Foreman 1 11.96 11.96 11.96 0 11.96 11.96 3.588 0 0 0 0 11.96 0
PCCP (0.23m. Thk) 6,700.00 70 Skilled Laborer 4 11.96 47.84 47.84 0 47.84 47.84 14.352 0 0 0 0 47.84 0
Unskilled Laborer 12 11.96 143.52 143.52 0 143.52 143.52 43.056 0 0 0 0 143.52 0
103(3) Foreman 1 0.85 0.85 0.85 0.85 0.85 0.85 0.255 0 0 0 0 0 0
Foundation Fill 8.46 1.25 Skilled Laborer 0 0.00 0 0 0 0 0 0 0 0 0 0 0 0
Unskilled Laborer 4 0.85 3.4 3.4 3.4 3.4 3.4 1.02 0 0 0 0 0 0
500 Foreman 1 4.00 4 4 4 4 4 1.2 0 0 0 0 0 0
Reinforced Concrete Pipe Culvert 56.00 1.75 Skilled Laborer 2 4.00 8 8 0 8 8 2.4 0 0 0 0 8 0
(910mm dia.)
Unskilled Laborer 4 4.00 16 16 0 16 16 4.8 0 0 0 0 16 0
A. TOTAL, PERSONNEL/MAN-DAYS 41 397 397 170 397 397 119 - - - - 227 -
B. SERVICE LIFE, DAYS 730 365 180 3 730 1 730 730 730 365 60
C. PURCHASE COST, PPh 180.55 1,012.00 400.00 23.00 245.00 63.25 602.60 1,263.85 1,083.30 506.00 169.05
D. UNIT COST/MAN-DAY (C ÷ B) 0.25 2.77 2.22 7.67 0.34 - - - - 1.39 -
E. DIRECT COST FOR PPE's (D x A (Man-days)) 98.27 471.37 882.96 3,046.20 40.01 - - - - 315.13 - 4,853.93
F. SAFETY OFFICER/PRACTITIONER (PART TIME) @ P15,000.00/MONTH (AS PER D.O. 56, S2005, consider atleast 4 hours per week ) 3,000.00
G. HEALTH PERSONNEL (FULL TIME) @ P8,400.00/MONTH (AS PER D.O. 56, S2005) 23,324.00
H. TOTAL DIRECT COST (E + F + G) 31,177.93
I. OCM (9% of E) -
J. PROFIT (8% of E) 2,494.23
K. VAT (12% of E + H + I) 4,040.66
L. TOTAL COST (E + H + I + J) 37,712.83
Note: Assumed Rain Coats usage, 30% of man-days
Guidelines for the Preparation of Cost Estimates for Traffic Management and Safety & Health Requirements for 151
the Construction and Maintenance of Roads, Bridges and Safety & Health Requirements for School Buildings

Detailed Unit Price Analysis


New Road Opening, Concrete, Assume Embankment H=1.00m., Assume 1Km. Length

ITEM NO/DESCRIPTION : B.7 - Construction Safety and Health


UNIT OF MEASUREMENT : lot
OUTPUT PER HOUR : n/a
QUANTITY : 1.00

A) MATERIALS : COST/UNIT UNIT QUANTITY UNIT RATE TOTAL COST

Safety Helmet man-day 397 0.25 98.27


Safety Shoes man-day 170 2.77 471.37
Safety Vest man-day 397 2.22 882.96
Working Gloves man-day 397 7.67 3,046.20
Rubber Boots man-day 227 1.39 315.13

Optional (if necessary)


Rain Coats (30% of the Duration) man-day 119 0.34 40.01

SUB - TOTAL (A) 4,853.93


B. LABOR COST QUANTITY Unit Total
No. of Total Man-
Personnel days Rate Cost

Safety Practitioner/ Officer (Part Time) 1.00 6.00 500.00 3,000.00


Health Personnel (Full Time) 1.00 83.30 280.00 23,324.00

SUB - TOTAL (B) 26,324.00


C. EQUIPMENT COST QUANTITY Hourly Total
No. of Equipt. Total Hours Rate Cost

- - - - -

SUB - TOTAL (C) -


D. TOTAL DIRECT COST (A + B + C) 31,177.93
E. DIRECT UNIT COST (D/Quantity) 31,177.93
F. ADD: INDIRECT COST
1. OCM ( 9% of D ) -
2. Contractor's Profit (8% of D) 2,494.23
3. VAT 12% 4,040.66
TOTAL INDIRECT COST 6,534.89

TOTAL COST (D + F) 37,712.83

Note: Costs as presented herein are intended only to illustrate the derivation of cost. Should there be an increase/decrease in the
cost of materials, labor, equipment and on the allowable percentage of mark-up, necessary adjustments shall be made in
accordance with the latest approved department issuances.
152

DETAILED CALCULATIONS ON COST OF CONSTRUCTION SAFETY AND HEALTH ( ROAD - 11 )


11. New Road Opening, Concrete, Assume Road Cut H=1.00m., Assume 1Km. Length, with 80 C.D. Duration
OUTPUT PER NO. OF SAFETY SAFETY WORKING DUST/GAS BODY RUBBER
ITEM NO./ DESCRIPTION QUANTITY WORKERS DAYS MAN-DAYS SAFETY VEST RAIN COATS EAR MUFF LANYARD EYE GOGGLES
HOUR PERSONNEL HELMET SHOES GLOVES MASK HARNESS BOOTS
100 Foreman 1 4.38 4.38 4.38 4.38 4.38 4.38 1.314 0 0 0 0 0 0
Clearing and Grubbing 17,500.00 500 Skilled Laborer 0 0.00 0 0 0 0 0 0 0 0 0 0 0 0
Unskilled Laborer 2 4.38 8.76 8.76 8.76 8.76 8.76 2.628 0 0 0 0 0 0
102 Foreman 1 30.91 30.91 30.91 30.91 30.91 30.91 9.273 0 0 0 0 0 0
Roadway Excavation 14,834.70 60 Skilled Laborer 0 0.00 0 0 0 0 0 0 0 0 0 0 0 0
Unskilled Laborer 2 30.91 61.82 61.82 61.82 61.82 61.82 18.546 0 0 0 0 0 0
105 Foreman 1 5.18 5.18 5.18 5.18 5.18 5.18 1.554 0 0 0 0 0 0
Sub-Grade Preparation 12,420.00 300 Skilled Laborer 0 0.00 0 0 0 0 0 0 0 0 0 0 0 0
Unskilled Laborer 2 5.18 10.36 10.36 10.36 10.36 10.36 3.108 0 0 0 0 0 0
200 Foreman 1 8.58 8.58 8.58 8.58 8.58 8.58 2.574 0 0 0 0 0 0
Aggregate Subbase Course 3,430.00 50 Skilled Laborer 0 0.00 0 0 0 0 0 0 0 0 0 0 0 0
Unskilled Laborer 2 8.58 17.16 17.16 17.16 17.16 17.16 5.148 0 0 0 0 0 0
311 Foreman 1 11.96 11.96 11.96 0 11.96 11.96 3.588 0 0 0 0 11.96 0
PCCP (0.23m. Thk) 6,700.00 70 Skilled Laborer 4 11.96 47.84 47.84 0 47.84 47.84 14.352 0 0 0 0 47.84 0
Unskilled Laborer 12 11.96 143.52 143.52 0 143.52 143.52 43.056 0 0 0 0 143.52 0
103(3) Foreman 1 0.85 0.85 0.85 0.85 0.85 0.85 0.255 0 0 0 0 0 0
Foundation Fill 8.46 1.25 Skilled Laborer 0 0.00 0 0 0 0 0 0 0 0 0 0 0 0
Unskilled Laborer 4 0.85 3.4 3.4 3.4 3.4 3.4 1.02 0 0 0 0 0 0
500 Foreman 1 4.00 4 4 4 4 4 1.2 0 0 0 0 0 0
Reinforced Concrete Pipe Culvert 56.00 1.75 Skilled Laborer 2 4.00 8 8 0 8 8 2.4 0 0 0 0 8 0
(910mm dia.)
Unskilled Laborer 4 4.00 16 16 0 16 16 4.8 0 0 0 0 16 0
A. TOTAL, PERSONNEL/MAN-DAYS 41 383 383 155 383 383 115 - - - - 227 -
B. SERVICE LIFE, DAYS 730 365 180 3 730 1 730 730 730 365 60
C. PURCHASE COST, PPh 180.55 1,012.00 400.00 23.00 245.00 63.25 602.60 1,263.85 1,083.30 506.00 169.05
D. UNIT COST/MAN-DAY (C ÷ B) 0.25 2.77 2.22 7.67 0.34 - - - - 1.39 -
E. DIRECT COST FOR PPE's (D x A (Man-days)) 94.66 430.86 850.49 2,934.19 38.53 - - - - 315.13 - 4,663.86
F. SAFETY OFFICER/PRACTITIONER (PART TIME) @ P15,000.00/MONTH (AS PER D.O. 56, S2005, consider atleast 4 hours per week ) 3,000.00
G. HEALTH PERSONNEL (FULL TIME) @ P8,400.00/MONTH (AS PER D.O. 56, S2005) 22,400.00
H. TOTAL DIRECT COST (E + F + G) 30,063.86
I. OCM (9% of E) -
J. PROFIT (8% of E) 2,405.11
K. VAT (12% of E + H + I) 3,896.28
L. TOTAL COST (E + H + I + J) 36,365.25
Note: Assumed Rain Coats usage, 30% of man-days
Guidelines for the Preparation of Cost Estimates for Traffic Management and Safety & Health Requirements for 153
the Construction and Maintenance of Roads, Bridges and Safety & Health Requirements for School Buildings

Detailed Unit Price Analysis


New Road Opening, Concrete, Assume Road Cut H=1.00m., Assume 1Km. Length

ITEM NO/DESCRIPTION : B.7 - Construction Safety and Health


UNIT OF MEASUREMENT : lot
OUTPUT PER HOUR : n/a
QUANTITY : 1.00

A) MATERIALS : COST/UNIT UNIT QUANTITY UNIT RATE TOTAL COST

Safety Helmet man-day 383 0.25 94.66


Safety Shoes man-day 155 2.77 430.86
Safety Vest man-day 383 2.22 850.49
Working Gloves man-day 383 7.67 2,934.19
Rubber Boots man-day 227 1.39 315.13

Optional (if necessary)


Rain Coats (30% of the Duration) man-day 115 0.34 38.53

SUB - TOTAL (A) 4,663.86


B. LABOR COST QUANTITY Unit Total
No. of Total Man-
Personnel days Rate Cost

Safety Practitioner/ Officer (Part Time) 1.00 6.00 500.00 3,000.00


Health Personnel (Full Time) 1.00 80.00 280.00 22,400.00

SUB - TOTAL (B) 25,400.00


C. EQUIPMENT COST QUANTITY Hourly Total
No. of Equipt. Total Hours Rate Cost

- - - - -

SUB - TOTAL (C) -


D. TOTAL DIRECT COST (A + B + C) 30,063.86
E. DIRECT UNIT COST (D/Quantity) 30,063.86
F. ADD: INDIRECT COST
1. OCM ( 9% of D ) -
2. Contractor's Profit (8% of D) 2,405.11
3. VAT 12% 3,896.28
TOTAL INDIRECT COST 6,301.39

TOTAL COST (D + F) 36,365.25

Note: Costs as presented herein are intended only to illustrate the derivation of cost. Should there be an increase/decrease in the
cost of materials, labor, equipment and on the allowable percentage of mark-up, necessary adjustments shall be made in
accordance with the latest approved department issuances.
154

DETAILED CALCULATIONS ON COST OF CONSTRUCTION SAFETY AND HEALTH ( ROAD - 12 )


12. Widening Paved, PCCP, Assume 1Km. Length, with 27.5 C.D. Duration
OUTPUT PER NO. OF SAFETY SAFETY WORKING DUST/GAS BODY RUBBER
ITEM NO./ DESCRIPTION QUANTITY WORKERS DAYS MAN-DAYS SAFETY VEST RAIN COATS EAR MUFF LANYARD EYE GOGGLES
HOUR PERSONNEL HELMET SHOES GLOVES MASK HARNESS BOOTS
100 Foreman 1 1.00 1 1 1 1 1 0.3 0 0 0 0 0 0
Clearing and Grubbing 4,000.00 500 Skilled Laborer 0 0.00 0 0 0 0 0 0 0 0 0 0 0 0
Unskilled Laborer 2 1.00 2 2 2 2 2 0.6 0 0 0 0 0 0
102 Foreman 1 15.37 15.37 15.37 15.37 15.37 15.37 4.611 0 0 0 0 0 0
Roadway Excavation 2,459.60 20 Skilled Laborer 0 0.00 0 0 0 0 0 0 0 0 0 0 0 0
Unskilled Laborer 2 15.37 30.74 30.74 30.74 30.74 30.74 9.222 0 0 0 0 0 0
105 Foreman 1 1.67 1.67 1.67 1.67 1.67 1.67 0.501 0 0 0 0 0 0
Sub-Grade Preparation 4,000.00 300 Skilled Laborer 0 0.00 0 0 0 0 0 0 0 0 0 0 0 0
Unskilled Laborer 2 1.67 3.34 3.34 3.34 3.34 3.34 1.002 0 0 0 0 0 0
200 Foreman 1 2.00 2 2 2 2 2 0.6 0 0 0 0 0 0
Aggregate Subbase Course 800.00 50 Skilled Laborer 0 0.00 0 0 0 0 0 0 0 0 0 0 0 0
Unskilled Laborer 2 2.00 4 4 4 4 4 1.2 0 0 0 0 0 0
311 Foreman 1 7.14 7.14 7.14 0 7.14 7.14 2.142 0 0 0 0 7.14 0
PCCP (0.23m. Thk) 4,000.00 70 Skilled Laborer 4 7.14 28.56 28.56 0 28.56 28.56 8.568 0 0 0 0 28.56 0
Unskilled Laborer 12 7.14 85.68 85.68 0 85.68 85.68 25.704 0 0 0 0 85.68 0
A. TOTAL, PERSONNEL/MAN-DAYS 29 182 182 60 182 182 54 - - - - 121 -
B. SERVICE LIFE, DAYS 730 365 180 3 730 1 730 730 730 365 60
C. PURCHASE COST, PPh 180.55 1,012.00 400.00 23.00 245.00 63.25 602.60 1,263.85 1,083.30 506.00 169.05
D. UNIT COST/MAN-DAY (C ÷ B) 0.25 2.77 2.22 7.67 0.34 - - - - 1.39 -
E. DIRECT COST FOR PPE's (D x A (Man-days)) 44.89 166.69 403.33 1,391.50 18.27 - - - - 168.27 - 2,192.96
F. SAFETY OFFICER/PRACTITIONER (PART TIME) @ P15,000.00/MONTH (AS PER D.O. 56, S2005, consider atleast 4 hours per week ) 1,000.00
G. HEALTH PERSONNEL (FULL TIME) @ P8,400.00/MONTH (AS PER D.O. 56, S2005) 7,700.00
H. TOTAL DIRECT COST (E + F + G) 10,892.96
I. OCM (9% of E) -
J. PROFIT (8% of E) 871.44
K. VAT (12% of E + H + I) 1,411.73
L. TOTAL COST (E + H + I + J) 13,176.12
Note: Assumed Rain Coats usage, 30% of man-days
Guidelines for the Preparation of Cost Estimates for Traffic Management and Safety & Health Requirements for 155
the Construction and Maintenance of Roads, Bridges and Safety & Health Requirements for School Buildings

Detailed Unit Price Analysis


Widening Paved, PCCP, Assume 1Km. Length

ITEM NO/DESCRIPTION : B.7 - Construction Safety and Health


UNIT OF MEASUREMENT : lot
OUTPUT PER HOUR : n/a
QUANTITY : 1.00

A) MATERIALS : COST/UNIT UNIT QUANTITY UNIT RATE TOTAL COST

Safety Helmet man-day 182 0.25 44.89


Safety Shoes man-day 60 2.77 166.69
Safety Vest man-day 182 2.22 403.33
Working Gloves man-day 182 7.67 1,391.50
Rubber Boots man-day 121 1.39 168.27

Optional (if necessary)


Rain Coats (30% of the Duration) man-day 54 0.34 18.27

SUB - TOTAL (A) 2,192.96


B. LABOR COST QUANTITY Unit Total
No. of Total Man-
Personnel days Rate Cost

Safety Practitioner/ Officer (Part Time) 1.00 2.00 500.00 1,000.00


Health Personnel (Full Time) 1.00 27.50 280.00 7,700.00

SUB - TOTAL (B) 8,700.00


C. EQUIPMENT COST QUANTITY Hourly Total
No. of Equipt. Total Hours Rate Cost

- - - - -

SUB - TOTAL (C) -


D. TOTAL DIRECT COST (A + B + C) 10,892.96
E. DIRECT UNIT COST (D/Quantity) 10,892.96
F. ADD: INDIRECT COST
1. OCM ( 9% of D ) -
2. Contractor's Profit (8% of D) 871.44
3. VAT 12% 1,411.73
TOTAL INDIRECT COST 2,283.16

TOTAL COST (D + F) 13,176.12

Note: Costs as presented herein are intended only to illustrate the derivation of cost. Should there be an increase/decrease in the
cost of materials, labor, equipment and on the allowable percentage of mark-up, necessary adjustments shall be made in
accordance with the latest approved department issuances.
156

C–3 Cost of Construction Safety and Health for Bridge

C – 3.1 Checklist of Personal Protective Equipment per Type of Bridge Project


(Note: Checklist of PPEs as reflected herein are the minimum requirements only. Should the Implementing
Offices identify the need for inclusion of specialized PPEs, necessary adjustment shall be made
accordingly.)

DETAILED CALCULATIONS ON COST OF CONSTRUCTION SAFETY AND HEALTH ( BRIDGE -1 )


1. RCDG ON RC PILE FOUNDATION, L = 15.00 l.m.
NO. OF SAFETY SAFETY SAFETY WORKING DUST/GAS BODY RUBBER EYE
ITEM NO./ DESCRIPTION WORKERS RAIN COATS EAR MUFF LANYARD
PERSONNEL HELMET SHOES VEST GLOVES MASK HARNESS BOOTS GOGGLES
SUBSTRUCTURE
Forema n 1
Construction of Embankment Ski l l ed La borer 0
& Detour Road
Uns ki l l ed La borer 2
Forema n 1
Structure Excavation (AOWL) Ski l l ed La borer 0
Uns ki l l ed La borer 3
Forema n 1
RC Piles, Furnished and Ski l l ed La borer 9
Driven, 0.45x0.45 m.
Uns ki l l ed La borer 13
Forema n 1
RC Test Piles, Furnished and Ski l l ed La borer 5
Driven, 0.45x0.45 m.
Uns ki l l ed La borer 5
Forema n 1
Reinforcing Steel Bars, Gr.40 Ski l l ed La borer 2
(Substructure)
Uns ki l l ed La borer 8
Forema n 1
Concrete Class "A" Ski l l ed La borer 8
Uns ki l l ed La borer 16
SUPERSTRUCTURE
Forema n 1
Shoring/Falsework to Ski l l ed La borer 8
Superstructure
Uns ki l l ed La borer 16
Forema n 1
Concrete Railing Type "B" Ski l l ed La borer 2
Uns ki l l ed La borer 4
Forema n 1
Structural Steel (Expansion Ski l l ed La borer 1
Dam)
Uns ki l l ed La borer 2
Forema n 1
Reinforcing Steel Bars, Gr.40 Ski l l ed La borer 2
(Superstructure)
Uns ki l l ed La borer 8
Forema n 1
Concrete Class "A" Ski l l ed La borer 8
Uns ki l l ed La borer 16
Guidelines for the Preparation of Cost Estimates for Traffic Management and Safety & Health Requirements for 157
the Construction and Maintenance of Roads, Bridges and Safety & Health Requirements for School Buildings

2. PSCG ON RC PILE FOUNDATION, L = 15.00 l.m.


NO. OF SAFETY SAFETY SAFETY WORKING RAIN DUST/GAS BODY RUBBER EYE
ITEM NO./ DESCRIPTION WORKERS EAR MUFF LANYARD
PERSONNEL HELMET SHOES VEST GLOVES COATS MASK HARNESS BOOTS GOGGLES
SUBSTRUCTURE
Forema n 1
Construction of Embankment & Ski l l ed La borer 0
Detour Road
Uns ki l l ed La borer 2
Forema n 1
Structure Excavation (AOWL) Ski l l ed La borer 0
Uns ki l l ed La borer 3
Forema n 1
RC Piles, Furnished and Driven, Ski l l ed La borer 9
0.45x0.45 m.
Uns ki l l ed La borer 13
Forema n 1
RC Test Piles, Furnished and Ski l l ed La borer 5
Driven, 0.45x0.45 m.
Uns ki l l ed La borer 5
Forema n 1
Reinforcing Steel Bars, Gr.40 Ski l l ed La borer 2
(Substructure)
Uns ki l l ed La borer 8
Forema n 1
Concrete Class "A" Ski l l ed La borer 8
Uns ki l l ed La borer 16
SUPERSTRUCTURE
Forema n 1
Concrete Railing Type "B" Ski l l ed La borer 2
Uns ki l l ed La borer 4
Forema n 1
Structural Steel (Expansion Ski l l ed La borer 1
Dam)
Uns ki l l ed La borer 2
Forema n 1
Reinforcing Steel Bars, Gr.40 Ski l l ed La borer 2
(Superstructure)
Uns ki l l ed La borer 8
Forema n 1
Concrete Class "A" Ski l l ed La borer 8
Uns ki l l ed La borer 16
Forema n 1
Elastomeric Bearing Pad Ski l l ed La borer 0
Uns ki l l ed La borer 1
Forema n 1
Prestressed Concrete Girder, Ski l l ed La borer 8
L=15.00 m Uns ki l l ed La borer 8
158

3. RCDG ON BORED PILE FOUNDATION, L = 15.00 l.m.


NO. OF SAFETY SAFETY SAFETY WORKING DUST/GAS BODY RUBBER EYE
ITEM NO./ DESCRIPTION WORKERS RAIN COATS EAR MUFF LANYARD
PERSONNEL HELMET SHOES VEST GLOVES MASK HARNESS BOOTS GOGGLES
SUBSTRUCTURE
Forema n 1
Construction of Embankment & Ski l l ed La borer 0
Detour Road
Uns ki l l ed La borer 2
Forema n 1
Structure Excavation (AOWL) Ski l l ed La borer 0
Uns ki l l ed La borer 3
Forema n 1
Bored Piles, D=0.80m @ Ski l l ed La borer 14
Abutment
Uns ki l l ed La borer 23
Forema n 1
Steel Casing @ Abutments, Ski l l ed La borer 4
D=0.80m
Uns ki l l ed La borer 6
Forema n 1
Reinforcing Steel Bars, Gr.40 Ski l l ed La borer 2
(Substructure)
Uns ki l l ed La borer 8
Forema n 1
Concrete Class "A" Ski l l ed La borer 8
Uns ki l l ed La borer 16
Forema n 1
Pile Integrity Testing (P.I.T) Ski l l ed La borer 2
Uns ki l l ed La borer 2
Forema n 1
High Strain Dynamic (PDA) Ski l l ed La borer 2
Uns ki l l ed La borer 4
SUPERSTRUCTURE
Forema n 1
Shoring/Falsework to Ski l l ed La borer 8
Superstructure
Uns ki l l ed La borer 16
Forema n 1
Concrete Railing Type "B" Ski l l ed La borer 2
Uns ki l l ed La borer 4
Forema n 1
Structural Steel (Expansion Ski l l ed La borer 1
Dam)
Uns ki l l ed La borer 2
Forema n 1
Reinforcing Steel Bars, Gr.40 Ski l l ed La borer 2
(Superstructure)
Uns ki l l ed La borer 8
Forema n 1
Concrete Class "A" Ski l l ed La borer 8
Uns ki l l ed La borer 16
Guidelines for the Preparation of Cost Estimates for Traffic Management and Safety & Health Requirements for 159
the Construction and Maintenance of Roads, Bridges and Safety & Health Requirements for School Buildings

4. PSCG ON BORED PILE FOUNDATION, L = 15.00 l.m.


NO. OF SAFETY SAFETY SAFETY WORKING DUST/GAS BODY RUBBER EYE
ITEM NO./ DESCRIPTION WORKERS RAIN COATS EAR MUFF LANYARD
PERSONNEL HELMET SHOES VEST GLOVES MASK HARNESS BOOTS GOGGLES
SUBSTRUCTURE
Forema n 1
Construction of Embankment & Ski l l ed La borer 0
Detour Road
Uns ki l l ed La borer 2
Forema n 1
Structure Excavation (AOWL) Ski l l ed La borer 0
Uns ki l l ed La borer 3
Forema n 1
Bored Piles, D=0.80m @ Ski l l ed La borer 14
Abutment
Uns ki l l ed La borer 23
Forema n 1
Steel Casing @ Abutments, Ski l l ed La borer 4
D=0.80m
Uns ki l l ed La borer 6
Forema n 1
Reinforcing Steel Bars, Gr.40 Ski l l ed La borer 2
(Substructure)
Uns ki l l ed La borer 8
Forema n 1
Concrete Class "A" Ski l l ed La borer 8
Uns ki l l ed La borer 16
Forema n 1
Pile Integrity Testing (P.I.T) Ski l l ed La borer 2
Uns ki l l ed La borer 2
Forema n 1
High Strain Dynamic (PDA) Ski l l ed La borer 2
Uns ki l l ed La borer 4
SUPERSTRUCTURE
Forema n 1
Concrete Railing Type "B" Ski l l ed La borer 2
Uns ki l l ed La borer 4
Forema n 1
Structural Steel (Expansion Ski l l ed La borer 1
Dam)
Uns ki l l ed La borer 2
Forema n 1
Reinforcing Steel Bars, Gr.40 Ski l l ed La borer 2
(Superstructure)
Uns ki l l ed La borer 8
Forema n 1
Concrete Class "A" Ski l l ed La borer 8
Uns ki l l ed La borer 16
Forema n 1
Elastomeric Bearing Pad Ski l l ed La borer 0
Uns ki l l ed La borer 1
Forema n 1
Prestressed Concrete Girder, Ski l l ed La borer 8
L=15.00 m Uns ki l l ed La borer 8
160

Cost Computation
(Bridge)
C – 3.2
DETAILED CALCULATIONS ON COST OF CONSTRUCTION SAFETY AND HEALTH ( BRIDGE -1 )
1. RCDG ON RC PILE FOUNDATION, L = 15.00 l.m., with 125 C.D. Duration
OUTPUT PER NO. OF SAFETY SAFETY SAFETY WORKING DUST/GAS BODY RUBBER EYE
ITEM NO./ DESCRIPTION QUANTITY WORKERS DAYS MAN-DAYS RAIN COATS EAR MUFF LANYARD
HOUR PERSONNEL HELMET SHOES VEST GLOVES MASK HARNESS BOOTS GOGGLES
SUBSTRUCTURE
Forema n 1 2.00 2 2 2 2 2 0.6 0 0 0 0 0 0
Construction of Embankment & 1.00 0.875 Ski l l ed La borer 0 2.00 0 0 0 0 0 0 0 0 0 0 0 0
Detour Road
Uns ki l l ed La borer 2 2.00 4 4 4 4 4 1.2 0 0 0 0 0 0
Forema n 1 0.23 0.23 0.23 0.23 0.23 0.23 0.069 0 0 0 0 0 0
Structure Excavation (AOWL) 36.00 20 Ski l l ed La borer 0 0.23 0 0 0 0 0 0 0 0 0 0 0 0
Uns ki l l ed La borer 3 0.23 0.69 0.69 0.69 0.69 0.69 0.207 0 0 0 0 0 0
Forema n 1 13.99 13.99 13.99 13.99 13.99 13.99 4.197 0 0 0 0 0 0
RC Piles, Furnished and Driven, 200.00 7 & 2.4 Ski l l ed La borer 9 13.99 125.91 125.91 125.91 125.91 125.91 37.773 0 0 0 0 0 0
0.45x0.45 m.
Uns ki l l ed La borer 13 13.99 181.87 181.87 181.87 181.87 181.87 54.561 0 0 0 0 0 0
Forema n 1 3.78 3.78 3.78 3.78 3.78 3.78 1.134 0 0 0 0 0 0
RC Test Piles, Furnished and 54.00 7 & 2.4 Ski l l ed La borer 5 3.78 18.9 18.9 18.9 18.9 18.9 5.67 0 0 0 0 0 0
Driven, 0.45x0.45 m.
Uns ki l l ed La borer 5 3.78 18.9 18.9 18.9 18.9 18.9 5.67 0 0 0 0 0 0
Forema n 1 4.42 4.42 4.42 4.42 4.42 4.42 1.326 0 0 0 0 0 0
Reinforcing Steel Bars, Gr.40 6,358.00 180 Ski l l ed La borer 2 4.42 8.84 8.84 8.84 8.84 8.84 2.652 0 0 0 0 0 0
(Substructure)
Uns ki l l ed La borer 8 4.42 35.36 35.36 35.36 35.36 35.36 10.608 0 0 0 0 0 0
Forema n 1 10.19 10.19 10.19 10.19 10.19 3.057 0 0 0 0 10.19 0
Concrete Class "A" 42.90 0.526 Ski l l ed La borer 8 10.19 81.52 81.52 81.52 81.52 24.456 0 0 0 0 81.52 0
Uns ki l l ed La borer 16 10.19 163.04 163.04 163.04 163.04 48.912 0 0 0 0 163.04 0
SUPERSTRUCTURE
Forema n 1 5.00 5 5 5 5 5 1.5 0 0 0 0 0 0
Shoring/Falsework to 15.00 0.375 Ski l l ed La borer 8 5.00 40 40 40 40 40 12 0 0 40 40 0 0
Superstructure
Uns ki l l ed La borer 16 5.00 80 80 80 80 80 24 0 0 80 80 0 0
Forema n 1 6.00 6 6 6 6 6 1.8 0 0 0 0 0 0
Concrete Railing Type "B" 30.00 0.625 Ski l l ed La borer 2 6.00 12 12 12 12 12 3.6 0 0 0 0 0 0
Uns ki l l ed La borer 4 6.00 24 24 24 24 24 7.2 0 0 0 0 0 0
Forema n 1 0.19 0.19 0.19 0.19 0.19 0.19 0.057 0 0 0 0 0 0
Structural Steel (Expansion 756.00 500 Ski l l ed La borer 1 0.19 0.19 0.19 0.19 0.19 0.19 0.057 0 0 0 0 0 0
Dam)
Uns ki l l ed La borer 2 0.19 0.38 0.38 0.38 0.38 0.38 0.114 0 0 0 0 0 0
Forema n 1 8.29 8.29 8.29 8.29 8.29 8.29 2.487 0 0 0 0 0 0
Reinforcing Steel Bars, Gr.40 11,936.00 180 Ski l l ed La borer 2 8.29 16.58 16.58 16.58 16.58 16.58 4.974 0 0 0 0 0 0
(Superstructure)
Uns ki l l ed La borer 8 8.29 66.32 66.32 66.32 66.32 66.32 19.896 0 0 0 0 0 0
Forema n 1 15.07 15.07 15.07 15.07 15.07 4.521 0 0 0 0 15.07 0
Concrete Class "A" 57.40 0.476 Ski l l ed La borer 8 15.07 120.56 120.56 120.56 120.56 36.168 0 0 0 0 120.56 0
Uns ki l l ed La borer 16 15.07 241.12 241.12 241.12 241.12 72.336 0 0 0 0 241.12 0
A. TOTAL, PERSONNEL/MAN-DAYS 149 1309 1,309 678 1,309 1,309 393 - - 120 120 632 -
B. SERVICE LIFE, DAYS 730 365 180 3 730 1 730 730 730 365 60
C. PURCHASE COST, PPh 180.55 1,012.00 400.00 23.00 245.00 63.25 602.60 1,263.85 1,083.30 506.00 169.05
D. UNIT COST/MAN-DAY (C ÷ B) 0.25 2.77 2.22 7.67 0.34 - - 1.73 1.48 1.39 -
E. DIRECT COST FOR PPE's (D x A (Man-days)) 323.84 1,879.38 2,909.64 10,038.27 131.83 - - 207.76 178.08 875.45 - 16,544.25
F. SAFETY OFFICER/PRACTITIONER (PART TIME) @ P15,000.00/MONTH (AS PER D.O. 56, S2005, consider atleast 4 hours per week ) 4,500.00
G. HEALTH PERSONNEL (FULL TIME) @ P8,400.00/MONTH (AS PER D.O. 56, S2005) 35,000.00
H. TOTAL DIRECT COST (E + F + G) 56,044.25
I. OCM (9% of E) -
J. PROFIT (8% of E) 4,483.54
K. VAT (12% of E + H + I) 7,263.33
L. TOTAL COST (E + H + I + J) 67,791.12
the Construction and Maintenance of Roads, Bridges and Safety & Health Requirements for School Buildings
Guidelines for the Preparation of Cost Estimates for Traffic Management and Safety & Health Requirements for

Note: Assumed Rain Coats usage, 30% of man-days


161
162

Detailed Unit Price Analysis


RCDG ON RC PILE FOUNDATION, L = 15.00 l.m.

ITEM NO/DESCRIPTION : B.7 - Construction Safety and Health


UNIT OF MEASUREMENT : lot
OUTPUT PER HOUR : n/a
QUANTITY : 1.00

A) MATERIALS : COST/UNIT UNIT QUANTITY UNIT RATE TOTAL COST

Safety Helmet man-day 1,309 0.25 323.84


Safety Shoes man-day 678 2.77 1,879.38
Safety Vest man-day 1,309 2.22 2,909.64
Working Gloves man-day 1,309 7.67 10,038.27
Rubber Boots man-day 632 1.39 875.45
Body Harness man-day 120 1.73 207.76
Lanyard man-day 120 1.48 178.08

Optional (if necessary)


Rain Coats (30% of the Duration) man-day 393 0.34 131.83

SUB - TOTAL (A) 16,544.25


B. LABOR COST QUANTITY Unit Total
No. of Total Man-
Personnel days Rate Cost

Safety Practitioner/ Officer (Part Time) 1.00 9.00 500.00 4,500.00


Health Personnel (Full Time) 1.00 125.00 280.00 35,000.00

SUB - TOTAL (B) 39,500.00


C. EQUIPMENT COST QUANTITY Hourly Total
No. of Equipt. Total Hours Rate Cost

- - - - -

SUB - TOTAL (C) -


D. TOTAL DIRECT COST (A + B + C) 56,044.25
E. DIRECT UNIT COST (D/Quantity) 56,044.25
F. ADD: INDIRECT COST
1. OCM ( 9% of D ) -
2. Contractor's Profit (8% of D) 4,483.54
3. VAT 12% 7,263.33
TOTAL INDIRECT COST 11,746.87

TOTAL COST (D + F) 67,791.12

Note: Costs as presented herein are intended only to illustrate the derivation of cost. Should there be an increase/decrease in the
cost of materials, labor, equipment and on the allowable percentage of mark-up, necessary adjustments shall be made in
accordance with the latest approved department issuances.
DETAILED CALCULATIONS ON COST OF CONSTRUCTION SAFETY AND HEALTH ( BRIDGE -2 )
2. PSCG ON RC PILE FOUNDATION, L = 15.00 l.m., with 140 C.D. Duration
OUTPUT PER NO. OF SAFETY SAFETY SAFETY WORKING DUST/GAS BODY RUBBER EYE
ITEM NO./ DESCRIPTION QUANTITY WORKERS DAYS MAN-DAYS RAIN COATS EAR MUFF LANYARD
HOUR PERSONNEL HELMET VEST SHOES GLOVES MASK HARNESS BOOTS GOGGLES
SUBSTRUCTURE
Forema n 1 2.00 2.00 2.00 2.00 2.00 2.00 0.60 0 0 0 0 0 0
Construction of Embankment & 1.00 0.875 Ski l l ed La borer 0 2.00 0 0 0 0.00 0 0 0 0 0 0 0 0
Detour Road
Uns ki l l ed La borer 2 2.00 4.00 4.00 4.00 4.00 4.00 1.20 0 0 0 0 0 0
Forema n 1 0.23 0.23 0.23 0.23 0.23 0.23 0.069 0 0 0 0 0 0
Structure Excavation (AOWL) 36.00 20 Ski l l ed La borer 0 0.23 0 0 0 0.00 0 0 0 0 0 0 0 0
Uns ki l l ed La borer 3 0.23 0.69 0.69 0.69 0.69 0.69 0.207 0 0 0 0 0 0
Forema n 1 13.99 13.99 13.99 13.99 13.99 13.99 4.197 0 0 0 0 0 0
RC Piles, Furnished and Driven, 200.00 7 & 2.4 Ski l l ed La borer 9 13.99 125.91 125.91 125.91 125.91 125.91 37.773 0 0 0 0 0 0
0.45x0.45 m.
Uns ki l l ed La borer 13 13.99 181.87 181.87 181.87 181.87 181.87 54.561 0 0 0 0 0 0
Forema n 1 3.78 3.78 3.78 3.78 3.78 3.78 1.134 0 0 0 0 0 0
RC Test Piles, Furnished and 54.00 7 & 2.4 Ski l l ed La borer 5 3.78 18.9 18.9 18.9 18.90 18.9 5.67 0 0 0 0 0 0
Driven, 0.45x0.45 m.
Uns ki l l ed La borer 5 3.78 18.9 18.9 18.9 18.90 18.9 5.67 0 0 0 0 0 0
Forema n 1 5.74 5.74 5.74 5.74 5.74 5.74 1.722 0 0 0 0 0 0
Reinforcing Steel Bars, Gr.40 8,272.00 180 Ski l l ed La borer 2 5.74 11.48 11.48 11.48 11.48 11.48 3.444 0 0 0 0 0 0
(Substructure)
Uns ki l l ed La borer 8 5.74 45.92 45.92 45.92 45.92 45.92 13.776 0 0 0 0 0 0
Forema n 1 10.81 10.81 10.81 10.81 0.00 10.81 3.243 0 0 0 0 10.81 0
Concrete Class "A" 45.50 0.526 Ski l l ed La borer 8 10.81 86.48 86.48 86.48 0.00 86.48 25.944 0 0 0 0 86.48 0
Uns ki l l ed La borer 16 10.81 172.96 172.96 172.96 0.00 172.96 51.888 0 0 0 0 172.96 0
SUPERSTRUCTURE
Forema n 1 6.00 6 6 6 6.00 6 1.8 0 0 0 0 0 0
Concrete Railing Type "B" 30.00 0.625 Ski l l ed La borer 2 6.00 12 12 12 12.00 12 3.6 0 0 12 12 0 0
Uns ki l l ed La borer 4 6.00 24 24 24 24.00 24 7.2 0 0 24 24 0 0
Forema n 1 0.19 0.19 0.19 0.19 0.19 0.19 0.057 0 0 0 0 0 0
Structural Steel (Expansion 756.00 500 Ski l l ed La borer 1 0.19 0.19 0.19 0.19 0.19 0.19 0.057 0 0 0 0 0 0
Dam)
Uns ki l l ed La borer 2 0.19 0.38 0.38 0.38 0.38 0.38 0.114 0 0 0 0 0 0
Forema n 1 3.88 3.88 3.88 3.88 3.88 3.88 1.164 0 0 0 0 0 0
Reinforcing Steel Bars, Gr.40 5,589.75 180 Ski l l ed La borer 2 3.88 7.76 7.76 7.76 7.76 7.76 2.328 0 0 0 0 0 0
(Superstructure)
Uns ki l l ed La borer 8 3.88 31.04 31.04 31.04 31.04 31.04 9.312 0 0 0 0 0 0
Forema n 1 8.78 8.78 8.78 8.78 0.00 8.78 2.634 0 0 0 0 8.78 0
Concrete Class "A" 33.45 0.476 Ski l l ed La borer 8 8.78 70.24 70.24 70.24 0.00 70.24 21.072 0 0 0 0 70.24 0
Uns ki l l ed La borer 16 8.78 140.48 140.48 140.48 0.00 140.48 42.144 0 0 0 0 140.48 0
Forema n 1 1.00 1 1 1 1.00 1 0.3 0 0 0 0 1 0
Elastomeric Bearing Pad 8.00 1 Ski l l ed La borer 0 1.00 0 0 0 0.00 0 0 0 0 0 0 0 0
Uns ki l l ed La borer 1 1.00 1 1 1 1.00 1 0.3 0 0 0 0 1 0
Forema n 1 2.00 2 2 2 0.00 2 0.6 0 0 0 0 2 0
Prestressed Concrete Girder, 4.00 0.25 Ski l l ed La borer 8 2.00 16 16 16 0.00 16 4.8 0 0 0 0 16 0
L=15.00 m
Uns ki l l ed La borer 8 2.00 16 16 16 0.00 16 4.8 0 0 0 0 16 0
A. TOTAL, PERSONNEL/MAN-DAYS 143 1045 1045 1045 521 1045 313 0 0 36 36 526 0
B. SERVICE LIFE, DAYS 730 180 365 3 730 1 730 730 730 365 60
C. PURCHASE COST, PPh 180.55 400.00 1,012.00 23.00 245.00 63.25 602.60 1,263.85 1,083.30 506.00 169.05
D. UNIT COST/MAN-DAY (C ÷ B) 0.25 2.22 2.77 7.67 0.34 - - 1.73 1.48 1.39 -
E. DIRECT COST FOR PPE's (D x A (Man-days)) 258.36 2,321.33 1,444.11 8,008.60 105.18 - - 62.33 53.42 728.85 - 12,982.18
F. SAFETY OFFICER/PRACTITIONER (PART TIME) @ P15,000.00/MONTH (AS PER D.O. 56, S2005, consider atleast 4 hours per week ) 5,000.00
the Construction and Maintenance of Roads, Bridges and Safety & Health Requirements for School Buildings
Guidelines for the Preparation of Cost Estimates for Traffic Management and Safety & Health Requirements for

G. HEALTH PERSONNEL (FULL TIME) @ P8,400.00/MONTH (AS PER D.O. 56, S2005) 39,200.00
H. TOTAL DIRECT COST (E + F + G) 57,182.18
I. OCM (9% of E) -
J. PROFIT (8% of E) 4,574.57
K. VAT (12% of E + H + I) 7,410.81
L. TOTAL COST (E + H + I + J) 69,167.56
Note: Assumed Rain Coats usage, 30% of man-days
163
164

Detailed Unit Price Analysis


PSCG ON RC PILE FOUNDATION, L = 15.00 l.m.

ITEM NO/DESCRIPTION : B.7 - Construction Safety and Health


UNIT OF MEASUREMENT : lot
OUTPUT PER HOUR : n/a
QUANTITY : 1.00

A) MATERIALS : COST/UNIT UNIT QUANTITY UNIT RATE TOTAL COST

Safety Helmet man-day 1,045 0.25 258.36


Safety Shoes man-day 521 2.77 1,444.11
Safety Vest man-day 1,045 2.22 2,321.33
Working Gloves man-day 1,045 7.67 8,008.60
Rubber Boots man-day 526 1.39 728.85
Body Harness man-day 36 1.73 62.33
Lanyard man-day 36 1.48 53.42

Optional (if necessary)


Rain Coats (30% of the Duration) man-day 313 0.34 105.18

SUB - TOTAL (A) 12,982.18


B. LABOR COST QUANTITY Unit Total
No. of Total Man-
Personnel days Rate Cost

Safety Practitioner/ Officer (Part Time) 1.00 10.00 500.00 5,000.00


Health Personnel (Full Time) 1.00 140.00 280.00 39,200.00

SUB - TOTAL (B) 44,200.00


C. EQUIPMENT COST QUANTITY Hourly Total
No. of Equipt. Total Hours Rate Cost

- - - - -

SUB - TOTAL (C) -


D. TOTAL DIRECT COST (A + B + C) 57,182.18
E. DIRECT UNIT COST (D/Quantity) 57,182.18
F. ADD: INDIRECT COST
1. OCM ( 9% of D ) -
2. Contractor's Profit (8% of D) 4,574.57
3. VAT 12% 7,410.81
TOTAL INDIRECT COST 11,985.38

TOTAL COST (D + F) 69,167.56

Note: Costs as presented herein are intended only to illustrate the derivation of cost. Should there be an increase/decrease in the
cost of materials, labor, equipment and on the allowable percentage of mark-up, necessary adjustments shall be made in
accordance with the latest approved department issuances.
DETAILED CALCULATIONS ON COST OF CONSTRUCTION SAFETY AND HEALTH ( BRIDGE -3 )
3. RCDG ON BORED PILE FOUNDATION, L = 15.00 l.m., with 105 C.D. Duration
OUTPUT PER NO. OF SAFETY SAFETY SAFETY WORKING DUST/GAS BODY RUBBER EYE
ITEM NO./ DESCRIPTION QUANTITY WORKERS DAYS MAN-DAYS RAIN COATS EAR MUFF LANYARD
HOUR PERSONNEL HELMET SHOES VEST GLOVES MASK HARNESS BOOTS GOGGLES
SUBSTRUCTURE
Forema n 1 2.00 2.00 2.00 2.00 2.00 2.00 0.60 0 0 0 0 0 0
Construction of Embankment & 1.00 0.875 Ski l l ed La borer 0 2.00 0 0 0 0 0 0 0 0 0 0 0 0
Detour Road
Uns ki l l ed La borer 2 2.00 4.00 4.00 4.00 4.00 4.00 1.20 0 0 0 0 0 0
Forema n 1 0.23 0.23 0.23 0.23 0.23 0.23 0.069 0 0 0 0 0 0
Structure Excavation (AOWL) 36.00 20 Ski l l ed La borer 0 0.23 0 0 0 0 0 0 0 0 0 0 0 0
Uns ki l l ed La borer 3 0.23 0.69 0.69 0.69 0.69 0.69 0.207 0 0 0 0 0 0
Forema n 1 11.47 11.47 11.47 11.47 11.47 11.47 3.441 0 0 0 0 0 0
Bored Piles, D=0.80m @ 100.00 1.09 Ski l l ed La borer 14 11.47 160.58 160.58 160.58 160.58 160.58 48.174 0 0 0 0 0 0
Abutment
Uns ki l l ed La borer 23 11.47 263.81 263.81 263.81 263.81 263.81 79.143 0 0 0 0 0 0
Forema n 1 1.50 1.5 1.5 1.5 1.5 1.5 0.45 0 0 0 0 0 0
Steel Casing @ Abutments, 24.00 2 Ski l l ed La borer 4 1.50 6 6 6 6 6 1.8 0 0 0 0 0 0
D=0.80m
Uns ki l l ed La borer 6 1.50 9 9 9 9 9 2.7 0 0 0 0 0 0
Forema n 1 5.74 5.74 5.74 5.74 5.74 5.74 1.722 0 0 0 0 0 0
Reinforcing Steel Bars, Gr.40 8,272.00 180 Ski l l ed La borer 2 5.74 11.48 11.48 11.48 11.48 11.48 3.444 0 0 0 0 0 0
(Substructure)
Uns ki l l ed La borer 8 5.74 45.92 45.92 45.92 45.92 45.92 13.776 0 0 0 0 0 0
Forema n 1 10.81 10.81 10.81 0 10.81 10.81 3.243 0 0 0 0 10.81 0
Concrete Class "A" 45.50 0.526 Ski l l ed La borer 8 10.81 86.48 86.48 0 86.48 86.48 25.944 0 0 0 0 86.48 0
Uns ki l l ed La borer 16 10.81 172.96 172.96 0 172.96 172.96 51.888 0 0 0 0 172.96 0
Forema n 1 0.25 0.25 0.25 0.25 0.25 0.25 0.075 0 0 0 0 0 0
Pile Integrity Testing (P.I.T) 2.00 1 Ski l l ed La borer 2 0.25 0.5 0.5 0.5 0.5 0.5 0.15 0 0 0 0 0 0
Uns ki l l ed La borer 2 0.25 0.5 0.5 0.5 0.5 0.5 0.15 0 0 0 0 0 0
Forema n 1 4.00 4 4 4 4 4 1.2 0 0 0 0 0 0
High Strain Dynamic (PDA) 1.00 0.03125 Ski l l ed La borer 2 4.00 8 8 8 8 8 2.4 0 0 0 0 0 0
Uns ki l l ed La borer 4 4.00 16 16 16 16 16 4.8 0 0 0 0 0 0
SUPERSTRUCTURE
Forema n 1 5.00 5 5 5 5 5 1.5 0 0 0 0 0 0
Shoring/Falsework to 15.00 0.375 Ski l l ed La borer 8 5.00 40 40 40 40 40 12 0 0 40 40 0 0
Superstructure
Uns ki l l ed La borer 16 5.00 80 80 80 80 80 24 0 0 80 80 0 0
Forema n 1 6.00 6 6 6 6 6 1.8 0 0 0 0 0 0
Concrete Railing Type "B" 30.00 0.625 Ski l l ed La borer 2 6.00 12 12 12 12 12 3.6 0 0 0 0 0 0
Uns ki l l ed La borer 4 6.00 24 24 24 24 24 7.2 0 0 0 0 0 0
Forema n 1 0.19 0.19 0.19 0.19 0.19 0.19 0.057 0 0 0 0 0 0
Structural Steel (Expansion 756.00 500 Ski l l ed La borer 1 0.19 0.19 0.19 0.19 0.19 0.19 0.057 0 0 0 0 0 0
Dam)
Uns ki l l ed La borer 2 0.19 0.38 0.38 0.38 0.38 0.38 0.114 0 0 0 0 0 0
Forema n 1 8.29 8.29 8.29 8.29 8.29 8.29 2.487 0 0 0 0 0 0
Reinforcing Steel Bars, Gr.40 11,936.00 180 Ski l l ed La borer 2 8.29 16.58 16.58 16.58 16.58 16.58 4.974 0 0 0 0 0 0
(Superstructure)
Uns ki l l ed La borer 8 8.29 66.32 66.32 66.32 66.32 66.32 19.896 0 0 0 0 0 0
Forema n 1 15.07 15.07 15.07 15.07 15.07 4.521 0 0 0 0 15.07 0
Concrete Class "A" 57.40 0.476 Ski l l ed La borer 8 15.07 120.56 120.56 120.56 120.56 36.168 0 0 0 0 120.56 0
Uns ki l l ed La borer 16 15.07 241.12 241.12 241.12 241.12 72.336 0 0 0 0 241.12 0
A. TOTAL, PERSONNEL/MAN-DAYS 176 1458 1,458 811 1,458 1,458 437 - - 120 120 647 -
B. SERVICE LIFE, DAYS 730 365 180 3 730 1 730 730 730 365 60
C. PURCHASE COST, PPh 180.55 1,012.00 400.00 23.00 245.00 63.25 602.60 1,263.85 1,083.30 506.00 169.05
D. UNIT COST/MAN-DAY (C ÷ B) 0.25 2.77 2.22 7.67 0.34 - - 1.73 1.48 1.39 -
E. DIRECT COST FOR PPE's (D x A (Man-days)) 360.51 2,247.53 3,239.16 11,175.09 146.76 - - 207.76 178.08 896.94 - 18,451.81
the Construction and Maintenance of Roads, Bridges and Safety & Health Requirements for School Buildings
Guidelines for the Preparation of Cost Estimates for Traffic Management and Safety & Health Requirements for

F. SAFETY OFFICER/PRACTITIONER (PART TIME) @ P15,000.00/MONTH (AS PER D.O. 56, S2005, consider atleast 4 hours per week ) 4,000.00
G. HEALTH PERSONNEL (FULL TIME) @ P8,400.00/MONTH (AS PER D.O. 56, S2005) 29,400.00
H. TOTAL DIRECT COST (E + F + G) 51,851.81
I. OCM (9% of E) -
J. PROFIT (8% of E) 4,148.14
K. VAT (12% of E + H + I) 6,719.99
L. TOTAL COST (E + H + I + J) 62,719.95
165

Note: Assumed Rain Coats usage, 30% of man-days


166

Detailed Unit Price Analysis


RCDG ON BORED PILE FOUNDATION, L = 15.00 l.m.

ITEM NO/DESCRIPTION : B.7 - Construction Safety and Health


UNIT OF MEASUREMENT : lot
OUTPUT PER HOUR : n/a
QUANTITY : 1.00

A) MATERIALS : COST/UNIT UNIT QUANTITY UNIT RATE TOTAL COST

Safety Helmet man-day 1,458 0.25 360.51


Safety Shoes man-day 811 2.77 2,247.53
Safety Vest man-day 1,458 2.22 3,239.16
Working Gloves man-day 1,458 7.67 11,175.09
Rubber Boots man-day 647 1.39 896.94
Body Harness man-day 120 1.73 207.76
Lanyard man-day 120 1.48 178.08

Optional (if necessary)


Rain Coats (30% of the Duration) man-day 437 0.34 146.76

SUB - TOTAL (A) 18,451.81


B. LABOR COST QUANTITY Unit Total
No. of Total Man-
Personnel days Rate Cost

Safety Practitioner/ Officer (Part Time) 1.00 8.00 500.00 4,000.00


Health Personnel (Full Time) 1.00 105.00 280.00 29,400.00

SUB - TOTAL (B) 33,400.00


C. EQUIPMENT COST QUANTITY Hourly Total
No. of Equipt. Total Hours Rate Cost

- - - - -

SUB - TOTAL (C) -


D. TOTAL DIRECT COST (A + B + C) 51,851.81
E. DIRECT UNIT COST (D/Quantity) 51,851.81
F. ADD: INDIRECT COST
1. OCM ( 9% of D ) -
2. Contractor's Profit (8% of D) 4,148.14
3. VAT 12% 6,719.99
TOTAL INDIRECT COST 10,868.14

TOTAL COST (D + F) 62,719.95

Note: Costs as presented herein are intended only to illustrate the derivation of cost. Should there be an increase/decrease in the
cost of materials, labor, equipment and on the allowable percentage of mark-up, necessary adjustments shall be made in
accordance with the latest approved department issuances.
DETAILED CALCULATIONS ON COST OF CONSTRUCTION SAFETY AND HEALTH ( BRIDGE - 4 )
4. PSCG ON BORED PILE FOUNDATION, L = 15.00 l.m., with 105 C.D. Duration
OUTPUT PER NO. OF SAFETY SAFETY SAFETY WORKING DUST/GAS BODY RUBBER EYE
ITEM NO./ DESCRIPTION QUANTITY WORKERS DAYS MAN-DAYS RAIN COATS EAR MUFF LANYARD
HOUR PERSONNEL HELMET SHOES VEST GLOVES MASK HARNESS BOOTS GOGGLES
SUBSTRUCTURE
Forema n 1 2.00 2.00 2.00 2.00 2.00 2.00 0.60 0 0 0 0 0 0
Construction of Embankment & 1.00 0.875 Ski l l ed La borer 0 2.00 0 0 0 0 0 0 0 0 0 0 0 0
Detour Road
Uns ki l l ed La borer 2 2.00 4.00 4.00 4.00 4.00 4.00 1.20 0 0 0 0 0 0
Forema n 1 0.23 0.23 0.23 0.23 0.23 0.23 0.069 0 0 0 0 0 0
Structure Excavation (AOWL) 36.00 20 Ski l l ed La borer 0 0.23 0 0 0 0 0 0 0 0 0 0 0 0
Uns ki l l ed La borer 3 0.23 0.69 0.69 0.69 0.69 0.69 0.207 0 0 0 0 0 0
Forema n 1 11.47 11.47 11.47 11.47 11.47 11.47 3.441 0 0 0 0 0 0
Bored Piles, D=0.80m @ 100.00 1.09 Ski l l ed La borer 14 11.47 160.58 160.58 160.58 160.58 160.58 48.174 0 0 0 0 0 0
Abutment
Uns ki l l ed La borer 23 11.47 263.81 263.81 263.81 263.81 263.81 79.143 0 0 0 0 0 0
Forema n 1 1.50 1.5 1.5 1.5 1.5 1.5 0.45 0 0 0 0 0 0
Steel Casing @ Abutments, 24.00 2 Ski l l ed La borer 4 1.50 6 6 6 6 6 1.8 0 0 0 0 0 0
D=0.80m
Uns ki l l ed La borer 6 1.50 9 9 9 9 9 2.7 0 0 0 0 0 0
Forema n 1 5.74 5.74 5.74 5.74 5.74 5.74 1.722 0 0 0 0 0 0
Reinforcing Steel Bars, Gr.40 8,272.00 180 Ski l l ed La borer 2 5.74 11.48 11.48 11.48 11.48 11.48 3.444 0 0 0 0 0 0
(Substructure)
Uns ki l l ed La borer 8 5.74 45.92 45.92 45.92 45.92 45.92 13.776 0 0 0 0 0 0
Forema n 1 10.81 10.81 10.81 0 10.81 10.81 3.243 0 0 0 0 10.81 0
Concrete Class "A" 45.50 0.526 Ski l l ed La borer 8 10.81 86.48 86.48 0 86.48 86.48 25.944 0 0 0 0 86.48 0
Uns ki l l ed La borer 16 10.81 172.96 172.96 0 172.96 172.96 51.888 0 0 0 0 172.96 0
Forema n 1 0.25 0.25 0.25 0.25 0.25 0.25 0.075 0 0 0 0 0 0
Pile Integrity Testing (P.I.T) 2.00 1 Ski l l ed La borer 2 0.25 0.5 0.5 0.5 0.5 0.5 0.15 0 0 0 0 0 0
Uns ki l l ed La borer 2 0.25 0.5 0.5 0.5 0.5 0.5 0.15 0 0 0 0 0 0
Forema n 1 4.00 4 4 4 4 4 1.2 0 0 0 0 0 0
High Strain Dynamic (PDA) 1.00 0.03125 Ski l l ed La borer 2 4.00 8 8 8 8 8 2.4 0 0 0 0 0 0
Uns ki l l ed La borer 4 4.00 16 16 16 16 16 4.8 0 0 0 0 0 0
SUPERSTRUCTURE
Forema n 1 6.00 6 6 6 6 6 1.8 0 0 0 0 0 0
Concrete Railing Type "B" 30.00 0.625 Ski l l ed La borer 2 6.00 12 12 12 12 12 3.6 0 0 12 12 0 0
Uns ki l l ed La borer 4 6.00 24 24 24 24 24 7.2 0 0 24 24 0 0
Forema n 1 0.19 0.19 0.19 0.19 0.19 0.19 0.057 0 0 0 0 0 0
Structural Steel (Expansion 756.00 500 Ski l l ed La borer 1 0.19 0.19 0.19 0.19 0.19 0.19 0.057 0 0 0 0 0 0
Dam)
Uns ki l l ed La borer 2 0.19 0.38 0.38 0.38 0.38 0.38 0.114 0 0 0 0 0 0
Forema n 1 3.88 3.88 3.88 3.88 3.88 3.88 1.164 0 0 0 0 0 0
Reinforcing Steel Bars, Gr.40 5,589.75 180 Ski l l ed La borer 2 3.88 7.76 7.76 7.76 7.76 7.76 2.328 0 0 0 0 0 0
(Superstructure)
Uns ki l l ed La borer 8 3.88 31.04 31.04 31.04 31.04 31.04 9.312 0 0 0 0 0 0
Forema n 1 8.78 8.78 8.78 0 8.78 8.78 2.634 0 0 0 0 8.78 0
Concrete Class "A" 33.45 0.476 Ski l l ed La borer 8 8.78 70.24 70.24 0 70.24 70.24 21.072 0 0 0 0 70.24 0
Uns ki l l ed La borer 16 8.78 140.48 140.48 0 140.48 140.48 42.144 0 0 0 0 140.48 0
Forema n 1 1.00 1 1 1 1 1 0.3 0 0 0 0 0 0
Elastomeric Bearing Pad 8.00 1 Ski l l ed La borer 0 1.00 0 0 0 0 0 0 0 0 0 0 0 0
Uns ki l l ed La borer 1 1.00 1 1 1 1 1 0.3 0 0 0 0 0 0
Forema n 1 2.00 2 2 0 2 2 0.6 0 0 0 0 2 0
Prestressed Concrete Girder, 4.00 0.25 Ski l l ed La borer 8 2.00 16 16 0 16 16 4.8 0 0 0 0 16 0
L=15.00 m
Uns ki l l ed La borer 8 2.00 16 16 0 16 16 4.8 0 0 0 0 16 0
A. TOTAL, PERSONNEL/MAN-DAYS 170 1163 1,163 639 1,163 1,163 349 - - 36 36 524 -
B. SERVICE LIFE, DAYS 730 365 180 3 730 1 730 730 730 365 60
C. PURCHASE COST, PPh 180.55 1,012.00 400.00 23.00 245.00 63.25 602.60 1,263.85 1,083.30 506.00 169.05
D. UNIT COST/MAN-DAY (C ÷ B) 0.25 2.77 2.22 7.67 0.34 - - 1.73 1.48 1.39 -
E. DIRECT COST FOR PPE's (D x A (Man-days)) 287.61 1,772.00 2,584.13 8,915.26 117.08 - - 62.33 53.42 726.08 - 14,517.91
F. SAFETY OFFICER/PRACTITIONER (PART TIME) @ P15,000.00/MONTH (AS PER D.O. 56, S2005, consider atleast 4 hours per week ) 4,000.00
G. HEALTH PERSONNEL (FULL TIME) @ P8,400.00/MONTH (AS PER D.O. 56, S2005) 29,400.00
H. TOTAL DIRECT COST (E + F + G) 47,917.91
the Construction and Maintenance of Roads, Bridges and Safety & Health Requirements for School Buildings
Guidelines for the Preparation of Cost Estimates for Traffic Management and Safety & Health Requirements for

I. OCM (9% of E) -
J. PROFIT (8% of E) 3,833.43
K. VAT (12% of E + H + I) 6,210.16
L. TOTAL COST (E + H + I + J) 57,961.50
Note: Assumed Rain Coats usage, 30% of man-days
167
168

Detailed Unit Price Analysis


PSCG ON BORED PILE FOUNDATION, L = 15.00 l.m.

ITEM NO/DESCRIPTION : B.7 - Construction Safety and Health


UNIT OF MEASUREMENT : lot
OUTPUT PER HOUR : n/a
QUANTITY : 1.00

A) MATERIALS : COST/UNIT UNIT QUANTITY UNIT RATE TOTAL COST

Safety Helmet man-day 1,163 0.25 287.61


Safety Shoes man-day 639 2.77 1,772.00
Safety Vest man-day 1,163 2.22 2,584.13
Working Gloves man-day 1,163 7.67 8,915.26
Rubber Boots man-day 524 1.39 726.08
Body Harness man-day 36 1.73 62.33
Lanyard man-day 36 1.48 53.42

Optional (if necessary)


Rain Coats (30% of the Duration) man-day 349 0.34 117.08

SUB - TOTAL (A) 14,517.91


B. LABOR COST QUANTITY Unit Total
No. of Total Man-
Personnel days Rate Cost

Safety Practitioner/ Officer (Part Time) 1.00 8.00 500.00 4,000.00


Health Personnel (Full Time) 1.00 105.00 280.00 29,400.00

SUB - TOTAL (B) 33,400.00


C. EQUIPMENT COST QUANTITY Hourly Total
No. of Equipt. Total Hours Rate Cost

- - - - -

SUB - TOTAL (C) -


D. TOTAL DIRECT COST (A + B + C) 47,917.91
E. DIRECT UNIT COST (D/Quantity) 47,917.91
F. ADD: INDIRECT COST
1. OCM ( 9% of D ) -
2. Contractor's Profit (8% of D) 3,833.43
3. VAT 12% 6,210.16
TOTAL INDIRECT COST 10,043.59

TOTAL COST (D + F) 57,961.50

Note: Costs as presented herein are intended only to illustrate the derivation of cost. Should there be an increase/decrease in the
cost of materials, labor, equipment and on the allowable percentage of mark-up, necessary adjustments shall be made in
accordance with the latest approved department issuances.
Guidelines for the Preparation of Cost Estimates for Traffic Management and Safety & Health Requirements for 169
the Construction and Maintenance of Roads, Bridges and Safety & Health Requirements for School Buildings

Cost of Construction Safety


& Health for Buildings

C-4
170

C - 4.1 Construction Safety Signage for Building Construction


Building Construction Dimension Estimated Cost per
Materials
Safety Signage (Width X Height ,feet) Signage

Proper PPE Signage


4' X 8' 506.37

a.) Tarpaulin

b.) 1/2 " Plywood (Back Frame)

c.) Miscellaneous (Nails, Tie Wires


as hangers, etc.)

Safety First (SF-1) 4' x 4' 270.87

Safety First (SF-2) 3' x 2' 123.68


Building Construction Dimension Estimated Cost per
Materials
Safety Signage (Width X Height ,feet) Signage

Hard Hat Area 3' x 2' 123.68

Danger Deep Excavation


3' x 2' 123.68

a.) Tarpaulin

Beware Falling Debris b.) 1/2 " Plywood (Back Frame)


3' x 2' 123.68
c.) Miscellaneous (Nails, Tie Wires
as hangers, etc.)

Construction Entrance
3' x 2' 123.68

Construction Exit
3' x 2' 123.68
the Construction and Maintenance of Roads, Bridges and Safety & Health Requirements for School Buildings
Guidelines for the Preparation of Cost Estimates for Traffic Management and Safety & Health Requirements for
171
172

Building Construction Dimension Estimated Cost per


Materials
Safety Signage (Width X Height ,feet) Signage

Safety Harness Required


3' x 2' 123.68

Welding /Hot Work Area


3' x 2' 123.68

a.) Tarpaulin
Authorized Personnel Only 3' x 2' 123.68
b.) 1/2 " Plywood (Back Frame)

c.) Miscellaneous (Nails, Tie Wires


as hangers, etc.)

Fall Hazard 2' X 3' 123.68

Temporary Materials
3' x 2' 123.68
Stacking Area
Building Construction Dimension Estimated Cost per
Materials
Safety Signage (Width X Height ,feet) Signage

Exit (E-1) 3' x 2' 123.68


a.) Tarpaulin

b.) 1/2 " Plywood (Back Frame)

c.) Miscellaneous (Nails, Tie Wires


as hangers, etc.)
Exit (E-2) 3' x 2' 123.68
the Construction and Maintenance of Roads, Bridges and Safety & Health Requirements for School Buildings
Guidelines for the Preparation of Cost Estimates for Traffic Management and Safety & Health Requirements for
173
174

Construction Safety
Requirements for Standard
School Buildings
C – 4.2
Guidelines for the Preparation of Cost Estimates for Traffic Management and Safety & Health Requirements for 175
the Construction and Maintenance of Roads, Bridges and Safety & Health Requirements for School Buildings

4.2.1 Signage and Barricades


176
Guidelines for the Preparation of Cost Estimates for Traffic Management and Safety & Health Requirements for 177
the Construction and Maintenance of Roads, Bridges and Safety & Health Requirements for School Buildings
178
Guidelines for the Preparation of Cost Estimates for Traffic Management and Safety & Health Requirements for 179
the Construction and Maintenance of Roads, Bridges and Safety & Health Requirements for School Buildings
180
Guidelines for the Preparation of Cost Estimates for Traffic Management and Safety & Health Requirements for 181
the Construction and Maintenance of Roads, Bridges and Safety & Health Requirements for School Buildings
182
Guidelines for the Preparation of Cost Estimates for Traffic Management and Safety & Health Requirements for 183
the Construction and Maintenance of Roads, Bridges and Safety & Health Requirements for School Buildings
184
Guidelines for the Preparation of Cost Estimates for Traffic Management and Safety & Health Requirements for 185
the Construction and Maintenance of Roads, Bridges and Safety & Health Requirements for School Buildings
186
Guidelines for the Preparation of Cost Estimates for Traffic Management and Safety & Health Requirements for 187
the Construction and Maintenance of Roads, Bridges and Safety & Health Requirements for School Buildings
188
Guidelines for the Preparation of Cost Estimates for Traffic Management and Safety & Health Requirements for 189
the Construction and Maintenance of Roads, Bridges and Safety & Health Requirements for School Buildings
190
Guidelines for the Preparation of Cost Estimates for Traffic Management and Safety & Health Requirements for 191
the Construction and Maintenance of Roads, Bridges and Safety & Health Requirements for School Buildings
192
Guidelines for the Preparation of Cost Estimates for Traffic Management and Safety & Health Requirements for 193
the Construction and Maintenance of Roads, Bridges and Safety & Health Requirements for School Buildings
194
Guidelines for the Preparation of Cost Estimates for Traffic Management and Safety & Health Requirements for 195
the Construction and Maintenance of Roads, Bridges and Safety & Health Requirements for School Buildings
196
Guidelines for the Preparation of Cost Estimates for Traffic Management and Safety & Health Requirements for 197
the Construction and Maintenance of Roads, Bridges and Safety & Health Requirements for School Buildings
198
Guidelines for the Preparation of Cost Estimates for Traffic Management and Safety & Health Requirements for 199
the Construction and Maintenance of Roads, Bridges and Safety & Health Requirements for School Buildings
200
Guidelines for the Preparation of Cost Estimates for Traffic Management and Safety & Health Requirements for 201
the Construction and Maintenance of Roads, Bridges and Safety & Health Requirements for School Buildings
202
Guidelines for the Preparation of Cost Estimates for Traffic Management and Safety & Health Requirements for 203
the Construction and Maintenance of Roads, Bridges and Safety & Health Requirements for School Buildings
204
Guidelines for the Preparation of Cost Estimates for Traffic Management and Safety & Health Requirements for 205
the Construction and Maintenance of Roads, Bridges and Safety & Health Requirements for School Buildings
206
Guidelines for the Preparation of Cost Estimates for Traffic Management and Safety & Health Requirements for 207
the Construction and Maintenance of Roads, Bridges and Safety & Health Requirements for School Buildings
208
Guidelines for the Preparation of Cost Estimates for Traffic Management and Safety & Health Requirements for 209
the Construction and Maintenance of Roads, Bridges and Safety & Health Requirements for School Buildings
210
Guidelines for the Preparation of Cost Estimates for Traffic Management and Safety & Health Requirements for 211
the Construction and Maintenance of Roads, Bridges and Safety & Health Requirements for School Buildings
212
Guidelines for the Preparation of Cost Estimates for Traffic Management and Safety & Health Requirements for 213
the Construction and Maintenance of Roads, Bridges and Safety & Health Requirements for School Buildings
214
Guidelines for the Preparation of Cost Estimates for Traffic Management and Safety & Health Requirements for 215
the Construction and Maintenance of Roads, Bridges and Safety & Health Requirements for School Buildings
216
Guidelines for the Preparation of Cost Estimates for Traffic Management and Safety & Health Requirements for 217
the Construction and Maintenance of Roads, Bridges and Safety & Health Requirements for School Buildings
218
Guidelines for the Preparation of Cost Estimates for Traffic Management and Safety & Health Requirements for 219
the Construction and Maintenance of Roads, Bridges and Safety & Health Requirements for School Buildings
220
Guidelines for the Preparation of Cost Estimates for Traffic Management and Safety & Health Requirements for 221
the Construction and Maintenance of Roads, Bridges and Safety & Health Requirements for School Buildings
222

4.2.2 Checklist of Personal


Protective Equipment (PPE)
MANPOWER SAFETY SAFETY WORKING EYE BODY HARNESS RUBBER
SCOPE OF WORK VEST RAIN COATS DUST MASK EAR MOP
Designation HELMET SHOES GLOVES GOGGLES AND LANYARD BOOTS

IV. Earthworks
Item 803 Excavation of Footing & Wall Footing Foreman
Laborer
Item 804(a) Backfilling of Excavated Materials Foreman
Laborer
Item 804(b) Gravel Bedding @ CF, WF, TG, SOF Foreman
Laborer
Item 804(c ) Embankment Foreman
Laborer
V. Termite Control Works
Item 1000(a) Soil Poisoning Foreman
Laborer
VI. Concrete Works
Foundation to Ground Floor
Item 404 Rebars works (Col. Ftg., FTB, Columns) Foreman
Steelman
Laborer
Formworks and Scaffolding (FTB, Columns) Foreman
Carpenter
Laborer
Item 900 Concrete Works (Col. Ftg., FTB, Columns) Foreman
Mason
Laborer
Second Floor
Item 404 Rebars works (Beams, Slabs, Column) Foreman
Steelman
Laborer
Formworks and Scaffolding Foreman
(Beams, Slabs, Column) Carpenter
Laborer
Item 900 Concrete Works(Beams, Slabs, Column) Foreman
Mason
Laborer
Third Floor
Item 404 Rebars works (Beams, Slabs, Column) Foreman
Steelman
Laborer
the Construction and Maintenance of Roads, Bridges and Safety & Health Requirements for School Buildings
Guidelines for the Preparation of Cost Estimates for Traffic Management and Safety & Health Requirements for
223
224

MANPOWER SAFETY SAFETY WORKING EYE BODY HARNESS RUBBER


SCOPE OF WORK VEST RAIN COATS DUST MASK EAR MOP
Designation HELMET SHOES GLOVES GOGGLES AND LANYARD BOOTS

Formworks and Scaffolding Foreman


(Beams, Slabs, Column) Carpenter
Laborer
Item 900 Concrete Works(Beams, Slabs, Column) Foreman
Mason
Laborer
Fourth Floor
Item 404 Rebars works (Beams, Slabs, Column) Foreman
Steelman
Laborer
Formworks and Scaffolding Foreman
(Beams, Slabs, Column) Carpenter
Laborer
Item 900 Concrete Works(Beams, Slabs, Column) Foreman
Mason
Laborer
Roof Beam
Item 404 Rebar Works Foreman
Steelman
Laborer
Formworks and Scaffolding Foreman
Carpenter
Laborer
Item 900 Concrete Works Foreman
Mason
Laborer
VII. Masonry Works
Item 506(1)A Masonry Units (150mm Wall) Foreman
Mason
Laborer
Item 506(1)B Masonry Units (100mm Wall) Foreman
Mason
Laborer
VIII. Fabricated Materials and Hardwares
Item 1006(a) (0.90 x 2.40m) Mahogany Panel Door on Foreman
50x150mm THK. Mahogany Jamb with Fixed Carpenter
Clear Glass Transom (D-1) Laborer
MANPOWER SAFETY SAFETY WORKING EYE BODY HARNESS RUBBER
SCOPE OF WORK VEST RAIN COATS DUST MASK EAR MOP
Designation HELMET SHOES GLOVES GOGGLES AND LANYARD BOOTS
(0.90 x 2.10m) Hollow Core Flush Type Swing
Item 1006(b) Foreman
Door on 50x150mm THK. Mahogany Jamb with
Carpenter
Marine Plywood Facing Inside and Ordinary
Outside with SS Kicking Plate (D-2) Laborer
(0.80 x 2.10m) Hollow Core Flush Type Swing
Item 1006(c) Foreman
Door on 50x150mm THK. Mahogany Jamb with
Carpenter
Marine Plywood Facing Inside and Ordinary
Outside (D-3) Laborer
Item 1006(d) (0.60 x 1.20m) Swing door on 50x100mm Foreman
Mahogany Door Jamb (D-4) Carpenter
Laborer
Item 1006 (f) (0.80 x 2.10) Louver Door on 50x100 mm Foreman
Mahogany Door Jamb (D-5) Carpenter
Laborer
Item 1010(a) (2.50 x 1.50m) Jalousie Windows with Clear Foreman
Glass Blades on Standard Jalouplus Casing and Carpenter
Fixed Clear Glass Transom on 50x150mm
Mahogany Jamb Complete with Hardware and
Accessories (W-1) Laborer
Item 1010(b) (1.40 x 1.50m) Jalousie Windows with Clear Foreman
Glass Blades on Standard Jalouplus Casing and Carpenter
Fixed Clear Glass Transom on 50x150mm Jamb
Complete with Hardware and Accessories (W-2) Laborer
Item 1010(c) (1.90 x 0.635m) Jalousie Windows with Clear Foreman
Glass Blades on Standard Jalouplus Casing on Carpenter
50x150mm Mahogany Jamb Complete with
Hardware and Accessories (W-3) Laborer
Item 1010(d) (0.60 x 0.635m) Jalousie Windows with Clear Foreman
Glass Blades on Standard Jalouplus Casing on Carpenter
50x150mm Mahogany Jamb Complete with
Hardware and Accessories (W-4) Laborer
Item 1010(e) Door Accessories (Locksets and Hinges) Foreman
Carpenter
Laborer
Item SPL-4 Blackboard Foreman
Carpenter
Laborer
Item SPL-6 Rail Guard Foreman
Welder
Laborer
the Construction and Maintenance of Roads, Bridges and Safety & Health Requirements for School Buildings
Guidelines for the Preparation of Cost Estimates for Traffic Management and Safety & Health Requirements for
225
226

MANPOWER SAFETY SAFETY WORKING EYE BODY HARNESS RUBBER


SCOPE OF WORK VEST RAIN COATS DUST MASK EAR MOP
Designation HELMET SHOES GLOVES GOGGLES AND LANYARD BOOTS

IX. Finishing Works


Item 1021(c ) Plain Cement Finish with floor hardener non-skid Foreman
Mason
Laborer
Item 1021(c-2) Non-skid Cement Floor Finish w/ 6mm groove linesForeman
Mason
Laborer
Item 1027(a) Plain Cement Plaster Finish Foreman
Mason
Laborer
Item 1018.2.1.1 200x200mm Vitrified Glazed Tiles Wall Finish Foreman
Mason
Laborer
Item 1018.2.1.2 200x200mm Vitrified Unglazed Tiles Floor Finish Foreman
Mason
Laborer
X. Carpentry Works
Item 1003 Carpentry for Ceiling with Insulation Foreman
Carpenter
Laborer
XI. Roof and Framing Works
Item 1013 Pre-Painted Metal Sheets (0.50 mm) Foreman
Tinsmith
Laborer
Item 403(a) Steel Trusses and Lateral Struts Foreman
Welder
Laborer
Item 403(b) Purlins and Channel Beam Foreman
Welder
Laborer
Item 403(b) Purlins (Ceiling Support) Foreman
Welder
Laborer
Item 403(c) Angular Base Plate Foreman
Welder
Laborer
Item 404 Sag Rod Foreman
Welder
Laborer
MANPOWER SAFETY SAFETY WORKING EYE BODY HARNESS RUBBER
SCOPE OF WORK VEST RAIN COATS DUST MASK EAR MOP
Designation HELMET SHOES GLOVES GOGGLES AND LANYARD BOOTS

Item 404 Cross Bracing Foreman


Welder
Laborer
SPL 905 Turn Buckle Foreman
Welder
Laborer
XII. Painting Works
Item 1032 (a-1) Masonry Painting Foreman
Painter
Laborer
Item 1032 (a-2) Wooden Painting Foreman
Painter
Laborer
Item 1032 (a-3) Metal Painting Foreman
Painter
Laborer
XIII. Electrical Works
Item 1100 Conduits, Boxes and Fitting Foreman
Electrician
Laborer
Item 1101 Wires and Wiring Devices Foreman
Electrician
Laborer
Item 1102(a) Lighting Fixtures Foreman
Electrician
Laborer
Item 1102(b) Panel Board and Cabinets Foreman
Electrician
Laborer
Item 1102(c) Fire Alarm System Foreman
Electrician
Laborer
XIV. Plumbing/ Sanitary Works
Item 1001 Sewer Line Works Foreman
Plumber
Laborer
Item 1002.3.2 Cold Waterline Works Foreman
Plumber
the Construction and Maintenance of Roads, Bridges and Safety & Health Requirements for School Buildings
Guidelines for the Preparation of Cost Estimates for Traffic Management and Safety & Health Requirements for

Laborer
227
228

MANPOWER SAFETY SAFETY WORKING EYE BODY HARNESS RUBBER


SCOPE OF WORK VEST RAIN COATS DUST MASK EAR MOP
Designation HELMET SHOES GLOVES GOGGLES AND LANYARD BOOTS

Item 1002.2.8 Downspout/ Storm Drainage Foreman


Plumber
Laborer
Item 1002.2.5 Sanitary Fixtures Foreman
Plumber
Laborer
Item SPL-7 Septic Vault "Type E" Foreman
Mason
Laborer
Item SPL-8 Catch Basin Foreman
Mason
Laborer
Guidelines for the Preparation of Cost Estimates for Traffic Management and Safety & Health Requirements for 229
the Construction and Maintenance of Roads, Bridges and Safety & Health Requirements for School Buildings

Cost Computation
(Buildings)
C – 4.3
230

4.3.1 Cost of Signage and


Barricades
DETAILED UNIT PRICE ANALYSIS (DUPA)
1 STOREY - 1 CLASSROOM
Item No./Description : Construction Safety and Health (Signage and Baricades)
Unit of Measurement : lot
Output per hour : 1.000

Designation No. of Person No. of Days Daily Rate Amount


A. Labor

Sub - Total for A 0.00


Name and Capacity No of Units No. of Days Daily Rate Amount
B. Equipment

Sub - Total for B 0.00


C. Total (A + B) 0.00
D. Output per Hour = 1 lot
E. Direct Unit Cost (C ÷ D) 0.00
Name and Specification Unit Quantity Unit Cost Amount
F. Materials
a. PPE Signage (4' x 8') set 1.00 506.37 506.37
b. Safety First (4' x 4' ) set 1.00 270.87 270.87
c. Warning Signs ( 2' x 3' ) sets 6.00 123.68 742.10
d. Caution Tape , 1000 ft roll 0.50 800.00 400.00

Sub - Total for F 1,919.34


G. Direct Unit Cost (E + F) 1,919.34
H. Overhead, Contingencies & Miscellaneous (OCM) of G
I. Contractor's Profit (CP) 8% of G
J. Value Added Tax (VAT) 5% of (G + H + I)
K. Total Unit Cost (G + H + I + J)
Guidelines for the Preparation of Cost Estimates for Traffic Management and Safety & Health Requirements for 231
the Construction and Maintenance of Roads, Bridges and Safety & Health Requirements for School Buildings

DETAILED UNIT PRICE ANALYSIS (DUPA)


1 STOREY - 2 CLASSROOM
Item No./Description : Construction Safety and Health (Signage and Baricades)
Unit of Measurement : lot
Output per hour : 1.000

Designation No. of Person No. of Days Daily Rate Amount


A. Labor

Sub - Total for A 0.00


Name and Capacity No of Units No. of Days Daily Rate Amount
B. Equipment

Sub - Total for B 0.00


C. Total (A + B) 0.00
D. Output per Hour = 1 lot
E. Direct Unit Cost (C ÷ D) 0.00
Name and Specification Unit Quantity Unit Cost Amount
F. Materials
a. PPE Signage (4' x 8') set 1.00 506.37 506.37
b. Safety First (4' x 4' ) set 1.00 270.87 270.87
c. Warning Signs ( 2' x 3' ) sets 7.00 123.68 865.78
d. Caution Tape , 1000 ft roll 0.50 800.00 400.00

Sub - Total for F 2,043.02


G. Direct Unit Cost (E + F) 2,043.02
H. Overhead, Contingencies & Miscellaneous (OCM) of G
I. Contractor's Profit (CP) 8% of G
J. Value Added Tax (VAT) 5% of (G + H + I)
K. Total Unit Cost (G + H + I + J)
232

DETAILED UNIT PRICE ANALYSIS (DUPA)


1 STOREY - 3 CLASSROOM
Item No./Description : Construction Safety and Health (Signage and Baricades)
Unit of Measurement : lot
Output per hour : 1.000

Designation No. of Person No. of Days Daily Rate Amount


A. Labor

Sub - Total for A 0.00


Name and Capacity No of Units No. of Days Daily Rate Amount
B. Equipment

Sub - Total for B 0.00


C. Total (A + B) 0.00
D. Output per Hour = 1 lot
E. Direct Unit Cost (C ÷ D) 0.00
Name and Specification Unit Quantity Unit Cost Amount
F. Materials
a. PPE Signage (4' x 8') set 1.00 506.37 506.37
b. Safety First (4' x 4' ) set 1.00 270.87 270.87
c. Warning Signs ( 2' x 3' ) sets 7.00 123.68 865.78
d. Caution Tape , 1000 ft roll 0.50 800.00 400.00

Sub - Total for F 2,043.02


G. Direct Unit Cost (E + F) 2,043.02
H. Overhead, Contingencies & Miscellaneous (OCM) of G
I. Contractor's Profit (CP) 8% of G
J. Value Added Tax (VAT) 5% of (G + H + I)
K. Total Unit Cost (G + H + I + J)
Guidelines for the Preparation of Cost Estimates for Traffic Management and Safety & Health Requirements for 233
the Construction and Maintenance of Roads, Bridges and Safety & Health Requirements for School Buildings

DETAILED UNIT PRICE ANALYSIS (DUPA)


1 STOREY - 4 CLASSROOM
Item No./Description : Construction Safety and Health (Signage and Baricades)
Unit of Measurement : lot
Output per hour : 1.000

Designation No. of Person No. of Days Daily Rate Amount


A. Labor

Sub - Total for A 0.00


Name and Capacity No of Units No. of Days Daily Rate Amount
B. Equipment

Sub - Total for B 0.00


C. Total (A + B) 0.00
D. Output per Hour = 1 lot
E. Direct Unit Cost (C ÷ D) 0.00
Name and Specification Unit Quantity Unit Cost Amount
F. Materials
a. PPE Signage (4' x 8') set 1.00 506.37 506.37
b. Safety First (4' x 4' ) set 1.00 270.87 270.87
c. Warning Signs ( 2' x 3' ) sets 9.00 123.68 1,113.14
d. Caution Tape , 1000 ft roll 1.00 800.00 800.00

Sub - Total for F 2,690.38


G. Direct Unit Cost (E + F) 2,690.38
H. Overhead, Contingencies & Miscellaneous (OCM) of G
I. Contractor's Profit (CP) 8% of G
J. Value Added Tax (VAT) 5% of (G + H + I)
K. Total Unit Cost (G + H + I + J)
234

DETAILED UNIT PRICE ANALYSIS (DUPA)


1 STOREY - 5 CLASSROOM
Item No./Description : Construction Safety and Health (Signage and Baricades)
Unit of Measurement : lot
Output per hour : 1.000

Designation No. of Person No. of Days Daily Rate Amount


A. Labor

Sub - Total for A 0.00


Name and Capacity No of Units No. of Days Daily Rate Amount
B. Equipment

Sub - Total for B 0.00


C. Total (A + B) 0.00
D. Output per Hour = 1 lot
E. Direct Unit Cost (C ÷ D) 0.00
Name and Specification Unit Quantity Unit Cost Amount
F. Materials
a. PPE Signage (4' x 8') set 1.00 506.37 506.37
b. Safety First Signage (4' x 4' ) set 1.00 270.87 270.87
c. Warning Signs ( 2' x 3' ) sets 9.00 123.68 1,113.14
d. Caution Tape , 1000 ft roll 1.00 800.00 800.00

Sub - Total for F 2,690.38


G. Direct Unit Cost (E + F) 2,690.38
H. Overhead, Contingencies & Miscellaneous (OCM) of G
I. Contractor's Profit (CP) 8% of G
J. Value Added Tax (VAT) 5% of (G + H + I)
K. Total Unit Cost (G + H + I + J)
Guidelines for the Preparation of Cost Estimates for Traffic Management and Safety & Health Requirements for 235
the Construction and Maintenance of Roads, Bridges and Safety & Health Requirements for School Buildings

DETAILED UNIT PRICE ANALYSIS (DUPA)


2 STOREY - 2 CLASSROOM
Item No./Description : Construction Safety and Health (Signage and Baricades)
Unit of Measurement : lot
Output per hour : 1.000

Designation No. of Person No. of Days Daily Rate Amount


A. Labor

Sub - Total for A 0.00


Name and Capacity No of Units No. of Days Daily Rate Amount
B. Equipment
a. GI pipe barricades 4.5 m x 1.2 m 4 28.00 21.93 2,456.61
b. GI pipe barricades 9.5 m x 1.2 m 2 28.00 49.59 2,776.93

Sub - Total for B 5,233.54


C. Total (A + B) 5,233.54
D. Output per Hour = 1 lot
E. Direct Unit Cost (C ÷ D) 5,233.54
Name and Specification Unit Quantity Unit Cost Amount
F. Materials
a. PPE Signage (4' x 8') set 1.00 506.37 506.37
b. Safety First (4' x 4' ) set 1.00 270.87 270.87
c. Warning Signs ( 2' x 3' ) sets 11.00 123.68 1,360.51
d. Caution Tape , 1000 ft roll 1.00 800.00 800.00
e. Safety Net (1/8" x 2.7m x 90m) roll 0.50 3,500.00 1,750.00

Sub - Total for F 4,687.75


G. Direct Unit Cost (E + F) 9,921.28
H. Overhead, Contingencies & Miscellaneous (OCM) of G
I. Contractor's Profit (CP) 8% of G
J. Value Added Tax (VAT) 5% of (G + H + I)
K. Total Unit Cost (G + H + I + J)
236

DETAILED UNIT PRICE ANALYSIS (DUPA)


2 STOREY - 4 CLASSROOM
Item No./Description : Construction Safety and Health (Signage and Baricades)
Unit of Measurement : lot
Output per hour : 1.000

Designation No. of Person No. of Days Daily Rate Amount


A. Labor

Sub - Total for A 0.00


Name and Capacity No of Units No. of Days Daily Rate Amount
B. Equipment
a. GI pipe barricades 4.5 m x 1.2 m 8 30.00 21.93 5,264.16
b. GI pipe barricades 9.5 m x 1.2 m 2 30.00 49.59 2,975.28

Sub - Total for B 8,239.44


C. Total (A + B) 8,239.44
D. Output per Hour = 1 lot
E. Direct Unit Cost (C ÷ D) 8,239.44
Name and Specification Unit Quantity Unit Cost Amount
F. Materials
a. PPE Signage (4' x 8') set 1.00 506.37 506.37
b. Safety First (4' x 4' ) set 1.00 270.87 270.87
c. Warning Signs ( 2' x 3' ) sets 17.00 123.68 2,102.60
d. Caution Tape , 1000 ft roll 1.00 800.00 800.00
e. Safety Net (1/8" x 2.7m x 90m) roll 1.00 3,500.00 3,500.00

Sub - Total for F 7,179.84


G. Direct Unit Cost (E + F) 15,419.28
H. Overhead, Contingencies & Miscellaneous (OCM) of G
I. Contractor's Profit (CP) 8% of G
J. Value Added Tax (VAT) 5% of (G + H + I)
K. Total Unit Cost (G + H + I + J)
Guidelines for the Preparation of Cost Estimates for Traffic Management and Safety & Health Requirements for 237
the Construction and Maintenance of Roads, Bridges and Safety & Health Requirements for School Buildings

DETAILED UNIT PRICE ANALYSIS (DUPA)


2 STOREY - 6 CLASSROOM
Item No./Description : Construction Safety and Health (Signage and Baricades)
Unit of Measurement : lot
Output per hour : 1.000

Designation No. of Person No. of Days Daily Rate Amount


A. Labor

Sub - Total for A 0.00


Name and Capacity No of Units No. of Days Daily Rate Amount
B. Equipment
a. GI pipe barricades 4.5 m x 1.2 m 6 56.00 21.93 7,369.82
b. GI pipe barricades 9.5 m x 1.2 m 2 56.00 49.59 5,553.86

Sub - Total for B 12,923.68


C. Total (A + B) 12,923.68
D. Output per Hour = 1 lot
E. Direct Unit Cost (C ÷ D) 12,923.68
Name and Specification Unit Quantity Unit Cost Amount
F. Materials
a. PPE Signage (4' x 8') set 1.00 506.37 506.37
b. Safety First (4' x 4' ) set 1.00 270.87 270.87
c. Warning Signs ( 2' x 3' ) sets 22.00 123.68 2,721.02
d. Caution Tape , 1000 ft roll 1.00 800.00 800.00
e. Safety Net (1/8" x 2.7m x 90m) roll 1.00 3,500.00 3,500.00

Sub - Total for F 7,798.26


G. Direct Unit Cost (E + F) 20,721.94
H. Overhead, Contingencies & Miscellaneous (OCM) of G
I. Contractor's Profit (CP) 8% of G
J. Value Added Tax (VAT) 5% of (G + H + I)
K. Total Unit Cost (G + H + I + J)
238

DETAILED UNIT PRICE ANALYSIS (DUPA)


2 STOREY - 8 CLASSROOM
Item No./Description : Construction Safety and Health (Signage and Baricades)
Unit of Measurement : lot
Output per hour : 1.000

Designation No. of Person No. of Days Daily Rate Amount


A. Labor

Sub - Total for A 0.00


Name and Capacity No of Units No. of Days Daily Rate Amount
B. Equipment
a. GI pipe barricades 4.5 m x 1.2 m 8 58.00 21.93 10,177.38
b. GI pipe barricades 9.5 m x 1.2 m 2 58.00 49.59 5,752.21

Sub - Total for B 15,929.58


C. Total (A + B) 15,929.58
D. Output per Hour = 1 lot
E. Direct Unit Cost (C ÷ D) 15,929.58
Name and Specification Unit Quantity Unit Cost Amount
F. Materials
a. PPE Signage (4' x 8') set 1.00 506.37 506.37
b. Safety First (4' x 4' ) set 1.00 270.87 270.87
c. Warning Signs ( 2' x 3' ) sets 23.00 123.68 2,844.70
d. Caution Tape , 1000 ft roll 1.00 800.00 800.00
e. Safety Net (1/8" x 2.7m x 90m) roll 1.50 3,500.00 5,250.00

Sub - Total for F 9,671.94


G. Direct Unit Cost (E + F) 25,601.52
H. Overhead, Contingencies & Miscellaneous (OCM) of G
I. Contractor's Profit (CP) 8% of G
J. Value Added Tax (VAT) 5% of (G + H + I)
K. Total Unit Cost (G + H + I + J)
Guidelines for the Preparation of Cost Estimates for Traffic Management and Safety & Health Requirements for 239
the Construction and Maintenance of Roads, Bridges and Safety & Health Requirements for School Buildings

DETAILED UNIT PRICE ANALYSIS (DUPA)


2 STOREY - 10 CLASSROOM
Item No./Description : Construction Safety and Health (Signage and Baricades)
Unit of Measurement : lot
Output per hour : 1.000

Designation No. of Person No. of Days Daily Rate Amount


A. Labor

Sub - Total for A 0.00


Name and Capacity No of Units No. of Days Daily Rate Amount
B. Equipment
a. GI pipe barricades 4.5 m x 1.2 m 7 80.00 21.93 12,283.04
b. GI pipe barricades 9.5 m x 1.2 m 2 80.00 49.59 7,934.08

Sub - Total for B 20,217.12


C. Total (A + B) 20,217.12
D. Output per Hour = 1 lot
E. Direct Unit Cost (C ÷ D) 20,217.12
Name and Specification Unit Quantity Unit Cost Amount
F. Materials
a. PPE Signage (4' x 8') set 1.00 506.37 506.37
b. Safety First (4' x 4' ) set 1.00 270.87 270.87
c. Warning Signs ( 2' x 3' ) sets 23.00 123.68 2,844.70
d. Caution Tape , 1000 ft roll 1.00 800.00 800.00
e. Safety Net (1/8" x 2.7m x 90m) roll 1.50 3,500.00 5,250.00

Sub - Total for F 9,671.94


G. Direct Unit Cost (E + F) 29,889.06
H. Overhead, Contingencies & Miscellaneous (OCM) of G
I. Contractor's Profit (CP) 8% of G
J. Value Added Tax (VAT) 5% of (G + H + I)
K. Total Unit Cost (G + H + I + J)
240

DETAILED UNIT PRICE ANALYSIS (DUPA)


2 STOREY - 12 CLASSROOM
Item No./Description : Construction Safety and Health (Signage and Baricades)
Unit of Measurement : lot
Output per hour : 1.000

Designation No. of Person No. of Days Daily Rate Amount


A. Labor

Sub - Total for A 0.00


Name and Capacity No of Units No. of Days Daily Rate Amount
B. Equipment
a. GI pipe barricades 4.5 m x 1.2 m 8 80.00 21.93 14,037.76
b. GI pipe barricades 9.5 m x 1.2 m 2 80.00 49.59 7,934.08

Sub - Total for B 21,971.84


C. Total (A + B) 21,971.84
D. Output per Hour = 1 lot
E. Direct Unit Cost (C ÷ D) 21,971.84
Name and Specification Unit Quantity Unit Cost Amount
F. Materials
a. PPE Signage (4' x 8') set 1.00 506.37 506.37
b. Safety First (4' x 4' ) set 1.00 270.87 270.87
c. Warning Signs ( 2' x 3' ) sets 23.00 123.68 2,844.70
d. Caution Tape , 1000 ft roll 1.00 800.00 800.00
e. Safety Net (1/8" x 2.7m x 90m) roll 2.00 3,500.00 7,000.00

Sub - Total for F 11,421.94


G. Direct Unit Cost (E + F) 33,393.78
H. Overhead, Contingencies & Miscellaneous (OCM) of G
I. Contractor's Profit (CP) 8% of G
J. Value Added Tax (VAT) 5% of (G + H + I)
K. Total Unit Cost (G + H + I + J)
Guidelines for the Preparation of Cost Estimates for Traffic Management and Safety & Health Requirements for 241
the Construction and Maintenance of Roads, Bridges and Safety & Health Requirements for School Buildings

DETAILED UNIT PRICE ANALYSIS (DUPA)


3 STOREY - 9 CLASSROOM
Item No./Description : Construction Safety and Health (Signage and Baricades)
Unit of Measurement : lot
Output per hour : 1.000

Designation No. of Person No. of Days Daily Rate Amount


A. Labor

Sub - Total for A 0.00


Name and Capacity No of Units No. of Days Daily Rate Amount
B. Equipment
a. GI pipe barricades 4.5 m x 1.2 m 6 138.00 21.93 18,161.35
b. GI pipe barricades 9.5 m x 1.2 m 2 138.00 49.59 13,686.29

Sub - Total for B 31,847.64


C. Total (A + B) 31,847.64
D. Output per Hour = 1 lot
E. Direct Unit Cost (C ÷ D) 31,847.64
Name and Specification Unit Quantity Unit Cost Amount
F. Materials
a. PPE Signage (4' x 8') set 1.00 506.37 506.37
b. Safety First (4' x 4' ) set 1.00 270.87 270.87
c. Warning Signs ( 2' x 3' ) sets 29.00 123.68 3,586.79
d. Caution Tape , 1000 ft roll 1.00 800.00 800.00
e. Safety Net (1/8" x 2.7m x 90m) roll 2.00 3,500.00 7,000.00

Sub - Total for F 12,164.03


G. Direct Unit Cost (E + F) 44,011.67
H. Overhead, Contingencies & Miscellaneous (OCM) of G
I. Contractor's Profit (CP) 8% of G
J. Value Added Tax (VAT) 5% of (G + H + I)
K. Total Unit Cost (G + H + I + J)
242

DETAILED UNIT PRICE ANALYSIS (DUPA)


3 STOREY - 12 CLASSROOM
Item No./Description : Construction Safety and Health (Signage and Baricades)
Unit of Measurement : lot
Output per hour : 1.000

Designation No. of Person No. of Days Daily Rate Amount


A. Labor

Sub - Total for A 0.00


Name and Capacity No of Units No. of Days Daily Rate Amount
B. Equipment
a. GI pipe barricades 4.5 m x 1.2 m 8 138.00 21.93 24,215.14
b. GI pipe barricades 9.5 m x 1.2 m 2 138.00 49.59 13,686.29

Sub - Total for B 37,901.42


C. Total (A + B) 37,901.42
D. Output per Hour = 1 lot
E. Direct Unit Cost (C ÷ D) 37,901.42
Name and Specification Unit Quantity Unit Cost Amount
F. Materials
a. PPE Signage (4' x 8') set 1.00 506.37 506.37
b. Safety First (4' x 4' ) set 1.00 270.87 270.87
c. Warning Signs ( 2' x 3' ) sets 31.00 123.68 3,834.16
d. Caution Tape , 1000 ft roll 1.00 800.00 800.00
e. Safety Net (1/8" x 2.7m x 90m) roll 2.50 3,500.00 8,750.00

Sub - Total for F 14,161.40


G. Direct Unit Cost (E + F) 52,062.82
H. Overhead, Contingencies & Miscellaneous (OCM) of G
I. Contractor's Profit (CP) 8% of G
J. Value Added Tax (VAT) 5% of (G + H + I)
K. Total Unit Cost (G + H + I + J)
Guidelines for the Preparation of Cost Estimates for Traffic Management and Safety & Health Requirements for 243
the Construction and Maintenance of Roads, Bridges and Safety & Health Requirements for School Buildings

DETAILED UNIT PRICE ANALYSIS (DUPA)


3 STOREY - 15 CLASSROOM
Item No./Description : Construction Safety and Health (Signage and Baricades)
Unit of Measurement : lot
Output per hour : 1.000

Designation No. of Person No. of Days Daily Rate Amount


A. Labor

Sub - Total for A 0.00


Name and Capacity No of Units No. of Days Daily Rate Amount
B. Equipment
a. GI pipe barricades 4.5 m x 1.2 m 7 258.00 21.93 39,612.80
b. GI pipe barricades 9.5 m x 1.2 m 2 258.00 49.59 25,587.41

Sub - Total for B 65,200.21


C. Total (A + B) 65,200.21
D. Output per Hour = 1 lot
E. Direct Unit Cost (C ÷ D) 65,200.21
Name and Specification Unit Quantity Unit Cost Amount
F. Materials
a. PPE Signage (4' x 8') set 1.00 506.37 506.37
b. Safety First (4' x 4' ) set 1.00 270.87 270.87
c. Warning Signs ( 2' x 3' ) sets 31.00 123.68 3,834.16
d. Caution Tape , 1000 ft roll 1.00 800.00 800.00
e. Safety Net (1/8" x 2.7m x 90m) roll 3.00 3,500.00 10,500.00

Sub - Total for F 15,911.40


G. Direct Unit Cost (E + F) 81,111.61
H. Overhead, Contingencies & Miscellaneous (OCM) of G
I. Contractor's Profit (CP) 8% of G
J. Value Added Tax (VAT) 5% of (G + H + I)
K. Total Unit Cost (G + H + I + J)
244

DETAILED UNIT PRICE ANALYSIS (DUPA)


4 STOREY - 12 CLASSROOM
Item No./Description : Construction Safety and Health (Signage and Baricades)
Unit of Measurement : lot
Output per hour : 1.000

Designation No. of Person No. of Days Daily Rate Amount


A. Labor

Sub - Total for A 0.00


Name and Capacity No of Units No. of Days Daily Rate Amount
B. Equipment
a. GI pipe barricades 4.5 m x 1.2 m 6 220.00 21.93 28,952.88
b. GI pipe barricades 9.5 m x 1.2 m 2 220.00 49.59 21,818.72

Sub - Total for B 50,771.60


C. Total (A + B) 50,771.60
D. Output per Hour = 1 lot
E. Direct Unit Cost (C ÷ D) 50,771.60
Name and Specification Unit Quantity Unit Cost Amount
F. Materials
a. PPE Signage (4' x 8') set 1.00 506.37 506.37
b. Safety First (4' x 4' ) set 1.00 270.87 270.87
c. Warning Signs ( 2' x 3' ) sets 36.00 123.68 4,452.57
d. Caution Tape , 1000 ft roll 1.00 800.00 800.00
e. Safety Net (1/8" x 2.7m x 90m) roll 3.00 3,500.00 10,500.00

Sub - Total for F 16,529.81


G. Direct Unit Cost (E + F) 67,301.41
H. Overhead, Contingencies & Miscellaneous (OCM) of G
I. Contractor's Profit (CP) 8% of G
J. Value Added Tax (VAT) 5% of (G + H + I)
K. Total Unit Cost (G + H + I + J)
Guidelines for the Preparation of Cost Estimates for Traffic Management and Safety & Health Requirements for 245
the Construction and Maintenance of Roads, Bridges and Safety & Health Requirements for School Buildings

DETAILED UNIT PRICE ANALYSIS (DUPA)


4 STOREY - 16 CLASSROOM
Item No./Description : Construction Safety and Health (Signage and Baricades)
Unit of Measurement : lot
Output per hour : 1.000

Designation No. of Person No. of Days Daily Rate Amount


A. Labor

Sub - Total for A 0.00


Name and Capacity No of Units No. of Days Daily Rate Amount
B. Equipment
a. GI pipe barricades 4.5 m x 1.2 m 8 226.00 21.93 39,656.67
b. GI pipe barricades 9.5 m x 1.2 m 2 226.00 49.59 22,413.78

Sub - Total for B 62,070.45


C. Total (A + B) 62,070.45
D. Output per Hour = 1 lot
E. Direct Unit Cost (C ÷ D) 62,070.45
Name and Specification Unit Quantity Unit Cost Amount
F. Materials
a. PPE Signage (4' x 8') set 1.00 506.37 506.37
b. Safety First (4' x 4' ) set 1.00 270.87 270.87
c. Warning Signs ( 2' x 3' ) sets 39.00 123.68 4,823.62
d. Caution Tape , 1000 ft roll 1.00 800.00 800.00
e. Safety Net (1/8" x 2.7m x 90m) roll 4.00 3,500.00 14,000.00

Sub - Total for F 20,400.86


G. Direct Unit Cost (E + F) 82,471.31
H. Overhead, Contingencies & Miscellaneous (OCM) of G
I. Contractor's Profit (CP) 8% of G
J. Value Added Tax (VAT) 5% of (G + H + I)
K. Total Unit Cost (G + H + I + J)
246

DETAILED UNIT PRICE ANALYSIS (DUPA)


4 STOREY - 20 CLASSROOM
Item No./Description : Construction Safety and Health (Signage and Baricades)
Unit of Measurement : lot
Output per hour : 1.000

Designation No. of Person No. of Days Daily Rate Amount


A. Labor

Sub - Total for A 0.00


Name and Capacity No of Units No. of Days Daily Rate Amount
B. Equipment
a. GI pipe barricades 4.5 m x 1.2 m 7 327.00 21.93 50,206.93
b. GI pipe barricades 9.5 m x 1.2 m 2 327.00 49.59 32,430.55

Sub - Total for B 82,637.48


C. Total (A + B) 82,637.48
D. Output per Hour = 1 lot
E. Direct Unit Cost (C ÷ D) 82,637.48
Name and Specification Unit Quantity Unit Cost Amount
F. Materials
a. PPE Signage (4' x 8') set 1.00 506.37 506.37
b. Safety First (4' x 4' ) set 1.00 270.87 270.87
c. Warning Signs ( 2' x 3' ) sets 39.00 123.68 4,823.62
d. Caution Tape , 1000 ft roll 1.00 800.00 800.00
e. Safety Net (1/8" x 2.7m x 90m) roll 4.50 3,500.00 15,750.00

Sub - Total for F 22,150.86


G. Direct Unit Cost (E + F) 104,788.34
H. Overhead, Contingencies & Miscellaneous (OCM) of G
I. Contractor's Profit (CP) 8% of G
J. Value Added Tax (VAT) 5% of (G + H + I)
K. Total Unit Cost (G + H + I + J)
Guidelines for the Preparation of Cost Estimates for Traffic Management and Safety & Health Requirements for 247
the Construction and Maintenance of Roads, Bridges and Safety & Health Requirements for School Buildings

4.3.2 Cost of PPEs and Safety


Personnel
DETAILED UNIT PRICE ANALYSIS (DUPA)
1 STOREY - 1 CLASSROOM
Item No./Description : Construction Safety and Health (PPE and Safety Personnel)
Unit of Measurement : lot
Output per hour : 1.000

Designation No. of Person Man-days Daily Rate Amount


A. Labor

Duration : 55 C.D.
a. Safety Practitioner/ Officer (Part Time)
b. Health Personnel (Full Time) 1 55 C.D. 280.00 15,400.00

Sub - Total for A 15,400.00


Name and Capacity No of Units No. of Hours Hourly Rate Amount
B. Equipment

Sub - Total for B 0.00


C. Total (A + B) 15,400.00
D. Output per Hour = 1 lot
E. Direct Unit Cost (C ÷ D) 15,400.00
Name and Specification Unit Quantity Unit Cost Amount
F. Materials
a. Safety Helmet man-days 472.00 0.25 118.00
b. Safety Shoes man-days 426.00 2.77 1,180.02
c. Safety Gloves man-days 472.00 7.67 3,620.24
d. Vest man-days 472.00 2.22 1,047.84
e. Rain Coats man-days 114.00 0.34 38.76
f. Dust Mask man-days 116.00 15.00 1,740.00
g. Eye Goggles man-days 62.00 2.82 174.84
h. Ear Muff man-days 26.00 0.83 21.58
i. Body Harness and Lanyard man-days 40.00 3.21 128.40
j. Rubber Boots man-days 103.00 1.39 143.17

Sub - Total for F 8,212.85


G. Direct Unit Cost (E + F) 23,612.85
H. Overhead, Contingencies & Miscellaneous (OCM) of G
I. Contractor's Profit (CP) 8% of G 1,889.03
J. Value Added Tax (VAT) 5% of (G + H + I) 1,275.09
K. Total Unit Cost (G + H + I + J) 26,776.97
248

DETAILED UNIT PRICE ANALYSIS (DUPA)


1 STOREY - 2 CLASSROOM
Item No./Description : Construction Safety and Health (PPE and Safety Personnel)
Unit of Measurement : lot
Output per hour : 1.000

Designation No. of Person Man-days Daily Rate Amount


A. Labor

Duration : 80 C.D.
a. Safety Practitioner/ Officer (Part Time)
b. Health Personnel (Full Time) 1 80 C.D. 280.00 22,400.00

Sub - Total for A 22,400.00


Name and Capacity No of Units No. of Hours Hourly Rate Amount
B. Equipment

Sub - Total for B 0.00


C. Total (A + B) 22,400.00
D. Output per Hour = 1 lot
E. Direct Unit Cost (C ÷ D) 22,400.00
Name and Specification Unit Quantity Unit Cost Amount
F. Materials
a. Safety Helmet man-days 757.00 0.25 189.25
b. Safety Shoes man-days 678.00 2.77 1,878.06
c. Safety Gloves man-days 757.00 7.67 5,806.19
d. Vest man-days 757.00 2.22 1,680.54
e. Rain Coats man-days 189.00 0.34 64.26
f. Dust Mask man-days 162.00 15.00 2,430.00
g. Eye Goggles man-days 102.00 2.82 287.64
h. Ear Muff man-days 42.00 0.83 34.86
i. Body Harness and Lanyard man-days 67.00 3.21 215.07
j. Rubber Boots man-days 193.00 1.39 268.27

Sub - Total for F 12,854.14


G. Direct Unit Cost (E + F) 35,254.14
H. Overhead, Contingencies & Miscellaneous (OCM) of G
I. Contractor's Profit (CP) 8% of G 2,820.33
J. Value Added Tax (VAT) 5% of (G + H + I) 1,903.72
K. Total Unit Cost (G + H + I + J) 39,978.19
Guidelines for the Preparation of Cost Estimates for Traffic Management and Safety & Health Requirements for 249
the Construction and Maintenance of Roads, Bridges and Safety & Health Requirements for School Buildings

DETAILED UNIT PRICE ANALYSIS (DUPA)


1 STOREY - 3 CLASSROOM
Item No./Description : Construction Safety and Health (PPE and Safety Personnel)
Unit of Measurement : lot
Output per hour : 1.000

Designation No. of Person Man-days Daily Rate Amount


A. Labor

Duration : 90 C.D.
a. Safety Practitioner/ Officer (Part Time)
b. Health Personnel (Full Time) 1 90 C.D. 280.00 25,200.00

Sub - Total for A 25,200.00


Name and Capacity No of Units No. of Hours Hourly Rate Amount
B. Equipment

Sub - Total for B 0.00


C. Total (A + B) 25,200.00
D. Output per Hour = 1 lot
E. Direct Unit Cost (C ÷ D) 25,200.00
Name and Specification Unit Quantity Unit Cost Amount
F. Materials
a. Safety Helmet man-days 1045.00 0.25 261.25
b. Safety Shoes man-days 933.00 2.77 2,584.41
c. Safety Gloves man-days 1045.00 7.67 8,015.15
d. Vest man-days 1045.00 2.22 2,319.90
e. Rain Coats man-days 243.00 0.34 82.62
f. Dust Mask man-days 216.00 15.00 3,240.00
g. Eye Goggles man-days 144.00 2.82 406.08
h. Ear Muff man-days 60.00 0.83 49.80
i. Body Harness and Lanyard man-days 94.00 3.21 301.74
j. Rubber Boots man-days 250.00 1.39 347.50

Sub - Total for F 17,608.45


G. Direct Unit Cost (E + F) 42,808.45
H. Overhead, Contingencies & Miscellaneous (OCM) of G
I. Contractor's Profit (CP) 8% of G 3,424.68
J. Value Added Tax (VAT) 5% of (G + H + I) 2,311.66
K. Total Unit Cost (G + H + I + J) 48,544.78
250

DETAILED UNIT PRICE ANALYSIS (DUPA)


1 STOREY - 4 CLASSROOM
Item No./Description : Construction Safety and Health (PPE and Safety Personnel)
Unit of Measurement : lot
Output per hour : 1.000

Designation No. of Person Man-days Daily Rate Amount


A. Labor

Duration : 100 C.D.


a. Safety Practitioner/ Officer (Part Time)
b. Health Personnel (Full Time) 1 100 C.D. 280.00 28,000.00

Sub - Total for A 28,000.00


Name and Capacity No of Units No. of Hours Hourly Rate Amount
B. Equipment

Sub - Total for B 0.00


C. Total (A + B) 28,000.00
D. Output per Hour = 1 lot
E. Direct Unit Cost (C ÷ D) 28,000.00
Name and Specification Unit Quantity Unit Cost Amount
F. Materials
a. Safety Helmet man-days 1312.00 0.25 328.00
b. Safety Shoes man-days 1163.00 2.77 3,221.51
c. Safety Gloves man-days 1312.00 7.67 10,063.04
d. Vest man-days 1312.00 2.22 2,912.64
e. Rain Coats man-days 306.00 0.34 104.04
f. Dust Mask man-days 254.00 15.00 3,810.00
g. Eye Goggles man-days 178.00 2.82 501.96
h. Ear Muff man-days 76.00 0.83 63.08
i. Body Harness and Lanyard man-days 120.00 3.21 385.20
j. Rubber Boots man-days 335.00 1.39 465.65

Sub - Total for F 21,855.12


G. Direct Unit Cost (E + F) 49,855.12
H. Overhead, Contingencies & Miscellaneous (OCM) of G
I. Contractor's Profit (CP) 8% of G 3,988.41
J. Value Added Tax (VAT) 5% of (G + H + I) 2,692.18
K. Total Unit Cost (G + H + I + J) 56,535.71
Guidelines for the Preparation of Cost Estimates for Traffic Management and Safety & Health Requirements for 251
the Construction and Maintenance of Roads, Bridges and Safety & Health Requirements for School Buildings

DETAILED UNIT PRICE ANALYSIS (DUPA)


1 STOREY - 5 CLASSROOM
Item No./Description : Construction Safety and Health (PPE and Safety Personnel)
Unit of Measurement : lot
Output per hour : 1.000

Designation No. of Person Man-days Daily Rate Amount


A. Labor

Duration : 115 C.D.


a. Safety Practitioner/ Officer (Part Time)
b. Health Personnel (Full Time) 1 115 C.D. 280.00 32,200.00

Sub - Total for A 32,200.00


Name and Capacity No of Units No. of Hours Hourly Rate Amount
B. Equipment

Sub - Total for B 0.00


C. Total (A + B) 32,200.00
D. Output per Hour = 1 lot
E. Direct Unit Cost (C ÷ D) 32,200.00
Name and Specification Unit Quantity Unit Cost Amount
F. Materials
a. Safety Helmet man-days 1557.00 0.25 389.25
b. Safety Shoes man-days 1384.00 2.77 3,833.68
c. Safety Gloves man-days 1557.00 7.67 11,942.19
d. Vest man-days 1557.00 2.22 3,456.54
e. Rain Coats man-days 360.00 0.34 122.40
f. Dust Mask man-days 302.00 15.00 4,530.00
g. Eye Goggles man-days 220.00 2.82 620.40
h. Ear Muff man-days 94.00 0.83 78.02
i. Body Harness and Lanyard man-days 145.00 3.21 465.45
j. Rubber Boots man-days 458.00 1.39 636.62

Sub - Total for F 26,074.55


G. Direct Unit Cost (E + F) 58,274.55
H. Overhead, Contingencies & Miscellaneous (OCM) of G
I. Contractor's Profit (CP) 8% of G 4,661.96
J. Value Added Tax (VAT) 5% of (G + H + I) 3,146.83
K. Total Unit Cost (G + H + I + J) 66,083.34
252

DETAILED UNIT PRICE ANALYSIS (DUPA)


2 STOREY - 2 CLASSROOM
Item No./Description : Construction Safety and Health (PPE and Safety Personnel)
Unit of Measurement : lot
Output per hour : 1.000

Designation No. of Person Man-days Daily Rate Amount


A. Labor

Duration : 110 C.D.


a. Safety Practitioner/ Officer (Part Time)
b. Health Personnel (Full Time) 1 110 C.D. 280.00 30,800.00

Sub - Total for A 30,800.00


Name and Capacity No of Units No. of Hours Hourly Rate Amount
B. Equipment

Sub - Total for B 0.00


C. Total (A + B) 30,800.00
D. Output per Hour = 1 lot
E. Direct Unit Cost (C ÷ D) 30,800.00
Name and Specification Unit Quantity Unit Cost Amount
F. Materials
a. Safety Helmet man-days 1629.00 0.25 407.25
b. Safety Shoes man-days 1576.00 2.77 4,365.52
c. Safety Gloves man-days 1629.00 7.67 12,494.43
d. Vest man-days 1629.00 2.22 3,616.38
e. Rain Coats man-days 661.00 0.34 224.74
f. Dust Mask man-days 396.00 15.00 5,940.00
g. Eye Goggles man-days 203.00 2.82 572.46
h. Ear Muff man-days 35.00 0.83 29.05
i. Body Harness and Lanyard man-days 368.00 3.21 1,181.28
j. Rubber Boots man-days 227.00 1.39 315.53

Sub - Total for F 29,146.64


G. Direct Unit Cost (E + F) 59,946.64
H. Overhead, Contingencies & Miscellaneous (OCM) of G
I. Contractor's Profit (CP) 8% of G 4,795.73
J. Value Added Tax (VAT) 5% of (G + H + I) 3,237.12
K. Total Unit Cost (G + H + I + J) 67,979.49
Guidelines for the Preparation of Cost Estimates for Traffic Management and Safety & Health Requirements for 253
the Construction and Maintenance of Roads, Bridges and Safety & Health Requirements for School Buildings

DETAILED UNIT PRICE ANALYSIS (DUPA)


2 STOREY - 4 CLASSROOM
Item No./Description : Construction Safety and Health (PPE and Safety Personnel)
Unit of Measurement : lot
Output per hour : 1.000

Designation No. of Person Man-days Daily Rate Amount


A. Labor

Duration : 115 C.D.


a. Safety Practitioner/ Officer (Part Time) 1 9.00 500.00 4,500.00
b. Health Personnel (Full Time) 1 115 C.D. 280.00 32,200.00

Sub - Total for A 36,700.00


Name and Capacity No of Units No. of Hours Hourly Rate Amount
B. Equipment

Sub - Total for B 0.00


C. Total (A + B) 36,700.00
D. Output per Hour = 1 lot
E. Direct Unit Cost (C ÷ D) 36,700.00
Name and Specification Unit Quantity Unit Cost Amount
F. Materials
a. Safety Helmet man-days 2224.00 0.25 556.00
b. Safety Shoes man-days 2135.00 2.77 5,913.95
c. Safety Gloves man-days 2224.00 7.67 17,058.08
d. Vest man-days 2224.00 2.22 4,937.28
e. Rain Coats man-days 849.00 0.34 288.66
f. Dust Mask man-days 570.00 15.00 8,550.00
g. Eye Goggles man-days 299.00 2.82 843.18
h. Ear Muff man-days 59.00 0.83 48.97
i. Body Harness and Lanyard man-days 506.00 3.21 1,624.26
j. Rubber Boots man-days 317.00 1.39 440.63

Sub - Total for F 40,261.01


G. Direct Unit Cost (E + F) 76,961.01
H. Overhead, Contingencies & Miscellaneous (OCM) of G
I. Contractor's Profit (CP) 8% of G 6,156.88
J. Value Added Tax (VAT) 5% of (G + H + I) 4,155.89
K. Total Unit Cost (G + H + I + J) 87,273.79
254

DETAILED UNIT PRICE ANALYSIS (DUPA)


2 STOREY - 6 CLASSROOM
Item No./Description : Construction Safety and Health (PPE and Safety Personnel)
Unit of Measurement : lot
Output per hour : 1.000

Designation No. of Person Man-days Daily Rate Amount


A. Labor

Duration : 135 C.D.


a. Safety Practitioner/ Officer (Part Time) 1 10.00 500.00 5,000.00
b. Health Personnel (Full Time) 1 135 C.D. 280.00 37,800.00

Sub - Total for A 42,800.00


Name and Capacity No of Units No. of Hours Hourly Rate Amount
B. Equipment

Sub - Total for B 0.00


C. Total (A + B) 42,800.00
D. Output per Hour = 1 lot
E. Direct Unit Cost (C ÷ D) 42,800.00
Name and Specification Unit Quantity Unit Cost Amount
F. Materials
a. Safety Helmet man-days 2958.00 0.25 739.50
b. Safety Shoes man-days 2826.00 2.77 7,828.02
c. Safety Gloves man-days 2958.00 7.67 22,687.86
d. Vest man-days 2958.00 2.22 6,566.76
e. Rain Coats man-days 1,174.00 0.34 399.16
f. Dust Mask man-days 745.00 15.00 11,175.00
g. Eye Goggles man-days 394.00 2.82 1,111.08
h. Ear Muff man-days 82.00 0.83 68.06
i. Body Harness and Lanyard man-days 655.00 3.21 2,102.55
j. Rubber Boots man-days 492.00 1.39 683.88

Sub - Total for F 53,361.87


G. Direct Unit Cost (E + F) 96,161.87
H. Overhead, Contingencies & Miscellaneous (OCM) of G
I. Contractor's Profit (CP) 8% of G 7,692.95
J. Value Added Tax (VAT) 5% of (G + H + I) 5,192.74
K. Total Unit Cost (G + H + I + J) 109,047.56
Guidelines for the Preparation of Cost Estimates for Traffic Management and Safety & Health Requirements for 255
the Construction and Maintenance of Roads, Bridges and Safety & Health Requirements for School Buildings

DETAILED UNIT PRICE ANALYSIS (DUPA)


2 STOREY - 8 CLASSROOM
Item No./Description : Construction Safety and Health (PPE and Safety Personnel)
Unit of Measurement : lot
Output per hour : 1.000

Designation No. of Person Man-days Daily Rate Amount


A. Labor

Duration : 145 C.D.


a. Safety Practitioner/ Officer (Part Time) 1 11.00 500.00 5,500.00
b. Health Personnel (Full Time) 1 145 C.D. 280.00 40,600.00

Sub - Total for A 46,100.00


Name and Capacity No of Units No. of Hours Hourly Rate Amount
B. Equipment

Sub - Total for B 0.00


C. Total (A + B) 46,100.00
D. Output per Hour = 1 lot
E. Direct Unit Cost (C ÷ D) 46,100.00
Name and Specification Unit Quantity Unit Cost Amount
F. Materials
a. Safety Helmet man-days 4041.00 0.25 1,010.25
b. Safety Shoes man-days 3842.00 2.77 10,642.34
c. Safety Gloves man-days 4041.00 7.67 30,994.47
d. Vest man-days 4041.00 2.22 8,971.02
e. Rain Coats man-days 1,558.00 0.34 529.72
f. Dust Mask man-days 1,061.00 15.00 15,915.00
g. Eye Goggles man-days 565.00 2.82 1,593.30
h. Ear Muff man-days 115.00 0.83 95.45
i. Body Harness and Lanyard man-days 836.00 3.21 2,683.56
j. Rubber Boots man-days 670.00 1.39 931.30

Sub - Total for F 73,366.41


G. Direct Unit Cost (E + F) 119,466.41
H. Overhead, Contingencies & Miscellaneous (OCM) of G
I. Contractor's Profit (CP) 8% of G 9,557.31
J. Value Added Tax (VAT) 5% of (G + H + I) 6,451.19
K. Total Unit Cost (G + H + I + J) 135,474.91
256

DETAILED UNIT PRICE ANALYSIS (DUPA)


2 STOREY - 10 CLASSROOM
Item No./Description : Construction Safety and Health (PPE and Safety Personnel)
Unit of Measurement : lot
Output per hour : 1.000

Designation No. of Person Man-days Daily Rate Amount


A. Labor

Duration : 170 C.D.


a. Safety Practitioner/ Officer (Part Time) 1 13.00 500.00 6,500.00
b. Health Personnel (Full Time) 1 170 C.D. 280.00 47,600.00

Sub - Total for A 54,100.00


Name and Capacity No of Units No. of Hours Hourly Rate Amount
B. Equipment

Sub - Total for B 0.00


C. Total (A + B) 54,100.00
D. Output per Hour = 1 lot
E. Direct Unit Cost (C ÷ D) 54,100.00
Name and Specification Unit Quantity Unit Cost Amount
F. Materials
a. Safety Helmet man-days 4733.00 0.25 1,183.25
b. Safety Shoes man-days 4498.00 2.77 12,459.46
c. Safety Gloves man-days 4733.00 7.67 36,302.11
d. Vest man-days 4733.00 2.22 10,507.26
e. Rain Coats man-days 1,832.00 0.34 622.88
f. Dust Mask man-days 1,228.00 15.00 18,420.00
g. Eye Goggles man-days 660.00 2.82 1,861.20
h. Ear Muff man-days 138.00 0.83 114.54
i. Body Harness and Lanyard man-days 988.00 3.21 3,171.48
j. Rubber Boots man-days 793.00 1.39 1,102.27

Sub - Total for F 85,744.45


G. Direct Unit Cost (E + F) 139,844.45
H. Overhead, Contingencies & Miscellaneous (OCM) of G
I. Contractor's Profit (CP) 8% of G 11,187.56
J. Value Added Tax (VAT) 5% of (G + H + I) 7,551.60
K. Total Unit Cost (G + H + I + J) 158,583.61
Guidelines for the Preparation of Cost Estimates for Traffic Management and Safety & Health Requirements for 257
the Construction and Maintenance of Roads, Bridges and Safety & Health Requirements for School Buildings

DETAILED UNIT PRICE ANALYSIS (DUPA)


2 STOREY - 12 CLASSROOM
Item No./Description : Construction Safety and Health (PPE and Safety Personnel)
Unit of Measurement : lot
Output per hour : 1.000

Designation No. of Person Man-days Daily Rate Amount


A. Labor

Duration : 175 C.D.


a. Safety Practitioner/ Officer (Part Time) 1 13.00 500.00 6,500.00
b. Health Personnel (Full Time) 1 175 C.D. 280.00 49,000.00

Sub - Total for A 55,500.00


Name and Capacity No of Units No. of Hours Hourly Rate Amount
B. Equipment

Sub - Total for B 0.00


C. Total (A + B) 55,500.00
D. Output per Hour = 1 lot
E. Direct Unit Cost (C ÷ D) 55,500.00
Name and Specification Unit Quantity Unit Cost Amount
F. Materials
a. Safety Helmet man-days 5688.00 0.25 1,422.00
b. Safety Shoes man-days 5413.00 2.77 14,994.01
c. Safety Gloves man-days 5688.00 7.67 43,626.96
d. Vest man-days 5688.00 2.22 12,627.36
e. Rain Coats man-days 2,079.00 0.34 706.86
f. Dust Mask man-days 1,398.00 15.00 20,970.00
g. Eye Goggles man-days 754.00 2.82 2,126.28
h. Ear Muff man-days 160.00 0.83 132.80
i. Body Harness and Lanyard man-days 1,129.00 3.21 3,624.09
j. Rubber Boots man-days 914.00 1.39 1,270.46

Sub - Total for F 101,500.82


G. Direct Unit Cost (E + F) 157,000.82
H. Overhead, Contingencies & Miscellaneous (OCM) of G
I. Contractor's Profit (CP) 8% of G 12,560.07
J. Value Added Tax (VAT) 5% of (G + H + I) 8,478.04
K. Total Unit Cost (G + H + I + J) 178,038.93
258

DETAILED UNIT PRICE ANALYSIS (DUPA)


3 STOREY - 3 CLASSROOM
Item No./Description : Construction Safety and Health (PPE and Safety Personnel)
Unit of Measurement : lot
Output per hour : 1.000

Designation No. of Person Man-days Daily Rate Amount


A. Labor

Duration : 115 C.D.


a. Safety Practitioner/ Officer (Part Time) 1 9.00 500.00 4,500.00
b. Health Personnel (Full Time) 1 115 C.D. 280.00 32,200.00

Sub - Total for A 36,700.00


Name and Capacity No of Units No. of Hours Hourly Rate Amount
B. Equipment

Sub - Total for B 0.00


C. Total (A + B) 36,700.00
D. Output per Hour = 1 lot
E. Direct Unit Cost (C ÷ D) 36,700.00
Name and Specification Unit Quantity Unit Cost Amount
F. Materials
a. Safety Helmet man-days 2433.00 0.25 608.25
b. Safety Shoes man-days 2374.00 2.77 6,575.98
c. Safety Gloves man-days 2433.00 7.67 18,661.11
d. Vest man-days 2433.00 2.22 5,401.26
e. Rain Coats man-days 1,183.00 0.34 402.22
f. Dust Mask man-days 470.00 15.00 7,050.00
g. Eye Goggles man-days 253.00 2.82 713.46
h. Ear Muff man-days 43.00 0.83 35.69
i. Body Harness and Lanyard man-days 511.00 3.21 1,640.31
j. Rubber Boots man-days 389.00 1.39 540.71

Sub - Total for F 41,628.99


G. Direct Unit Cost (E + F) 78,328.99
H. Overhead, Contingencies & Miscellaneous (OCM) of G
I. Contractor's Profit (CP) 8% of G 6,266.32
J. Value Added Tax (VAT) 5% of (G + H + I) 4,229.77
K. Total Unit Cost (G + H + I + J) 88,825.07
Guidelines for the Preparation of Cost Estimates for Traffic Management and Safety & Health Requirements for 259
the Construction and Maintenance of Roads, Bridges and Safety & Health Requirements for School Buildings

DETAILED UNIT PRICE ANALYSIS (DUPA)


3 STOREY - 6 CLASSROOM
Item No./Description : Construction Safety and Health (PPE and Safety Personnel)
Unit of Measurement : lot
Output per hour : 1.000

Designation No. of Person Man-days Daily Rate Amount


A. Labor

Duration : 145 C.D.


a. Safety Practitioner/ Officer (Part Time) 1 11.00 500.00 5,500.00
b. Health Personnel (Full Time) 1 145 C.D. 280.00 40,600.00

Sub - Total for A 46,100.00


Name and Capacity No of Units No. of Hours Hourly Rate Amount
B. Equipment

Sub - Total for B 0.00


C. Total (A + B) 46,100.00
D. Output per Hour = 1 lot
E. Direct Unit Cost (C ÷ D) 46,100.00
Name and Specification Unit Quantity Unit Cost Amount
F. Materials
a. Safety Helmet man-days 3387.00 0.25 846.75
b. Safety Shoes man-days 3306.00 2.77 9,157.62
c. Safety Gloves man-days 3387.00 7.67 25,978.29
d. Vest man-days 3387.00 2.22 7,519.14
e. Rain Coats man-days 1,669.00 0.34 567.46
f. Dust Mask man-days 736.00 15.00 11,040.00
g. Eye Goggles man-days 374.00 2.82 1,054.68
h. Ear Muff man-days 62.00 0.83 51.46
i. Body Harness and Lanyard man-days 735.00 3.21 2,359.35
j. Rubber Boots man-days 576.00 1.39 800.64

Sub - Total for F 59,375.39


G. Direct Unit Cost (E + F) 105,475.39
H. Overhead, Contingencies & Miscellaneous (OCM) of G
I. Contractor's Profit (CP) 8% of G 8,438.03
J. Value Added Tax (VAT) 5% of (G + H + I) 5,695.67
K. Total Unit Cost (G + H + I + J) 119,609.09
260

DETAILED UNIT PRICE ANALYSIS (DUPA)


3 STOREY - 9 CLASSROOM
Item No./Description : Construction Safety and Health (PPE and Safety Personnel)
Unit of Measurement : lot
Output per hour : 1.000

Designation No. of Person Man-days Daily Rate Amount


A. Labor

Duration : 175 C.D.


a. Safety Practitioner/ Officer (Part Time) 1 13.00 500.00 6,500.00
b. Health Personnel (Full Time) 1 175 C.D. 280.00 49,000.00

Sub - Total for A 55,500.00


Name and Capacity No of Units No. of Hours Hourly Rate Amount
B. Equipment

Sub - Total for B 0.00


C. Total (A + B) 55,500.00
D. Output per Hour = 1 lot
E. Direct Unit Cost (C ÷ D) 55,500.00
Name and Specification Unit Quantity Unit Cost Amount
F. Materials
a. Safety Helmet man-days 4,910.00 0.25 1,227.50
b. Safety Shoes man-days 4,782.00 2.77 13,246.14
c. Safety Gloves man-days 4,910.00 7.67 37,659.70
d. Vest man-days 4,910.00 2.22 10,900.20
e. Rain Coats man-days 2,493.00 0.34 847.62
f. Dust Mask man-days 1,032.00 15.00 15,480.00
g. Eye Goggles man-days 535.00 2.82 1,508.70
h. Ear Muff man-days 103.00 0.83 85.49
i. Body Harness and Lanyard man-days 950.00 3.21 3,049.50
j. Rubber Boots man-days 875.00 1.39 1,216.25

Sub - Total for F 85,221.10


G. Direct Unit Cost (E + F) 140,721.10
H. Overhead, Contingencies & Miscellaneous (OCM) of G
I. Contractor's Profit (CP) 8% of G 11,257.69
J. Value Added Tax (VAT) 5% of (G + H + I) 7,598.94
K. Total Unit Cost (G + H + I + J) 159,577.73
Guidelines for the Preparation of Cost Estimates for Traffic Management and Safety & Health Requirements for 261
the Construction and Maintenance of Roads, Bridges and Safety & Health Requirements for School Buildings

DETAILED UNIT PRICE ANALYSIS (DUPA)


3 STOREY - 12 CLASSROOM
Item No./Description : Construction Safety and Health (PPE and Safety Personnel)
Unit of Measurement : lot
Output per hour : 1.000

Designation No. of Person Man-days Daily Rate Amount


A. Labor

Duration : 185 C.D.


a. Safety Practitioner/ Officer (Part Time) 1 14.00 500.00 7,000.00
b. Health Personnel (Full Time) 1 185 C.D. 280.00 51,800.00

Sub - Total for A 58,800.00


Name and Capacity No of Units No. of Hours Hourly Rate Amount
B. Equipment

Sub - Total for B 0.00


C. Total (A + B) 58,800.00
D. Output per Hour = 1 lot
E. Direct Unit Cost (C ÷ D) 58,800.00
Name and Specification Unit Quantity Unit Cost Amount
F. Materials
a. Safety Helmet man-days 5,881.00 0.25 1,470.25
b. Safety Shoes man-days 5,728.00 2.77 15,866.56
c. Safety Gloves man-days 5,881.00 7.67 45,107.27
d. Vest man-days 5,881.00 2.22 13,055.82
e. Rain Coats man-days 2,965.00 0.34 1,008.10
f. Dust Mask man-days 1,304.00 15.00 19,560.00
g. Eye Goggles man-days 654.00 2.82 1,844.28
h. Ear Muff man-days 120.00 0.83 99.60
i. Body Harness and Lanyard man-days 1,180.00 3.21 3,787.80
j. Rubber Boots man-days 1,041.00 1.39 1,446.99

Sub - Total for F 103,246.67


G. Direct Unit Cost (E + F) 162,046.67
H. Overhead, Contingencies & Miscellaneous (OCM) of G
I. Contractor's Profit (CP) 8% of G 12,963.73
J. Value Added Tax (VAT) 5% of (G + H + I) 8,750.52
K. Total Unit Cost (G + H + I + J) 183,760.92
262

DETAILED UNIT PRICE ANALYSIS (DUPA)


3 STOREY - 15 CLASSROOM
Item No./Description : Construction Safety and Health (PPE and Safety Personnel)
Unit of Measurement : lot
Output per hour : 1.000

Designation No. of Person Man-days Daily Rate Amount


A. Labor

Duration : 200 C.D.


a. Safety Practitioner/ Officer (Part Time) 1 15.00 500.00 7,500.00
b. Health Personnel (Full Time) 1 200 C.D. 280.00 56,000.00

Sub - Total for A 63,500.00


Name and Capacity No of Units No. of Hours Hourly Rate Amount
B. Equipment

Sub - Total for B 0.00


C. Total (A + B) 63,500.00
D. Output per Hour = 1 lot
E. Direct Unit Cost (C ÷ D) 63,500.00
Name and Specification Unit Quantity Unit Cost Amount
F. Materials
a. Safety Helmet man-days 6885.00 0.25 1,721.25
b. Safety Shoes man-days 6701.00 2.77 18,561.77
c. Safety Gloves man-days 6885.00 7.67 52,807.95
d. Vest man-days 6885.00 2.22 15,284.70
e. Rain Coats man-days 3,484.00 0.34 1,184.56
f. Dust Mask man-days 1,571.00 15.00 23,565.00
g. Eye Goggles man-days 776.00 2.82 2,188.32
h. Ear Muff man-days 140.00 0.83 116.20
i. Body Harness and Lanyard man-days 1,416.00 3.21 4,545.36
j. Rubber Boots man-days 1,237.00 1.39 1,719.43

Sub - Total for F 121,694.54


G. Direct Unit Cost (E + F) 185,194.54
H. Overhead, Contingencies & Miscellaneous (OCM) of G
I. Contractor's Profit (CP) 8% of G 14,815.56
J. Value Added Tax (VAT) 5% of (G + H + I) 10,000.51
K. Total Unit Cost (G + H + I + J) 210,010.61
Guidelines for the Preparation of Cost Estimates for Traffic Management and Safety & Health Requirements for 263
the Construction and Maintenance of Roads, Bridges and Safety & Health Requirements for School Buildings

DETAILED UNIT PRICE ANALYSIS (DUPA)


4 STOREY - 4 CLASSROOM
Item No./Description : Construction Safety and Health (PPE and Safety Personnel)
Unit of Measurement : lot
Output per hour : 1.000

Designation No. of Person Man-days Daily Rate Amount


A. Labor

Duration : 145 C.D.


a. Safety Practitioner/ Officer (Part Time) 1 11.00 500.00 5,500.00
b. Health Personnel (Full Time) 1 145 C.D. 280.00 40,600.00

Sub - Total for A 46,100.00


Name and Capacity No of Units No. of Hours Hourly Rate Amount
B. Equipment

Sub - Total for B 0.00


C. Total (A + B) 46,100.00
D. Output per Hour = 1 lot
E. Direct Unit Cost (C ÷ D) 46,100.00
Name and Specification Unit Quantity Unit Cost Amount
F. Materials
a. Safety Helmet man-days 2,977.00 0.25 744.25
b. Safety Shoes man-days 2,918.00 2.77 8,082.86
c. Safety Gloves man-days 2,977.00 7.67 22,833.59
d. Vest man-days 2,977.00 2.22 6,608.94
e. Rain Coats man-days 1,593.00 0.34 541.62
f. Dust Mask man-days 610.00 15.00 9,150.00
g. Eye Goggles man-days 311.00 2.82 877.02
h. Ear Muff man-days 41.00 0.83 34.03
i. Body Harness and Lanyard man-days 588.00 3.21 1,887.48
j. Rubber Boots man-days 503.00 1.39 699.17

Sub - Total for F 51,458.96


G. Direct Unit Cost (E + F) 97,558.96
H. Overhead, Contingencies & Miscellaneous (OCM) of G
I. Contractor's Profit (CP) 8% of G 7,804.72
J. Value Added Tax (VAT) 5% of (G + H + I) 5,268.18
K. Total Unit Cost (G + H + I + J) 110,631.86
264

DETAILED UNIT PRICE ANALYSIS (DUPA)


4 STOREY - 8 CLASSROOM
Item No./Description : Construction Safety and Health (PPE and Safety Personnel)
Unit of Measurement : lot
Output per hour : 1.000

Designation No. of Person Man-days Daily Rate Amount


A. Labor

Duration : 175 C.D.


a. Safety Practitioner/ Officer (Part Time) 1 13.00 500.00 6,500.00
b. Health Personnel (Full Time) 1 175 C.D. 280.00 49,000.00

Sub - Total for A 55,500.00


Name and Capacity No of Units No. of Hours Hourly Rate Amount
B. Equipment

Sub - Total for B 0.00


C. Total (A + B) 55,500.00
D. Output per Hour = 1 lot
E. Direct Unit Cost (C ÷ D) 55,500.00
Name and Specification Unit Quantity Unit Cost Amount
F. Materials
a. Safety Helmet man-days 4265.00 0.25 1,066.25
b. Safety Shoes man-days 4178.00 2.77 11,573.06
c. Safety Gloves man-days 4265.00 7.67 32,712.55
d. Vest man-days 4265.00 2.22 9,468.30
e. Rain Coats man-days 2,288.00 0.34 777.92
f. Dust Mask man-days 969.00 15.00 14,535.00
g. Eye Goggles man-days 468.00 2.82 1,319.76
h. Ear Muff man-days 60.00 0.83 49.80
i. Body Harness and Lanyard man-days 901.00 3.21 2,892.21
j. Rubber Boots man-days 735.00 1.39 1,021.65

Sub - Total for F 75,416.50


G. Direct Unit Cost (E + F) 130,916.50
H. Overhead, Contingencies & Miscellaneous (OCM) of G
I. Contractor's Profit (CP) 8% of G 10,473.32
J. Value Added Tax (VAT) 5% of (G + H + I) 7,069.49
K. Total Unit Cost (G + H + I + J) 148,459.31
Guidelines for the Preparation of Cost Estimates for Traffic Management and Safety & Health Requirements for 265
the Construction and Maintenance of Roads, Bridges and Safety & Health Requirements for School Buildings

DETAILED UNIT PRICE ANALYSIS (DUPA)


4 STOREY - 12 CLASSROOM
Item No./Description : Construction Safety and Health (PPE and Safety Personnel)
Unit of Measurement : lot
Output per hour : 1.000

Designation No. of Person Man-days Daily Rate Amount


A. Labor

Duration : 190 C.D.


a. Safety Practitioner/ Officer (Part Time) 1 14.00 500.00 7,000.00
b. Health Personnel (Full Time) 1 190 C.D. 280.00 53,200.00

Sub - Total for A 60,200.00


Name and Capacity No of Units No. of Hours Hourly Rate Amount
B. Equipment

Sub - Total for B 0.00


C. Total (A + B) 60,200.00
D. Output per Hour = 1 lot
E. Direct Unit Cost (C ÷ D) 60,200.00
Name and Specification Unit Quantity Unit Cost Amount
F. Materials
a. Safety Helmet man-days 6518.00 0.25 1,629.50
b. Safety Shoes man-days 6384.00 2.77 17,683.68
c. Safety Gloves man-days 6518.00 7.67 49,993.06
d. Vest man-days 6518.00 2.22 14,469.96
e. Rain Coats man-days 3,409.00 0.34 1,159.06
f. Dust Mask man-days 1,630.00 15.00 24,450.00
g. Eye Goggles man-days 819.00 2.82 2,309.58
h. Ear Muff man-days 99.00 0.83 82.17
i. Body Harness and Lanyard man-days 1,383.00 3.21 4,439.43
j. Rubber Boots man-days 1,112.00 1.39 1,545.68

Sub - Total for F 117,762.12


G. Direct Unit Cost (E + F) 177,962.12
H. Overhead, Contingencies & Miscellaneous (OCM) of G
I. Contractor's Profit (CP) 8% of G 14,236.97
J. Value Added Tax (VAT) 5% of (G + H + I) 9,609.95
K. Total Unit Cost (G + H + I + J) 201,809.04
266

DETAILED UNIT PRICE ANALYSIS (DUPA)


4 STOREY - 16 CLASSROOM
Item No./Description : Construction Safety and Health (PPE and Safety Personnel)
Unit of Measurement : lot
Output per hour : 1.000

Designation No. of Person Man-days Daily Rate Amount


A. Labor

Duration : 205 C.D.


a. Safety Practitioner/ Officer (Part Time) 1 15.00 500.00 7,500.00
b. Health Personnel (Full Time) 1 205 C.D. 280.00 57,400.00

Sub - Total for A 64,900.00


Name and Capacity No of Units No. of Hours Hourly Rate Amount
B. Equipment

Sub - Total for B 0.00


C. Total (A + B) 64,900.00
D. Output per Hour = 1 lot
E. Direct Unit Cost (C ÷ D) 64,900.00
Name and Specification Unit Quantity Unit Cost Amount
F. Materials
a. Safety Helmet man-days 7828.00 0.25 1,957.00
b. Safety Shoes man-days 7663.00 2.77 21,226.51
c. Safety Gloves man-days 7828.00 7.67 60,040.76
d. Vest man-days 7828.00 2.22 17,378.16
e. Rain Coats man-days 4,113.00 0.34 1,398.42
f. Dust Mask man-days 1,993.00 15.00 29,895.00
g. Eye Goggles man-days 976.00 2.82 2,752.32
h. Ear Muff man-days 118.00 0.83 97.94
i. Body Harness and Lanyard man-days 1,708.00 3.21 5,482.68
j. Rubber Boots man-days 1,332.00 1.39 1,851.48

Sub - Total for F 142,080.27


G. Direct Unit Cost (E + F) 206,980.27
H. Overhead, Contingencies & Miscellaneous (OCM) of G
I. Contractor's Profit (CP) 8% of G 16,558.42
J. Value Added Tax (VAT) 5% of (G + H + I) 11,176.93
K. Total Unit Cost (G + H + I + J) 234,715.63
Guidelines for the Preparation of Cost Estimates for Traffic Management and Safety & Health Requirements for 267
the Construction and Maintenance of Roads, Bridges and Safety & Health Requirements for School Buildings

DETAILED UNIT PRICE ANALYSIS (DUPA)


4 STOREY - 20 CLASSROOM
Item No./Description : Construction Safety and Health (PPE and Safety Personnel)
Unit of Measurement : lot
Output per hour : 1.000

Designation No. of Person Man-days Daily Rate Amount


A. Labor

Duration : 220 C.D.


a. Safety Practitioner/ Officer (Part Time) 1 16.00 500.00 8,000.00
b. Health Personnel (Full Time) 1 220 C.D. 280.00 61,600.00

Sub - Total for A 69,600.00


Name and Capacity No of Units No. of Hours Hourly Rate Amount
B. Equipment

Sub - Total for B 0.00


C. Total (A + B) 69,600.00
D. Output per Hour = 1 lot
E. Direct Unit Cost (C ÷ D) 69,600.00
Name and Specification Unit Quantity Unit Cost Amount
F. Materials
a. Safety Helmet man-days 9147.00 0.25 2,286.75
b. Safety Shoes man-days 8951.00 2.77 24,794.27
c. Safety Gloves man-days 9147.00 7.67 70,157.49
d. Vest man-days 9147.00 2.22 20,306.34
e. Rain Coats man-days 4,779.00 0.34 1,624.86
f. Dust Mask man-days 2,359.00 15.00 35,385.00
g. Eye Goggles man-days 1,134.00 2.82 3,197.88
h. Ear Muff man-days 138.00 0.83 114.54
i. Body Harness and Lanyard man-days 2,021.00 3.21 6,487.41
j. Rubber Boots man-days 1,552.00 1.39 2,157.28

Sub - Total for F 166,511.82


G. Direct Unit Cost (E + F) 236,111.82
H. Overhead, Contingencies & Miscellaneous (OCM) of G
I. Contractor's Profit (CP) 8% of G 18,888.95
J. Value Added Tax (VAT) 5% of (G + H + I) 12,750.04
K. Total Unit Cost (G + H + I + J) 267,750.80
268

Relative Cost of
Construction Safety &
Health to the Cost of Civil
Works
C–5
Guidelines for the Preparation of Cost Estimates for Traffic Management and Safety & Health Requirements for 269
the Construction and Maintenance of Roads, Bridges and Safety & Health Requirements for School Buildings

Table 6. Relative percentage of cost of Construction Safety & Health (CSH) to the cost of civil works (Roads)

Percentage of Cost of Safety &


Project Category / Level of Improvement
Health to the Civil Works

Roads
1 Paved (Concrete) To Paved (Concrete) 0.30
2 Paved (Asphalt) To Paved (Concrete) 0.20
3 Paved (Asphalt) To Paved (Asphalt) 0.20
4 Gravel To Asphalt 0.10
5 Gravel To Concrete 0.20
6 Asphalt Overlay 0.10
7 Concrete Reblocking, 30% of existing PCCP 0.20
8 Concrete Reblocking, 50% of existing PCCP 0.20
9 Re-Gravelling 0.20
10 New Road Opening, Concrete, Assume Embankment Height = 1.00m 0.20
11 New Road Opening, Concrete , Assume Road Cut Height = 1.00m 0.30
12 Widening Paved 0.30
Note: Derived percentage of cost of construction safety and health (as per project requirements)
relative to civil works is advisab ly lower than the values ab ove or within +10%.

Table 7. Relative percentage of cost of Construction Safety& Health (CSH) to the cost of civil works (Buildings)

DIRECT COST SPL -1 - Personal SPL -2 - Relative


TYPE OF SCHOOL BUILDING (Civil & MEPF Protective Equipment & Signage & Total Cost Percentage
Works) Safety Personnel Barricades of Cost

ONE STOREY
1-Classroom 750,336.17 23,612.85 1,919.34 25,532.19 3.40
2-Classroom 1,373,535.73 35,254.14 2,043.02 37,297.16 2.72
3-Classroom 1,997,229.48 42,808.45 2,043.02 44,851.47 2.25
4-Classroom 2,627,365.63 49,855.12 2,690.38 52,545.50 2.00
5-Classroom 3,203,236.16 58,274.55 2,690.38 60,964.93 1.90

TWO-STOREY
2-Classroom 3,470,990.90 59,946.64 9,921.28 69,867.92 2.01
4-Classroom 5,024,465.55 76,961.01 15,419.28 92,380.29 1.84
6-Classroom 6,583,177.20 96,161.87 20,721.94 116,883.81 1.78
8-Classroom 9,196,213.52 119,466.41 25,601.52 145,067.93 1.58
10-Classroom 10,767,342.86 139,844.45 29,889.06 169,733.51 1.58
12-Classroom 12,350,759.24 157,000.82 33,393.78 190,394.60 1.54

THREE STOREY
9-Classroom 12,348,200.63 140,721.10 44,011.67 184,732.77 1.50
12-Classroom 14,989,258.61 162,046.67 52,062.82 214,109.49 1.43
15-Classroom 17,587,460.90 185,194.54 81,111.61 266,306.15 1.51

FOUR-STOREY
12-Classroom 16,206,764.28 177,962.12 67,301.41 245,263.53 1.51
16-Classroom 19,629,577.00 206,980.27 82,471.31 289,451.58 1.47
20-Classroom 22,971,845.00 236,111.82 104,788.34 340,900.16 1.48
Note: Derived percentage of cost of construction safety and health (as per project requirements)
relative to civil works is advisably lower than the values above or within +10%.
270

Table 8. Relative Percentage of Cost of Construction Safety & Health (CSH) to the Cost of Civil Works (Bridge)
Bridge (Based on Typical Standard Design)

1. 15 l.m. 63 l.m. 168 l.m. 312 l.m. 456 l.m.


RCDG on R.C. Pile Foundation Length
@ 1 Span of 15 l.m. @ 3 Spans of 21 l.m. @ 7 Spans of 24 l.m. @ 13 Spans of 24 l.m. @ 19 Spans of 24 l.m.

Reference/Given amount (Based on D.O. 44 : Calculation


Amount 5,000,000.00 20,000,000.00 50,000,000.00 100,000,000.00 150,000,000.00
of Project Duration)

Total estimated cost of Pay Item : Safety and Health 67,791.12 164,749.64 358,563.30 627,429.46 894,482.39
Say 68,000.00 Say 165,000.00 Say 359,000.00 Say 628,000.00 Say 895,000.00
Relative Weight (%) 1.36% 0.83% 0.72% 0.63% 0.60%
Say 1.35 0.85 0.75 0.65 0.60
Maximum = 1.35
2. 15 l.m. 48 l.m. 120 l.m. 240 l.m. 360 l.m.
PSCG on R.C. Pile Foundation Length
@ 1 Span of 15 l.m. @ 2 Spans of 24 l.m. @ 5 Spans of 24 l.m. @ 10 Spans of 24 l.m. @ 15 Spans of 24 l.m.

Reference/Given amount (Based on D.O. 44 : Calculation


Amount 5000000 20000000 50000000 100000000 150000000
of Project Duration)

Total estimated cost of Pay Item : Safety and Health 69,167.56 113,958.62 201,854.33 346,298.56 493,585.48
Say 70,000.00 Say 114,000.00 Say 202,000.00 Say 347,000.00 Say 494,000.00
Table 7. Relative percentage of cost of Construction Safety& Health (CSH) to the cost of civil works (Buildings)
Relative Weight (%) 1.40% 0.57% 0.40% 0.35% 0.33%
DIRECT COST SPL
Say -1 - Personal SPL -2 - 1.40 Relative
0.60 0.40 0.35 0.35
OF SCHOOL BUILDING (Civil & MEPF Protective Equipment & Signage & Total Cost Percentage
Maximum = 1.40
Works) Safety Personnel Barricades of Cost
3. 15 l.m. 72 l.m. 168 l.m. 312 l.m. 456 l.m.
TOREY RCDG on Bored Pile Foundation Length
@ 1 Span of 15 l.m. @ 3 Spans of 24 l.m. @ 7 Spans of 24 l.m. @ 13 Spans of 24 l.m. @ 19 Spans of 24 l.m.
1-Classroom 750,336.17 23,612.85 1,919.34 25,532.19 3.40
Reference/Given
2-Classroom amount1,373,535.73
(Based on D.O. 44 : Calculation 35,254.14 2,043.02 37,297.16 2.72 50000000
Amount 5000000 20000000 100000000 150000000
3-Classroom of Project Duration)
1,997,229.48 42,808.45 2,043.02 44,851.47 2.25
4-Classroom 2,627,365.63
Total estimated cost of Pay Item : Safety and Health 49,855.12 2,690.38
62,719.95 52,545.50
151,745.94 2.00 295,303.50 519,149.10 741,305.67
5-Classroom 3,203,236.16 58,274.55 2,690.38 60,964.93 1.90
Say 63,000.00 Say 152,000.00 Say 296,000.00 Say 520,000.00 Say 742,000.00
STOREY Relative Weight (%) 1.26% 0.76% 0.59% 0.52% 0.49%
2-Classroom 3,470,990.90 Say 59,946.64 9,921.28 1.25 69,867.92 0.75 2.01 0.60 0.55 0.50
4-Classroom 5,024,465.55 76,961.01 15,419.28 92,380.29 1.84
Maximum = 1.25
6-Classroom 6,583,177.20 96,161.87 20,721.94 116,883.81 1.78
4. 8-Classroom 9,196,213.52 119,466.41 15 l.m.
25,601.52 48 l.m.
145,067.93 1.58 120 l.m. 240 l.m. 360 l.m.
PSCG on Bored Pile Foundation Length
10-Classroom 10,767,342.86 139,844.45 @29,889.06
1 Span of 15 l.m. 169,733.51
@ 2 Spans of 24 l.m. 1.58
@ 5 Spans of 24 l.m. @ 10 Spans of 24 l.m. @ 15 Spans of 24 l.m.
12-Classroom 12,350,759.24 157,000.82 33,393.78 190,394.60 1.54
Reference/Given amount (Based on D.O. 44 : Calculation
Amount 5000000 20000000 50000000 100000000 150000000
of Project Duration)
STOREY
9-Classroom 12,348,200.63
` 140,721.10 44,011.67
57,961.50 184,732.77
90,232.89 1.50 157,577.22 266,110.08 375,875.98
12-Classroom 14,989,258.61 162,046.67 52,062.82 214,109.49 1.43
Say 58,000.00 Say 91,000.00 Say 158,000.00 Say 267,000.00 Say 376,000.00
15-Classroom 17,587,460.90 185,194.54 81,111.61 266,306.15 1.51
Relative Weight (%) 1.16% 0.46% 0.32% 0.27% 0.25%
STOREY Say 1.15 0.45 0.35 0.30 0.25
12-Classroom 16,206,764.28 177,962.12 67,301.41 245,263.53 1.51 Maximum = 1.15
16-Classroom 19,629,577.00 206,980.27 82,471.31 289,451.58 1.47
20-Classroom 22,971,845.00 236,111.82 104,788.34 340,900.16 1.48
Note: Derived percentage of cost of construction safety and health (as per project requirements)
relative to civil works is advisably lower than the values above or within +10%.
~'l.1 !J/)"-tU#
Republic of the Philippines c::t - 31 - U>( R
DEPARTMENT OF PUBLIC WORKS AND HIGHWAYS
OFFICE OF THE SECRETARY
t Manila

'3 1 JAN 2018

DEPARTMENT ORDER SUBJECT: Project and Contract


>
Management Procedures and

NOo 15 ~> Application Policy Update

Series of 2018 d·'1. rf

In line with the Department's continued objective to improve project monitoring and
contract management processes, the policies associated with the Project and Contract
Management Application (PCMA) are hereby updated. The PCMA is the official monitoring
system to effectively manage and monitor all infrastructure (civil works) projects inclusive of
contracts and projects by administration, regardless of fund source. Contracts also include
Negotiated Contracts and Memorandums of Agreement (MOAs) with Local Government Units
(LGUs)jOther Agencies (OA).

The policies in relation to the project and contract management procedures and application
are as follows:

1. The PCMA is the official monitoring system for 2016 Projects and onwards, while the
Project Monitoring System (PMS)jProject Management Office Monitoring System
(PMOMS) will still be used to monitor Projects from 2015 and prior years.

2. The PCMA utilizes the new Project ID and Project Component 10 structure in the Multi-
Year Programming and Scheduling (MYPS) application, while the PMSjPMOMS still uses
the same Project 10 structure under Department Order (DO) No. 56, Series of 2012
(Procedures for Assignment of Project IDjNo.), or the latest issuance.

3. The PCMA adheres to the new way of project identification and definition as prescribed
by DO No. 164, Series of 2016 (Road and Bridge Projects Policies, Responsibilities and
Accountabilities), or the latest issuance. Therefore, monitoring of physical
accomplishments for 2016 projects and onwards is by Project, Project Component, and
Contract.

4. All civil works projects must be monitored in PCMA and thus require work locations,
planned start and end dates, and targets in MYPS. This includes work locations for future
roads, bridges, and other new infrastructure.

5. Unified Project Management Office (UPMO) Clusters shall itemize their respective
General Appropriations Act (GAA) line items for foreign-assisted loans andjor grants in
MYPS at the time of the loan agreement, and for other funding, no later than
January 31st each year.

6. The Infrastructure Right-of-Way (IROW) acquisition for Civil Works projects, as well as
Dredging, given its critical nature, are also to be monitored in PCMA.

q... ,
D. O. No. /5 .s. 2018
Project and Contract Management Procedures and Application Policy Update
Page 2 of 2

7. The PCMA requires the use of the Standard Pay Items (with standard subscripts) for
objective status r~porting.

8. In PCMA, Contract Cost cannot exceed the sum of all civil works project components
contained therein.

9. Should a Project Component in PCMA be deemed "non-implementable" for whatever


reason (e.g., no site, expired funding, etc.), the Implementing Office shall be proactive
in requesting Planning Service to update MYPS in order to unpublish the Project
Component in PCMA to allow more accurate reporting. Project Components designated
as "non-implementable" cannot have any past disbursements and cannot be reinstated
in the original or any other Implementing Office.

10. The PCMA can be updated any time, however, the data will be locked at the last
calendar day of the month for reporting to management.

11. The electronic Project Life Cycle (ePLC) will be used to merge PCMA and PMSjPMOMS
data and to generate the Merged Monitoring Reports for the management. For 2016
projects and onwards, the Project Component ID will be used to link physical and
financial data as required in DO No. 36, Series of 2012 (Use of PMS Project ID in eNGAS
and eBUDGET Systems), or the latest issuance.

12. The Implementing Offices must comply with the procedures, specific data requirements,
and business rules built into the PCMA Project and Contract Management Procedures
Manual issued and updated by the Bureau of Construction.

This Department Order shall take effect immediately and shall supersede DO 6, Series of
2016.

DIMAS D.ON
MARK A. VILLAR Un etary
Secretary . ·Ofli~ - -cl1~rge
2.6 CEC Departrrent of Public Works and Highways
Office of the Secretary

111111111111111I11111111111111111I111
WIN8H01280
G4f1J./3 () pwH
Republic of the Philippines O/~ d/~ .2.£)/1

~
-- --
~,~ .
DEPARTMENT OF PUBLIC WORKS AND HIGHWAYS
OFFICE OF THE SECRETARY
Manila

3 1 JAN 2018

DEPARTMENT ORDER ) SUBJECT: Guidelines for Geotagging DPWH


Civil Works Projects

NO.
16 ~
)
Series of 2018~~('''''''''

In line with the Department's continued Project and Contract Management Application
(PCMA) objective to improve project monitoring and contract management processes and in
accordance with the 2018 General Appropriations Act (GM) provision, geotagged Monthly
Progress and Completion for all Road and/or Bridge Civil Works project components for 2018
onwards are hereby required from Implementing Offices (IOs). Additional geotagged photos
for the Before Stage, at Mobilization Stage, and for other Infrastructure types are required
as outlined in the schedule contained herein.

There are four (4) specific stages and purposes for capture of these photographs:

1 Before 'Before' photos are the responsibility of the 10 Planning and


Design Division/Section and shall be captured during budget
re aration.
2 Mobilization 'Mobilization' photos are the responsibility of 10 Construction
Division/Section and shall be captured during the conduct of
the joint field as-staked survey to ensure the Project is in
same location as was funded, and to confirm site availability
and condition as com ared to the "Before" sta e.
3 Monthly Progress 'Monthly Progress' photos, which best represent
accomplishments during the month are the responsibility of
10 Construction Division/Section and shall be captured to
show h sical ro ress.
4 Completion 'Completion' photos are the responsibility of 10 Construction
Division/Section, shall be captured during final inspection,
and should be uploaded before or on the day of issuance of
Certificate of Completion to show the completed
infrastructure.

The Information Management Service (IMS) is responsible for the issuance and updating of
the Geotagging Guidelines which specifies the standards, along with the number and type of
photograph per stage, provides the web-based and mobile geotagging application, and
ensures that necessary training is provided to end-users. All photographs will be stored in
the Geographic Information System (GIS), which shall be accessible in the DPWH Website.

The Development Planning Division (DPD), Planning Service (PS), shall be responsible for
the review and quality assurance of photographs for Stage 1 (Before). 10 Project Engineers
(PEs) shall be responsible for the review and quality assurance of photographs for stages 2,
3, and 4 (Mobilization through Completion).
D.O. No. If/) Series of 2018
I

Guidelines for Geotagging DPWH Civil Works Projects


Page 2 of 2

The Head of the ImRlementing Office is ultimately responsible for ensuring compliance and
t
integrity of the photographs. The schedule for compliance for all stages and for other
infrastructure types is as follows:

Schedule Activi
B end of Janua 2018 • Pilot technolo in Re ion 1.
By end of April 2018 • Geotagged "Before" photos for all Road and/or Bridge
Civil Works project components regardless of cost and
for all other Civil Works Project Components with cost
reater than Ph 50 million for 2018 ro·ects.
By end of May 2018 • Geotagged "Before" photos for all Road and/or Bridge
Civil Works project components being proposed for
2019, and other Civil Works Project Components with
cost reater than Ph 50 Million.
Starting April 2018 • Mobilization, Monthly Progress, and Completion Photos
for Major Flood Control Structures and Dredging
ro'ect com onents.
Starting September 2018 • Mobilization, Monthly Progress, and Completion Photos
for all project components monitored in Project and
Contract Management Application (PCMA) regardless
of cost, infrastructure e, or fund source.
Starting March 2019 • All civil works project components for all four (4)
stages regardless of cost, fund source, and/or
infrastructure type. "Before" photos for years 2020
onwards are due in April each year of the preceding
year during budget preparation. All other stages (e.g.
mobilization, monthly progress and completion) should
be carried out during the month of the activity
s ecified.

This Order shall supersede Department Order No. 79, series of 2017 and take effect
immediately.

MARK A. VILLAR
Secretary

Departrrent of Public Works and Highways


Office of the Secretary
11.1.1 ETC/RBC/NSP
1111111111111111111111111111111111111
WIN8P01610
REPUBLIC OF THE PHILIPPINES
DEPARTMENT OF PUBLIC WORKS AND HIGHWAYS
\
OFFICE OF THE SECRETARY
MANILA

gt1 JAN 2018


DEPARTMENTORDER ) SUBJECT: Amending the Guidelines on the
Accreditation of Private Testing

NO.
22 ~
)
Laboratories

Series of 2018 (5/". "'.It'

To further ensure the effective quality control of materials in the implementation of various
DPWHprojects, these guidelines on the accreditation of private testing laboratories are hereby
amended.

1.0 SCOPEAND FIELD OF APPUCATION

1.1 This document prescribes the rules and regulations governing the accreditation of
private testing laboratories, laboratories of Provincial Engineering Offices and
universities/colleges that can perform the testing of materials for Government
infrastructure projects. It includes their organizations, staff qualifications, testing
premises, test equipment, calibration, records keeping and the issuanceof reports.

1.2 The aim of the document is to set out criteria, the observance of which will ensure
that the work of the testing laboratory is conducted efficiently;

1.2.1 With technical and commercial integrity.

1.2.2 With a known level of accuracy in all tests and measurements (Le., the
uncertainty is known).

1.2.3 In accordancewith the prescribed guidelines and standards of the Department.

1.2.4 In compliance with the new codes, laws and guidelines set by other
Government agencies relevant in the accreditation of private testing
laboratories.

2.0 DEFINmON

2.1 Bureau of Researchand Standards (BRS) - A Bureau created under Executive Order
No. 124 which is mandated to develop and set effective standards and reasonable
guidelines to ensure the safety of all infrastructure facilities in the country and to
assure efficiency and proper quality in the construction of government public works.

2.2 Certificate of Accreditation - A document signed by the Director of BRS issued to


testing laboratories authorizing/accrediting them to perform the required tests for
Government infrastructure projects.
..

Department Order No. -lot ,


Series of 2018,
re: Amending the Guidelines on the Acaeditation of Private Testing Laboratories
Page 2 of 12

2.3 Certificate of Authority to Operate Chemical Laboratories- a certificate given to any


firms, corporations and government agencies to operate chemical laboratory or
engage in the practice of chemistry or chemical analysis in the Philippines as defined
in R.A. No. 10657.

2.4 Chemical Analysis - refers to a physio-chemical or biochemical procedure which


involves activities defined in R,A. No. 10657.

2.5 Chemical Laboratory - refers to a facility where chemical analysis and chemical
synthesis are performed. Such activities carried out outside of a chemical laboratory,
for example, a factory, mobile laboratory or field analysis, shall likewise be
considered a chemical laboratory.

2.6 Department - Referred herein as the Department of Public Works and Highways
(DPWH).

2.7 Pollution Control Officer (PCO) - a technical person competent in pollution control
and environmental management, performing the duties and responsibilities in a
particular establishment and officially accredited by the Environmental Management
Bureau (EMB) Regional Office to perform such responsibilities.

2.8 Registered Chemical Technician - refers to any person who assists in the routine work
of chemical analysis, chemical synthesis, and sale of chemicals and chemical
equipment/ apparatus and who is duly registered as such with the Board and the
Commission. Chemical technicians may only work or practice under the supervision
of a registered chemist.

2.9 Registered Chemist - refers to any person who is engaged in the professional practice
of chemical analysis, as defined in R.A. No. 10657 and who is duly registered with the
Board of Chemistry.

2.10 Republic No. 10657 - An act regulating and modernizing the practice of Chemistry
in the Philippines, otherwise known as the "Chemistry Profession Act".

2.11 Testing Laboratory - A laboratory which measures, examines, tests, calibrates or


otherwise determine the characteristics or performance of materials or products.

2.12 Test Method - A defined standard technical procedure to determine one or more
specified characteristics of the material or product.

2.13 Test Report - A document which presents the test results and other information
relevant to the test.

3.0 RESPONSIBILmES OF THE BRS

3.1 Grant Certificate of Accreditation to applicant Laboratories that are capable of


complying with these guidelines.

3.2 Assess the applicant laboratories as to their compliance with these guidelines.
Department Order No. ~.2 . Series of 2018,
re: Amending the Guidelines on the Accreditation of Private Testing Laboratories
Page 3 of 12

••
3.3 The BRS at its discretion may:

3.3.1 Increase or reduce the scope of accreditation.

3.3.2 Revoke the Certificate of Accreditation.

3.3.3 Reconsider, after due notice, the accreditation in the light of notified
changes/additions in personnel, equipment and/or system.

3.3.4 Shall prepare a directory of accredited private testing laboratories. Such


directory shall be made available to prequalified contractors of DPWH.

3.3.5 Gives due notice to an already accredited laboratory of any intended


changes/adjustments appertaining to the guidelines. The Certificate holder
shall be given such time as in the opinion of the BRS is reasonable to carry out
the necessary adjustments to its procedures. The testing laboratory shall notify
the BRS when such changes/adjustments have been completed. BRS shall
conduct an assessment of the laboratory to check compliance with the changes.

3.3.6 Shall collect accreditation fees in accordance with the rules and regulations on
fees.

4.0 APPLICATION FOR THE CERTIFICATE OF ACCREDITATION

4.1 The application for the grant of a Certificate of Accreditation shall be accomplished
on BRS Form No.1 (see Annex A), obtainable from BRS with a non-refundable fee of
Php 1,000.00. Said application shall be filed with the BRS.

4.2 The testing laboratory shall make available to the BRS Director or his duly
designated/authorized representative such data, information as may be required in
connection with the processing of the application for accreditation or in the
reassessment of its testing competence during the annual assessments.

4.3 In the event that BRS, after assessing the laboratory, is satisfied that the testing
laboratory complies with these guidelines, then, it shall issue the Certificate of
Accreditation (see Annex B). The Certificate shall indicate the specific type/s of test
that can be done by the laboratory in accordance with existing standards of the
DPWH.

4.4 Once a Certificate is issued, it shall remain valid for two (2) years renewable every
other year thereafter upon application.

4.5 The Certificate of Accreditation shall be non-transferable.

4.6 A Certificate of Accreditation may be relinquished by a certificate holder upon giving


one month notice in writing.

4.7 Applicants for initial and/or renewal of Certificate of Accreditation of testing cement
products shall be required to participate in the Proficiency Testing Program conducted
Department Order No. .2:1.. • Series of 2018,
re: Amending the Guidelines on the Accreditation of Private Testing Laboratories
Page 4 of 12

••
by the Cement Manufacturer's Association of the Philippines (CeMAP) to enhance their
capabilities to test cement in accordance with the prescribed standards.

4.8 Laboratories performing chemical tests shall apply for a Certificate of Authority to
Operate Chemical Laboratories from the Professional Regulation Board (PRe) as per
IRR of R.A No. 10657.

4.9 Contractors with laboratories capable of testing construction materials should also
secure the accreditation from BRS to ensure the highest standard in quality control
implementation and that they should undergo the same proficiency testing joined by
DPWH Private Testing Laboratories.

4.10 A Certificate of Accreditation issued to Private Testing Laboratories shall only be


used or valid for the specific address where the laboratory is situated. In case of
transfer of location/address, they shall notify or inform the BRS accordingly.

5.0 APPLICATION DENIED OR CERTIFICATE REVOKED/CANCELLED

5.1 Any Certificate granted under provisions of these guidelines shall be revoked or
cancelled on the following grounds:

5.1.1 The certificate holder fails to comply with any or all of the terms and conditions
of the certificate as provided for in these guidelines.

5.1.2 Upon investigation/ inspection of the BRS, the certificate holder is found to have
issued fraudulent/tampered test results to its clients.

5.1.3 Issue test reports to DPWH projects on tests not included in their accreditation.

5.2 No certificate shall be cancelled or annulled unless the Director of BRS has served a
notice of his intention to do so, stating therein the grounds for the contemplated
action, granting the certificate holder the opportunity to be heard.

5.3 The decision of the BRS under these guidelines shall be appealable within fifteen (15)
days upon receipt of such decision in writing to the BRS of his desire to appeal the
decision. The decision of the Director of BRS denying the application shall be
considered final for failure to appeal within the fifteen (15) days period. In case of
appeal, a meeting between the BRS and the applicant shall be held on a date not less
than fifteen (15) days and not more than one hundred (100) days after the receipt of
the notice, and the applicant or the certificate holder so appealing shall be given at
least a seven (7) - day notice of the time and place of such meeting. The decision of
the Director of BRS shall be final.
Department Order No. .2<. • Series of 2018,
re: Amending the Guidelines on the Accreditation of Private Testing Laboratories
Page 5 of 12

6.0 ORGANIZATION OF THE TESTING LABORATORY

6.1 The testing laboratory shall:

6.1.1 Be legally identifiable.

6.1.2 Have an organizational structure, including quality system that enables it to


maintain the capability to perform satisfactory the technical functions for which
accreditation is granted.

6.1.3 Be able to demonstrate, as required by the BRS Inspectors, its


capability/proficiency to perform the representative tests on the materials
samples for which it is seeking accreditation.

6.1.4 Be legally organized so as not to subject staff members to undue pressure or


inducement that might influence their judgment or results of their work.

6.1.5 Be structurally organized in such a way that each staff member is aware of both
the extent and the limitations of his/her area of responsibility.

6.1.6 Have a technical manager (however named) who has overall responsibility for
the technical operations of the laboratory.

6.1. 7 Have adequate security rules and measures for the protection of proprietary
rights and confidential information.

6.1.8 Ensure that its personnel are aware of the relevance and importance of their
activities and how they can contribute to the achievement of the objectives of
the organization.

6.1.9 In cases where testing involves chemical analysis or use of chemicals, a


Registered Chemist shall take charge and supervise all activities in the chemical
laboratory as prescribed in R.A. No. 10657.

7.0 QUALITY SYSTEM

7.1 The laboratory shall maintain an internal quality assurance program appropriate to
the type, range and volume of work performed. The quality assurance program shall
be documented in a quality manual which is available for use by the laboratory staff.
The quality manual shall be maintained and updated by a responsible member of the
laboratory staff. The person or persons responsible for quality assurance within the
laboratory shall be designated by the laboratory management and have direct access
to top management.

7.2 The said quality manual shall contain information regarding:

7.2.1 Business permit and SEC registration.

7.2.2 Photos of the laboratory and its premises.


Department Order No. .,2.:L , Series of 2018,
re: Amending the Guidelines on the Acaeditation of Private Testing Laboratories
Page 6 of 12

7.2.3 The structure of the laboratory (organizational charts).

7.2.4 Complete list of all the testing equipment /apparatus in the laboratory, with
photographs and proof of ownership.

7.2.5 The operational and functional duties and services pertaining to quality, so that
each person concerned will know the extent and the limits of his responsibility.

7.2.6 General quality assurance procedures.

7.2.7 Quality assurance procedures specific for each test, as appropriate.

7.2.8 Where appropriate, proficiency testing, use of reference materials, etc.

7.2.9 Satisfactory arrangements for feedback and corrective action whenever testing
discrepancies are detected.

7.2.10 Procedure for dealing with technical complaints.

7.3 The quality system shall be systematically and periodically reviewed by or on behalf
of management to ensure the continued effectiveness of the arrangements, and
corrective action initiated. Such reviews shall be recorded together with details of
any corrective action taken.

8.0 STAFF

8.1 The staff shall have the necessary education, training, technical knowledge and
experience for their assigned functions.

8.2 There shall be a current job description for each senior technical position category
which includes the necessary education, training, technical knowledge and
experience.

8.3 The proportion of supervisory to non-supervisory staff shall be such as to ensure


adequate supervision.

8.4 Suitable staff shall be nominated to deputies for the senior technical and quality
system management staff in their absence.

8.5 Information on the relevant qualifications, training and experience of the technical
staff shall be maintained by the laboratory.

8.6 The following shall be present in laboratories conducting chemical tests/analysis:

8.6.1 At least one (1) Registered Chemist who has the authority to undertake the
professional practice of chemistry as defined in R.A. No. 10657. A registered
Chemist can supervise a maximum of five (5) registered Chemical Technicians.
Department Order No. ~ • Series of 2018,
re: Amending the Guidelines on the Accreditation of Private Testing Laboratories
Page 7 of 12

8.6.2 The provision of Registered Chemical Technician is elective and it depends on


the judgment of the organization if needed so.

8.6.3 At least one (1) Pollution Control Officer who is responsible for the hazardous
waste management system of the laboratory in compliance with P.D. 1586, R.A.
6969, R.A. 8749, R.A. 9275 and R.A. 9300 and other environmental laws and
issuances. The PCO shall secure accreditation from the concerned
Environmental Management Bureau (EMB) Regional Office where the laboratory
is located.

9.0 TESTING AND MEASURING EQUIPMENT

9.1 The testing laboratory shall be furnished with or has access to all items of equipment
required for correct performance of the tests and measurements for which it is
accredited.

9.2 Testing equipment/apparatus should be "per laboratory basis"; i.e., exclusive to the
laboratory branch. All equipment shall be properly maintained to ensure protection
from corrosion and other causes of deterioration. Instructions for a proper
maintenance procedure for those items of equipment which required periodical
maintenance shall be available.

9.3 Any item of the equipment which has been subjected to overloading or mishandling
or which gives doubtful results or has been shown by calibration or otherwise to be
defective, shall be taken out of service and clearly labeled until it has been repaired
and then shown by test of calibration to be performing its function satisfactorily.

9.4 Records shall be maintained of each major items of equipment. Each record shall
include:

9.4.1 The name of item of equipment.

9.4.2 The contractor's name and type identification and serial number.

9.4.3 Date received and date placed in service.

9.4.4 Current location, where applicable.

9.4.5 Details of maintenance.

9.5 In the case of measuring equipment, the record shall include:

9.5.1 Date of last calibration and calibration reports.

9.5.2 The maximum period oftime between successive calibrations.

9.6 A label or tag indicating the date of the calibration should be attached to the
equipment requiring the calibration.
Department Order No. :J.,;J, , Series of 2018,
re: Amending the Guidelines on the Accreditation of Private Testing Laboratories
Page 8 of 12

9.7 To ensure proper functioning and to prevent deterioration of testing equipment, the
laboratory shall have planned maintenance and procedures for safe handling,
transporting and storing of testing equipment.

10.0 CALIBRATION

10.1 Measuring and testing equipment used in the testing laboratory shall be calibrated
where appropriate before being put into service and thereafter according to an
established program.

10.2 The overall program of calibration of equipment shall be designed and operated so
as to ensure that measurements made in the testing laboratory are traceable
(where the concept is applicable) to national standards of measurements specified
by the International Committee of Weights and Measures. Where the concept of
traceability to national or international standards of measurement is not applicable,
the testing laboratory shall provide satisfactory evidence of correlation or accuracy
in a suitable program of interlaboratory comparisons.

10.3 Reference standards of measurement held by the laboratory shall be used for
calibration only and for no other purpose.

lOA Reference standards of measurements shall be calibrated by a competent body that


can provide traceability to a national or international standard of measurement.

10.5 Where relevant, in-service testing equipment shall be subjected to checks between
regular recalibrations.

11.0 TEST METHODS AND PROCEDURES

11.1 The testing laboratory shall have adequate documented instructions on the use and
operation of all relevant equipment, on the handling and preparation of test items
(where applicable), and on standard testing techniques, where the absence of such
instructions could jeopardize the efficacy of the testing process. All instructions,
standards manuals and reference data relevant to work of the testing laboratory
shall be maintained up-to-date and be readily available to the staff.

11.2 The testing laboratory shall use methods and procedures required by the
specification against which the test items are to be tested. The specification shall
be available to the staff performing the test.

11.3 Where it is necessary to employ test methods and procedures which are non-
standard, these shall be fully documented and shall have been validated
appropriately before use.

11.4 All manual calculation and data transfers shall be subject to appropriate checks.
Department Order No. e'lol . Series of 2018,
re: Amending the Guidelines on the Accreditation of Private Testing Laboratories
Page 9 of 12

••
11.5 Where these results are derived by electronic data processing techniques, the
stability of the system shall be such that the accuracy of results is not affected.
This generally implies an ability to detect malfunctions in the hardware during
program execution and take appropriate action.

12.0 ENVIRONMENT

12.1 The environment in which the tests are undertaken shall be such that it will not
invalidate the test results or adversely affect the required accuracy of
measurement. The testing premises shall be protected as required from excessive
conditions such as excessive temperature, dust, moisture, steam, vibration,
electromagnetic disturbance, interference and shall be maintained accordingly.
They shall be sufficiently spacious to limit the risk of damage or danger and to
allow operators to make practical and precise movements. The premises shall have
the equipment and energy sources needed for the testing. When the testing so
requires, they shall be equipped with devices to monitor the environmental
conditions.

12.2 Access to and use of all test areas shall be controlled in a manner appropriate to
their designated purposed and entry by persons external to the laboratory shall be
defined.

12.3 Adequate measures shall be taken to ensure good housekeeping in the testing
laboratory.

12.4 Laboratories conducting chemical tests shall comply with the requirements of DENR
AO No. 12, Series of 2014, Revised Guidelines for Pollution Control Officer
Accreditation, on the hazardous waste materials as provided by R.A. No. 6969,
otherwise known as the "Toxic Substances and Hazardous and Nuclear Wastes
Control Act of 1990".

13.0 HANDLING OF ITEMS TO BE TESTED

13.1 A system for identifying the samples or items to be tested or calibrated shall be
applied, either through documents or through marking, to ensure that there can
be no confusion regarding the identity of the samples or test items and the results
of the measurements made.

13.2 A procedure shall exist for bonded storage of items where necessary.

13.3 At all stages of storing handling and preparation for test precautions shall be taken
to prevent damage to items, for example, contamination, corrosion or the
application of stresses, any of which would invalidate the results. Any relevant
instructions provided with the item shall be observed.

13.4 All samples to be tested should be transported and submitted by the


Government authorized representative involved in the implementation of the
project.
Department Order No. ..t:l. • Series of 2018,
re: Amending the Guidelines on the Accreditation of Private Testing Laboratories
Page 10 of 12

13.5 There shall be clear rules for the receipt, retention and disposal of samples.

14.0 PERFORMANCE WITNESSING OF TEST

14.1 Accredited Private Testing Laboratories owned by companies involved in the supply
of construction materials for DPWH projects shall engage the services of another
private testing laboratory accredited by the DPWH to maintain check and balance.

14.2 All tests on construction materials for DPWH projects shall be witnessed by the
authorized government representative involved in the project implementation.

15.0 RECORDS

15.1 The testing laboratory shall maintain a record system to suit its particular
circumstances and comply with any existing regulations. It shall retain on record
all original observations, calculations and derived data, calibration records and the
final test report for an appropriate period. The records for each test must contain
sufficient information to permit satisfactory repetition of the test.

15.2 All records and test reports shall be held secure and in confidence to the client,
unless otherwise required by the law.

16.0 TEST REPORTS

16.1 All test report forms shall have designated numbers and accountable to the
laboratory doing the test, following the BRS standard format and ISO 9001:2015
standards (see Annex C).

16.2 The work carried out by the testing laboratory shall be covered by a report which
accurately, clearly and unambiguously presents the test results and all other
relevant information.

16.3 Each test report shall include at least the following information:

16.3.1 Name and complete address of testing laboratory.

16.3.2 Unique identification of report (such as Laboratory Number or Laboratory


Report Number) on each page of the report.

16.3.3 Name and address of client.

16.3.4 Description and identification of the test item.

16.3.5 Date of receipt of test item or receipt of sample and date(s) of performance
of test as appropriate.

16.3.6 A statement of the effect that the test results relate only to the items tested.

16.3.7 Identification of the test specification, method procedures.


Department Order No. ~ • Series of 2018,
re: Amending the Guidelines on the Accreditation of Private Testing Laboratories
Page 11 of 12

••
16.3.8 Description of sampling procedure, where relevant.

16.3.9 Any deviations, additions to or exclusions, and any other information relevant
to a specific test.

16.3.10 Disclosure of any non-standard test method or procedure utilized.

16.3.11 Measurements, examinations and derived results, supported by tables,


graphs, sketches and photographs as appropriate, and any failures
identified.
16.3.12 The signatures and title of person(s) accepting technical responsibility for
the test report and date of issue.

16.3.13 A statement that the report shall not be reproduced without the approval
of the testing laboratory.

16.4 Corrections or additions to a test report after issuance shall be made only by a
further document suitably marked, e.g. "Supplement to test report serial number
----- (or as otherwise identified)", and shall meet the relevant requirements of the
preceding paragraphs.

16.5 The test report should indicate only the result of the testis conducted on the
materials. Evaluation as to acceptability of the materials tested shall be done by
the implementing office of the DPWH.

16.6 Chemical Analysis test reports shall be certified by a registered Chemist. He/she
must affix his/her signature, license number and official seal on the test reports as
provided by the IRR of R.A. No. 10657. If chemical analysis was performed by a
registered Chemical Technician, he/she shall sign and affix his license number on
the test reports as well.

17.0 TERMS AND CONDmONS OF THE CERTIFICATE

17.1 The following terms and conditions shall be binding to all certificate holders. Any
infraction thereof shall constitute sufficient grounds for cancellation or revocation
of the certificate.

17.1.1 The certificate holder shall at all times comply with these guidelines.

17.1.2 The certificate holder shall claim that it is accredited only with respect to
the type of test performed in accordance with these guidelines.

17.1.3 The certificate holder shall not use the certificate in any manner wherein
the BRS may reasonably object and shall not make any statement
relevant to the authority of the certificate holder in a way which in the
opinion of the BRS may be misleading.
Department Order No. :z.~ . Series of 2018,
re: Amending the Guidelines on the Accreditation of Private Testing Laboratories
Page 12 of 12

••
17.1.4 Upon termination of a Certificate of Accreditation, (however determined)
the testing laboratory forthwith shall discontinue its use and all
advertising matters which contain any reference thereto.

17.1.5 The Accredited Laboratory shall make it clear in all contracts with its
clientele other than the BRS, that a satisfactory test report shall in no way
imply that the product so tested is approved by the BRS and shall not be
used nor be authorized to use, for promotional or publicity purposes by
the said client without prior written permission from the BRS in order to
ensure that there is no misrepresentation of the BRS position.

18.0 ANNUAL ASSESSMENT BY THE BRS

18.1 Visits - A duly authorized assessor of the BRS shall be permitted to visit the testing
laboratory periodically (once per year, minimum) but at the discretion of the BRS to
determine that the conditions upon which the Certificate was granted are being
observed and carried out.

18.2 Monitoring Testing and Reporting Procedures - In order to monitor testing and
reporting procedures, the BRS may require the testing laboratory to carry out from
time to time tests and prepare reports on test samples submitted by the BRS.

18.3 Confidentiality - All information obtained by the BRS in the operation of this scheme
of laboratory accreditation will be treated as confidential between the private testing
laboratory and the BRS. Such information will not be divulged without the written
permission of the testing laboratory manager.

This Order shall take effect immediately and supersedes the following issuances:

1. Department Order No. 26, Series of 1989, re: Accreditation of Private Testing Laboratories
2. Department Order No. 190, Series of 1991, re: Amending Department Order No. 26, Series
of 1989
3. Department Order No. 173, Series of 2002, re: Amending Department Order No. 26, Series
of 1989
4. Department Order No. 48, Series of 2012, re: Amending Department Order No. 173, Series
of 2002

DIMAS
MARK A. VILLAR Un
Secretary "om
Departrrent of Public Works and Highways
Office of the Secretary
14.1.2 FET/RGT
1111111111111111111111111111111111111
WIN8U01571
ANNEX A
••

BRS Form No.1

APPLICA nON FOR ASSESSMENT AS


DPWH ACCREDITED PRIVATE TESTING LABORATORY

The Director
Bureau of Research and Standards
Department of Public Works and Highways
EDSA, Quezon City

Sir:

In accordance with the "Guidelines for the Accreditation of Private Testing


Laboratories" issued by DPWH, we hereby apply for assessment as a DPWH accredited
private testing laboratory.

1. Name of Applicant: _

2. Address: _

3. Telephone Number(s): _

4. Address of Testing Laboratory if Different from No.2: _

5. Telephone Number of Testing Laboratory if Different from No.3: _

6. Name of Duly Apthorized Representative: _

7. Position of Duly Authorized Representative: _

8. Specific Testis for which accreditation IS sought. (Use a separate sheet if


necessary): _

9. Testing Apparatus and Laboratory Equipment - List down the test facilities for the
type of test for which accreditation is sought. Include name of equipment, its
purpose/use, manufacturer, date acquired and dated placed in service (Use a
separate sheet if necessary).

Page 1 of 12
ANNEX A
Page 2 of 2
••

10. Calibration - State program of calibration of measuring instruments/ equipment.


(Use a separate sheet if necessary).

11. List down the personnel in-charge of testing, together with their qualifications.

12. Describe briefly the security measures for ensuring the protection of proprietary
rights and confidential information.

In the event that a certificate of accreditation is granted, we hereby agree to comply


with the "Guidelines for the Accreditation of Private Testing Laboratories" and to abide by
all rules and regulations promulgated by the DPWH for the accreditation of private
laboratories of assessed technical competence ...

(Signature)
President/Manager/Duly
Authorized Representative

Subscribed and sworn to before me this __ day of 20_.


affiant exhibiting to me his/her Residence Certificate No. • issued at
_______ on ,

Notary Public

Doc _
Page No. _
Book No. _
Series of _

Page 2 of 12
ANNEX B

CERTIFICATE OF ACCREDITATION
This is to certify that Name of Testing Laboratorv
located at Complete Address of Testina Laboratorv is duly
accredited to undertake materials testing for government
infrastructure projects pursuant to Department Order No. 26,
series of 1989, as amended by Department Order No. 190, series
of 1991 and Department Order No. 173, series of 2002.

Name of Tests

This certificate is good only for the above-mentioned tests


and shall be valid from to _

REYNALDO G. TAGUDANDO
Director IV
QMS-BRS-MTD-Physical Section
Form No. 43
ANNEX C -
Republic of the Philippines
Department of Public Works and Highways
BUREAU OF RESEARCH AND STANDARDS
\
EDSA, Diliman, Quezon City

Lab. Report No:

JJate
TEST REPORT ON EMULSIFIED ASPHALT
Project
Kind of material
Sample identification
Quantity. represented
Sampled at
Original source
Supplied by
Proposed use
Governing Spec's
Sampled by

(Name & designation) (Office) (Date)


Submitted by

(Name & designation) (Office) (Date Received)


LbN
a . o. : 273 -17 (N.0 1'<~vmen t)
TESTS RESULTS
Abrasion Loss (LAM), %
Bulk Specific Gravity (SSD)
Absorption, %
REMARKS:

Tested by: Checked by:

Witnessed by: ATTESTED:


QMS-BRS-MTD-Physical Section
Form No. 43

ANNEX C
Republic of the Philippines Page 2 of 2
Department of Public Works and Highways
BUREAU OF RESEARCH AND STANDARDS
EDSA, Diliman, Quezon City
••
Lab. Report No:

Date
TEST REPORT ON CONCRETE AGGREGATES
Project

Kind of Material
Sample identification
Quantity represented
Sampled at
Original Source
Supplied by
Proposed use
Governing Spec's
Sampled by
(Name & designation) (Office) (Date)
Submitted by
(Name & designation) (Office) (Date Received)
Lab. No. :
TESTS REQUIREMENTS RESULTS
Sieve Analysis: Cumulative % Passing
Size Sieve, mm
9.5 100
4.75 95-100
2.36 -
1.18 >
. 45-80
0,6 -
0.30 5-30
0.15 0-10
0.075 0-3
Fineness Modulus 2.75
Bulk Specific Gravity (SSD)
- -
Absorption, % -
Soundness (Na2S04), % Loss 10 Max
Mortar Strength, % 95 Min.
Organic Impurities -
Unit Weight, kg/m3
Loose -
Rodded -
REMARKS:

Tested by: Checked by:

Witnessed by: ATTESTED:


&:1'1.13 () l'ecJ;f
~,.. , ;)N -)Dei"

REPUBLIC OF THE PHILIPPINES


DEPARTMENT OF PUBLIC WORKS AND HIGHWAYS
\ OFFICE OF THE SECRETARY
MANILA

l' 9 FEB 2018


DEPARTMENT
ORDER ) SUBJECT: DPWH Standard Specification for
Item 1726 Electromechanical

NO.
27 ~
)
Equipment and Facilities for Pumping
Stations
Series of 2018~ VY. ~4

It has been the thrust of the Department to provide effective standard specifications in the
implementation of various infrastructure projects. As such, there is a need to set a standard
specification for the proper installation of electromechanical equipment and facilities for
pumping stations. The attached DPWH Standard Specification for
Electromechanical Equipment and Facilities for Pumping Stations, Item 1726 is
hereby prescribed for the guidance and compliance of all concerned.

This specification shall form part of the on-going revision of the DPWH Standard Specifications
for Public Work Structures - Buildings, Ports and Harbors, Flood Control and Drainage
Structure and Water Supply Systems, Volume III, 1995 Edition.

This Order shall take effect immediately.

~ .
MARKVIlt;;(Z---- A.
Secretary

14.1.2 FET/RGT
Departrrent of Public Works and Highways
Office of the Secretary

1111111111111111111111111111111111111
WIN8U01575
DPWH STANDARD SPECIFICATION FOR ITEM 1726 - ELECTROMECHANICAL
EQUIPMENT AND FACILmES FOR PUMPING STATIONS

1726.1 Description

This Item shall consist of furnishing and installing electromechanical equipment and facilities
for pumping stations in accordance with the Plans and this Specification, or as directed by
the Engineer.

1726.2 Definition

1726.2.1 Motor Control Center (MCC)

A motor control center (MCC) is a metal floor-mounted assembly in NEMA 3R, powder-
coated or NEMA 4x of one (1) or more metal enclosed vertical sections typically having a
horizontal common power bus and principally containing combination of motor-control units,
over current protection and overloading devices. These units are mounted one above the
other in the vertical sections. The sections normally incorporate vertical copper bus bars
connected to the common power bus, thus extending the common power supply to the
individual units. Power may be supplied to the individual units by copper bus bar
connections, bolt or bolted connection or suitable wiring. The motor control center shall be
installed to control all main pumps and pumping station facilities.

1726.2.2 Local Control Panel (LCPC)

An enclosed metal assembly in NEMA 3R, powder-coated or NEMA 4x of a systematic and


standard arrangement of two (2) or more components such as motor, magnetic controllers,
overload relays, fused disconnect switches, and circuit breakers and related control devices
such as pushbutton stations, selector switches, timers, switches, control relays, and the like
with associated wiring, terminal lugs, pilot lights, and similar components. The local control
panel shall be installed for the control of aUXiliary and facility equipment such as cranes,
rakes and flood gates.

1726.3 Material Requirements

1726.3.1 Motor Control Center (MCC)

1726.3.1.1 General

The motor control center shall be completely enclosed by metal stud/powder-coated or


stainless dead-front type with operating handles, push buttons, name plates, mounted on
the front and all arranged to present a neat appearance. It shall consist of vertical sections
divided into isolated compartments for the individual motor starters and other major
equipment.

The motor control center (enclosure and equipment) shall meet the requirements of Codes
and Standards such as UL 845 (Standard for Motor Control Centers) and Philippine Electrical
Code (PEC), and recommendations of the manufacturer.

All MCC equipment shall be marked in accordance with the requirements of the PEe.
Department Order No. :t1 . Series of 2018
DPWH Standard Specification for
Item 1726 - Electromechanical Equipment and Facilities for Pumping Station
Page 2 of 8

\
1726.3.1.2 Enclosure

The enclosure of the MCC shall surround the equipment to protect personnel from contact
with live buses or connections and to protect equipment from external conditions. The
selection of type of enclosure to be used shall be based on the location of the MCe. The
type of metal enclosure to be used shall conform to the requirements of the PEe.

1726.3.1.3 Equipment and Appurtenances

A motor control center shall contain any of the combination of the following equipment such
as:

1. Full-voltage reversing or non-reversing combination motor control units


2. Full-voltage multispeed combination motor-control units
3. Reduced-voltage part-winding, wye-delta or auto-transfer combination motor-control unit
4. Solid-state industrial controllers such as adjustable-speed drives, programmable
controllers, protective relays
5. Lighting or distribution panel boards
6. Feeder-tap units
7. Incoming-line equipment, such as main lugs, fusible switch, isolation switch, or air circuit
breaker
8. Control or lighting transformers
9. Special equipment assemblies
10. Over voltage and low voltage control unit device
11. Ground system component
12. Lightning Protection System

The foregoing equipment shall also contain such items as pushbuttons, selector switches,
indicating lights, control transformers, control circuit fuses and auxiliary contacts
incorporated as an integral part of the above units.

The specifications of all MCC equipment and appurtenances shall conform to the
requirements of the UL 845, PEC, and recommendations of the manufacturer.

1726.3.1.4 Wires and Cables

All wires and cables for MCC equipment shall conform to the applicable requirements of Item
1101 - Wires, Cables and Wiring Devices.

Grounding cables shall be provided and the size shall be in accordance with the PEC when
not shown on the Plans or Drawings.

1726.3.1.5 Raceways

Raceways shall conform to the applicable requirements of Item 1100 - Conduits, Boxes and
Fitti ngs.
Department Order No. ~7 . Series of 2018
DPWH Standard Specification for
Item 1726 - Electromechanical Equipment and Facilities for Pumping Station
Page 3 of 8

••
1726.3.1.6 Panelboard

NEMA Enclosure, Manual Transfer Switch & Automatic Transfer Switch shall conform to the
applicable requirements of Codes and Standards such as PEC, and recommendations of the
manufacturer.

1726.3.2 Generator Set

A generator set shall be required to allow the pumping station to operate in case of a power
failure. The generator set shall be sized to accommodate all loads at the pump station and
shall be of type suitable for locations in which they are installed. The rating of generators
shall be in kilovolt amperes, kilowatts, voltages, cycles and phase.

Each generator shall be provided with a nameplate giving the manufacturer's name, engine
(Gas or Diesel, capacity & specs), the rated frequency, power factor, number of phases if of
alternating current, the subtransient and transient impedances, the rating in kilovolt
amperes & kilowatt, the normal volts and amperes corresponding to the rating, rated
revolutions per minute, insulation system class and rated ambient temperature or rated
temperature rise, time rating, separate elevated fuel tank and back-up heavy duty automatic
battery charger.

1726.3.3 Local Control Panel Center (LCPC)

1726.3.3.1 General

The local control panel center (enclosure and devices) shall meet the requirements of Codes
and Standards such as UL 508 (Industrial Control Equipment) and Philippine Electrical Code
(PEC), and recommendations of the manufacturer.

All LCPC units shall be marked in accordance with the requirements of the PEe.

1726.3.3.2 Enclosure

The requirement for the enclosure of LCPCshall be the same with Section 1726.3.1.2.

1726.3.3.3 Devices and Appurtenances

The specifications of all devices and appurtenances such as controllers, push buttons, crane
limit switches, auxiliary contacts and master switches shall conform to the applicable
requirements of UL 508 and the PEC and with the recommendations of the manufacturer.

1726.3.3.4 Wires and Cables

All wires and cables for LCPC equipment shall conform to the applicable requirements of
Item 1101 - Wires, Cables and Wiring Devices.

The size of the control panel conductors shall have an ampacity of not less than 125 percent
of the full-load current rating of all resistance heating loads plus 125 percent of the full-load
current rating of the highest rated motor plus the sum of the full-load current ratings of all
Department Order No. :1,7 . Series of 2018
DPWH Standard Specification for
Item 1726 - Electromechanical Equipment and Facilities for Pumping Station
Page 4 of 8

\
other connected motors and apparatus based on their duty cycle that may be in operation at
the same time.

1726.3.3.5 Raceways

Raceways shall conform to the applicable requirements of Item 1100 - Conduits, Boxes and
Fittings.

1726.4 Construction Requirements

1726.4.1 General

All equipment and enclosures of motor control units, generators and local control panel
center shall be installed so that it complies with the standards and codes such as UL 845, UL
508, the PEC and the recommendations of the Manufacturer.

1726.4.2 Motor Control Center (MCC)

1726.4.2.1 Unit Mounting

Construction of enclosure for MCC shall be in accordance with UL 845.

Provision shall be made so that each combination of motor-control unit and feeder-tap unit
may be readily removed as a unit for rearrangement, replacement or repair. Exceptions shall
be permitted where the size or weight of the unit makes its removal impracticable.

Unit doors shall be hinged and attached either to the vertical section or to the unit. Where
the door is mounted on the unit, removal of the unit shall not leave the bus so exposed that
accidental contact with it is likely.

A vertical section shall be provided to support the vertical and horizontal buses, the units,
the doors and covers.

A vertical section shall be self-supporting and properly bolted to the floor or otherwise
secured. These sections shall be assembled into a group to which additional sections may be
readily added.

1726.4.2.2 Interlocking of Doors

Access to each combination motor-control unit or feeder tap unit shall be provided by a
single separate hinged door, interlocked with its associated disconnecting device so that the
door cannot be opened without first opening the disconnecting device.

Where two (2) sets of circuit disconnecting means are mounted in a single compartment to
form a dual feeder tap unit, each disconnecting device shall be interlocked with its
associated door. Provision shall be made for locking the disconnecting device in the open
position when the door is closed.

Where required by the particular application, a deactivating means (defeater) shall be


provided to permit entry into the enclosure when the disconnecting device is closed.
Department Order No. ~7 . Series of 2018
DPWH Standard Specification for
Item 1726 - Electromechanical Equipment and Facilities for Pumping Station
Page 5 of 8

••
1727.4.2.3 Copper Busbars and Conductors

Bus bars shall be protected from physical damage and be held firmly in place. Other than for
required interconnections and control wiring, only those conductors that are intended for
termination in a vertical section shall be located in that section.

Conductors shall be permitted to travel horizontally through vertical sections where such
conductors are isolated from the bus bars by a barrier. The conductor cable/wire shall be
color coded.

The phase arrangement on three (3) - phase horizontal common power and vertical buses
shall be A, B, C from front to back, top to bottom, or left to right, as viewed from the front,
combination of wye-delta connection is used for starting system with large motors. Other
busbar arrangements shall be permitted in addition to the existing installations and shall be
marked.

The minimum wire-bending space at the motor control center terminals and minimum gutter
space shall be as required in the PEe.

Spacings between motor control center bus terminal and other bare metal parts shall be
based on the approved specification, design and shop drawing of control center by the
Professional Electrical Engineer and Mechanical Engineer.

Barriers shall be placed in all service-entrance motor control centers to isolate service bus
bars and terminals from the remainder of the motor control center.

1726.4.2.4 Overcurrent Protection

The motor control center shall be provided with overcurrent protection in accordance with
the PEe. The ampere rating or setting of the overcurrent protective device shall not exceed
the rating of the common power bus. This protection shall be provided by (1) an overcurrent
protective device located ahead of the motor control center or (2) a main overcurrent
protective device located within the motor control center.

1726.4.3 Generators

The installation of generators shall meet the requirements of the PEe. The ampacity of the
conductors from the generator terminals to the first distribution device(s) containing over-
current protection shall be based on the nameplate current rating of the generator and
approved designed capacity by the designer.

Where wires pass through an opening in an enclosure, conduit box, or barrier, a


bushing/locknut shall be used to protect the conductors from the edges of an opening
having sharp edges. The bushing shall have smooth, well-rounded surfaces where it may be
in contact with the conductors. The bushing and locknut shall be made of a material not
deleteriously affected by oils, grease, or other contaminants.

The generator should be grounded and shall not be exposed to accidental contact where
accessible to unqualified persons.
Department Order No. ~ 7 . Seriesof 2018
DPWHStandard Specificationfor
Item 1726 - Electromechanical Equipment and Facilities for Pumping Station
Page 6 of 8

••
Generators shall be equipped with disconnect(s) by means of which the generator and all
protective devices and control apparatus are able to be disconnected entirely from the
circuits supplied by the generator except where both of the following conditions apply:

1. The driving means for the generator can be readily shut down.
2. The generator is not arranged to operate in parallel with another generator or other
source of voltage. Provide synchronized panel controller.

Generators shall be provided with overcurrent protection in accordance to the applicable


requirements of the PEe.

1726.4.4 Local Control Panel Center (LCPC)

1726.4.4.1 Unit Mounting

Construction of enclosure for LCPCshall be in accordance with UL 508.

Industrial control panel enclosures shall not be used as junction boxes, auxiliary gutters, or
raceways for conductors feeding through or tapping off to other switches or overcurrent
devices, unless adequate space for this purpose is provided.

1726.4.4.2 Busbars and Conductors

Busbars shall be protected from physical damage and be held firmly in place.

The phase arrangement on 3-phase horizontal common power and vertical buses shall be A,
B, C from front to back, top to bottom, or left to right, as viewed from the front,
combination of wye-delta connection is used for starting system with large motors of the
industrial control panel. Other busbars arrangements shall be permitted for additions to
existing installations and shall be marked.

The conductors shall not fill the wiring space at any cross section to more than 40 percent of
the cross-sectional area of the space, and the conductors, splices, and taps shall not fill the
wiring space at any cross section to more than 75 percent of the cross-sectional area of that
space.

Wire bending space for the main supply terminals and for other terminals shall be in
accordance with the requirements in the PEe.

Multisection control panels shall be bonded together with an equipment grounding


conductor or an equivalent grounding bus, sized in accordance with the PEe. Equipment
grounding conductors shall terminate on this grounding bus or to a grounding termination
point provided in a single-section control panel.

1726.4.4.3 Overcurrent Protection

The control panel shall be provided with overcurrent protection in accordance with the PEe.

The rating or setting of the overcurrent protective device for the circuit supplying the control
panel shall not be greater than the sum of the largest rating or setting of the branch-circuit
Department Order No. "z7 . Series of 2018
DPWH Standard Specification for
Item 1726 - Electromechanical Equipment and Facilities for Pumping Station
Page 7 of 8

\
short-circuit and ground-fault protective device provided with the industrial control panel,
plus 125 percent of the full-load current rating of all resistance heating loads, plus the sum
of the full-load currents of all other motors and apparatus that could be in operation at the
same time.

1726.5 Personnel Qualification

The installation of equipment and devices for motor control center, generators and local
control panel center including wiring shall be done by a certified installer under the
supervision of a duly registered Professional Electrical Engineer (PEE) and / or Mechanical
Engineer.

The installer shall be certified and experienced in the proper installation of all equipment and
devices and trained by a MCC/LCPCmanufacturer.

1726.6 Testing

All mechanical and electrical equipment shall be tested to the satisfaction of the Engineer
before any facility is put into operation. Test shall be made to determine whether the
equipment has been properly assembled, aligned, adjusted and connected. Any changes,
adjustments or replacements required to make the equipment operate as specified shall be
carried out by the Contractor as part of the work. In addition to the mentioned testing
conditions, the following field test requirements should be considered for electrical
equipment, materials and components. The generator should be tested by no load and full
load test at the plant from the time of delivery. Qualified personnel should operate the
testi ng.

1. System test - Each panel board shall be tested with the power equipment connected,
circuit breakers closed and all loads and fixtures permanently connected for their
intended operation for a minimum of 24 hours continuous operation in the presence of
the Engineer, at the expense of the Contractor. The entire installation shall be free from
any ground fault and from any short circuit. In no case shall the insulation resistance be
less than that allowed by PEC regulations for Electrical Equipment of Buildings and/or
manufacturer's recommendations. Failures shall be corrected in a manner satisfactory to
the Engineer.

2. Performance Test and Equipment Setting - It shall be the responsibility of the Contractor
to test the entire electrical system for the proper equipment operation. Setting of all
protective relays, pilot devices and auxiliary systems shall conform with the operating
requirements of the installations. The Contractor shall turn-over the entire electrical
installation in a satisfactory working condition.

3. Orientation to the qualified personnel for turn-over and submittal of book manual
operation is a must.
Department Order No. ~ 7 • Series of 2018
DPWH Standard Specification for
Item 1726 - Electromechanical Equipment and Facilities for Pumping Station
Page 8 of 8
••
1726.7 Method of Measurement

The work under this Item shall be measured by lump sum actually placed and installed
motor control center, generators and local control panel center as indicated on the Plans.

1726.8 Basis of Payment

The accepted quantities, measured as prescribed in Section 1726.7, Method of Measurement


shall be paid for at the contract unit price for Electromechanical for Pumping Station which
price and payment shall be full compensation for furnishings and placing all materials,
including all labor, equipment, tools and incidentals necessary to complete the work
prescribed in this Item.

Payment shall be made under:

Pay Item Unit of


Number Description
Measurement
1726 (1) Lump Sum
1726 (2) Lump Sum
1726 (3) Lump Sum

References:

1. Philippine Electrical Code


2. Underwriters Laboratory
UL 508 - Standard for Industrial Control Equipment
UL 845 - Standard for Motor Control Centers
3. National Electrical Manufacturers Association Publications
NEMA ICS 18 - Motor Control Centers
NEMA ICS 1-Industrial Control and Systems
&fl). / ,3j) I'W!
~y_ )4>-~
REPUBLIC OF THE PHILIPPINES
DEfARTMENT OF PUBLIC WORKS AND HIGHWAYS
OFFICE OF THE SECRETARY
MANILA

11 9 FEB 2018

DEPARTMENT ORDER ) SUBJECT DPWH Standard Specification on


) Item 1722 - FENCEAND RAILINGS

No. 28 _
)
)
Series of 2018~v.'lo6.f'

In order to provide Specifications for fences and railings which are specified in Department
Order No. 143, Series of 2017 [Revised Standard Pay Item List for Infrastructure Projects]
and in line with the mandate of the Department in providing effective Standard Specifications
in the implementation of various infrastructure projects, the attached DPWH Standard
Specification on Item 1722 - FENCE AND RAILINGS is hereby prescribed, for the
guidance and compliance of all concerned.

This specification shall form part of the on-going revision of the DPWH Standard Specifications
for Public Works Structures - Buildings, Ports and Harbors, Flood Control and Drainage
Structure and Water Supply Systems, Volume III, 1995 Edition.

This Order shall take effect immediately.

-
~v:Z---
MARK A. VILLAR
Secretary

14.1.2 FET/RGT
Departrrent of Public Works and Highways
Office of the Secretary

1111111111111111111111111111111111111
WIN8U01576
Department Order No. ~ Series of 2018
DPWH Standard Specification on Item 1722 - Fence and Railings
Page 1of 7

DPWH Standard Specification for Item 1722 - FENCEAND RAILINGS


••

1722.1 Description

This Item shall consist of furnishing and constructing posts and fences either concrete hollow
block (CHB), precast, cyclone/ welded wire, precast plant box, and railings in accordance with
the details, and at the locations, shown on the Plans, or as required by the Engineer, and in
accordance with this Specification.

1722.2 Material Requirements

1722.2.1 Concrete Hollow Block (CHB) Fence

CHB shall conform to the applicable requirements of Item 1046 - Masonry Works.

1722.2.2 Precast Fence

Precast fence shall conform to the applicable requirements of Item 900 - Reinforced Concrete.

If commercial precast fences are to be used, it shall be indicated in the Plans and shall be
approved and certified by the Engineer.

1722.2.3 Welded Wire Fence

1722.2.3.1 Right-Of-Way Fence

Typhoon style welded wire mesh fence system shall be indicated in the Plans and certified
and approved by the Engineer prior to application.

1. Wire shall be hardened elongated, gauge # 7, stretched diameter.

a. The material breaking point of the welded mesh shall be at least 427 MPa.

b. The tensile strength of the wire mesh shall be at least 489 MPa.

c. The elongation factor of the wire mesh shall be 7 percent.

d. Welding points shall be able to withstand force of at least 5.3 kN.

2. Terminal Posts:

r
a. Square steel tubing shall be fabricated conforming to ASTM A 500 - Standard
Specification for Cold-Formed Welded and Seamless Carbon Steel Structural Tubing in
Rounds and Shapes or ASTM A 501 - Standard Specification for Hot-Formed Welded
and Seamless Carbon Steel Structural Tubing. The square steel tubing can be
substituted with schedule 40 steel pipe only if the fence manufacturer has confirmed
in writing that the tubular member is compatible to installation of the mesh fence
panels.

b. Post Caps: Each post shall have a square cap to seal out moisture. Flat and form
plastic to the shape of the post. Coating to match the fabric.
Department Order No. ~ Series of 2018
DPWH Standard Specification on Item 1722 - Fence and Railings
Page 2 of 7

c. Base Plates "and Miscellaneous Hardware: It shall conform to the applicable


requirements of ASTM A 36 - Standard Specification for Carbon Structural Steel.

3. Bottom Rails and Bracing:

Square steel tubing shall be fabricated conforming to ASTM A 500 or ASTM A 501. The
rectangular steel tubing can be substituted with schedule 40 steel pipe only if the fence
manufacturer has confirmed in writing that the tubular member is compatible to installation
of the mesh fence panels.

4. Fence hardware: Manufacturer fittings and all hot-dip galvanized.

ff
a. The fasteners connecting panels to each post shall be 3 mm diameter "U shaped wire
fastener.

b. Hat brackets (horizontal connectors of the welded wire mesh fence) shall be 1.3 mm
thick by 30 mm long pre-molded clip fastener.

c. Gouge ties (vertical connectors of the welded wire mesh fence): 1.3 mm thick by
15 mm long pre-molded clip fastener.

5. Gate Hardware: Hinges, latches, drop rods, as needed, shall be hot dip galvanized steel
and sized to assure proper gate operation.

1722.2.3.2 Concrete

Horizontal alignment and grades shall be verified as established by survey and plan dimensions
and elevations. Securely set posts in alignment at proper depth and height, and rigid bracing
where needed.

Concrete shall conform to the applicable requirements of Item 900 - Reinforced Concrete.

Footing hole shall be clear of roots or other organic materials. The hole shall be moistened
prior to concrete pour. No water standing at bottom of hole.

Concrete shall be thoroughly mixed and vibrated.

1722.2.3.3 Shop Finishes

Hot dip galvanized posts and welded wire mesh after fabrication shall be in accordance with
ASTM A123 - Standard Specification for Zinc (Hot-Dip Galvanized) Coatings on Iron and Steel
Products.

1722.2.4 Precast Plant Box Fence

Portland cement, aggregates and water shall conform to the applicable requirements of
Item 700 - Hydraulic Cement, Item 703 - Aggregates, and Item 714 - Water, respectively.

For its coloring, pigments used shall be inorganic, resistant to alkalinity and used as per Plans
and of Manufacturer's, and Contractor's recommendations with the approval and certification
of the Engineer. Item 709 - Paints shall also be used if its requirements are applicable.
Department Order No. :1.1. Series of 2018
DPWH Standard Specification on Item 1722 - Fence and Railings
Page 3 of 7

1722.2.5 Railings
••
It shall be in accordance to the applicable requirements of Item 1051 - Railings.

1722.3 Construction Requirements

1722.3.1 Concrete Hollow Block (CHB) Fence

CHB shall conform to the applicable requirements of Item 1046 - Masonry Works.

1722.3.2 Precast Fence

1722.3.2.1 Installation

Precast concrete fence shall be installed as per manufacturer's recommendations with the
approval of the Engineer.

Reinforcement steel, bars and wire fabric shall be thoroughly cleaned before placing and again
before the concrete is placed, shall be accurately positioned and secured in place. Standard
bar charts shall be provided for all beam steel off the ground.

All reinforcement shall be installed with the following clearances between reinforcing steel and
face of concrete:

1. Footing, pier or beam bottom: 75 mm

2. Earth-formed pier of beam sides: 50 mm

3. Formed footing, pier or beam sides exposed: 25 mm

4. Precast exposed to weather: panels 19 mm post 32 mm

Splices within continuous unscheduled reinforcing steel shall have a minimum lap of
30 bar diameters.

Footing size shall be based on soil properties at the site.

Fresh poured concrete shall be tamped into place by steel rammer, slicing tools or mechanical
vibrator until concrete is thoroughly compact and without void.

Make excavations for footing to undisturbed soil or to the depth noted on the drawings. Leave
the bottom-bearing surface clean and smooth. If footing excavations are made deeper than
intended, only concrete shall be used for fill. All loose material shall be removed from grade
beam excavations prior to concrete pouring.

Posts and panels to be plumb shall be aligned and levelled. Plastic or non-organic shims may
be used where necessary to ensure that each panel and post is square and level.

If a gate or any other structure will be mounted to a column, the column should be filled to
the top. Columns should not be left unattended or without bracing until filled with
concrete (with or without panels installed).
Department Order No. ~ Series of 2018
DPWH Standard Specification on Item 1722 - Fence and Railings
Page 4 of 7

1722.3.2.2 Damaged Units


••
The Contractor shall replace panels and other components of work that have been damaged
at his own expense.

Prior to substantial completion of fence, the Contractor shall clean the surfaces of the fence.

1722.3.2.3 Cleanup

The Contractor shall cleanup site and dispose of all debris, trash, excavated soil, etc. to the
satisfaction of the Engineer.

1722.3.3 Installation of Welded Wire Fence

For concrete footings, holes shall be drilled or dig for post footings in firm, undisturbed or
compacted soil. Depth and post embedment shall be indicated in the Plans or directed by
the Engineer. Trowel tops of footings and slope or dome shall direct water away from posts.
Slope in pedestrian paving shall not be domed.

For posts which are set in concrete footings shall be plumbed vertical. Post depth and spacing
shall be indicated on the Plans and as directed by the Engineer. Space posts shall be at lesser
distance between centers to compensate for terrain variation such as sharp variations in
incline or decline.

Welded mesh panels shall be installed according to manufacturer's instructions and generally
as follows:

1. Begin at corner/start post. Layout each piece of the welded wire mesh fence. Connect
mesh panels with a minimum of 8 junction clips per panel.

2. Connect one end of tensioning device to the intermediate post that is fastened to support
brace. Connect other end of tensioning device to the connected panels. Mesh panels shall
be tensioned with 8.90 kN. pull in tensioning device. Leave tensioning device connected
until the adjacent section is installed and tensioned. Repeat this operation until the welded
mesh fence is installed from corner post to corner post.

3. Trim panels as needed for landscaped purposes.

For fence fabric, pull fabric taut and tie to posts, rails and tension wires. Fabric shall remain
under tension after pulling force is released.

Gates shall be installed plumb, level, and secure for full opening without interference.

Ground-set items in concrete shall be installed as recommended by the fence manufacturer.


Adjust hardware for smooth operation and lubricate. Sliding gates shall operate smoothly and
easily under minimum pressure.

1722.3.4 Precast Plant Box Fence

1722.3.4.1 Handling, Storage and Delivery

1722.3.4.1.1 Handling
Department Order No. ~ Series of 2018
DPWH Standard Specification on Item 1722 - Fence and Railings
Page 5 of 7

Precast plant box fence units shall be handled and transported in a manner to minimize
damage. Lifting devi~es or holes shall be consistent with industry standards. Lifting shall be
accomplished with methods or devices intended for this purpose as indicated on shop
drawings. Upon request, the precast concrete producer/ supplier shall provide documentation
on acceptable handling methods for the product.

1722.3.4.1. 2 Storage

Precast Plant Box Fence units shall be stored in a manner that will minimize potential damage.

1722.3.4.1.3 Delivery

Precast plant box fence units shall be delivered to the site in accordance with the delivery
schedule to avoid excessive build-up of units in storage at the site. Upon delivery to the jobsite
all precast concrete units shall be inspected by the Engineer for quality and final acceptance.

1722.3.4.1.4 Final Acceptance

Upon final acceptance, the Engineer· shall acknowledge and understand the appropriate
methods for handling the accepted precast plant box fence unites). Upon acceptance by the
Engineer, the precast plant box fence manufacturer shall not be responsible for replacing
damaged product resulting from improper handling practices on the job site. The damaged
precast plant box fence unit shall be replaced by the Contractor at his own expense.

1722.3.4.2 Installation of Precast Plant Box Fence

1722.3.4.2.1 Site Access

The general contractor shall be responsible for providing adequate access to the site to
facilitate hauling, storage and proper handling of the precast plant box fence units.

1722.3.4.2.2 Installation

Precast plant box fence units shall be installed to the lines and grades shown in the Plans.

Precast plant box fence units shall be lifted by suitable lifting devices at points provided by
the precast plant box fence producer/ supplier.

Precast plant box fence units shall be installed in accordance with applicable industry
standards or as directed by the Engineer. Upon request, the producer/ supplier of precast
plant box fence shall provide installation instructions.

Field modifications to the product shall relieve the precast producer/ supplier of liability
regardless if such modifications result in the failure of the precast plant box fence unit.

1722.3.4.2.3 Watertightness

Where watertightness is a necessary performance characteristic of the precast plant box fence
unit's end use, watertight joints, pipe-entry connectors and inserts should be used to ensure
the integrity of the entire system.
Department Order No. ~ Seriesof 2018
DPWHStandard Specification on Item 1722 - Fence and Railings
Page6 of 7

1722.3.5 Railings
••
Railings shall conform to the applicable requirements of Item 1051 - Railings.

1722.4 Method of Measurement

The quantity to be paid for shall be the number of linear meters measured center to center of
posts of fencing erected in place and accepted.

1722.5 Basis of Payment

The quantity, as determined in Section 1722.4, Method of Measurement, shall be paid for at
the contract price per unit of measurement respectively for each of the particular items listed
below and as shown in the Bid Schedule, which price and payment shall be full compensation
for furnishing and placing all materials and for all labor, equipment, tools and incidentals
necessary to complete the Item.

Payment shall be made under:

Pay Item No. Description Unit of Measurement


1722 (1) a Fence (CHB) Square Meter
1722 (1) b Fence (Precast) Square Meter
1722 (1) c Fence (Welded Wire) Square Meter
1722 (2) Fence (Precast Plant Box) Linear Meter
1722 (3) Railings Linear Meter

References:

1. DPWH Standard Specifications for Public Works 3. Site Furnishings Precast Concrete Planters
Structures, Volume III (Buildings, Ports and Unformatted Specifications
Harbors, Flood Control and Drainage Structure
and Water Supply Systems) 4. Specification for Construction & Installation for
a. Item 1046 - MasonryWorks Woodcrete® Rail PrecastConcrete Fence
b. Item 900 - Reinforced Concrete
c. Item 1051 - Railings 5. Specificationsfor PrecastWall System

2. DPWH Standard Specifications for Highways, 6. Welded Wire Mesh Fence


Bridges, and Airports, Volume II, 2012 Edition
a. Item 700 - Hydraulic Cement 7. ASTMF2453- Welded wire-mesh FenceFabric 23
b. Item 703 - Aggregates
c. Item 714 - Water
d. Item 709 - Paints
Department Order No. ;(.8' • Series of 2018
DPWH Standard Specification on Item 1722 - Fence and Railings
Page 7 of 7

CYCLONE WIRE!
STEEL MATTING

\
TUBULA.R PIPES
,s;;U'~<O !>ferA.o;a "
Cj~lA.AP'

ANGULA.R BAR
WELDED TO TUB.
1sro-- CYCLONE WIRE!
PIPES & CYCLONE

LS=
• STEEL MATTING
WIRES
TUBULA.R PIPES
G B (SOlJ'REO '<Eer AAGLUJI :;;;;C<.LVI
FIN. GRADE LINE
CONCRETE
PEDESTAL
~ CONCRETE ELEVATION
PLAN
PEDESTAL
WELDED WIRE FENCE

;- CONCRETE
HOLLOW BLOCK

RC COLUMN
(f)
w
a:
«
CONCRETE >
r:-- HOLLOW BLOCK
~, I / .. RC COLUMN

PLAN ELEVATION
CONCRETE HOLLOW BLOCK FENCE

PRECAST
3(100 r:- CONCRETE
WALL

RC COLUMN
PRECAST
CONCRETE
3000 WALL

/3-- RC COLUMN
FIN. GRADE LINE

PLAN ELEVATION
PRECAST CONCRETE FENCE

~-
PLAN
PRECAST PLANT BOX FENCE
----- --'(ABIES
--
ISOMETRIC VIEW ------
~? 1-3 /J1J".)1/

Republic of the Philippines


()>-. ~- ~/I
D~PARTMENT OF PUBliC WORKS AND HIGHWAYS
OFFICE OF THE SECRETARY
Manila '
f1 9 FEB 2018
DEPARTMENT ORDER ) SUBJECT: Prescribing the Use of the DPWH

30 ) Procurement Manual in the


NOo
Series of 200 _
.)It., f
) Procurement of Contracts

and Goods and Services


for
Infrastructure, Consulting Services,

All Procuring Entities and other offices concerned in the Department, as well as contractors,
consultants, and suppliers, are hereby directed to follow the DPWH Procurement Manual (DPM)
in the procurement of contracts for infrastructure, consulting services, and goods and services
of this Department, consistent with the provisions of Republic Act No. 9184 (Government
Procurement Reform Act) and its Implementing Rules and Regulations.

The Procurement Service shall be responsible for updating and maintaining the DPM.

This Order shall supercede D.O. 151 series of 2016 and take effect immediately.

~~---
Secretary Department of Publlo Works and Highways
Offloe of the Seoretary

1111111111111111111111111111111111111111
WIN8XS00330
12.1.1 MNC/MVSG

1
t99p. /~ ,LJ I"..u /r
C>.1._ ~_ ~t';J
Republic of the Philippines
DEPARTMENT OF PUBLIC WORKS AND HIGHWAYS
OFFICE OF THE SECRETARY
Manila

DEPARTMENT ORDER ) SUBJECT: Templates of Program of Works


) (POW) and Approved Budget for the

NO. 32 _
)
)
Contract (ABC) for DPWH Standard
School Buildings
Series of 20:~ZS~).... ·w.lt

In order to have a uniform format and consistency in the preparation of Program of Works
(POW) and Approved Budget for the Contract (ABC) for DPWH Standard School Building
projects, all DPWH Implementing Offices are hereby directed to use the POW/ABC Template
and corresponding procedures in preparing and processing the above-mentioned
documents. The use of templates shall take effect starting CY 2018.

The Head of Implementing Offices shall see to it that this Order is strictly enforced in their
respective offices. Failure to do so shall, after due process, make them and other
officials/employees involved liable to the penalties prescribed for violation of reasonable office
rules and regulations in Section 5, C(3) of Civil Service Resolution No. 991936 dated August
31, 1999, otherwise known as the Uniform Rules on Administration Cases in the Civil Service-
i.e. 1st offense - Reprimand; 2nd offense - Suspension for 1-30 days; and 3rd offense -
Dismissal.

The templates can be downloaded from the DPWH Intranet Website.

This Order shall take effect immediately.

--~-

Department of Public Works and Highways


Office of the Secretary

1111111111111111111111111111111111111
WIN8W02054
POW Template for DPWH Standard School Buildings

I. Objective

To establish an excel based cost estimation template to ease the preparation of


Program of Works (POW), Approved Budget for the Contract (ABC) and Detailed Unit
Price Analysis (DUPA) of Standard School Building Projects (1-4 Storey School
Buildings)

II. Limitations

This template is limited to the preparation of POW, ABC, and DUPA for one to four
storey DPWH standard school buildings. Specific limitations of the template are the
following:
 Fields in the template can be freely edited by the user considering that it is
only an ordinary excel file.
 Complete preparation of the POW requires opening several Excel files. Links
in forms of excel formulas are provided on the files therefore requires that
the user saves it in one location and folder to allow the links to be functional
and automatically updates the other files once changes are made on certain
files.
 The Excel files are not programmed to detect any changes or revisions being
made by the user on the pre-set data.
 The templates are already filled with initial data like quantities, prices of
materials, labor and rental rates of equipment including mark-ups which are
not locked for editing thus, can be edited by the user as needed.
 Considered items of work and estimated quantities are based on the latest
issued plan use for adaption on Upgraded Calamity Resilient Design of DepEd
School Buildings C.Y. 2017.
 The templates were established for the Estimator’s guide. The evaluation will
be manually inputted by the evaluator/reviewer.

III. Procedures in Accomplishing the Program of Works (POW)/Approved


Budget for the Contract (ABC) using the Excel Based Template

3.1 The Estimator assigned shall:


3.1.1 Download the POW Template folder from the DPWH Intranet
Website and save it in a folder in the computer. This consists of
several files i.e. Price Master List, DUPA and POW/ABC for 1-4
Storey DPWH Standard School Building.

POW Template for Standard School Buildings 1


Downloaded files (templates) may be
saved by the user in this form.

Figure 1 Sample folder to save the downloaded files

3.1.2 Open the POW/ABC and DUPA worksheets for the desired type of
school building to be programmed including the Price Master List
worksheet.

File No. 1 – Price Master List

File No. 2 – DUPA

File No. 3 – POW/ABC

Example: User needs to open these 3 files (Price


Master List, DUPA, POW/ABC) when preparing an
estimate for one storey school building

Figure 2 Samples files to be opened in preparing the POW for specific type of school building

POW Template for Standard School Buildings 2


3.1.3 In the File No. 1 - Price Master List, update the necessary data
prices in the Excel sheets as presented in Figure 3 based on the
latest ACEL Rate, DOLE Standard Labor Rates, Construction
Materials Price Data (CMPD) and price quotations (if materials are
not in the list of materials in the CMPD) of the respective region or
district.

Rental Rates of Equipment Labor Rates Material Prices: Structural and Architectural
Works, Safety Requirements, Materials for MEPF
Works
Figure 3 Sheets to be updated in the Price Master List

3.1.4 Counter check if changes made in the Price Master List (if any) are
automatically reflected/updated in File No. 2 – DUPA as in Figure 4.
Considering the links made in the templates, there is no need for
the user to input any data in the DUPA.

POW Template for Standard School Buildings 3


File No. 1 – Price Master List

File No. 2 – DUPA

Figure 4 Similar data that should be reflected in Price Master List and DUPA

3.1.5 Correspondingly, check if costs as reflected in the DUPA are also


automatically reflected/updated in File No. 3 – POW/ABC
specifically in POW Annex C Sheet (FORM POW-2015-01C-00) as in
Figure 5. Similar to step 3.1.4, there is no need for the user to
input any data in File No. 3 – POW/ABC as it will be automatically
computed with the provided links between files.

POW Template for Standard School Buildings 4


File No. 3 – POW

File No. 2 – DUPA

Figure 5 Consistency of data in the DUPA and POW

3.1.6 Fill-up the project details required in the POW (Form POW-2015-
01-00).
3.1.7 Modification of pay items of work, quantities and output on the
Standard DUPA and POW/ABC to suit actual condition/requirement
of the project to be provided with justifications and supporting
documents i.e. revised plan, insufficient funds, change in
specification/materials due to unavailability of construction
materials, etc. Any modification can be done manually by
insertion/deletion/change of item of work (based on the Standard
Pay Items per Department Order 143, Series of 2017 or latest
issuance) in the POW/ABC or insertion/deletion/change of
materials, labor, or change in output in the DUPA if necessary to
address the need of the project.
3.1.8 Print the generated POW (Form POW-2015-01-00), Itemized
Breakdown (Form POW-2015-01A-00), Minimum Equipment

POW Template for Standard School Buildings 5


Requirement (Form POW-2015-01B-00), Detailed Breakdown of
Component Cost for Each Item (Form POW-2015-01C-00), DUPA
(Form POW-2015-01D-00) and ABC Summary (Front Page) with a
detailed ABC (Form ABC-2015-02A-00) attached therein.
3.1.9 Indicate name and signature in the “Prepared by” field of the POW
(Form POW-2015-01-00), ABC Summary (Form POW-2015-02-00)
and ABC (Form POW-2015-02A-00).
3.1.10 Submit the POW and ABC together with the required attachments
to the Section Chief i.e., Itemized Breakdown, Minimum Equipment
Requirement, Detailed Breakdown of Component Cost for Each
Item and DUPA for evaluation.
3.2 The Section Chief shall:
3.2.1 Check and review the POW and ABC together with the supporting
documents. If found in order proceed with Item 3.2.2, otherwise
return to the estimator for incorporation of necessary
corrections/revisions.
3.2.2 For District Section Chief, sign under the “Checked/Submitted by”
field on the POW (Form POW-2015-01-00), ABC Summary (Form
ABC-2015-02-00) and ABC (Form ABC-2015-02A-00) if the project is
within the IOs delegated authority otherwise, initial.
3.2.3 Forward the POW and ABC together with the supporting documents
to the Assistant District Engineer of the DEO and proceed with Item
3.4.1.
3.2.4 For Regional Section Chief, initial under the “Checked/Submitted by”
field on the POW (Form POW-2015-01-00), ABC Summary (Form
ABC-2015-02-00) and ABC (Form ABC-2015-02A-00).
3.2.5 Forward the POW and ABC together with the supporting documents
to the Division Chief of the RO.
3.3 The Division Chief shall:
3.3.1 Check and review the POW and ABC together with the supporting
documents. If found in order proceed with Item 3.3.2, otherwise
return to the estimator for incorporation of necessary
corrections/revisions.
3.3.2 Sign under the “Checked/Submitted by” portion on the POW (Form
POW-2015-01-00), ABC Summary (Form ABC-2015-02-00) and ABC

POW Template for Standard School Buildings 6


(Form ABC-2015-02A-00) if the project is within the IOs delegated
authority otherwise, initial.
3.3.3 Forward the POW and ABC together with the supporting documents
to the Assistant Regional Director of the RO.
3.4 The IO Assistant Head shall:
3.4.1 Check and review the POW and ABC together with the supporting
documents. If found in order proceed with Item 3.4.2, otherwise
return to the estimator for incorporation of necessary
corrections/revisions.
3.4.2 Sign under the “Recommending Approval” field on the POW (Form
POW-2015-01-00), ABC Summary (Form ABC-2015-02-00) and ABC
(Form ABC-2015-02A-00) if the project is within the IOs delegated
authority, otherwise initial under the “Checked/Submitted by”
portion. The “Recommending Approval” filled will be reflected only
on the POW (Form POW-2015-01-00) and ABC Summary (Form
ABC-2015-02-00), but not on the ABC (Form ABC-2015-02A-00)
when the latter is more than two (2) pages.
3.4.3 Forward the POW and ABC together with the supporting documents
to the Head of the IO.
3.5 The IO Head Shall:
3.5.1 Check and review the POW and ABC together with the supporting
documents. If found in order proceed with Item 3.5.2, otherwise
return to the estimator for incorporation of necessary
corrections/revisions.
3.5.2 Sign under the “Approved” portion on the POW (Form POW-2015-
01-00), ABC Summary (Form ABC-2015-02-00) and ABC (Form
ABC-2015-02A-00).

POW Template for Standard School Buildings 7


"

f>9? /3 j)/w!r
Ol.._ ~_ .).()(P
Republic of the Philippines
DEPARTMENTOF PUBliC WORKSAND HIGHWAYS
OFFICE OF THE SECRETARY
Manila

2 7 FEB 2018
DEPARTMENT ORDER ) SUBJECT: Revised Contract ID Coding Scheme
for All Infrastructure Project

NO. 33 ~
)
Contracts of the Department

Series of 201~h>f'.(f

In line with the on-going effort to establish consistent information across all information
systems implemented in the Department and to ensure flexibility in order to meet workload
demands, the Contract Identification numbering scheme is hereby amended as follows:

VYRD9999,where:

VY refers to the first year of funding in the GM, NOTthe year of bidding

R refers to Central Office or the Region for the Implementing Office (10),
irrespective of the Procuring Entity

D refers to the DEO who will be the 10, irrespective of the Procuring Entity.
The value zero (0) if the 10 is Central Office or RegionalOffice

9999 - A running number starting from 0001 for every Procuring Entity every
funding year, with the exception being if the Procuring Entity is different
from the 10. If the Procuring Entity and the 10 are different, the 10
should provide the Contract ID to avoid potential duplication. This
is essential for Project and Contract Management Application
(PCMA) to access the contract for the 10.

The code assigned to Central Office, Region and District Engineering Offices is provided as
an attachment to this Department Order. Procurement Service (PrS) is responsible for
issuing and updating of these codes.

The Bids and Awards Committee (BAC) of each Implementing Office shall be responsible for
assigning the Contract ID to preclude duplication within its area of jurisdiction. If the 10 is
the Central Office, the Procurement Service (PrS) shall be responsible for assigning the
Contract ID.

This Order supersedes D.O. No. 172 Series of 2016 and shall take effect for projects to be
implemented from 2018 onwar~s.

~~---
MARK A. VILLAR
Department of Public Works and Highways
Secretary Office of the Secretary

11111111111111111111111111111111"" 1111
WIN8XR01296

12.1.1 EED/MNqMVSG
D.O. No. 83 S. 2018
Revised Contract ID Coding Scheme for All Infrastructure Project Contracts of the Department
Page: 1 of 4

Annex A
TABLE 1- Central Office and Region Codes (Geographic)

REGION CODE REGION CODE


Re ion I A Re ion IX J
Re ion II B Re ion X K
Re ion III C Re ion XI L
Re ion IV-A D Re ion XII M
Re ion IV-B E Re ion XIII N
Re ion V F NCR o
Re ion VI G CAR P
Re ion VII H ARMM
Re ion VIII I Central Office Z

TABLE 2 - District Engineering Office Codes

DISTRICT CODE DISTRICT CODE


REGION I
Ilocos Norte 1st DEO A La Union 2nd DEO F
IIocos Norte 2nd DEO B Panqasinan 1st DEO G
Ilocos Sur 1st DEO C Panqasinan 2nd DEO H
IIocos Sur 2nd DEO D Pangasinan 3rd DEO I
La Union 1st DEO E Panqasinan 4th DEO J
REGION II
Batanes DEO A Isabela 3rd DEO G
Caqayan 1st DEO B Isabela 4th DEO H
Caqayan 2nd DEO C Nueva Vizcaya DEO I
Cagayan 3rd DEO D Nueva Vizcaya 2nd DEO J
Isabela 1st DEO E Quirino DEO K
Isabela 2nd DEO F
REGION III
Bataan 1st DEO A Pampanqa 2nd DEO H
Bataan 2nd DEO B Pampanga 3rd DEO I
Bulacan 1st DEO C Tarlac 1st DEO J
Bulacan 2nd DEO D Tarlac 2nd DEO K
Nueva Ecija 1st DEO E Zambales 1st DEO L
Nueva Eciia 2nd DEO F Zambales 2nd DEO M
Pampanqa 1st DEO G Aurora DEO N
REGION IV-A
Batanqas 1st DEO B Quezon 2nd DEO J
Batangas 3rd DEO C Quezon 1st DEO K
Batanqas 4th DEO D Quezon 4th DEO L
Batangas 2nd DEO E Quezon 3rd DEO M
Cavite DEO F Rizal1st DEO N
D.O. No. 33 S. 2018
Revised Contract 10 Coding Scheme for All Infrastructure Project Contracts of the Department
Page: 2 of 4

DISTRICT CODE DISTRICT CODE


Cavite 2nd DEO G Rizal 2nd DEO 0
Laguna 1st DEO H Laguna 3rd DEO P
Laquna 2nd DEO I Cavite Sub DEO 0
REGION IV-B
Marinduque DEO A Palawan 2nd DEO F
Mindoro Occidental DEO B Palawan 3rd DEO G
Mindoro Oriental DEO 0 Romblon DEO H
Palawan 1st DEO E Southern Mindoro DEO I
REGION V
Albay 1st DEO A Masbate 1st DEO I
Albay 2nd DEO B Masbate 2nd DEO J
Camarines Norte DEO C Sorsogon 1st DEO K
Camarines Sur 1st DEO 0 Sorsogon 2nd DEO L
Camarines Sur 2nd DEO E Masbate 3rd DEO M
Camarines Sur 3rd DEO F Camarines Sur 5th DEO N
Camarines Sur 4th DEO G Albay 3rd DEO 0
Catanduanes DEO H
REGION VI
Aklan DEO A Iloilo City DEO J
Antique DEO B Negros Occidental 1st DEO K
Capiz 1st DEO 0 Negros Occidental 2nd DEO L
Guimaras DEO E Negros Occidental 3rd DEO M
Iloilo 1st DEO F Negros Occidental 4th DEO N
Iloilo 2nd DEO G Bacolod City DEO 0
Iloilo 3rd DEO H Capiz 2nd DEO P
Iloilo 4th DEO I
REGION VII
Bohol 1st DEO A Cebu City DEO H
Bohol 3rd DEO B Cebu 5th DEO I
Bohol 2nd DEO C Negros Oriental 1st DEO J
Cebu 1st DEO 0 Negros Oriental 2nd DEO K
Cebu 2nd DEO E Neqros Oriental 3rd DEO L
Cebu 3rd DEO F Siquijor DEO M
Cebu 4th DEO G Cebu 6th DEO N
REGION VIII
Biliran DEO A Northern Samar 1st DEO H
Eastern Samar DEO B Northern Samar 2nd DEO I
Leyte 1st DEO C Samar 1st DEO J
Leyte 2nd DEO 0 Samar 2nd DEO K
Leyte 3rd DEO E Southern Leyte DEO L
Leyte 4th DEO F Tacloban City DEO M
Leyte 5th DEO G
D.O. No. 33 S. 2018
Revised Contract 10 Coding Scheme for All Infrastructure Project Contracts of the Department
Page: 3 of 4

DISTRICT CODE DISTRICT CODE


REGION IX
Zamboanga City DEO A Zamboanqa Sibuqay 2nd DEO F
Zamboanqa del Norte 1st DEO B Zamboanga del Sur 2nd DEO G
Zamboanqa del Norte 2nd DEO C Isabela City DEO H
Zamboanga del Norte 3rd DEO 0 Zamboanga Sibugay 1st DEO I
Zamboanqa del Sur 1st DEO E
REGION X
Bukidnon 1st DEO A Lanao del Norte 1st DEO G
Bukidnon 2nd DEO B Caqayan de Oro City 1st DEO H
Bukidnon 3rd DEO C Misamis Occidental 1st DEO I
Cagayan de Oro City 2nd DEO 0 Misamis Occidental 2nd DEO J
Camiquin DEO E Misamis Oriental 1st DEO K
Lanao del Norte 2nd DEO F Misamis Oriental 2nd DEO L
REGION XI
Compostela Valley DEO A Davao Occidental DEO E
Davao City DEO B Davao Oriental 1st DEO F
Davao del Norte DEO C Davao Oriental 2nd DEO G
Davao del Sur DEO 0 Davao City 2nd DEO H
REGION XII
Cotabato City DEO A Sarangani DEO E
South Cotabato 2nd DEO B Sultan Kudarat 1st DEO F
Cotabato 1st DEO C South Cotabato DEO G
Cotabato 2nd DEO 0 Sultan Kudarat 2nd DEO H
REGION XIII
Agusan del Norte DEO A Surigao del Norte 1st DEO F
Agusan del Sur 1st DEO B Suriqao del Norte 2nd DEO G
Aqusan del Sur 2nd DEO C Suriqao del Sur 1st DEO H
Butuan City DEO 0 Surigao del Sur 2nd DEO I
Dinagat Island DEO E
NCR
Malabon-Navotas DEO A Quezon City 1st DEO F
Metro Manila 1st DEO B Quezon City 2nd DEO G
Metro Manila 2nd DEO C South Manila DEO H
Metro Manila 3rd DEO 0 Las Pinas-Muntinlupa DEO I
North Manila DEO E
CAR
Abra DEO A Ifuqao 1st DEO G
Apayao 1st DEO B Mt.Province DEO I
Apayao 2nd DEO C Ifuqao 2nd DEO J
Baquio City DEO 0 Upper Kalinqa DEO K
Benguet 1st DEO E Lower Kalinga DEO L
Benquet 2nd DEO F Mt. Province 2nd DEO M
D.O. No. ~.3 S. 2018
Revised Contract ID Coding Scheme for All Infrastructure Project Contracts of the Department
Page: 4 of 4

Example 1: For a contract with Funding under 2018 GAA to be implemented by the Central
Office

18Z00001 18 = GAA Funding Year


Z = Code of the Central Office
o = Since contract will be implemented by the Central
Office
0001 = Running number provided by the implementing office

Example 2: For a contract with Funding under 2018 GAA to be implemented by the
Regional Office I

18A00001 18 = GAA Funding Year


A = Code of Region I
o = Since contract will be implemented by the Regional
Office
0001 = Running number provided by the implementing office

Example 3: For a contract with Funding under 2018 GAA to be implemented by the
Batangas 1st DEO

18DB0001 18 = GAA Funding Year


D = Code of Region IV-A where the Implementing Office,
Batangas 1st DEO, is located.
B = Code of Batangas 1st DEO (the Implementing Office)
0001 = Running number provided by the implementing office

Example 4: For a contract with Funding under 2018 GAA to be implemented by


Regional Office III and to be bid in Batangas 1st DEO

18C00001 18 = GAA Funding Year


C = Code of Region III
0 = Since contract will be implemented by the Regional
Office (Irrespective of the Bidding Office)
0001 = Running number provided by the implementing office
which is the Regional Office III

Example 5: For a contract with Funding under 2018 GAA to be implemented by Capiz
2nd DEO and to be bid in Regional Office VI

18GPOO01 18 = GAA Funding Year


G = Code of Region VI where the Implementing Office, Capiz
2nd DEO, is located.
p = Code of Capiz 2nd DEO (the Implementing Office)
0001 = Running number provided by the implementing office
which is the Capiz 2nd DEO
Republic of the Philippines
DEPARTMENT OF PUBLIC WORKS AND HIGHWAYS
OFFICE OF THE SECRETARY
28 FEB 2018 Manila

DEPARTMENT ORDER ) SUBJECT: Revision on the Adoption of the


DPWH Standard Specifications for

NO.
35 ~
)
Highways,
Volume IIi
Bridges and Airports,
for Public Works
Structures, Volume Illi Special Items
Series of 201~.~'(; of Work (SPLs) in DPWH Projectsi
and Revised Standard Pay Item List
for Infrastructure Projects

To avoid unnecessary delays during the implementation of various DPWH projects and to
facilitate the expeditious evaluation thereof by the DPWH Inspectors as to conformance with
the Plans and compliance to the prescribed Specifications, the DPWH Implementing Offices
are hereby directed to strictly adopt the DPWH Standard Specifications for Highways,
Bridges and Airports, Volume II and for Public Works Structures, Volume III, any approved
Standard Specifications with a corresponding item in the Standard Pay Item List, or any
approved Special Pay Item (SPL) with its corresponding General Technical Specification.

To ensure uniformity in the application/adoption of the Pay Item Numbers for Pay Items of
Work involved in the preparation of the Design Plans and Quantities, Programs of Works
(POW) and Approved Budget for the Contract (ABC) for Infrastructure Projects nationwide,
all implementing offices of the Department are hereby directed to use the revised Standard
Pay Item List as prescribed via Memorandum issued by the Undersecretary for Technical
Services for various pay items based on the DPWH Standard Specifications for Highways,
Bridges and Airports (Volume II) and Buildings, Ports and Harbors, Flood Control and
Drainage Structures and Water Supply Systems (Volume III). This consolidates pay items
subscript based on different dimensions/sizes, classifications, and types of an item, and
incorporates other new pay items not yet included in the Blue Book but are deemed
necessary in the actual implementation.

The revised Standard Pay Item List shall be adopted with the following considerations:

a. For projects already bid out/awarded/contracted, change of pay items number


description/unit of measure to conform with the standard pay items shall be effected
with the approval of the Head of Implementing Office (10);
b. For projects with already approved Plans, POW & ABC, change of pay items number
description/unit of measure to conform with the standard pay items shall be effected
with the approval of the Head of Implementing Office, prior to the bidding;
c. Pay items provided with a Certificate of Conditional Approval, also known as pilot
pay items, shall only be valid during the five-year evaluation span as defined in
their respective issuances of standard specification unless found successful and
approved as regular pay item.

In cases wherein items of work that are not found in the revised Standard Pay Item List are
required to be utilized in DPWH infrastructure projects to suit actual field conditions or new
types of structures, the concerned Implementing Office shall submit the Generic Technical
Specifications of said Special Pay Item (SPL), i.e. materials requirement, construction
methodology, unit of measure, method of payment, etc., with the corresponding references
(e.g. ASTM, AASHTO, PNS, etc.) to the Bureau of Research and Standards (BRS) prior to
procurement as part of the preparation of the Program of Work, at the latest. Non-
compliance shall result in no payment to the contractor concerned on unapproved pay items
of work.
Department Order No . .3..s- . Seri~s of 2018
Revision on the Adoption of the DPWH Standard Specifications for Highways, Bridges and Airports, Volume II; for
Public Works Structures, Volume III; Special Items of Work (SPLs) in DPWH Projects; and Revised Standard Pay
Item List for Infrastructure Projects
Page 2 of 2

Upon compliance and review by BRS, the Undersecretary for Technical Services is hereby
authorized to approve or disapprove said SPL through Memorandum. Once approved by the
Undersecretary for Technical Services, BRS will immediately load the SPL into the Project
and Contract Management Application (PCMA) Pay Item Library and said SPL may then also
be used by other Implementing Offices. The SPL approved Specifications will be made
available by BRS on the Department's Intranet site and BRS is responsible for inclusion of
the said specifications in the update of the DPWH Standard Specifications for adoption
as a Standard Pay Item.

Authority to issue updates to DPWH Standard Specifications, Standard Pay Items, and/or
New, Special, or Pilot Pay Items is hereby delegated to the Undersecretary for Technical
Services and no longer require the issuance of a separate Department Order.

This Order supersedes Department Order No. 99, Series of 2017 (Revision on the Adoption
of the DPWH Standard Specifications for Highways, Bridges and Airports, Volume II; for
Public Works Structures, Volume III; and, Special Items of Work (SPLs) in DPWH Projects)
and Department Order 143, Series 2017 (Revised Standard Pay Item List for Infrastructure
Projects) and shall take effect immediately.

MARK A. VILLAR
Secretary Department of Public Works and Highways
Office of the Secretary

1111111111111111111111111111111111111
2.5 EKS WIN8B00516
t7l? 131J1'~H.
~, ~ ,·.3:<Y1
Republic of the Philippines
DEPARTMENTOF PUBUC WORKS AND HIGHWAYS
OFFICE OF THE SECRETARY
Manila

1 6 MAR 2018

DEPARTMENT ORDER ) SUBJECT: Revised Assignment of Contract


Identification Number for All

NO.
39 ~
)
Consultancy Services Contracts of
The Department
Series of 201t)~.~.
rP )

In line with the on-going effort to establish consistent information across all information systems
implemented in the Department and to ensure flexibility in order to meet workload demands, the
Contract Identification numbering scheme is hereby amended as follows:

YVCSRD99, where:

YV - refers to the first year of funding in the GM, not the year of
bidding

cs - refers to consultancy services

R - refers to the Central Office or the Region for the Implementing


Office (10), irrespective of the Procuring Entity

D - refers to the District Engineering Offices (DEOs) who will be the


10 where the contract was bid, but "0" if bidding was done in
the Regional Office

99 - A running number starting from 01 for every Procuring Entity


every funding year

The code assigned to each Central Office, Region and DEOs is provided as an attachment to this
Department Order. Procurement Service (PrS) is responsible for the issuing and updating of these
codes.
The Bids and Awards Committee (BAC) of each Implementing Office shall be responsible for
assigning the Contract !D to preclude duplication within its area of jurisdiction. If the 10 is the
Central Office, the Procurement Service (PrS) shall be responsible for assigning the Contract !D.

This Order supersedes D.O. No. 60 Series of 2012 and shall take effect for projects to be
implemented from 2018 onwards.

~~
MARK A. VILLAR
Secretary

12.1.2 MGNO/MVSG
Department of Public Works and Highways
Office of the Secretary ,

1111111111111111111111111111111111111111
WIN8XS00334
D.O. NO ..:g.. S. 2018
Revised Assignment of Contract Identification Number for all Consultancy
Services Contracts of the Department
Page 1 of 4

TABLE 1- Central Office and Regional Office Codes

REGION CODE CODE


Re ion I A L
Re ion II B M
Re ion III C N
Re ion IV-A D o
Re ion IV-B E P
Re ion V F
Re ion VI G
Re ion VII H
Re ion VIII I
Region IX J

Re ion X K

TABLE 2 - District Engineering Office Codes

REGION CODE REGION CODE


REGION I
I1ocos Norte 1stDEO A La Union 2nd DEO F
Ilocos Norte 2nd DEO B Pangasinan 1stDEO G
Ilocos Sur 1st DEO C Pangasinan 2nd DEO H
I1ocos Sur 2nd DEO D Pangasinan 3rd DEO I
La Union 1stDEO E Pangasinan 4th DEO J
REGION II
Batanes DEO A Isabela 3rd DEO G
caaavan 1stDEO B Isabela 4th DEO H
caaavan 2nd DEO C Nueva Vizcaya DEO I
caaavan 3rd DEO D Nueva Vizcaya 2nd DEO J
Isabela 1stDEO E Quirino DEO K
Isabela 2nd DEO F
REGION III
Bataan 1stDEO A Pampanoa 2nd DEO H
Bataan 2nd DEO B Pampanoa 3rd DEO I
Bulacan 1stDEO C Tarlac 1stDEO J
Bulacan 2nd DEO D Tarlac 2nd DEO K
Nueva Ecija pt DEO E Zambales 1stDEO L
Nueva Ecija 2nd DEO F Zambales 2nd DEO M
Pampanga 1stDEO G Aurora DEO N
REGION IV - A
Batangas 1stDEO B )uezon 1stDEO K
Batanaas 2nd DEO C )uezon 2nd DEO J
Batanaas 3rd DEO D >uezon 3rd DEO M
Batanaas 4th DEO E Rizal 1stDEO N

1- Special Bids & Awards Committee (SBAC) - Asian Development Bank (ADB)
2- Special Bids & Awards Committee (SBAC) - Public-Private Partnership (PPP)
3- Special Bids & Award~ Committee (SBAC) - WORLDBANK
D.O. No. ~ S. 2018
Revised Assignment of Contract Identification Number for all COnsultancy
Services Contracts of the Department
Page 2 of 4

Cavite 1st DEO F Rizal 2nd DEO 0


Cavite 2nd DEO G LaQUna 3rd DEO P
LagUna 1st DEO H Cavite Sub-DEO Q
Laguna 2nd DEO I Quezon 4th DEO L
Region IV-B
Marinduque DEO A Palawan 2nd DEO F
Mindoro Occidental DEO B Palawan 3rd DEO G
Mindoro Oriental DEO D Romblon DEO H
Palawan 1st DEO E Southern Mindoro DEO I
REGION V
Albay 1st DEO A Masbate 1st DEO I
Albav 2nd DEO B Masbate 2nd DEO J
Camarines Norte DEO C Sorsogon 1st DEO K
Camarines Sur 1st DEO D Sorsogon 2nd DEO L
Camarines Sur 2nd DEO E Camarines Sur 5th DEO N
Camarines Sur 3rd DEO F Masbate 3rd DEO M
Camarines Sur 4th DEO G Albav 3rd DEO 0
Catanduanes DEO H
REGION VI
Aklan DEO A Iloilo 4th DEO I
Antique DEO B Iloilo City DEO J
Bacolod City DEO 0 NeQros Occidental 1st DEO K
Capiz 1st DEO D Negros Occidental 2nd DEO L
Guimaras DEO E Negros Occidental 3rd DEO M
Iloilo 1st DEO F Negros Occidental 4th DEO N
Iloilo 2nd DEO G Capiz 2nd DEO P
Iloilo 3rd DEO H
REGION VII
Bohol 1st DEO A Cebu City DEO H
Bohol 2nd DEO C Cebu 5th DEO I
Bohol 3rd DEO B Negros Oriental 1st DEO J
Cebu 1st DEO D Negros Oriental 2nd DEO K
Cebu 2nd DEO E Negros Oriental 3rd DEO L
Cebu 3rd DEO F Siquijor DEO M
Cebu 4th DEO G Cebu 6th DEO N
REGION VIII
Biliran DEO A Northern Samar 1st DEO H
Eastern Samar DEO B Northern Samar 2nd DEO I
Levte 1st DEO C Samar 1st DEO J
Levte 2nd DEO D Samar 2nd DEO K
Levte 3rd DEO E Southern Levte DEO L
Levte 4th DEO F Tacloban atv DEO M
Levte 5th DEO G
REGION IX
Zamboanga City DEO A ZamboanQa SibuQav 2nd DEO F

1- Special Bids & Awards Committee (SBAC) - Asian Development Bank (ADB)
2- Special Bids & Awards Committee (SBAC) - Public-Private Partnership (PPP)
3- Special Bids & Award~ Committee (SBAC) - WORLDBANK
D.O.No.~ S. 2018
Revised Assignment of Contract Identification Number for all Consultancy
Services Contracts of the Department
Page 3 of 4

Zamboanga del Norte 1st OEO B Zamboanga del Sur 2nd OEO G
Zamboanga del Norte 2nd OEO C Isabela OEO H
Zamboanaa del Norte 3rd OEO 0 Zamboanga Sibugay 1st OEO I
Zamboanaa del Sur 1st OEO E
REGION X
Bukidnon 1st OEO A Lanao del Norte 1st OED G
Bukidnon 2nd OEO B Cagayan de Oro City 1st OEO H
Bukindnon 3rd OEO C Misamis Occidental 1st OEO I
Caaavan de Oro Oty 2nd OEO 0 Misamis Occidental 2nd OEO J
Camiauin OEO E Misamis Oriental 1st OEO K
Lanao del Norte 2nd OEO F Misamis Oriental 2nd OEO L
REGION XI
Comoostela Valley OEO A Oavao Occidental OEO E
Oavao City OEO B Oavao Oriental 1st OEO F
Oavao del Norte OED C Oavao Oriental 2nd OEO G
Oavao del Sur 1st OEO 0 Oavao City 2nd OEO H
Region XII
Cotabato City OED A Saranaani OEO E
South Cotabato 2nd OEO B Sultan Kudarat 1st OEO F
Cotabato 1st OEO C South Cotabato 1st OEO G
Cotabato 2nd OEO 0 Sultan Kudarat 2nd OEO H
REGION XIII
Aausan del Norte A Surigao del Norte 1st OEO F
Aausan del Sur 1st OEO B Surigao del Norte 2nd OEO G
Aausan del Sur 2nd OEO C Surigao del Sur 1st OEO H
Butuan City OEO 0 Surigao del Sur 2nd OEO I
Oinaaat Island OEO E
NATIONAL CAPITAL REGION
Malabon-Navotas OEO A Quezon Oty 1st OEO F
Metro Manila 1st OEO B Quezon City 2nd OEO G
Metro Manila 2nd OEO C South Manila OEO H
Metro Manila 3rd OED 0 Las Pifias - Muntinlupa OEO I
North Manila OEO E
CORDILLERA ADMINISTATIVE REGION
Abra OEO A Ifuaao 1st OEO G
Apayao 1st OEO B Mt. Province 1st OEO H
Apayao 2nd OEO C Ifugao 2nd OEO I
BagUiO Oty OEO 0 Upper Kalinga OEO J
Benguet 1st OEO E Lower Kalinga OED K
Benguet 2nd OEO F Mt. Province 2nd OED L
AUTONOMOUS REGION OF MUSUM MINDANAO
Basilan OEO A Tawi-Tawi OEO E
Lanao del Sur 1st OEO B Lanao del Sur 2nd OEO F
Maguindanao 1st OEO C Maguindanao 2nd OEO G
Sulu 1st OEO 0 Sulu 2nd OEO H

1_ Special Bids & Awards Committee (SBAC) - Asian Development Bank (ADB)
2- Special Bids & Awards Committee (SBAC) - Public-Private Partnership (PPP)
3- Special Bids & Award~ Committee (SBAC) - WORLDBANK
D.O.No.~ S. 2018
Revised Assignment of Contract Identification Number for all Consultancy
Services Contracts of the Department
Page 4 of 4

Example 1: For a contract bid in the Central Office in 2018


18CSZOOl 18 - first year of funding in the GAA
CS - consultancy services contract
ZO - code of the Central Office
01 - running number

Example 2: For a contract to be bid in the Regional Office of Region 1 in 2018


18CSAOOl 18 - first year of funding in the GAA
CS - consultancy services contract
A - code of the Region I
o - Since the contract will be bid in Regional Office
01 - running number

Example 3: For a contract to be bid in Albay 1st DEO in 2018


18CSFAOl 18 - first year of funding in the GAA
CS - consultancy services contract
F - code of the Region V
A - Code of Albay 1st DEO
01 - running number

Example 4: For a contract to be bid in Central Office (lSBAC-ADB)


18CSZ101 18 - first year of funding in the GAA
CS - consultancy services contract
Zl - code of the Central Office (iSBAC-ADB)
01 - running number

Example 5: For a contract to be bid in Central Office (2SBAC-PPP)


18CSZ201 18 - first year of funding in the GAA
CS - consultancy services contract
Z2 - code of the Central Office (2SBAC-PPP)
01 - running number

Example 6: For a contract to be bid in Central Office eSBAC-WORLDBANK)


18CSZ301 18 - first year of funding in the GAA
CS - consultancy services contract
Z3 - code of the Central Office eSBAC-WORLDBANK)
01 - running number

1_ Special Bids & Awards Committee (SBAC) - Asian Development Bank (ADB)
2- Special Bids & Awards Committee (SBAC) - Public-Private Partnership (PPP)
3- Special Bids & Award~ Committee (SBAC) - WORLDBANK
t7l? 131J1'~H.
~, ~ ,·.3:<Y1
Republic of the Philippines
DEPARTMENTOF PUBUC WORKS AND HIGHWAYS
OFFICE OF THE SECRETARY
Manila

1 6 MAR 2018

DEPARTMENT ORDER ) SUBJECT: Revised Assignment of Contract


Identification Number for All

NO.
39 ~
)
Consultancy Services Contracts of
The Department
Series of 201t)~.~.
rP )

In line with the on-going effort to establish consistent information across all information systems
implemented in the Department and to ensure flexibility in order to meet workload demands, the
Contract Identification numbering scheme is hereby amended as follows:

YVCSRD99, where:

YV - refers to the first year of funding in the GM, not the year of
bidding

cs - refers to consultancy services

R - refers to the Central Office or the Region for the Implementing


Office (10), irrespective of the Procuring Entity

D - refers to the District Engineering Offices (DEOs) who will be the


10 where the contract was bid, but "0" if bidding was done in
the Regional Office

99 - A running number starting from 01 for every Procuring Entity


every funding year

The code assigned to each Central Office, Region and DEOs is provided as an attachment to this
Department Order. Procurement Service (PrS) is responsible for the issuing and updating of these
codes.
The Bids and Awards Committee (BAC) of each Implementing Office shall be responsible for
assigning the Contract !D to preclude duplication within its area of jurisdiction. If the 10 is the
Central Office, the Procurement Service (PrS) shall be responsible for assigning the Contract !D.

This Order supersedes D.O. No. 60 Series of 2012 and shall take effect for projects to be
implemented from 2018 onwards.

~~
MARK A. VILLAR
Secretary

12.1.2 MGNO/MVSG
Department of Public Works and Highways
Office of the Secretary ,

1111111111111111111111111111111111111111
WIN8XS00334
D.O. NO ..:g.. S. 2018
Revised Assignment of Contract Identification Number for all Consultancy
Services Contracts of the Department
Page 1 of 4

TABLE 1- Central Office and Regional Office Codes

REGION CODE CODE


Re ion I A L
Re ion II B M
Re ion III C N
Re ion IV-A D o
Re ion IV-B E P
Re ion V F
Re ion VI G
Re ion VII H
Re ion VIII I
Region IX J

Re ion X K

TABLE 2 - District Engineering Office Codes

REGION CODE REGION CODE


REGION I
I1ocos Norte 1stDEO A La Union 2nd DEO F
Ilocos Norte 2nd DEO B Pangasinan 1stDEO G
Ilocos Sur 1st DEO C Pangasinan 2nd DEO H
I1ocos Sur 2nd DEO D Pangasinan 3rd DEO I
La Union 1stDEO E Pangasinan 4th DEO J
REGION II
Batanes DEO A Isabela 3rd DEO G
caaavan 1stDEO B Isabela 4th DEO H
caaavan 2nd DEO C Nueva Vizcaya DEO I
caaavan 3rd DEO D Nueva Vizcaya 2nd DEO J
Isabela 1stDEO E Quirino DEO K
Isabela 2nd DEO F
REGION III
Bataan 1stDEO A Pampanoa 2nd DEO H
Bataan 2nd DEO B Pampanoa 3rd DEO I
Bulacan 1stDEO C Tarlac 1stDEO J
Bulacan 2nd DEO D Tarlac 2nd DEO K
Nueva Ecija pt DEO E Zambales 1stDEO L
Nueva Ecija 2nd DEO F Zambales 2nd DEO M
Pampanga 1stDEO G Aurora DEO N
REGION IV - A
Batangas 1stDEO B )uezon 1stDEO K
Batanaas 2nd DEO C )uezon 2nd DEO J
Batanaas 3rd DEO D >uezon 3rd DEO M
Batanaas 4th DEO E Rizal 1stDEO N

1- Special Bids & Awards Committee (SBAC) - Asian Development Bank (ADB)
2- Special Bids & Awards Committee (SBAC) - Public-Private Partnership (PPP)
3- Special Bids & Award~ Committee (SBAC) - WORLDBANK
D.O. No. ~ S. 2018
Revised Assignment of Contract Identification Number for all COnsultancy
Services Contracts of the Department
Page 2 of 4

Cavite 1st DEO F Rizal 2nd DEO 0


Cavite 2nd DEO G LaQUna 3rd DEO P
LagUna 1st DEO H Cavite Sub-DEO Q
Laguna 2nd DEO I Quezon 4th DEO L
Region IV-B
Marinduque DEO A Palawan 2nd DEO F
Mindoro Occidental DEO B Palawan 3rd DEO G
Mindoro Oriental DEO D Romblon DEO H
Palawan 1st DEO E Southern Mindoro DEO I
REGION V
Albay 1st DEO A Masbate 1st DEO I
Albav 2nd DEO B Masbate 2nd DEO J
Camarines Norte DEO C Sorsogon 1st DEO K
Camarines Sur 1st DEO D Sorsogon 2nd DEO L
Camarines Sur 2nd DEO E Camarines Sur 5th DEO N
Camarines Sur 3rd DEO F Masbate 3rd DEO M
Camarines Sur 4th DEO G Albav 3rd DEO 0
Catanduanes DEO H
REGION VI
Aklan DEO A Iloilo 4th DEO I
Antique DEO B Iloilo City DEO J
Bacolod City DEO 0 NeQros Occidental 1st DEO K
Capiz 1st DEO D Negros Occidental 2nd DEO L
Guimaras DEO E Negros Occidental 3rd DEO M
Iloilo 1st DEO F Negros Occidental 4th DEO N
Iloilo 2nd DEO G Capiz 2nd DEO P
Iloilo 3rd DEO H
REGION VII
Bohol 1st DEO A Cebu City DEO H
Bohol 2nd DEO C Cebu 5th DEO I
Bohol 3rd DEO B Negros Oriental 1st DEO J
Cebu 1st DEO D Negros Oriental 2nd DEO K
Cebu 2nd DEO E Negros Oriental 3rd DEO L
Cebu 3rd DEO F Siquijor DEO M
Cebu 4th DEO G Cebu 6th DEO N
REGION VIII
Biliran DEO A Northern Samar 1st DEO H
Eastern Samar DEO B Northern Samar 2nd DEO I
Levte 1st DEO C Samar 1st DEO J
Levte 2nd DEO D Samar 2nd DEO K
Levte 3rd DEO E Southern Levte DEO L
Levte 4th DEO F Tacloban atv DEO M
Levte 5th DEO G
REGION IX
Zamboanga City DEO A ZamboanQa SibuQav 2nd DEO F

1- Special Bids & Awards Committee (SBAC) - Asian Development Bank (ADB)
2- Special Bids & Awards Committee (SBAC) - Public-Private Partnership (PPP)
3- Special Bids & Award~ Committee (SBAC) - WORLDBANK
D.O.No.~ S. 2018
Revised Assignment of Contract Identification Number for all Consultancy
Services Contracts of the Department
Page 3 of 4

Zamboanga del Norte 1st OEO B Zamboanga del Sur 2nd OEO G
Zamboanga del Norte 2nd OEO C Isabela OEO H
Zamboanaa del Norte 3rd OEO 0 Zamboanga Sibugay 1st OEO I
Zamboanaa del Sur 1st OEO E
REGION X
Bukidnon 1st OEO A Lanao del Norte 1st OED G
Bukidnon 2nd OEO B Cagayan de Oro City 1st OEO H
Bukindnon 3rd OEO C Misamis Occidental 1st OEO I
Caaavan de Oro Oty 2nd OEO 0 Misamis Occidental 2nd OEO J
Camiauin OEO E Misamis Oriental 1st OEO K
Lanao del Norte 2nd OEO F Misamis Oriental 2nd OEO L
REGION XI
Comoostela Valley OEO A Oavao Occidental OEO E
Oavao City OEO B Oavao Oriental 1st OEO F
Oavao del Norte OED C Oavao Oriental 2nd OEO G
Oavao del Sur 1st OEO 0 Oavao City 2nd OEO H
Region XII
Cotabato City OED A Saranaani OEO E
South Cotabato 2nd OEO B Sultan Kudarat 1st OEO F
Cotabato 1st OEO C South Cotabato 1st OEO G
Cotabato 2nd OEO 0 Sultan Kudarat 2nd OEO H
REGION XIII
Aausan del Norte A Surigao del Norte 1st OEO F
Aausan del Sur 1st OEO B Surigao del Norte 2nd OEO G
Aausan del Sur 2nd OEO C Surigao del Sur 1st OEO H
Butuan City OEO 0 Surigao del Sur 2nd OEO I
Oinaaat Island OEO E
NATIONAL CAPITAL REGION
Malabon-Navotas OEO A Quezon Oty 1st OEO F
Metro Manila 1st OEO B Quezon City 2nd OEO G
Metro Manila 2nd OEO C South Manila OEO H
Metro Manila 3rd OED 0 Las Pifias - Muntinlupa OEO I
North Manila OEO E
CORDILLERA ADMINISTATIVE REGION
Abra OEO A Ifuaao 1st OEO G
Apayao 1st OEO B Mt. Province 1st OEO H
Apayao 2nd OEO C Ifugao 2nd OEO I
BagUiO Oty OEO 0 Upper Kalinga OEO J
Benguet 1st OEO E Lower Kalinga OED K
Benguet 2nd OEO F Mt. Province 2nd OED L
AUTONOMOUS REGION OF MUSUM MINDANAO
Basilan OEO A Tawi-Tawi OEO E
Lanao del Sur 1st OEO B Lanao del Sur 2nd OEO F
Maguindanao 1st OEO C Maguindanao 2nd OEO G
Sulu 1st OEO 0 Sulu 2nd OEO H

1_ Special Bids & Awards Committee (SBAC) - Asian Development Bank (ADB)
2- Special Bids & Awards Committee (SBAC) - Public-Private Partnership (PPP)
3- Special Bids & Award~ Committee (SBAC) - WORLDBANK
D.O.No.~ S. 2018
Revised Assignment of Contract Identification Number for all Consultancy
Services Contracts of the Department
Page 4 of 4

Example 1: For a contract bid in the Central Office in 2018


18CSZOOl 18 - first year of funding in the GAA
CS - consultancy services contract
ZO - code of the Central Office
01 - running number

Example 2: For a contract to be bid in the Regional Office of Region 1 in 2018


18CSAOOl 18 - first year of funding in the GAA
CS - consultancy services contract
A - code of the Region I
o - Since the contract will be bid in Regional Office
01 - running number

Example 3: For a contract to be bid in Albay 1st DEO in 2018


18CSFAOl 18 - first year of funding in the GAA
CS - consultancy services contract
F - code of the Region V
A - Code of Albay 1st DEO
01 - running number

Example 4: For a contract to be bid in Central Office (lSBAC-ADB)


18CSZ101 18 - first year of funding in the GAA
CS - consultancy services contract
Zl - code of the Central Office (iSBAC-ADB)
01 - running number

Example 5: For a contract to be bid in Central Office (2SBAC-PPP)


18CSZ201 18 - first year of funding in the GAA
CS - consultancy services contract
Z2 - code of the Central Office (2SBAC-PPP)
01 - running number

Example 6: For a contract to be bid in Central Office eSBAC-WORLDBANK)


18CSZ301 18 - first year of funding in the GAA
CS - consultancy services contract
Z3 - code of the Central Office eSBAC-WORLDBANK)
01 - running number

1_ Special Bids & Awards Committee (SBAC) - Asian Development Bank (ADB)
2- Special Bids & Awards Committee (SBAC) - Public-Private Partnership (PPP)
3- Special Bids & Award~ Committee (SBAC) - WORLDBANK
..~?IJ J)1'P)ff
03 ...~,):i>(f
REPUBLIC OF THE PHILIPPINES
DEPARTMENT OF PUBLIC WORKS AND HIGHWAYS c:n
.,
OFFICE OF THE SECRETARY
MANILA ,.
)

3
r
1 6 MAR 2018 ~
.
DEPARTMENTORDER ) SUBJECT: DPWH Standard Specification for
) ITEM 419 - Corrugated Steel Plate

No. 40 _
)
)
(CSP)

Series of 2018 ~ o'h. J,»,fj

In line with the continuing efforts to upgrade the construction technology thru adoption of
innovative technologies, this Department has approved the DPWH Standard Specification for
ITEM 419 - Corrugated Steel Plate (CSP), subject to the Specification hereto attached.

This Standard Specification will form part of the on-going revision of the DPWH Standard
Specifications for Highways, Bridges and Airports, Volume II, 2012 Edition.

This Order shall take effect immediately.

MARK A. VILLAR
v:::----
Secreta ry

14.1.2 FETjRGT

Departrrent of Public Works and Highways


Office of the Secretary

1111111111111111111111111111111111111
WIN8U01588
DPWH Standard Specification for
ITEM 419 - Corrugated Steel Plate (CSP)

419.1 Description

This Item shall consist of furnishing and placing of prefabricated Corrugated Steel Plate
(CSP) of the type, size, shape and grade required in accordance with this Specification and
in conformity with the requirements shown on the Plans or as directed by the Engineer.

419.2 Material Requirements

419.2.1 CSP Corrugation Type

.-
Ta ble41 9 1 Corruaatlon TVDe
Thickness (t) Pitch (p) Depth (d) Radius (r)
Type mm
mm mm mm
Deep Corrugated

,
3.0 - 8.0 400 150 81
Steel Plate
r
Multi-Plate 2.7 - 7.0 150 50 28.6
.,
••
Deep Corrugated Steel Plate is used for heavy load condition and long span structures like S•
open-cut tunnel, long span culvert and bridge . ••C
:II
Multi Plate is usually used for light load condition and shorter opening structures like pipe (a
conduit having a full circular shape) and for pipe-arch (a pipe shape consisting of an
approximate semi-circular top portion, small radius corners, and large radius invert).

419.2.2 CSP Fabrication

1. Sinusoidal Corrugation

CSP shall be fabricated from flat sheets or plates, punched for bolted lap seams, and curved
to the required radius. Corrugations shall form smooth continuous curves and tangents and
annular rings (complete or partial) about the axis of the structure.

2. Plate Tolerances

The plate thickness shall be measured on the tangents of the corrugations. The thickness
shall include both the base metal and the coating. The required minimum thickness of the
plate must not be lesser than the specified thickness minus 0.3 mm. There is no limit on
over-thickness. Cross-section dimensions, such as diameter, span and rise, and radius of
curvature, shall be measured to the inside crest of corrugations. The span and rise of pipe-
arch, arch, underpass, and other noncircular structures shall be as specified within ±2
percent.

3. Bolt holes

The bolt holes shall be punched ahead of bending and plates having like dimensions,
curvature, and same size and number of bolts per foot of seam can be interchangeable.
Department Order No. 1D. Series of 2018
DPWH Standard Specification for Item 419 - Corrugated Steel Plate (CSP)
Page 2 of 8
-
Holes shall be provided as required for connecting headwall anchors, structural
reinforcement, and miscellaneousattachments.

For 150 mm x 50 mm corrugations, the diameter of the bolt holes in the longitudinal seams
shall not exceed the bolt diameter by more than three (3) mm except those in plate corners.
Bolt holes in circumferential seams, including plate corners, shall be round holes with the
diameter not exceeding the bolt diameter by more than six (6) mm, or shall be slotted holes
with a width equal to the bolt diameter plus three (3) mm and a length equal to the bolt
diameter plus ten (10) mm.

For 400 mm x 150 mm corrugations, the diameter of bolt holes in the longitudinal seams
shall not exceed the bolt diameter by more than six (6) mm, except for those in the plate
corners and two (2) other locations (aligned with the center hole of the group of three (3)
corner holes, and in adjacent corrugations) which will be the same as the circumferential
holes. The bolt holes in the circumferential seams shall be slotted holes with a width not
greater than the bolt diameter plus five (5) mm and a length not greater than the bolt
diameter plus 110 mm.

4. Plate Section Properties

The plate shall conform to the requirement of Table 419.2 - Deep Corrugated Steel Plate
Section Properties (400 mm x 150 mm) or by Table 419.3 - Multi-Plate Section Properties
(150 mm x 50 mm). Thickness shall be measured on the tangents of the corrugations. The
thickness shall include both the base metal and the coating.

Table 419.2 - DeeD Corruaated Steel Plate Section Properties (400 mm x 150 m m)
Specified Area of Section, A Moment of Radius of
Thickness mm2fmm Inertia,. mm4fmm· Gyration, r
mm mm
3.0 3.905 10,886 52.80

4.0 5.351 14,944 52.85

5.0 6.811 19,060 52.90

6.0 8.260 23,154 52.95

7.0 9.640 27,071 52.99

Table 419.3 - Multi Plate Section ProDerties (150 mm x 50 mm)


Specified Area of Section, A Moment of Radius of
Thickness mm2fmm Inertia, I Gyration, r
mm mm4fmm mm
3.0 3.522 1,057.25 17.326

4.0 4.828 1,457.56 17.325

5.0 6.149 1,867.12 17.425

6.0 7.461 2,278.31 17.475

7.0 8.712 2,675.11 17.523


Department Order No. 'fD '
Series of 2018
DPWH Standard Specification for Item 419 - Corrugated Steel Plate (CSP)
Page 3 of 8

419.2.3 Steel

Steel shall be produced by the electric or oxygen process.

Steel shall have the chemical composition specified in Table 419.4 - Chemical Composition of
Steel.

Steel used for manufacturing structural plate products shall have the mechanical properties
specified in Table 419.5 - Mechanical Properties of Structural Plate.

Table 419.4 - Chemical Composition 0f Steel


Properties Heat analysis, % Maximum Specification

Phosphorous 0.04 ASTM A1018M*

Sulphur 0.04 ASTM A1018M*


*ASTM A1018M, Standard Specification for Steel, Sheet and Strip, Heavy-Thickness Coils, Hot Rolled, Carbon,
Commercial, Drawing, Structural, High Strength Low Alloy, High Strength Low Alloy with Improved
Formability, and Ultra-High Strength

Ta bl e 41 95. - Mec hanlca


. I Propertles 0fS tructura I Pate
I
Minimum Minimum Minimum
Yield Tensile Elongation
Material Specification
Strength Strength in 50mm
MPa MPa 0/0

Structural Steel
Plate 275 380 19 ASTM A1018M
SS-(Grade 40)
High Strength
Low-Alloy Steel 340 450 20 ASTM A1018M
HSLAS-(Grade 50)
High Strength
Low-Alloy Steel 450 550 14 ASTM A1018M
HSLAS-(Grade 65)

419.2.4 Bolts and Nuts

Bolts shall be M20 (20 mm 0) or M22 (22 mm 0).

Bolts and nuts shall conform to the requirements speCified in ASTM A761M, Standard
Specification for Corrugated Steel Structural Plate, Zinc-Coated, for Field-Bolted Pipe, Pipe-
Arches, and Arches, Table 2, Bolt and Nut Requirements. Bolts shall have sufficient length to
provide at least "full nut" engagement when tightened in place.

Washers may not be required.


Department Order No. 'It> ISeries of 2018
DPWH Standard Specification for Item 419 - Corrugated Steel Plate (CSP)
Page 4 of 8

419.2.5 Rubber Gaskets

Gaskets shall conform to ASTM C564, Standard Specification for Rubber Gaskets for Cast
Iron Soil Pipe and Fittings or equivalent.

419.2.6 Base Channel

The base channel on footing shall be formed in accordance with the approved Plans and
Specifications. It shall be formed from five (5) mm thick galvanized steel. The zinc coating
mass (total on both sides) on the base channel shall not be less than 910 g/m2•

Bolt holes for anchoring bearings to foundation shall be punched as shown on the Plans,
with a spacing that is a multiple of the structural plate pitch, but not more than 600 mm on
centers. Bolt holes shall be punched in the vertical leg of bearings to match corresponding
bolt holes in the bottom arch plate.

419.2.7 Anchorage Bolts and Nuts

Anchorage bolts shall be M20 in diameter.

Bolts and nuts for head wall anchorage and for anchoring arch bearings to foundation shall
be fabricated as shown on the Plans and shall conform to the requirements of
ASTM A761M, Table 2, Standard Specification for Corrugated Steel Structural Plate, Zinc-
Coated, for Field-Bolted Pipe, Pipe-Arches and Arches.

Table 419.6 - CSP Structure Material Components

Type Dimensions Length (mm) Specification


Bolts M20, M22 55 I 75 ASTM A761M

Nuts M20, M22 - ASTM A761M

Anchor bolts M20 225 I 305 ASTM A761M


Base channel (Deep ASTM A761M
180 x 175 x 35 3600
Corrugated Steel Plate)
Base channel (Multi-Plate) 118 x 76 x 45 3600 ASTM A761M

419.2.8 Coating

The zinc coating of all fabricated parts shall be as specified in ASTM B6, Standard
Specification for Zinc. The zinc coating mass on both sides shall be not less than 910 g/m2•

For aluminum coated CSP, it shall be in accordance to ASTM A463M, Standard Specification
for Steel Sheet, Aluminum-Coated, by the Hot-Dip Process.

419.2.8.1. Repair of Damage Coating

Plate or accessory material on which the metallic coating has been burned by welding, or
has been otherwise damaged in fabricating or handling shall be repaired. The repair shall be
done so that the completed material shall show careful finished workmanship in all
Department Order No. 40. Series of 2018
DPWH Standard Specification for Item 419 - Corrugated Steel Plate (CSP)
Page 5 of 8

particulars. Zinc-rich paint shall be applied to a dry film thickness of at least 0.013 mm over
the damaged section and surrounding cleaned area.

In the case that aluminum coating was applied, the aluminum coating mass on both sides
shall be not less than 300 g/m2•

419.2.9 Sampling and Testing

Sampling and testing of plate for chemical composition shall be in accordance to


ASTM A751, Standard Test Methods, Practices, and Terminology for Chemical Analysis of
Steel Products. Mechanical requirements shall be according to the procedure for sheet-type
specimens in AASHTO T 244, Standard Method of Test for Mechanical Testing of Steel
Products.

419.2.9.1 Coating Mass Determination

Coating mass shall be determined according to AASHTO T 65M, Standard Method of Test for
Mass [Weight] of Coating on Iron and Steel Articles with Zinc or Zinc-Alloy Coatings, using a
specimen with an area of 3,000 mm2 or greater. The average coating mass shall be the
average of three (3) or more Single-spot tests, each taken from different plates in the order.
Alternately, the coating mass may be determined by the x-ray fluorescence procedure
according to ASTM A754M, Standard Test Method for Coated Weight (Mass) of Metallic
Coatings on Steel by X-ray Fluorescence.

419.2.9.2 Mechanical Test

Determine the mechanical properties on plate prior to corrugating or other fabrication,


except testing by the purchaser after fabrication is permitted for tensile and yield strengths.
The plate shall comply with the requirements of Table 419.5 - Mechanical Properties of
Structural Plate.

419.3 Construction Requirements

419.3.1 Site Preparation

1. Check alignment in relation to the Plans as well as the actual site conditions.
2. Make the CSP(s) necessary appurtenances and ensure that these are correct.
3. Excavate to the correct width, line and grade.

4. Provide a uniform and stable foundation.

419.3.2 CSP Assembly

419.3.2.1 Structural Assembly

The final installed shape shall be within the design criteria, exhibit smooth uniform radii, and
provide acceptable clearances for its intended use. Structures having a span greater than six
(6) m shall be within two (2) percent of the calculated dimensions as given in ASTM A761M
before structural backfill placement.
Department Order No. ~D . Series of 2018
DPWH Standard Specification for Item 419 - Corrugated Steel Plate (CSP)
Page 6 of 8

419.3.2.2 Bolts and Bolt Torque

It is advisable not to tighten bolts on the loosely assembled structure within a distance of
nine (9) m of where plate assembly is ongoing. Atl bolts shall be tightened using an applied
torque of between 135 N'm and 405 N·m. It is important not to over torque the bolts.

419.3.3 Backfilling

419.3.3.1 Structural Backfill Materials

The type of compacted density and strength properties of the soil envelope immediately
adjacent to the CSP shall be established. Good side-fill material is considered to be a
granular material with little or no plasticity and free of organic material. Soils meeting the
requirements of Groups GW, GP, GM, GC, SW, and SP as described in ASTM 02487,
Standard Practice for Classification of Soils for Engineering Purposes (Unified Soil
Classification System) are acceptable, when compacted to 90 percent of maximum density
as determined by ASTM 0698, Standard Test Methods for Laboratory Compaction
Characteristics of Soil Using Standard Effort [12400 ft-Ib/ff (600 kN-m/m3)].

419.3.3.2 General

Regular backfill shall consist of tested or accepted materials and shall be placed and
compacted as required by job specifications. Large boulders shall not be permitted in regular
backfill in trenches that are under surface structures. Construction equipment shall not be
used over or alongside the CSPwithout sufficient compacted soil in between it and the CSP
to prevent distortion, damage, or overstressing.

The Contractor shall set up a shape monitoring system, prior to placement of structural
backfill, to aid in establishing and maintaining proper installation procedures. Direct
measurement of span and rise, offset measurements from plumb bobs hanging over
reference points, and similar types of measurements are effective means for monitoring
shape change during backfill placement and compaction.

419.3.3.3 Placement

The backfill shall be placed and compacted in layers not exceeding 200 mm of compacted
thickness, with each layer compacted to the required density prior to the addition of the
next layer. The difference in levels of structural backfill on the two sides of a conduit at any
transverse section shall not exceed 200 mm. The structural backfill within 300 mm of the
conduit walls shall be free of stones exceeding 75 mm in any dimension. Heavy equipment
shall not be allowed within one (1) m of the conduit walls.

All equipment runs parallel to the length of the installed CSPuntil such time as the elevation
of the backfill reaches a point that is at three-fourth (3/4) of the rise of the structure.

Where space permits, sheep foot, rubber-tired and other types of tamping rollers can be
used to compact backfill around the structure. If rollers are used, fill adjacent to the
structure shall be tamped with hand-held power equipment. Be sure to keep the rollers from
hitting the structure. Mechanicalsoil compaction of layers is preferred.
Department Order No. 1/J . Series of 2018
DPWH Standard Specification for Item 419 - Corrugated Steel Plate (CSP)
Page 7 of 8

Pedestrian-type compactors are used for close work, while heavier self-propelled vibratory
drum compactors are used away from the structure and for the rest of the soil envelope
once minimum cover is achieved. Hand work, or very light equipment, is used over the top
of the structure until minimum cover is achieved for the rest of the soil envelope once
minimum cover is achieved.

All equipment shall be in accordance with all the requirements of Subsection 106.2.1-
Compaction Equipment of Item 106 - Compaction Equipment and Density Control Strips.

419.3.3.4 Minimum Clear Spacing between Conduits

For multi span structures, the minimum clear spacing between adjacent conduits shall be
900 mm.

419.3.3.5 Deformation during Backfilling

For all conduit shapes, the upward or downward crown deflection shall not exceed ± 2
percent of the rise unless approved by the Engineer. Longitudinal and transverse alignment
shall be maintained.

419.3.4 Quality Control

419.3.4.1 Material Inspection

1. Check the pitch and depth of corrugations of plates


2. Provide a uniform and stable foundation.

3. Unload, handle and store the CSP correctly.

419.3.4.2 Checking Section Displacement

Check CSP structure after assembly, during backfilling and after construction. It shall be
checked for changes in size and shape of section. On every stage of construction, three (3)
or more spots shall be checked for displacement. If the displacement exceeds the tolerance,
the construction shall be stopped immediately to find out the cause and conduct the
treatment to reduce the displacement to within the tolerance range of ±2 percent rise of
structure.

419.5 Method of Measurement

The quantity to be paid for shall be in square meter of specified CSP actually completed and
accepted by the Engineer, that area of CSP encompass all of its ancillary materials.

419.6 Basis of Payment

The accepted quantity shall be paid for at the contract unit price for CSP, which price and
payment shall be full compensation for furnishing and placing all materials including all
labor, equipment, tools and incidentals necessary to complete this Item.
Department Order No. ¥'D . Series of 2018
DPWH Standard Specification for Item 419 - Corrugated Steel Plate (CSP)
Page 8 of 8

Payment shall be made under:

Pay Item Number Description Unit of Measurement

419 (1) Corrugated Steel Plate Square Meter

References:

1. ASTM A761 / A761M -15, Standard Specification for Corrugated Steel Structural Plate, Zinc-Coated, for Field-
Bolted Pipe, Pipe-Arches, and Arches

2. ASTM Al018/Al018M - 15, Standard Specification for Steel, Sheet and Strip, Heavy - Thickness Coils, Hot-
Rolled, Carbon, Commercial, Drawing, Structural, High-Strength Low-Alloy, High-Strength Low-Alloy with
Improved Formability, and Ultra-High Strength

3. ASTM A 807/A 807M - 02, Standard Practice for Installing Corrugated Steel Structural Plate Pipe for Sewers
and Other Applications

4. ASTM A 463/A 463M -02a, Standard Specification for Steel Sheet, Aluminum-Coated, by the Hot-Dip Process.

5. ASTM A 754/ 754M - 2000, Standard Test Method for Coating Weight (Mass) of Metallic Coatings on Steel
by X-Ray Fluorescence

6. ASTM A796/A796M -15A, Standard Practice for Structural Design of Corrugated Steel Pipe, Pipe-Arches, and
Arches for Storm and Sanitary Sewers and Other Buried Applications

7. ASTM A 798/A 798M - 01, Standard Practice for Installing Factory-Made Corrugated Steel Pipe for Sewers
and Other Applications

8. ASTM D 2487 - 00, Standard Practice for Classification of Soils for Engineering Purposes (Unified Soil
Classification System)

9. ASTM A449 Standard Specification for Hex Cap Screws, Bolts and Studs, Heat Treated, 120/105/90 ksi
Minimum Tensile Strength, General Use

10. ASTM A563 Standard Specification for Carbon and Alloy Steel Nuts

11. ASTM A153 Standard Specification for Zinc Coating (Hot-Dip) on Iron and Steel Hardware

12. CSA G401 Corrugated Steel Pipe Products

13. CSA-S6-06 Canadian Standard Association (CHBDC Canadian Highway Bridge Design Code) Section

14. Corrugated Steel Pipe Institute (2007), Handbook of Steel Drainage and Highway Construction Products

15. DPWH Standard Specifications for Public Works and Highways: Volume II, Highways, Bridges and Airports
(2012
48'. /J tJ I'o.l/t
~. ~_~rp
REPUBLIC OF THE PHILIPPINES
DEPARTMENT OF PUBLIC WORKS AND HIGHWAYS
OFFICE OF THE SECRETARY
MANILA

1 6 MAR2018

DEPARTMENTORDER ) SUBJECT: DPWH Standard Specification for


Item 1729 - Sewage Treatment

NO.
41 ~
)
Plant (STP) - Dynamic Sequential
Batch Reactor (SBR) Process
Series of 201~ oj. "3Q. f(

It has been the thrust of the Department to provide effective standard specifications in the
implementation of various infrastructure projects. As such, there is a need to set a standard
specification for Dynamic Sequential Batch Reactor Process for sewage treatment plant. The
attached DPWH Standard Specification for Sewage Treatment Plant (STP) -
Dynamic Sequential Batch Reactor (SBR) Process, Item 1729 is hereby prescribed
for the guidance and compliance of all concerned.

This specification shall form part of the on-going revision of the DPWH Standard
Specifications for Public Work Structures - Buildings, Ports and Harbors, Flood Control and
Drainage Structure and Water Supply Systems, Volume III, 1995 Edition.

This Order shall take effect immediately.

~~
MARKA. VILLAR'------
Secretary

14.1.2 FET/RGT
Department of Public Works and Highways
Office of the Secretary

1111111111111111111111111111111111111
WIN8U01587
DPWH Standard Specification for
ITEM 1729 - Sewage Treatment Plant (STP)-
Dynamic Sequential Batch Reactor (SBR) Process

1729.1 Description

This Item covers the provision and installation of a complete modular Sewage Treatment Plant
(STP) using Sequential Batch Reactor (SBR) Treatment System.

The proposed treatment is the Sequential Batch Reactor (SBR) aerobic biological system, an
established activated sludge biological cleaning system for all types of Sewage. This treatment
option adapts well to changing and increasing sewage load by changing the cycle periods and
characteristics without the necessity of any new constructions. Ongoing discharge does not
interfere with the settlement of sludge during the liquid/sludge separation process. As a result,
the separation of sludge from cleansed liquid can be achieved at a faster rate, and more
efficiently compared to a settlement tank in a continuous flow system. Treatment system
includes (1) Combined Pre-treatment Process, (2) Secondary Dynamic (SBR) Treatment
Process, (3) Disinfection Process, (4) Aerobic Sludge Digestion Process, (5) Sludge Dewatering
Process.

Minimum performance standards required for (SBR) aerobic biological System are:

(1) Minimum of six (6) hours hydraulic retention time;


(2) Design MLSS of at least 2000 ppm;
(3) Systems using enzymes / bioactive substances by themselves are not acceptable;
(4) Provide proper treatment for sludge management, odor control and disinfection before
discharge

The proposed treatment required with effluent complying with DENR Standards (DAO 2016-
08) for SB (Sec. 1-Fishery Water Class 11, Sec. 2-Tourism Zones, Sec.3-Recreational Water
Class I) for Marine Waters. Also, RA 9275 otherwise known as the Philippine Clean Water Act.

1729.2 Material Requirements

1729.2.1 Combined Pre-Treatment Process

The objective of combined preliminary treatment is the removal of coarse solids, grit, grease
and other large materials often found in raw Sewage. Removal of these materials is necessary
to enhance the operation and maintenance of subsequent treatment units.

Equipment to use shall include: (1) Combined Pre-Treatment Unit with degreasing and grit
removal process, (2) Manual Bar Fine Screen, (3) Influent Non-contact Doppler Flowmeter,
(4) Equalization Submersible Non-Clog Channel Type Transfer Pump with Cutter, (5)
Equalization Wide Band Coarse Bubble Diffusers.
Department Order NO . .!!L-,
Series'of 2018
DPWH Standard Specification for Item 1729 - Sewage Treatment Plant (STP) -
Dynamic Sequential Batch Reactor (SBR) Process
Page 2 of 10

Table 1729.1 - Combined Pre-Treatment Process


Name of Thickness! Valid Values Conforming Standard !
No.
Equipment Sizes Class Others Design Code
This unit shall conform to the following:
Carpentry: Stainless Steel AISI 304 or
316; Bolts: A2 or A4; Screws: Micro
Combined Pre- alloy steel; Liners: Bars in Stainless
Treatment Unit Min. 60 I/s Stainless Steel Steel AISI 304 or 316; Greasy matter
1 2 kW, 220V, 1Ph, 60 Hz
with degreasing Output; with AISI 304 or separation system: Stainless Steel AISI
and grit removal 2mm mesh 316 304 or 316; Flange: Fixing flange in
process aluminum, parts in contact with the
effluent in Stainless Steel AISI 304 or
316; Surface Treatment: pickled and
oassivated.
Manual Bar Fine 3.6 m3/min, Mesh Steel PNS
2 SS AISI 304 or 316.
Screen 2mm slit size Wire

Influent Non- Stainless Steel 0.01 kW, 220V, 1Ph, Certified nonincendive for Class I
As per flow
3 contact Doppler AISI 304 or 60Hz Division 2, Groups A, B, C, D hazardous
requirements
Flowmeter 316 locations
Equalization
Body Cast Cable: VCT; Motor Shaft: Stainless Steel
Submersible Min. 76.2 mm
Iron FC250, 3.7 kW, 440V, 3Ph, (SUS 42OJ2); Pump Housing and
Non-Clog Dia or as per
4 Motor Shaft 60Hz Impeller: Cast iron (FC250); Electric
Channel Type flow design
Stainless Steel Motor Insulation Class: Class F;
Transfer Pump requirements
SUS42OJ2 Enclosure: IP68
with Cutter
Equalization Min. 24 Holes
Stainless Steel
Wide Band or as per flow 10 X 5mm Dia. Holes US Patents 7,674,514; 7,398,499 and
5 AISI 304 or
Coarse Bubble design 6,811,148
316
Diffusers requirements

1729.2.2 Secondary Treatment - Dynamic SBR Process

The objective of secondary treatment process is the further treatment of the effluent from
primary treatment to remove the residual organics and suspended solids. In most cases,
secondary treatment follows primary treatment and involves the removal of biodegradable
dissolved and colloidal organic matter using aerobic biological treatment system. Activated
Sludge System is the biological treatment system employed in the existing sewage treatment
plant.

This process includes Dynamic Sequential Batch Reactor (SBR) Process, the pre-treated
Sewage will now be treated in a biological treatment process called Dynamic SBR. Dynamic
SBR incorporates two (2) hydraulic cycle control features that allow you to operate the system
in two (2) basic process modes: Nitrification and De-nitrification. The simple cycle provides
half the cycle for aeration and treatment of the sewage and total of two (2) hours for settle
and decant. The cycles are staggered so one (1) blower can provide air to a pair of basins
while ensuring that only one (1) basin is aerated at any time. If nutrient removal is required,
the cycle time is extended to provide time for anoxic periods to allow de-nitrification and
Biochemical Oxygen Demand (BOD) removal. The continual feed provides BOD at all times to
provide good de-nitrification rates at all points in the cycles and optimize nitrogen removal.

This process requires the use of (1) SBR Air Motorized Valve, (2) SBR Turbo Air Blower, (3)
SBR Waste Sludge Non-Clog Submersible Pump, (4) SBR Fine Bubble Diffusers, (5) Floating
Decanter wi motorized valve, (6) Decanter Motorized Valve, (7) Decanter Air Solenoid Valve
and (8) Dissolve Oxygen (DO) Meter.
Department Order No. --11-,
Series'of 2018
DPWH Standard Specification forItem 1729 - Sewage Treatment Plant(STP) -
Dynamic Sequential Batch Reactor (SBR) Process
Page 3 of 10

Table 1729.2 - Secondary Treatment - Dynamic SBR Process


Name of Thicknessl Valid Values Conforming Standard I
No. Design Code
Equipment Sizes Class Others

Min. 152.4 Ductile Iron A536- 0.024 kW, 220V, 1P, ISO 12238, Pneumatic fluid power-
SBR Air
1 mmDia., 65-42-15 Epoxy 60Hz Directional Control Valves -
Motorized Valve
DN600,10 bar Painted Measurement of shifting time

Casing Aluminum
ISO 1940, Mechanical vibration -
SBR Turbo Air 21.29 m3/min AL 365, Impeller AL 22.4 kW, 440V, 3P,
2 Balance quality requirements for
Blowers @ 500mbar 7075 Shaft Ti Alloy, 60Hz
rotors in a constant state
Bearing Ni Alloy

SBR Waste Min. 76.2 mm Body Cast Iron


National Electric Code (NEe) or
Sludge Non-Clog Dia Bore or as FC250, Motor Shaft 2.2 kW,
3 National Fire Protection Association
Submersible per design Stainless Steel 440V,3P,60Hz
(NFPA) 70
Pump capacity SUS42OJ2

Min. 304,8
Polytetrafluoro-
SBR Fine Bubble mm DISC or US Patents 7,674,514; 7,398,499 and
4 ethylene (PTFE) n

Diffusers as per design 6,811,148


Coated Membrane
capacity

Floating
As per design Stainless Steel AISI
5 Decanter wi -- SS AISI 304 or 316
requirements 304 or 316
motorized valve

Min. 355.6
Ductile Iron A536- ISO 12238, Pneumatic fluid power-
Decanter mm Dia. or as 0.024kW, 220V, 1P,
6 65-42-15 Epoxy Directional Control Valves -
Motorized Valve per design 60Hz
Painted Measurement of shifting time
requirements

Underwriters Laboratories Inc., NEMA,


Min 25.4 mm IEEE, and other industrial standards
Brass for Body,
Decanter Air Dia. as per 0.OO8kW, ASCO Class B, F and H insulation
7 Stainless for Core
Solenoid Valve design 220V,1P,60Hz systems are UL listed in the
Tube
requirements Recognized Component Index (yellow
book) under Guide No. OBJY2

IEC 61298-2 - Process


measurement and control devices-
Dissolve Oxygen 0-20 mg/L O.01kW,
General methods and procedures
8 PVC
(DO) Meter (1pcjtank) 220V,1P,60Hz
for evaluating performance - Part
2 at nominal operating conditions

1729.2.3 Disinfection Process

The decanted Sewage from the SBR basins will be disinfected using Ultraviolet (UV)
Disinfection Process. This process will instantaneously neutralize microorganisms as they pass
through ultraviolet lamps submerged in the effluent. Treated effluent from the system will be
discharged to the storm drainage or nearest body by gravity. UV Sterilizer and Effluent Flow
meter will be required on this process.

Use Ultraviolet (UV) Disinfection Process or Chlorination Disinfection Process


Department Order No. If! , Series'of 2018
DPWH Standard Specification for Item 1729 - Sewage Treatment Plant(STP) -
Dynamic Sequential Batch Reactor (SBR) Process
Page 4 of 10

Table 1729.3 - Disinfection Process


Name of Thickness/ Valid Values Conforming Standard /
No.
Equipment Sizes Class Others Design Code

Min. 195 m3/h Stainless Steel


@ 254nm, 1cm AISI 304 or 316 2.5 Kw, International Standard
Ultraviolet
1 or as per or High-Density 440V,3P, against NSF/ANSI
(UV) Sterilizer
design Polyethylene 60Hz Standard 61
requirements (HDPE)

With type approval after


OIML R 49 and verified
according to MI-001 - OD
inlet/OD outlet installation;
conform to ISO 4064,
Carbon Steel
Water meter for cold
Effluent Min. 406.4 mm ASTM A 105 for
O.OlkW, potable water and hot
Electro Dia. or as per Housing &
2 220V,lP, water and EN 14154,
Magnetic design Flanges,
60Hz Water meter for
Flowmeter requirements Stainless Steel
mechanical f1owmeters;
AISI 304/1 4301
Built-in length according
to ISO 13359,
Measurement of
conductive liquid flow in
closed conduits

1729.2.4 Aerobic Sludge Digestion Process

The excess sludge requires treatment to reduce its water and organic content and to obtain
a stabilized product suitable for end-use or final disposal. Waste sludge generated from the
SBR tank shall be stored and treated by means of biological process called Aerobic Digestion.
Aerobic digestion is a method of sludge stabilization wherein biodegradable organic matter
decomposed at about 50 percent - 80 percent reduction into a relative stable compound and
oxidized some cellular material into C02, H20, and N03. This process is possible by continuous
mixing and oxygenation/aeration using a blower and stainless-steel bubble diffusers.

Process requires the use of (1) Aerobic Sludge Digester (ASD) Wide Band Coarse Bubble
Diffusers, (2) ASD Non-Clog Submersible Transfer Pump/Screw Press Feed Pump, (3) ASD Air
Blower.

Table 1729.4 - Aerobic Sludge Digester (ASD) Process


Valid Values Conforming Standard /
Name of Thickness/
No. Design Code
Equipment Sizes Class Class
Aerobic Sludge
Min. 24 Holes,
Digester (ASD) Stainless Steel
L=24" or as 10 X 5mm US Patents 7,674,514;
1 Wide Band AISI 304 or
per design Dia. Holes 7,398,499 and 6,811,148
Coarse Bubble 316
requirements
Diffusers
ASD Non-Clog
Body Cast Iron
Submersible Min. 76.2 mm National Electric Code
FC250, Motor
Transfer Dia Bore or as 1.5 Kw,440V, (NEe) or National Fire
2 Shaft Stainless
Pump/Screw per design 3P, 60Hz Protection Association
Steel
Press Feed requirements (NFPA) 70
SUS42OJ2
Pump
Department Order No. --.!EL,
Series'of 2018
DPWH Standard Specification for Item 1729 - Sewage Treatment Plant (STP) -
Dynamic Sequential Batch Reactor (SBR) Process
Page 5 of 10

Table 1729.4 - Aerobic Sludge Digester (ASD) Process


Valid Values Conforming Standard I
Name of Thicknessl
No. Design Code
Equipment Sizes Class Class
Casing
Aluminum AL ISO 1940, Mechanical
Min. 26.33
365, Impeller vibration - Balance
m3fmin or as 30kW,440V,
3 ASD Air Blower AL 7075 Shaft quality requirements for
per design 3P, 60Hz
Ti Alloy, rotors in a constant
requirements
Bearing Ni state
Alloy

1729.2.5 Sludge Dewatering Process

The stabilized and digested sludge from the aerobic sludge digester will be pumped to the
proposed dewatering facility. The dewatering press to be used is combination of thickener
and dewatering press which is known as Volute Screw Press. Volute Dewatering Press
eliminates the need for a thickener, sludge storage, or separate dosing facilities. One (1) duty
unit of Volute Dewatering Press will be provided. The existing Sludge Drying Bed will serve as
standby unit in case the Volute dewatering press is out for maintenance. 2.5 g - 3.0 g
polymer/kg of dry solids will be injected prior to the dewatering press using automatic polymer
preparation unit to aid in the dewatering process. The dewatered sludge cake shall have a
dryness of 20 percent -25 percent. The dewatered sludge can be used as an organic fertilizer
or for landfill used. This process requires (1) Sludge reaction Loop, (2) Volute Dewatering
Press, (3) Polymer Dosing Pump, (4) Polymer Stock Solution Tank and (5) Polymer Stock
Solution Tank Air Mixing.

Table 1729.5 - Sludge Dewatering Process


Valid Values Conforming
Name of Thicknessl
No. Standard I Design
Equipment Sizes Class Others Code
Stainless Steel AISI
Sludge ISO 9001, Quality
1 -- 304 or 316 Ti (1.4571) --
Reaction Loop Management System
or HDPE
Min. 15-20 kgjhr
Volute ISO 9001, Quality
Vol. Cap or as per Stainless Steel AISI 0.55kW,
2 Dewatering Management System
design 304 or 316 Ti (1.4571) 440V,3P,60Hz
Press
requirements
Min. V6, 31.2 L/hr Body Aluminum Die
Polymer @ 2 bar or as per Cast molded reinforced 0.048kW, 220V, EN 31201 (ISO 11201),
3 by GFRPP 1P, 60Hz Acoustics
Dosing Pump design
requirements (Polypropylene)
Republic Act 9003 or the
Polymer Stock As per design "Ecological Solid Waste
4
Solution Tank requirements
Polyethylene -- Management Act of
2000
US Patents 7,674,514;
Min. 304.8 mm
Polymer Polytetrafluoroethylene 7,398,499 and
DISC or as per 6,811,148
5 Solution Tank (PTFE) Coated --
design
Air Mixing Membrane
requirements

1729.2.6 Odor Control Process

The anticipated odor management will comply with government regulations. The facility will
comply with ISO (International) and DIN (German) standards acceptable to even areas in
Department Order No. ~, Series' of 2018
DPWH Standard Specification for Item 1729 - Sewage TreatmentPlant(STP)-
Dynamic Sequential Batch Reactor (SBR) Process
Page 6 of 10

close proximity to residential areas, where odor emissions standards are stricter. Principals of
odor management are: (1) No odor is emitted from operations with natural ventilation;
malodorous Sewage is encapsulated in airtight operations. (2) Reliable equipment and back-
up equipment are provided.

All manufacturing of equipment process, spare parts and related fittings on this Odor Control
process must conform to the specification & standard of ISO 9001:2008 Quality System: ISO
7005-2, 10631, 185, 1083, 5922, 5752. International standard NSFjANSI 61 (NSF-61).

1729.2.7 SBR Process Mechanical Piping, Valve, Fittings &. Supports

For every process of the Sewage treatment plant, there is a corresponding mechanical piping,
valves and fitting & structural/mechanical supports to insure the proper process flow of the
system. All piping materials associated with the pumping unit with its fittings shall flange to
PN 10 or greater in accordance with ISO 7005-2. Disconnection of the major items of plant
shall use sufficient flanges and unions in order not to disturb the main piping works. Adequate
pipe support must be installed to allow for the removal of any section of pipework during
maintenance. Adequate clamping and guides shall be always being designed and available
during construction.

All manufacturing of equipment process, spare parts and related fittings on this SBR
mechanical piping, valves, fittings and supports process must conform to the specification &
standard of ISO 9001:2008 Quality System: ISO 7005-2, 10631, 185, 1083, 5922, 5752.
International standard NSFjANSI 61 (NSF-61), Standard Specification of ASTM: A-48, A-536,
A-36, A-27, A-153, A-234, B-62, 02751, 02661-08, F409-02. Standard Specification of AWWA:
C203, C504.

1729.2.8 SBR Electrical, Programmable Logic Controller (PLC) Programming &.


Instrumentation

SBR sewage treatment control system based on PLC is introduced to put forward the
technological process and control requirements, the system introduces the composition
principle of the system and the PLC selection and allocation of resources, but also gives a flow
chart of PLC program composition and related settings, demonstrates the SBR sewage
treatment method of PLCcontrol advantages compared with the traditional sewage treatment
method 0

The SBR manufacturer creates a plant-specific PLC to operate the SBR within specific
parameters for a specific treatment plant. The PLCoperates all flows, aeration, valves, timers,
lights, in fact, the entire process. The PLC computer tells the SBR when to switch from one
treatment stage to the next. Once the PLC is on-line and properly programmed, the process
requires little outside input.

All manufacturing of equipment process, spare parts and related fittings on this SBR Electrical,
PLC Programming & Instrumentation must conform to the specification & standard of ISO
9001:2008 Quality System: ISO 7005-2, 10631, 185, 1083, 5922, 5752.
Department Order No. -.iL,
Series'of 2018
DPWH Standard Specification for Item 1729 - Sewage Treatment Plant(STP) -
Dynamic Sequential Batch Reactor (SBR) Process
Page 7 of 10

1729.3 Construction Requirements

1729.3.1 Installation Requirements

All components of the sewage treatment system such as tanks, pumps, valves,
motors/controls and other similar equipment and appurtenances shall be located and so
installed to meet the requirements for sanitary protection of water quality, hydraulics of the
system and protection against interruption of service by fire, flood or any other hazard. In this
case, all equipment shall be elevated at least 16 cm above finished grade and all floors shall
drain in such manner that the quality of the treated water will not be endangered. Electrical
controls shall be located above grade.

Plug-and-play of individual parts shall be done in good workmanship. Installation shall be


watertight.

Supervision by a representative of the manufacturer shall be provided as to the assembly of


all mechanical equipment/ appurtenances at the time of installation and initial operation.

All its construction & installations shall be in accordance complying with the specification &
standard set of by ISO 9001:2008 Quality System, National Building Code of the Philippines
(NBCP PD 1096) and its IRR, House Bill 3565-2016.

1729.3.2 Water Quality Output Testing Requirements

The Sewage treatment system shall deliver the required treated sewage quality based on
RA 9275 otherwise known as the Philippine Clean Water Act as described in Water Quality
Guidelines (WQG) and General Effluent Standards (GES) for Water Environment standard
parameters set forth standards devised by the Philippine National Standards (PNS) prescribed
by the Department of Environment and Natural Resources (DENR) regulations.

Table 1729.6 - Water Quality Guidelines for Primary Parameters


Water Body Classification
Parameter Unit
AA A B C 0 SA SB SC SO
Biochemical Oxygen
mg/L 1 3 5 7 15 n/a n/a n/a n/a
Demand (BOD)
Chloride mg/L 250 250 250 350 400 n/a n/a n/a n/a

Color TCU 5 50 50 75 150 5 50 75 150

Dissolved Oxygen (aJ mg/L 5 5 5 5 2 6 6 5 2

(Minimum)

Fecal Coliform MPN/100mL <1.1 <1.1 100 200 400 <1.1 100 200 400

Nitrate as N03-N mg/L 7 7 7 7 15 10 10 10 15

pH (Range) 6.5-8.5 6.5-8.5 6.5-8.5 6.5-9.0 6.0-9.0 7.0-8.5 7.0-8.5 6.5-8.5 6.0-9.0

Phosphate mg/L <0.003 0.5 0.5 0.5 5 0.1 0.5 0.5 5

Temperature (b) °c 26-30 26-30 26-30 25-31 25-32 26-30 26.3 25-31 25-32

Total Suspended 110


mg/L 25 50 65 80 110 25 50 80
Solids
Note: MPNf100mL - Most Probable Number per 100 milliliters
nfa - Not Applicable
TCU - True Color Unit
Department Order No. ~, Series'of 2018
DPWH Standard Specification for Item 1729 - Sewage Treatment Plant(STP) -
Dynamic Sequential Batch Reactor (SBR) Process
Page 8 of 10

(a) Samples shall be taken from 9:00 AM to 4:00 PM


(b) The natural background temperature as determined by Environment Management Bureau (EMB) shall
prevail if the temperature is lower or higher than the WQG; provided that the maximum increase is only up
to 10 percent and that it will not cause any risk to human health and the environment.

Table 1729.7 - Water Quality Guidelines for Secondary Parameters-Inorganics


Water Body Classification
Parameter Unit
AA A B C D SA SB SC SD

Ammonia as NH3-N mg/l 0.05 0.05 0.05 0.05 0.75 0.04 0.05 0.05 0.75

Boron mg/l 0.5 0.5 0.5 0.75 3 0.5 0.5 5 20

Fluoride mg/l 1 1 1 1 2 1.5 1.5 1.5 3

Selenium mg/l 0.01 0.01 0.01 0.02 0.04 0.01 0.01 0.1 0.2

Sulfate mg/l 250 250 250 275 500 250 250 275 500

Table 1729.8 Water Quality Guidelines for Secondary Parameters-Metals (e)

Water Body Classification


Parameter Unit
AA A B C D SA SB SC SD

Arsenic mg/l 0.01 0.01 0.01 0.02 0.04 0.01 0.01 0.02 0.04

Barium mg/l 0.7 0.7 0.7 3 4 0.1 0.7 1 4

Cadmium mg/l 0.003 0.003 0.003 0.005 0.01 0.003 0.003 0.005 0.01

Chromium as mg/l 0.01 0.01 0.01 0.01 0.02 0.05 0.05 0.05 0.1

Hexavalent

Chromium (0.6+)

Copper as Dissolved mg/l 0.02 0.02 0.02 0.02 0.04 0.02 0.02 0.02 0.04

Copper
Iron mg/l 1 1 1 1.5 7.5 1.5 1.5 1.5 7.5

lead mg/l 0.01 0.01 0.01 0.05 0.1 0.01 0.01 0.05 0.1

Manganese mg/l 0.2 0.2 0.2 0.2 2 0.4 0.4 0.4 4

Mercury mg/l 0.001 0.001 0.001 0.002 0.004 0.001 0.001 0.002 0.004

Nickel mg/l 0.02 0.02 0.04 0.2 1 0.02 0.04 0.06 0.3

Zinc mg/l 2 2 2 2 4 0.04 0.05 0.8 1.5

Note: (c) Unless otherwise specified, the above parameters are expressed as total metals.

Table 1729.9 - Water ( ualitv Guidelines for Secondary Parameters-Organics


Parameter Unit
AA A B C D SA SB SC SD
Benzo(a)pvrene moll 0.7 0.7 0.7 1.5 3 0.7 0.7 1.5 3
ETEX
Benzene moll 0.01 0.01 0.01 0.05 0.5 0.01 0.01 0.05 0.5
Toluene moll 0.7 0.7 1 4 5 1 1 4 5
Ethylbenzene mall 0.3 0.3 0.3 1.5 2 0.2 0.2 1.5 2
Xylenes moll 0.5 0.5 0.5 1.5 1.8 0.5 0.5 1.5 1.8
Cyanide as Free Cyanide mall 0.07 0.07 0.07 0.1 0.2 0.02 0.02 0.1 0.2
Organophosphate as 1 1 3 6
mg/l 1 1 1 3 6
Malathion
Oil and Grease moll <1 1 1 2 5 1 2 3 5
Polvchlorinated Biphenvls (d) moll <0.1 <0.1 0.2 0.5 1 0.3 0.3 0.5 1
Phenol & Phenolic 0.5 <0.001 <0.001 0.05 0.5
mg/l <0.001 <0.001 <0.001 0.05
Substances (e>
Surfactants (MBAS) mg/l <0.025 0.2 0.3 1.5 3 0.3 0.3 1.5 3
-.1.L,
Department Order No. Series'of 2018
DPWH Standard Specification for Item 1729 - Sewage Treatment Plant(STP) -
Dynamic Sequential Batch Reactor (SBR) Process
Page 9 of 10

Table 1729.9 - Water ( uality Guidelines for Secondary Parameters-Oraanics


Parameter Unit
AA A 8 C D SA S8 SC SD
Trichloroethylene maiL 0.07 0.07 0.07 0.9 2 0.07 0.07 0.9 2
Total Organochlorine
mgjL nja nja 50 50 50 50 50 50 50
Pesticides (f)
Aldrin majL 0.03 0.03 nja nja nja nja nja nja nja
Chlordane majL 0.2 0.2 nja nja r1Ta nja nja n/a n/a
Oichlorodiphenyltrichloroetha nja nja nja
mgjL 1 1 nja nja nja nja
ne
(DOn
Dieldrin mqjL 0.03 0.03 nja nja nja nja nja nja nja
Endrin majL 0.6 0.6 nja nja nja nja nja nja nja
Heptachlor mq/L 0.03 0.03 n/a nja nja n/a n/a nja nja
Lindane mgjL 2 2 nja nja nja nja nja nja nja
Methoxychlor majL 50 50 nja n/a nja nja rJa nja nja
Toxaphene mq/L 4 4 nja nja nja n/a nja nja n/a
Notes:
CAS - Chemical Abstracts Service
IUPAC - International Union of Pure and Applied Chemistry
MBAS - Methylene Blue Active Substances
mg/L - microgram per liter
(d) Polychlorinated Biphenyls (PCBs) include nine Aroclors and 19 individual PCB congeners described below:
(e) Phenols include 2-chlorophenol, 2,4-dichlorophenol, and 2,4,6 trichlorophenol
(f) When monitoring for Class AA and A waters, the individual organochlorine pesticides shall be monitored. For
Class B, C, 0, SA, SB, SC and SO; Total Organochlorine Pesticides shall be monitored, which refers to the
organochlorine pesticides listed in Table 0.6 plus Benzene Hexachloride (BHe) (a,B,8,y), 4,4'
Dichlorodipheyldichloroethane (ODD), 4,4' Dichlorodiphenyldichloroethylene (DOE), Endosulfan (I,) I, and sulfate).

1729.4 Method of Measurement

The quantity to be paid for will be measured as per individual process detailed below in
tabulation for the complete Sewage Treatment Plant (STP) system as furnished on site and in
accordance with these design standard, specifications and as accepted by the Engineer.

1729.5 Basis of Payment

The accepted quantity, measured as prescribed in Section 1729.4 shall be paid for atthe Contract
Unit Price/set/process for Sewage Treatment Plant System which price and payment shall be
full compensation for furnishing all materials, including i!1I labor, equipment, tools and
incidentals necessary to complete the work prescribed in this !tem.

Payment shall be made under:

Unit of
PayItem Number Description
Measurement
Sewage Treatment Plant (STP)- Dynamic
1729 (1) Lump Sum
SequentialBatch Reactor(SBR)Process

References:

In accordance with DENR AO 34 as revised in DENR AO 35, and DENR AO 2016-08 Water Quality Guidelines (WQG)
and Generaj Effluent Standards (GES) of 2016 ajl criteria should meet prescription for Sec. 68 (b) Coastal and
Marine Waters, S8 classification based on below qualification:
1. Presidential Proclamation 1801, dated November 10, 1978; Presidential Decree 354, dated December
23, 1873;
2. Presidential Decree 705, Revising Presidential Decree No. 389, Otherwise known as the Forestry Code

v
Department Order No. ~, SerieS'of 2018
DPWH Standard Specification for Item 1729 - Sewage Treatment Plant (STP) -
Dynamic Sequential Batch Reactor (SBR) Process
Page 10 of 10

of the Philippines, dated May 19,1975, as amended by Presidential Decree 1159;


3. Executive Order No. 578, dated December 18, 2006, establishing the National Policy on Biological
Diversity, prescribing its Implementation throughout the Country, covering the Verde Island Passage
Marine Corridor and the President declared the Verde Island Passage Marine Corridor as a marine
sanctuary and a national protected area.
4. Philippine Standards prescribed Department of Environment and Natural Resources (DENR) regulations
(DAO 35), DAO 2016-08;
5. Sanitary Engineering Law (Republic Act No 1364);
6. Philippine Mechanical Engineering Code as adopted by the Board of Mechanical Engineering pursuant to
the Mechanical Engineering Law (RA 8495 as amended.);
7. Philippine Electrical Code Part 1 (PEC-l) and Part 2 (PEC-2), as adopted by the Board of Electrical
Engineering pursuant to the Philippine Electrical Engineering Law (RA 7920.);
8. Republic Act 9003 or the "Ecological Solid Waste Management Act of 2000
9. ISO (international standards);
• ISO 9001, ISO 1940, ISO 12238, ISO 11201, ISO 13359
10. American Iron and Steel Institute (AISI) standards;
• AISI304, AISI316
11. United States Patent and Trademark Office (USPTO)
• US Patents 7,674,514; 7,398,499; 6,811,148
REPUBLIC OF THE PHILIPPINES C
m
DEPARTMENT OF PUBLIC WORKS AND HIGHWAYS
OFFICE OF THE SECRETARY
!:
~
MANILA iI

1 6 MAR 2018
":-:2
DEPARTMENTORDER ) SUBJECT: Amendment to DPWH Standard
Specification for Item 1714 -

NO.
42 ~
)
Gabions and Mattresses

Series of 201~~.~.(1

It has been the thrust of the Department to provide effective standard specifications in the
implementation of various infrastructure projects. As such, there is a need to set an updated
standard specification for the proper fabrication and installation of gabions and mattresses in
flood control projects. The attached amendment for the DPWH Standard Specification
for Gabions and Mattresses, Item 1714 is hereby prescribed for the guidance
and compliance of all concerned.

This specification shall form part of the on-going reVISion of the DPWH Standard
Specifications for Public Work Structures - Buildings, Ports and Harbors, Flood Control and
Drainage Structure and Water Supply Systems, Volume III, 1995 Edition.

This Order shall take effect immediately.

~~-'--
MARKA. VILLAR
Secretary

14.1.2 FETjRGT
Departrrent of Public Works and Highways
Office of the Secretary

1111111111111111111111111111111111111
WIN8U01581
Amendment to DPWH Standard Specification for
ITEM 1714 - GABIONS AND MATTRESSES

1714.1 Description

This Item shall consist of furnishing, forming cages, cylinders or boxes filled with rocks
installed at the locations designated, in accordance with this Specification and in conformity
with the lines, grades, dimensions, and arrangements shown on the Plans or as directed by
the Engineer.

1714.2 Material Requirements

1714.2.1 General

1. Wire mesh gabions shall be constructed of steel wire mesh and shall be supplied in various
lengths and heights. A double twisted wire mesh container of variable sizes, uniformly
partitioned into internal cells, interconnected with other similar units, and filled with stones
at the project site to form flexible, permeable, monolithic structures such as retaining
walls, sea walls, channel linings, revetments and weirs for erosion control. The lengths
shall be multiples of 2, 3 or 4 times the width of the gabion and heights shall be 0.50 m
to 1.00 m or as shown on the Plans. The horizontal width shall not be less than one (1)
meter. Gabion furnished shall be of uniform width.

The width, height and length of the gabion as manufactured shall not differ by more than
±5 percent from the ordered size prior to filling.

2. Mattresses are double twisted wire mesh container uniformly partitioned into internal cells
with relatively small height in relation to other dimensions, having smaller mesh openings
than the mesh used for wire mesh gabions. Mattresses are generally used for riverbank
protection and channel linings. The length shall be three (3) m to six (6) m, the width shall
be two (2) m and the height shall be 0.17 m, 0.23 m or 0.30 m or as shown on the Plans.

The width and length of the revet mattress as manufactured shall not differ by
more than ±5 percent, and the height shall not differ more than ±10 percent from the
ordered size prior to filling.

3. Polyester net gabions shall be made of knit structured net bag and shall be supplied in
various diameters and heights. It shall have a robust engineered net structure that shall
be lifted without damage even when filled with tonnage of stones.

The material for the net gabion shall be polyester. Polyester is a term often defined as
"long-chain polymers chemically composed of at least 85 percent by weight of an ester
and a dihydric alcohol and a terephthalic acid". In other words, it means the linking of
several esters within the fibers. Reaction of alcohol with carboxylic acid results in the
formation of esters. Polyester is a category of polymers that contain the ester functional
group in their main chain. As a specific material, it most commonly refers to a type called
polyethylene terephthalate (PET).

Type A polyester net gabion shall be used as river revetment and as foot protection around
bridge piers. It shall also be used as emergency measures during flood situations.
Department Order No. 4-). .Series of 2018
Amendment to DPWH Standard Specification for Item 1714 - Gabions and Mattresses
Page 2 of 14

Type B polyester net gabions shall be used as foundation and foot protectiol') of seashore
protective structures and as slope protection along seashores. It is also used for temporary
road slope protections.

1714.2.2 Wire Mesh Gabions and Mattresses

The wire used in the manufacture of double-twisted mesh for use in gabions and mattresses
shall conform to the Specifications as shown below as appropriate for the style ordered.

1714.2.2.1 Style 1 double-twisted mesh shall be manufactured from zinc-coated steel wire
conforming to Specification ASTM A641M, Standard Specification for Zinc-Coated
(Galvanized) Carbon Steel Wire, Class 3 coating, soft temper.

1714.2.2.2 Style 2 double-twisted mesh shall be manufactured from Zn-5A1-MM-coated


steel wire conforming to Specification ASTM A856M, Standard Specification for
Zinc - five (5) percent Aluminum-Mischmetal Alloy-Coated Carbon Steel Wire,
Class 3 coating, soft temper.

1714.2.2.3 Style 3 double-twisted mesh shall be manufactured from the same type of
metallic-coated steel wire as Style 1 with an additional PVC coating extruded into
the metallic-coated steel wire. The PVC coating shall conform to the following
requirements:

Table 1714.1 - Requirements for PVC Coating

Property Requirement Test Method


1. Specific Gravity 1.30 to 1.35 ASTM 0792
2. Tensile Strenqth, Min. 20.6 MPa ASTM 0412
3. Modulus of Elasticity, Min. 18.6 MPa ASTM 0412
4. Hardness, shore "0" between 50 & 60 ASTM 02240
5. Brittleness Temp, Max. -9°C or lower temperature ASTM 0746
6. Resistance to Abrasion, %
12 ASTM 01242
Weiqht loss, Max.

The PVC coating shall not show cracks or breaks after the wires are twisted in the fabrication
of the mesh.

1714.2.2.4 Style 4 double-twisted mesh shall be manufactured from aluminum-coated steel


wire conforming to Specification ASTM A809, Standard Specification for
Aluminum-Coated (Aluminized) Carbon Steel Wire, soft temper.

1714.2.3 Lacing Wire and Stiffener

Lacing wire and stiffeners shall be made of wire having the same coating material as the
double-twisted wire mesh conforming to Specification ASTM A641M, ASTM A856M or
ASTM A809 with a tensile strength in accordance with Subsection 1714.2.7, Mechanical
Properties.

1714.2.4 Fasteners made from zinc-coated steel wire, zinc-five (5) percent aluminum
mischmetal alloy-coated steel wire and aluminum-coated steel wire shall be Type
Department Order No. 42 . Series of 2018
Amendment to DPWH Standard Specification for Item 1714 - Gabions and Mattresses
Page 3 of 14

A, B, or C and shall conform to Table 2 - Tensile Requirements-Finish 1 (Drawn


to Size Metallic Coated), Regular or Class 1 Coating (One Class on Coating Type A)
or Table 3 - Tensile Requirements-Finish 2 (Metallic Coated at Size) Regular, Class
1 or Class 3 Coating (One Class on Coating Type A) of ASTM A764, Standard
Specification for Metallic Coated Carbon Steel Wire, Coated at Size and Drawn to
Size for Mechanical Springs.

1714.2.5 Wire mesh gabions and mattresses shall be manufactured with all components
mechanically connected at the production facility with the exception of the
mattresses lid that is produced separately from the base. All gabions and
mattresses shall be supplied in collapsed form, either folded and bundled or rolled,
for shipping.

1714.2.6 Dimensions

The minimum size of the galvanized and PVC coated wire to be used in the fabrication of the
wire mesh gabions and mattresses shall be as follows:

Table 1714.2 - Wire Diameters

Gabions and Gabions Mattresses


Mattresses Metallic PVC Metallic PVC
Wires Coated Coated Coated Coated
Body Wires 3.05 2.70 2.20 2.20
Selvedge or
3.80 3.40 2.70 2.70
Perimeter Wire
Tying and 2.20 2.20 2.20 2.20
Connecting Wire

Diameter Tolerances for Galvanized Wire to be used in the fabrication of wire mesh gabion
and mattress shall be ± 0.10 mm.

The nominal and the minimum thickness of PVC coating shall be 0.50 mm and 0.38 mm,
respectively.

1714.2.7 Mechanical Properties

Tensile Strength - The tensile strength of zinc-coated wire used in the fabrication of wire
mesh gabions and mattresses when tested in accordance with ASTM A370, Standard Test
Methods and Definitions for Mechanical Testing of Steel Products, shall be as follows:

Table 1714.3 - Strength Requirements of Zinc-Coated Wires

Gabions and Mattresses Strength, MPa


Wires Gabions Mattresses
Body Wire 350 - 485 350 - 515
Selvedge or Perimeter Wire 350 - 485 350 - 485
Tying and Connecting Wire 350 - 515 350 - 515
Department Order No. 4J. . Series of 2018
Amendment to DPWH Standard Specification for Item 1714 - Gabions and Mattresses
Page 4 of 14

1714.2.8 Weight of Coating

The minimum weight of zinc per unit area of uncoated wire surface shall be in accordance
with ASTM A975, Standard Specification for Double - Twisted Hexagonal Mesh Gabions and
Revet Mattresses [Metallic-Coated Steel Wire or Metallic - Coated Steel Wire with Poly(Vinyl
Chloride) (PVC) Coating] or as follows:

Table 1714.4 - Minimum Weights of Zinc Coating

Wire Diameter, mm Class 3 or A Coating, g/m2, ASTM A 641

Over 1.90 to 2.30 220


Over 2.30 to 2.70 230
Over 2.70 to 3.10 240
Over 3.10 to 3.50 260
Over 3.50 to 3.90 270

The minimum weight of aluminum coating per unit area of uncoated wire surface shall be in
accordance with ASTM A809, Standard Specification for Aluminum-Coated (Aluminized)
Carbon Steel Wire:

Table 1714.5 - Minimum Weights of Aluminum Coating

Wire Diameter, mm Minimum Wei ht of Coatin, 1m2


2.03 to under 2.34 92
2.34 to under 2.69 98
2.69 to under 3.76 107
3.76 to under 6.20 122
6.20 122

1714.2.9 Polyester Net Gabions

1714.2.9.1 Structural Features

The knitted (raschel) net bags shall be made from recycled polyethylene terephthalate (PET)
bottles. It shall be durable to resist drop impact and to avoid the development of ruptures due
to abrasion against rocks and gravels in rivers or seashores. The physical properties and
strength requirements of the net bag are shown in Table 1714.6 and Table 1714.7,
respectively.
Department Order No. ~. Series of 2018
Amendment to DPWH Standard Specification for Item 1714 - Gabions and Mattresses
Page 5 of 14

Table 1714.6 - Physical Requirements

Wei~ht
Property Type
iton 2 ton 3 ton 4 ton 6 ton Ston
Width A 2800 mm 2800 mm 3400 mm 3400 mm - -
(Minimum) B 1800 mm 2250 mm 2600 mm 2850 mm 4000 mm 4000 mm
Height A 1600 mm 2100 mm 2200 mm 2800 mm - -
(Minimum) B 1600 mm 2150 mm 2400 mm 2650 mm 2700 mm 2700 mm
Mesh A 1670dtexA x lOB 1670dtexA x 15B -
Composition B 1670dtexA x 80B 1670dtexA x 80B 1670dtexA x 128B
A 25 mm 25 mm 25 mm 25 mm -
Mesh Size
B 75 mm 75 mm 50mm 75 mm 50 mm
A 0.5 - 0.62 1.0 - 1.25 1.5 - 1.9 2.0 - 2.25 - -
Capacity (m3)
B 0.5 - 0.65 1.0 - 1.25 1.5 - 1.9 2.0 - 2.5 3.0 - 3.75 4.0 - 5.0
A Decitex is a unit for the mass offiber in grams per 10,000 meters.
B Number of strings

Table 1714.7 - Strength Requirements

Wei ;Jht
Property Type
lton 2 ton 3 ton 4 ton 6 ton Ston
Tensile Strength A > 450 > 450 > 650 > 650 - -
(N/Strinq) B > 2700 > 2700 > 2700 > 2700 > 4000 > 4000
A 30%>50% 30%>50% 30%>50% 30%>50% - -
Elongation Rate
B 30%>50% 30%>50% 30%>50% 30%>50% 30%>50% 30%>50%

1714.2.9.2 Method of Tensile Test for the Net Yarn

The test method for tensile strength of the net yarn shall be as specified below and in
accordance with ASTM 07179, Standard Test Method for Determining Geonet Breaking Force.
When the tensile strength and elongation of the material are verified, the test method which
is equivalent to or covering the following specifications shall be adopted.

1. The temperature condition inside the laboratory shall be 20 °C±2 and the relative humidity
shall be 65±2 percent. In case it is difficult to follow this standard ambient condition, the
actual temperature and humidity inside the laboratory during the test period shall be
recorded.

2. The specimen shall have a length of 250 mm and 10 test pieces shall be taken from the
area at least 50 cm from the end of net fabric. The specimen shall then be stored in the
laboratory under the above-mentioned condition for 24 hours.

3. After 24 hours, five (5) test pieces shall be taken each in lateral and longitudinal directions
from the specimen that is a total of 10 pieces, respectively, and the tensile strength at
break shall be measured with the constant-rate-of extension type tensile tester.

4. During the measurement process, the steel hooks shall be fixed on the constant-rate-of
extension type tensile tester, then the test piece with two (2) knots per a net yarn is
suspended by the upper and lower hooks.

5. In case the specimen accidentally breaks in the hook and shows irregular values, test shall
be repeated.
Department Order No. Iit . Series of 2018
Amendment to DPWH Standard Specification for Item 1714 - Gabions and Mattresses
Page 6 of 14

6. The highest and lowest values shall be recorded. The average of the 10 res':Jlts shall also
be evaluated, and shall become the tensile strength.

1714.2.9.3 Other Characteristic Features

The net bag shall be durable enough to prevent any sort of deterioration due to prolonged
exposure to harsh environmental and weather conditions, such as pollution, humidity, strong
sunlight, wind, moisture, and extreme temperature.

It shall also have high chemical resistance or the strength to protect against chemical attack
or solvent reaction especially when exposed to high temperature, concentration of chemicals,
exposure duration and mechanical load.

It shall also be flame-retardant so that when it melts by fire, the flame shall not spread. It
shall not emit pyric toxic gas, and other toxic substance that could obstruct eco-systemic
habitation underwater. The Contractor shall submit Material Safety Data Sheet (MSDS) of the
polyester net bag, similar certificates or test results in order to confirm these features to the
Engineer.

1714.2.10 Rope

1714.2.10.1 Structural Features

The rope for lifting and tying the net bags shall be made of spun-dyed polyester. It shall have
enough strength to hold the filling materials. The rope requirements are shown in Table
1714.8.
Table 1714.8 - Rope Requirements

WeiQht
Property Type
iton 2 ton 3 ton 4 ton 6 ton Stan
Diameter
(mm)
Neck Tying A 6.00 6.00 6.00 6.00 - -
Rope B 6.00 6.00 6.00 6.00 6.00 6.00
Suspending A 9.00 9.00 12.00 12.00 - -
Rope B 9.00 9.00 12.00 12.00 18.00 18.00
Bottom Tying A 9.00 9.00 9.00 9.00 - -
Rope B 9.00 9.00 9.00 9.00 12.00 12.00
Tensile
Strength
(kN/string)
Neck Tying A > 3.50 > 3.50 > 3.50 > 3.50 - -
Rope B > 3.50 > 3.50 > 3.50 > 3.50 > 3.50 > 3.50
Suspending A > 12.00 > 12.00 > 22.00 > 22.00 -
Rope B > 12.00 > 12.00 > 22.00 > 22.00 > 46.70 > 46.70
Bottom Tying A > 12.00 > 12.00 > 12.00 > 12.00 -
Rope B > 12.00 > 12.00 > 12.00 > 12.00 > 22.00 > 22.00
Elongation
Rate (Ufo)
Neck Tying A < 40% < 40% < 40% < 40% - -
Rope B < 40% < 40% < 40% < 40% < 40% < 40%
Suspending A < 40% < 40% < 40% < 40% - -
Rope B < 40% < 40% < 40% < 40% < 40% < 40%
Bottom Tying A < 40% < 40% < 40% < 40% - -
Rope B < 40% < 40% < 40% < 40% < 40% < 40%
Department Order No. ~ . Series of 2018
Amendment to DPWH Standard Specification for Item 1714 - Gabions and Mattresses
Page 7 of 14

1714.2.10.2 Method of Tensile Test for the Rope

The method of tensile test for the rope shall be as specified below. When the tensile strength
and elongation of the material are verified, the test method which is equivalent or covering
the following specifications shall be adopted.

1. The condition inside the laboratory shall be as discussed in Subsection 1714.2.9.2 (1),
Method of Tensile Test for the Net Yarn.

2. The specimen for the test shall have sufficient length to take the effective length indicated
in item number seven (7) below. It shall be stored in the laboratory under the above-
mentioned ambient condition, until the difference of the mass of specimen becomes less
than 0.3 percent from the one previously weighed one (1) hour or longer. The mass (kg)
of the specimen shall then be recorded. Five (5) pieces of specimens shall be tested.

3. After weighing the mass (kg), both ends of the specimen shall be stretched, the specimen
shall be on a plane, and its length (11) shall be measured. Two marks at 30 cm or 50 cm
interval shall be indicated in the middle part of the specimen, and the distance (d!)
between these two (2) marks shall be measured.

4. The specimen shall be attached to a constant-rate-of-traverse type tensile tester, and the
load shall be increased gradually. When the load reaches the initial load specified in Table
1714.9, increasing of the load shall then be stopped, and the distance (dz) between the
two marks shall be measured.

5. The length of one (1) strand generated by twisting in unit of mm at three (3) locations
shall be measured, and the obtained three (3) measurements shall be averaged.

6. The load again shall be increased gradually and continuously until the specimen rope
breaks down. The speed shall be within 300 mm/min until the load reaches 50 percent of
the specified tensile strength in Table 1714.9 and thereafter within 150 mm/min.

7. The effective length of the specimen, such as the inside distance between the clamps of
tester, shall be 30 times or more than the nominal thickness. However, the specimen's
length shall be limited to 0.5 m.

8. In case the specimen accidentally breaks in the hook and shows irregular values, test shall
be repeated.

9. The highest and lowest values shall be recorded. The average of the five (5) results shall
also be evaluated and this becomes the tensile strength.

10. During the test of the tensile strength, the distance between the two (2) marks placed in
the middle part of the specimen shall be measured when the test load reaches 75 percent
of the specified tensile strength of the rope. The elongation percentage shall be calculated
by the following formula:
Department Order No. 42.,
Series of 2018
Amendment to DPWH Standard Specification for Item 1714 - Gabions and Mattresses
Page 8 of 14

Elongation percentage (%) = d3izdZ x 100


where,
dz : Distance (cm) between Two (2) Marks on the specimen after Initial
Loading.
d3 : Distance (cm) between Two (2) Marks Measured, When Test Load
Reaches 75 percent of Specified Tensile Strength of Rope.

Table 1714.9 - Test Criteria for Polyester Rope

Thickness Initial Load Tensile Strength


(mm) (N) (kN)

6 39 3.53

9 98 7.45

12 180 14.6

1714.2.11 Filling Materials

Rocks used in gabions and mattresses shall consist of hard, durable rock pieces that will not
deteriorate when submerged in water or exposed to severe weather conditions. Rock pieces
shall be generally uniformly graded in sizes ranging from 100 mm to 200 mm. Filled gabions
shall have a minimum density of 1,400 kg/m3• Voids shall be evenly distributed.

No rock size shall exceed 2/3 the mattress depth and at least 85 percent by weight of the
stone shall have a size greater than 80 mm. No stone shall be able to pass through the mesh.

The filling materials for polyester net gabions shall either be cobble stones, rubbles, broken
stones, concrete lumps or other filling materials as approved by the Engineer. The filling
materials shall conform to the requirements shown in Table 1714.10.

Table 1714.10 - Filling Materials Requirements

Weight
Property Type
lton 2 ton 3 ton 4 ton 6 ton Ston
A 50 - 190 50 - 190 50 - 190 50 - 190 - -
Diameter (mm)
B 100 - 190 100 - 190 100 - 190 100 - 190 100 - 190 100 - 190

1714.2.12 Filter Fabric

The filter fabric material shall consist of non-woven filaments formed from plastic yarn of a
long - chain synthetic polymer composed of at least 85 percent by weight polyolefin, or
polyesters, and shall contain stabilizers and/or inhibitors added to the base plastic to make
the filaments resistant to deterioration due to ultra violet light and heat exposure. After
forming, the fabric shall be processed so that the filaments retain their relative positions with
respect to each other. The fabric shall be free of defects or flaws which significantly affect its
physical and/or filtering properties. The texture of the fabric shall be such that the gabion and
foundation will remain in an equilibrium state and not slip or slide. The filter fabric shall be rot
Department Order No. ¢'A. Series of 2018
Amendment to DPWH Standard Specification for Item 1714 - Gabions and Mattresses
Page 9 of 14

proof, mildew proof, insect resistant and have a high dimensional stability w~en wet. The
fabric shall also have good soil filtration characteristics, high resistance to tear propagation in
all directions, and meet the following specifications:

Table 1714.11- Types of Geotextile for Filter Fabric

ASTM Geotextile Property Requirements


Geotextile Property Test Separation Soil Stabilization
Method Woven I Nonwoven Woven Nonwoven
AOS D4751 No. 30 Max. No. 40 Max.
Water Permittivity D4491 0.02 see1 Min. 0.10 see1 Min.
Grab Tensile Strength, in
115 kg. 145 kg.
machine and x-machine D4632 75 kg. Min. 92 kg. Min.
Min. Min.
direction
Grab Failure Strain, in
machine and x-machine D4632 < 50% ~ 50% < 50% ~ 50%
direction
100 kg. 125 kg.
Seam Breaking Strength D4632 65 kg. Min. 80 kg. Min.
Min. Min.
225 kg. 140 kg. 280 kg.
Puncture Resistance D6241 195 kg. Min.
Min. Min. Min.
Tear Strength, in machine
D4533 35 kg. Min. 23 kg. Min. 50 kg. Min. 35 kg. Min.
and x-machine direction
Ultraviolet (UV) Radiation 50% strength retained Min., after 500
D4355
Stability hours in xenon arc device

1714.3 Construction Requirements

1714.3.1 Wire Mesh Gabions and Mattresses

1714.3.1.1 Foundation Preparation

The foundation on which the gabions are to be placed shall be cut or filled and graded to the
lines and grades shown on the drawings. Surface irregularities, loose material, vegetation, and
all foreign matter shall be removed from foundation surface area. When fill is required, it shall
consist of materials conforming to the specified requirements. Gabions and bedding or specified
geotextiles shall not be placed until the foundation preparation is completed, and the subgrade
surfaces have been inspected and approved by the Engineer.

1714.3.1.2 Fabrication

1. Wire mesh gabions and mattresses shall be in the form of rectangular baskets of the
required dimensions and shall be manufactured from wire as specified in Subsection
1714.2.2, Wire Mesh Gabions and Mattresses. Gabions shall be made of steel wire double
twisted forming a uniform hexagonal mesh type 8 x 10 having a nominal mesh openings
of 83 x 114 mm. Mattresses shall be made of steel wire double twisted forming a uniform
hexagonal mesh type 6 x 8 having a nominal mesh openings of 64 x 83 mm. Tolerances
Department Order No. 1z. Series of 2018
Amendment to DPWH Standard Specification for Item 1714 - Gabions and Mattresses
Page 10 of 14

on the hexagonal, double-twisted wire mesh opening shall not exceed ±1O pE;!rcenton the
nominal dimension D values, 64 mm for mattresses and 83 mm for gabions. The edges
shall be formed into a securely connected selvedge adequate to prevent raveling.

Individual basket ties and connections shall be made by using a quantity of wire not less
than 8 percent of the weight of each basket.

2. When the wire mesh gabion length exceeds its width, it shall have securely tied diaphragms
connected at all edges to form individual cells of equal length and width.

Wire mesh gabions shall be fabricated in such a manner that the sides, ends, lids and
diaphragms can be assembled at the construction site into rectangular baskets of the
specified sizes. Wire mesh gabions shall be of single unit construction, base, lids, ends and
sides shall be either woven into a single unit or one edge of these members connected to
the base section of the gabion in such a manner that the strength and flexibility at the point
of connection is at least equal to that of the mesh.

The wire mesh gabion shall be equally divided by diaphragms, placed at not more than one
(1) m intervals, and of the same mesh and gauge as the body of the gabions, into cells the
length of which does not exceed the horizontal width. The gabion shall be furnished with
the necessary diaphragms secured in proper position on the base in such a manner that no
additional tying at this junction will be necessary.

3. Four (4) cross-connecting wires shall be provided in each cell having a height of one-half
(1/2) the width or less, and eight (8) cross-connecting wires shall be provided in each cell
having a height greater than one-half (1/2) the width.

All perimeter edge of the mesh forming the gabion shall be securely selvedged so that the
joints, by tying the selvedges, have at least the same strength as the body of the mesh.

Selvedge wire used through all the edges (perimeter wire) shall not be less than 3.80 mm
diameter and shall meet the same specifications as the wire mesh.

1714.3.1.3 Assembly and Construction

1. Wire mesh gabions shall be installed in a workmanlike manner. The gabions shall be placed
on a smooth foundation. The final line and grade shall be approved by the Engineer.

Each wire mesh gabion unit shall be assembled by binding together all vertical edges with
wire ties on approximately 152 mm spacing or by a continuous piece of connecting wire
stitched around the vertical edges with a coil every 102 mm. Empty gabion units shall be
set to line and grade as shown on the Plans or as described by the Engineer. Wire ties or
connecting wires shall be used to join the units together in the same manner as described
above for assembling. Internal tie wires shall be uniformly spaced and securely fastened
in each cell of the structure.

A standard fence stretcher, chain fall, or iron rod may be used to stretch the wire baskets
and hold alignment.

2. When possible the subgrade of the mattress and gabion shall be properly compacted to a
depth of 150 mm. The Contractor shall consider the cost of subgrade preparation in the
Department Order No. 4'- . Series of 2018
Amendment to DPWH Standard Specification for Item 1714 - Gabions and Mattresses
Page 11 of 14

unit prices. Filter fabric as beds of gabions and mattresses forming the stru~ture shall be
suitably leveled and shall be securely connected along the complete length of all contact
edges by means of the above specified tying and connecting wire.

3. Before the filling material is placed, the wire mesh gabions and mattresses shall be
carefully selected for uniformity of size, and the pieces shall be hand placed to provide a
neat appearance as approved by the Engineer.

The vertical joints of gabions and mattress baskets shall be staggered as in running bond
in brickwork.

4. The cells in any row shall be filled in stage so that local deformation may be avoided. That
is at no time shall the cell be filled to a depth exceeding 300 mm more than the adjoining
cell.

5. Filter fabric shall be placed between earth surface and gabion or mattress structures. Filter
fabric shall be rolled out into a flat non-rutted surface free from sharp objects, weighing
down the edges. Construction equipment shall not be allowed into unprotected fabric.
Jointing is normally affected by overlapping not less than 300 mm, but it is preferable to
joint by sewing or industrial stapling. Joint edges should be facing downwards to avoid
protruding through the surface material.

1714.3.1.4 Filling Operation

The wire mesh gabions shall be carefully filled with rock, either by machine or hand methods,
ensuring alignment, avoiding bulges, and providing a compact mass that minimizes voids.
Machine placement will require supplementing with handwork to ensure the desired results.
The cells in any row shall be filled in stages so that the depth of rock placed in anyone (1)
cell does not exceed the depth of rock in any adjoining cell by more than 304 mm. Along the
exposed faces, the outer layer of stone shall be carefully placed and arranged by hand to
ensure a neat, compact placement with a uniform appearance.

The last layer of rock shall be uniformly leveled to the top edges of the gabions. Lids shall be
placed over the rock filling using only approved lid closing tools as necessary. The use of
crowbars or other single point leverage bars for lid closing is prohibited due to the potential
for damage to the baskets.

Any damage to the wire or coatings during assembly, placement and filling shall be repaired
promptly in accordance with the manufacturer's recommendations or replaced with
undamaged gabion baskets.

1714.3.2 Polyester Net Gabions

1714.3.2.1 Delivery, Storage and Handling

All net bags and ropes shall be stored, immediately upon delivery at the project site. Provisions
for storage shall be sufficient, clean and free from hazardous materials. Net bags shall not be
stored or mixed with other construction materials. Delivery and handling shall be done in such
a manner that no damage to polyester net gabions shall occur.
Department Order No. 1~. Series of 2018
Amendment to DPWH Standard Specification for Item 1714 - Gabions and Mattresses
Page 12 of 14

To avoid dropping the bag during the installation, the hook shall be detac~ed after the
polyester net gabions are placed at the designated locations. Polyester net bags and ropes
shall be kept away from flammable materials/substances.

1714.3.2.2 Equipment

The equipment for filling the polyester net gabion shall be a 128 HP hydraulic crawler backhoe
with a capacity of one (1) cubic meter. A 25-tonner crawler crane shall be used for lifting the
filled polyester net gabion to its designated location as shown on the drawing or as directed
by the Engineer.

In case the general equipment is not suitable to the site conditions, alternative equipment
shall be proposed by the Contractor depending on the site condition and approved by the
Engineer prior to utilization.

1714.3.2.3 Site Preparation

Clearing and grubbing shall be undertaken prior to placing of polyester net gabion. In
underwater conditions such as rivers, debris and other unnecessary obstructions shall be
removed prior to placement of polyester net gabion.

1714.3.2.4 Filling and Tying

The neck tying structure of polyester net gabion shall have a shape that would not project a
tying knot to outside of the net bag. Tying shall be done firmly and secured so as not to allow
the filling materials to spread outside of the net while lifting, installing, placing, and arranging
to the desired location, elevation, and alignment.

The net bag shall be fitted inside a cylindrical mold preferably made of a steel frame. The net
bag shall be visually examined to confirm that there is no damage and shall be fixed completely
and held firm on the mold. Then the filling materials shall be fed into the bag by a backhoe.

1714.3.2.5 Trial Section

At the first structure of polyester net gabions, the trial section shall be made with the close
supervision by the Engineer to demonstrate the adequacy of the proposed working method.
The demonstration section shall be at least 20 linear meters in the longitudinal length.

Within seven (7) days after completion of the trial section, the Engineer shall determine and
approve the adequacy of the section. The trial section shall be treated as part of the
permanent works as to the instruction of the Engineer. The trial section shall be removed if
so determined by the Engineer.

1714.3.2.6 Installation

After filling the net bag, the neck shall be tied up with a rope, the mold shall be opened and
the net shall be hoisted and moved by crane on the desired location, elevation and alignment
as provided in the drawing or as directed by the Engineer. Lifting ropes shall be arranged to
have the same length so that the lifting load shall be divided evenly to each lifting rope.
Department Order No. 42.. Series of 2018
Amendment to DPWH Standard Specification for Item 1714 - Gabions and Mattresses
Page 13 of 14

The quality of installation work of the polyester net gabion shall be confirmed wjth the shape
of the polyester net gabion and the quantity of the consumed net bag as determined in the
design and in accordance with the Plans.

The polyester net gabion shall take the following form after installation:

Table 1714.12 - Dimension Requirement after Installation of Net Gabions

Wei~ht
Property Type
iton 2 ton 3 ton 4 ton 6 ton Ston
A 1600 2100 2300 2700 - -
Diameter (mm)
B 1700 2100 2400 2700 3300 3600
A 480 600 700 750 - -
Height (mm)
B 550 700 750 900 950 950
Circumferential A 320 350 400 420 - -
height (mm) B 300 400 500 500 500 500

1714.4 Method of Measurement

The quantities to be paid for shall be the number of cubic meter of gabions and mattresses
and the area of filter cloth completed and accepted.

Polyester net gabions shall be paid for each number of polyester net gabion in bag-filled
materials installed and arranged properly as to the required location, elevation, and alignment
shown on the drawings and as approved by the Engineer.

1714.5 Basis of Payment

Quantities determined as provided above shall be paid for at the appropriate contract unit
price per unit of measurement for the Pay Item shown in the Bid Schedule, which price and
payment shall constitute full compensation for all necessary excavation, subgrade preparation,
for furnishing, placing polyester net gabions or placing wire baskets and fill materials and for
all labor, equipment accessories, tools, and incidentals necessary to complete the Item.

Payment shall be made under:

Pay Item Unit of


Description
Number Measurement

1714 (1) a1 Gabions, O.Sm x 1m x 3m, Metallic Coated Cubic Meter


1714 (1) a2 Gabions, O.Sm x 1m x 4m, Metallic Coated Cubic Meter
1714 (1) a3 Gabions, 1m x 1m x 2m, Metallic Coated Cubic Meter
1714 (1) a4 Gabions, 1m x 1m x 3m, Metallic Coated Cubic Meter
1714 (1) as Gabions, 1m x 1m x 4m, Metallic Coated Cubic Meter
1714 (1) a6 Gabions, O.Sm x 1m x 2m, Metallic Coated Cubic Meter
1714 (1) b1 Gabions, O.Sm x 1m x 3m, PVC Coated Cubic Meter
1714 (1) b2 Gabions, O.Sm x 1m x 4m, PVC Coated Cubic Meter
1714 (1) b3 Gabions, 1m x 1m x 2m, PVC Coated Cubic Meter
1714 (1) b4 Gabions, 1m x 1m x 3m, PVC Coated Cubic Meter
1714 (1) bS Gabions, 1m x 1m x 4m, PVC Coated Cubic Meter
Department Order No. 1f3.. • Series of 2018
Amendment to DPWH Standard Specification for Item 1714 - Gabions and Mattresses
Page 14 of 14

Pay Item Unit of


Description
Number Measurement
1714 (1) b6 Gabions, a.Sm x 1m x 2m, PVC Coated Cubic Meter
1714 (2) a1 Mattresses, a.3m x 2m x 6m, Metallic Coated Cubic Meter
1714 (2) a2 Mattresses, a.3 x 2m x 6m, PVC Coated Cubic Meter
1714 (3) Filter Cloth Square Meter
1714 (4) a1 Polyester Net Gabion, 1 tonne, Type I Each
1714 (4) a2 Polyester Net Gabion, 2 tonnes, Type I Each
1714 (4) a3 Polyester Net Gabion, 3 tonnes, Type I Each
1714 (4) a4 Polyester Net Gabion, 4 tonnes, Type I Each
1714 (4) b1 Polyester Net Gabion, 1 tonne, Type II Each
1714 (4) b2 Polyester Net Gabion, 2 tonnes, Type II Each
1714 (4) b3 Polyester Net Gabion, 3 tonnes, Type II Each
1714 (4) b4 Polyester Net Gabion, 4 tonnes, Type II Each
1714 (4) bS Polyester Net Gabion, 5 tonnes, Type II Each
1714 (4) b6 Polyester Net Gabion, 6 tonnes, Type II Each

References:

1. DPWH Standard Specifications for Public Works Structures (Buildings, Ports and Harbors, Rood
Control and Drainage Structures and Water Supply Systems) Volume II~ 1995 Edition
• Item 1404 - Filter Fabric and Aggregates
2. DPWH Standard Specifications for Public Highways, Bridges and Airports, Volume I~ 2012 Edition
• Item 511 - Gabions and Mattresses
3. https://www.astm.org
• ASTM A 975
• ASTM 974
4. www.permathene.com/documents/referencejinsta//ation/modular-gabions-instpdf
5. http://downloads. transportation. org/MSHTO_Materials_Standards_by_Standard_Number.pdf
6. Department Order No. 143, Series of 2017, Revised Standardized Pay Items of Work for Civil
Works Construction for Infrastructure Projects
7. http://ttp.dotstate.tx us/pub/txdot-info/cmd/cserve/specs/2004/standard/s459.pdf
8. Construction Specification Wire Mesh Gabions and Mattresses
t99?.1.3,1)"~R
~_ ,lA) -~I
REPUBLIC OF THE PHILIPPINES
DEPARTMENT OF PUBLIC WORKS AND HIGHWAYS
OFFICE OF THE SECRETARY
MANILA

1 6 MAR 2018
DEPARTMENTORDER ) SUBJECT: DPWH Standard Specification for
Item 1728 - Concrete Block Slope

NO.
43 ~
)
Protection

Series of 201~13.~ft

It has been the thrust of the Department to provide effective standard specifications in the
implementation of various infrastructure projects. As such, there is a need to set a standard
specification for the proper furnishing and placing of concrete block slope protection for
flood control projects. The attached DPWH Standard Specification for Concrete
Block Slope Protection, Item 1728 is hereby prescribed for the guidance and
compliance of all concerned.

This specification shall form part of the on-going reVISion of the DPWH Standard
Specifications for Public Work Structures - Buildings, Ports and Harbors, Flood Control and
Drainage Structure and Water Supply Systems, Volume III, 1995 Edition.

This Order shall take effect immediately.

~~-""-
MARKA. VILLAR
Secretary

14.1.2 FET/RGT
Departrrent of Public Works and Highways
Office of the Secretary

\111\ 111111\11111111\111\1111\11\\1\\
WIN8U01586
DPWH STANDARD SPECIFICATION FOR ITEM 1728 - CONCRETE BLOCKSLOPE
PROTECTION

1728.1 Description

This Item shall consist of furnishing and placing of precast concrete block for slope protection,
in accordance with this Specification, and in conformity with the alignment, grades, dimensions
and design, shown on the Plans or as directed by the Engineer.

1728.2 Material Requirements

1728.2.1 Handling and Placing of Concrete

1728.2.1.1 General

Concrete shall not be placed until forms and reinforcing steel have been checked and
approved by the Engineer.

If lean concrete is required in the Plan or as directed by the Engineer prior to placing of
reinforcing steel bar, the lean concrete should have a minimum compressive strength
r
~
of 13.8 MPa. C
IIIl
c:
I
In preparation for the placing of concrete, all sawdust, chips and other construction debris and
extraneous matter shall be removed from inside the formwork. Struts, slays, and braces,
serving temporarily to hold the forms in correct shape and alignment, pending the placing of
-
••rJ
concrete at their locations, shall be removed when the concrete placing has reached the
required elevation. These temporary members shall be entirely removed from the forms and
shall not be buried in the concrete.

No concrete shall be used which does not reach its final position in the forms within the time
stipulated under the "lime of Hauling and Placing Mixed Concrete".

Concrete shall be placed so as to avoid segregation of the materials and the displacement of
the reinforcement. The use of long troughs, chutes, and pipes for conveying concrete to the
forms shall be permitted only on written authorization of the Engineer. The Engineer shall
reject the use of the equipment for concrete transportation that will allow segregation, loss of
fine materials, or in any other way will have a deteriorating effect on the concrete quality.

Open troughs and chutes shall be metal lined. Where steep slopes are required, the chutes
shall be equipped with baffles or shall be in short lengths that reverse the direction of
movement to avoid segregation.

All chutes, troughs and pipes shall be kept clean and free from coatings of hardened concrete
by thoroughly flushing with water after each run. Water used for flushing shall be discharged
clear of the structure.

When placing operations would involve dropping the concrete more than 1.5 m, concrete shall
be conveyed through sheet metal of approved pipes. The pipes shall be kept full of concrete
during placing and their lower end shall be kept buried in the newly placed concrete. After
initial set of the concrete, the forms shall not be jarred and no strain shall be placed on the
ends of the projecting reinforcement bars.
Department Order No. ~ • Series of 2018
DPWH Standard Specification for Item 1728 - Concrete Block Slope Protection
Page 2 of 9

The concrete shall be placed as nearly as possible to its final position and the use of vibrators
for moving of the mass of fresh concrete shall not be permitted. "

1728.2.2 Casting Yard

The precasting of concrete blocks may be done at a location, subject to the approval of the
Engineer.

1728.2.3 Casting and Curing Concrete

All newly placed concrete shall be cured in accordance with this Specification, unless otherwise
directed by the Engineer. The curing method shall be one or more of the following:

1728.2.3.1 Water Method

The concrete shall be kept continuously wet by the application of water for a minimum period
of seven (7) days after the concrete has been placed.

The entire surface of the concrete shall be kept damp by applying water with an atomizing
nozzle. Cotton mats, rugs, carpets, or earth or sand blankets may be used to retain the
moisture. At the end of the curing period, the concrete surface shall be cleared of the curing
medium.

1728.2.3.2 Curing Compound

Surfaces exposed to the air may be cured by the application of an impervious membrane if
approved by the Engineer.

The membrane forming compound used shall be practically a colorless liquid. The use of any
membrane-forming compound that will alter the natural color of the concrete or impart a
slippery surface to any wearing surface shall be prohibited. The compound shall be applied
with a pressure spray in such a manner as to cover the entire concrete surface with a uniform
film and shall be of such character that it will harden within 30 minutes after application. The
amount of compound applied shall be ample to seal the surface of the concrete thoroughly.
Power-operated spraying equipment shall be equipped with an operational pressure gauge and
means of controlling the pressure.

The curing compound shall be applied to the concrete following the surface finishing operation
immediately after the moisture sheen begins to disappear from the surface, but before any
drying shrinkage or craze cracks begin to appear. In the event of any delay, in the application
of the curing compound, which results in any during or cracking of the surface, application of
water with an atomizing nozzle as specified under Subsection 1728.2.3.1, shall be started
immediately and shall be continued until the application of the compound is resumed or
started, however, the compound shall not be applied over any resulting free standing water.
Should the film of compound be damaged from any cause before the expiration of seven (7)
days after the concrete is placed in the case of structures, the damaged portion shall be
repaired immediately with additional compound.

Curing compound shall not be diluted or altered in any manner after manufacture. At the time
of use, the compound shall be in a thoroughly mixed condition. If the compound has not been
Department Order No. ¥"3 . Seri~s of 2018
DPWH Standard Specification for Item 1728 - Concrete Block Slope Protection
Page 3 of 9

used within 120 days after the date of manufacture, the Engineer may require additional
testing before the use to determine compliance to requirements.

An anti-setting agent or a combination of anti-setting agents shall be incorporated in the


curing compound to prevent cracking.

The curing compound shall be packaged in clean barrels or steel containers or shall be
supplied from a suitable storage tank located on the site. The storage tank shall have a
permanent system designed to completely redisperse any settled material without introducing
air or any foreign substance. Containers shall be well-sealed with ring seals and lug type crimp
lids. The linings of the containers shall be of a character that will resist the solvent of the
curing compound. Each container shall be labeled with the manufacturer's name, specification
number, batch number, capacity and date of manufacture, and shall have label warning
concerning flammability. The label shall also warn that the curing compound shall be well-
stirred before use. When the curing compound is shipped in tanks or tank trucks, a shipping
invoice shall accompany each load. The invoice shall contain the same information as that
required herein for container labels.

Curing compound may be sampled by the Engineer at the source of supply and on the site.

1728.2.3.3 Waterproof Membrane Method

The exposed finished surfaces of concrete shall be sprayed with water, using a nozzle that
atomizes the flow, in which a mist and not a spray is formed until the concrete has set, after
which a curing membrane of waterproof paper or plastic sheeting shall be placed. The curing
membrane shall remain in place for a period of not less than 72 hours.

Waterproof paper and plastic sheeting shall conform to the specification of AASHTO M 171,
Standard Specification for Sheet Materials for Curing Concrete.

The waterproof paper or plastic sheeting shall be formed into sheets of such width as to cover
completely the entire concrete surface.

All joints in the sheets shall be securely weighed down by placing a bank of earth on the edges
of the sheets or by other means satisfactory to the Engineer.

Should any portion of the sheets be broken or damaged within 72 hours after being placed,
the broken or damaged portions shall be immediately repaired with new sheets properly
cemented into place.

Sections of membrane which have lost their waterproof qualities or have been damaged to
such an extent as to render them unfit for curing, the concrete shall not be used.

1728.2.3.4 Forms-in-Place Method

Formed surfaces of concrete shall be cured by retaining the form-in-place. The forms shall
remain in place for a minimum period of seven (7) days after the concrete has been placed,
except that for members over 50 cm in least dimensions, the forms shall remain in place for a
minimum period of five (5) days. Wooden forms shall be kept wet by watering during the
curing period.
Department Order No.4'3 . Sedes of 2018
DPWH Standard Specification for Item 1728 - Concrete Block Slope Protection
Page 4 of 9

1728.2.3.5 Curing Cast-In-Situ Concrete

All newly placed concrete for cast-in-situ structures, other than highway bridge deck, shall be
cured by the water method, the forms-in-place method, or as permitted herein, by the curing
compound method.

The curing compound method may be used on concrete surfaces which are to be buried under
ground and surfaces where only Ordinary Surface Finish is to be applied and on which a
uniform color is not required and which will not be visible from public view.

The top surface of highway bridge decks shall be cured by either the curing compound method
or the water method. The curing compound method shall be applied progressively during the
deck finishing operations. The water cure shall be applied not later than four (4) hours after
completion of the deck finishing.

When deemed necessary by the Engineer during periods of hot weather, water shall be
applied to concrete surface being cured by the curing compound method or by the forms-in-
place method until the Engineer determines that a cooling effect is no longer required.

1728.2.3.6 Curing Pre-Cast Concrete

Pre-cast concrete members shall be cured for not less than seven (7) days by the water
method or by steam curing. Steam curing for pre-cast members shall conform to the following
provisions:

1. After placement of the concrete, members shall be held for a minimum four-hour pre-
steaming period.

2. To prevent moisture loss on exposed surfaces during the pre-steaming period, members
shall be covered immediately after casting or the exposed surface shall be kept wet by fog
spray or wet blankets.

3. Enclosures for steam-curing shall allow free circulation of steam about the member and
shall be constructed to contain the live stream with a minimum moisture loss. The use of
tarpaulins or similar flexible covers will be permitted, provided they are kept in good
condition and secured in such a manner to prevent the loss of steam and moisture.

4. Steam at jets shall be low pressure and in a saturated condition. Steam jets shall not
impinge directly on the concrete, test cylinders, or forms. During application of the steam,
the temperature rise within the enclosure shall not exceed 20°C per hour. The curing
temperature throughout the enclosure shall not exceed 65°C and shall be maintained at a
constant level for a sufficient time necessary to develop the required compressive strength.
Control cylinders shall be covered to prevent moisture loss and shall be placed in a location
where temperature of the enclosure will be the same as that of the concrete.

5. Temperature recording devices that will provide an accurate continuous permanent record
of the curing temperature shall be provided. A minimum of one temperature recording
device per 50 m continuous bed length will be required for checking temperature.

6. Curing of pre-cast concrete will be considered completed after the termination of the steam
curing cycle.
Department Order No. ¥3 . Seri~s of 2018
DPWH Standard Specification for Item 1728 - Conaete Block Slope Protection
Page 5 of 9

1728.2.4 Bed Course

A bed course, where required, shall be granular material which satisfies the requirements for
Item 1707, Aggregate Subbase Course, Grading A.

1728.2.5 Concrete

Unless otherwise shown on the Plans or specified in special provisions, concrete shall be of
Class A.

1728.2.6 Concrete Filler

Unless otherwise shown on the Plans or specified in special provisions, concrete filler shall use
lean concrete with a minimum compressive strength of 13.8 MPa.

1728.2.7 Precast Concrete Block

The appearance of precast concrete blocks for slope protection shall be superior and be free
from harmful flaws. Requirements as to the minimum values for density and compression
strength, and maximum percentage water absorption of precast concrete block are specified in
Table 1728.1.

Table 1728.1 Requirements for Precast Concrete Block

Remarks
Densi
Same as
Concrete Class A

The precast concrete block shall also meet the dimensional requirements as shown in Table
1728.2 and defined as follows:

1. The width of a rectangular-shaped concrete block refers to the longer dimension measured
from side to side on a horizontal plane, while the height refers to the shorter dimension
measured from one side to the other on the same plane.

2. For a square-shaped concrete block, the width and the height refer to the dimensions of the
sides measured on a horizontal plane.

3. The width and the height of the regular hexagon-shaped concrete block are the dimensions
measured by the side length of the object on a horizontal plane.

4. The thickness of all the block shapes refer to the dimension measured vertically from the
base of the object.
Department Order No. ~3 . Seri~s of 2018
DPWH Standard Specification for Item 1728 - Concrete Block Slope Protection
Page 6 of 9

Table 1728.2 Requirements for Dimension of Precast Concrete Block

Sha e Width mm Thickness mm


Rectangle Dimension 350 - 500 350 - 500
Tolerance +3 +3
Square Dimension 300 - 350 350 - 500
Tolerance +3 +5
Regular Dimension 190 - 250 350 - 500
Hexagon Tolerance +3 +5

Note:
1. In case there is no problem on practical usage, rough surface finishing is acceptable.
2. Chamfering on the edge of plain is acceptable.
3. Chamfered portion is considered as the part of thickness.

1728.2.8 Joint Filler and Sealant

1728.2.8.1 Joint Filler

Unless otherwise shown on the Plans or in Special Provisions, materials for expansion joint
filler shall conform to the requirements of the following specifications:

AASHTO M 33 Preformed Ex ansion Joint Filler for Concrete.


AASHTO M 153 Preformed Sponge Rubber and Cork Expansion Joint Fillers for
Concrete Pavin and Structural Construction.
AASHTO M 173 Concrete Joint Sealer Hot Poured Elastic T e.
AASHTO M 213 Preformed Expansion Joint Filler for Concrete Paving and Structural
Construction Non-Extrudin and Resilient Bituminous T es.
AASHTO M 220 Preformed Elastomeric Com ression Joint Seals for Concrete.

1728.2.8.2 Sealing Compound

Concrete joint sealing materials shall be homogenously composed of one substance, or of two
or more substances that are to be mixed prior to application. The substance shall be of such a
character that a homogenous preparation can readily be obtained by combining the separate
components, when so supplied, by mechanical or manual stirring without heating the blended
material above a temperature of 38°(, The sealing compound shall be resilient and adhesive
material that is capable of sealing joints in concrete.

General Requirements

The concrete joint sealant shall be capable of sealing joints and/or cracks against the
infiltration of moisture and foreign materials throughout repeated cycles of expansion and
contraction with temperature changes, and that will not flow from the joint/crack or be picked-
up by vehicle tires on pavement at summer temperature.

The concrete joint sealant shall be capable at being brought to a uniform application
consistency suitable for completely filling the joints without inclusion of large air holes or
discontinuities and without damage to the material.

The sealing compound, after curing, shall be of such nature that it will adhere to dry but dust-
free concrete or to damp concrete free from surface moisture.
Department Order No. Series of 2018 '1.3 .
DPWH Standard Specification for Item 1728 - Concrete Block Slope Protection
Page 7 of 9

Physical Requirements

Sealant materials for hot-poured elastic type and cold applied type shall conform to the
physical requirements as follows:

Table 1728.3 Physical Requirements for Sealing Compound

Property Requirement

Hot-Poured Elastic Type Cold-Applied Type

Pour Point At least 11°C lower than the safe The material shall pour or extrude
heating temperature, which is the readily at a temperature of 21°C
maximum temperature to which immediately after preparation for
the material may be heated and use and shall remain in a condition
still conform to this specification's suitable for application for at least
req uirements. one (1) hour.
Penetration Non-immersed at 25°C and 150 The sealing compound, after curing
grams for five (5) seconds shall not shall have a penetration, at 25°C
exceed 90 when tested in and 150 grams for 5 seconds, not
accordance with ASTM 0 I 5329, greater than 235.
Standard Test Methods for s~atants \v <, tel, \.L
and Fillers, Hot-Applied, for Joints
and Cracks in Asphalt Pavements
and Portland Cement Concrete
Pavements.
Flow At 60°C shall not exceed five (5) The sealing compound, after curing,
mm when tested for five (5) hours shall show a flow not in excess of
in accordance with ASTM D 5329. five (5) mm.

Bond It shall meet the requirements of The sealing compound, after curing,
ASTM 0 5329. shall not fail in adhesion or cohesion
after testing in accordance with
t.·,~
(.-.
(, ;t.v·".{ ASTM E 1851, Standard Test
Method for Measuring the
Electromagnetic Shielding
Effectiveness of Planar Materials.

1728.2.9 Backer Material


" (( 0-'"
J" "

Backer material shall conform to ASTM 0/5249, Standard Specification for Backer Material for
Use with Cold- and Hot-Applied Joint Sealants in Portland-Cement Concrete and Asphalt Joints.

Backer material or bond breaker in the bottom of the joint to be filled with concrete joint
sealer shall be used to control the depth of sealant and achieve the desired shape factor, and
to support the sealant against indentation and sag. Backer materials shall be compatible with
concrete joint sealer. It shall be compressible without extruding the sealant, and shall recover
to maintain contact with the joint faces when the joint is open.
Department Order No.19 . Seri~s of 2018
DPWH Standard Specification for Item 1728 - Conaete Block Slope Protection
Page 8 of 9

1728.3 Construction and Requirements

1728.3.1 Bed Course

A bed course shall be provided and laid to the depth required on the Plans or directed by the
Engineer, and as specified in Item 1707, Aggregate Subbase Course. The bed course shall be
compacted at least 100 percent of the maximum dry density as determined by MSHTO T 180,
Standard Method of Test for Moisture-Density Relations of Soils Using a 4.54-kg (10-lb)
Rammer and a 457-mm (18-in.) Drop, Method D.

1728.3.2 Cap, Base and Partition Walls

Concrete works such as base and partition wall as called for on the Plans and/or as directed by
the Engineer shall be constructed prior to placing precast concrete blocks and concrete filling.
Cap, base and partition wall shall be constructed to the alignment, elevation, location, and
dimension as shown on the Plans. Top concrete shall be placed after placing the concrete
blocks in the same manner.

1728.3.3 Placement of Precast Concrete Block

Concrete blocks shall be cleaned prior to placing. The blocks shall be placed such that they are
aligned neatly with the surrounding blocks. Concrete filling shall be used for jointing in such a
manner that it is in complete contact with the blocks in all sides. The blocks shall be laid as
shown on the drawings and thoroughly bedded in the filling concrete to provide a uniform
surface and solid bedding under each block. Half-blocks at ends shall be cast and cut blocks
shall not be used.

1728.3.4 Concrete Filling

Concrete filling shall be provided at the back of the precast concrete block as described in
Subsection 1728.2.1 as shown on the approved Plans or as directed by the Engineer. When
the concrete block slope protection is applied for the revetment at a river, concrete filling shall
not be applied in principle except for the following cases:

1. The gradient of the slope is equal to or steeper than 0.5: 1.0, and the edge of the crown is
loaded with wheel loads which affect the stability of the slope in significant way.

2. The gradient of the slope is equal to or steeper than 0.5: 1.0, the bank consists of sandy
material and the concrete filling is required for the stability of the slope.

3. The gradient of the slope is equal to or steeper than 0.5: 1.0, the bank consists of weak
ground material and the concrete filling is required for the stability of the slope.

1728.3.5 Joint Filler and Sealant

The joint filler shall be provided at the expansion joint of the precast concrete block slope
protection as shown on the approved Plans or as directed by the Engineer. When one piece is
necessary for a joint, abutting ends shall be fastened and held securely to shape by stapling or
other positive fastening. Joints, comprising vertical partition walls and 10 mm thick rubber
joint strips, shall be generally placed at intervals of not more than 10 m.
Department Order No. ~.3 , Seri~s of 2018
DPWH Standard Specification for Item 1728 - Conaete Block Slope Protection
Page 9 of 9

The rubber joint strips shall be furnished in lengths of not less than four (4) m. All rubber joint
strips shall be stored in as cool a place as practical, and in no case, shall the rubber joint strips
be stored in the open or exposed to the direct rays of the sun.

1728.3.6 Weepholes and Filter Cloths

All walls of the abutments shall be provided with weepholes. Unless otherwise shown on Plans
or as directed by the Engineer, the weepholes shall be placed horizontally at the lowest points
where free outlets for water can be obtained and shall be spaced at not more than two (2) m
center to center in a staggered manner. The length of the weepholes shall not be less than the
thickness of the walls of the abutment. It shall be made of PVC or other pipe material
accepted by the Engineer and shall be at least 50 mm in diameter. Weepholes shall be
provided with filter bags as specified in special provisions or as directed by the Engineer.

1728.4 Method of Measurement

The work under this Item shall be measured by square meter actually furnished and placed
concrete block slope protection as indicated on the Plans.

1728.5 Basis of Payment

The accepted quality, measured as prescribed in Section 1728.4, shall be paid for at the
contract unit price for concrete block slope protection, which price and payment shall be the
full compensation for furnishing all materials, labor, equipment, tools and incidental necessary
to complete this Item.

Payment shall be made under:

Pay Item Number Description Unit of Measurement

1728 Concrete Block Slope Protection Square Meter

References:

1. American Society for Testing and Materials (ASTM)


ASTM D 1851 - Standard Test Method for Measuring the Electromagnetic Shielding Effectiveness of Planar
Materials
ASTM D 5249 - Standard Specification for Backer Material for Use with Cold- and Hot-Applied Joint Sealants in
Portland-Cement Concrete and Asphalt Joints
ASTM D 5329 - Standard Test Methods for Sealants and Rllers, Hot-Applied, for Joints and Cracks in Asphalt
Pavements and Portland Cement Concrete Pavements

2. American Association of State Highway and Transportation Officials (AASHTO)


AASHTO M 33 - Preformed Expansion Joint Rller for Concrete.
AASHTO M 153 - Preformed Sponge Rubber and Cork Expansion Joint Rllers for Concrete Paving and Structural
Construction.
AASHTO M 171 - Standard Specification for Sheet Materials for Curing Concrete
AASHTO M 173 - Concrete Joint Sealer Hot Poured Elastic Type.
AASHTO M 213 - Preformed Expansion Joint Rller for Concrete Paving and Structural Construction Non-Extruding
and Resilient Bituminous Types.
AASHTO M 220 - Preformed Elastomeric Compression Joint Seals for Concrete.
AASHTO T 180 - Standard Method of Test for Moisture-Density Relations of Soils Using a 4.54-kg (10-lb) Rammer
and a 457-mm (l8-in.) Drop
.,91'l. -a .tJ~#
~ -~ ,).Oft

REPUBLIC OF THE PHILIPPINES


DEPARTMENT OF PUBLIC WORKS AND HIGHWAYS
OFFICE OF THE SECRETARY
MANILA

1 6 MAR 2018
DEPARTMENTORDER ) SUBJECT: Amendment to DPWH Standard
Specification for Item 1719

NO. )
44 ~ Underdrains and Flap Gates

Series of 2018¢~.~.t~

It has been the thrust of the Department to provide effective standard specifications in the
implementation of various infrastructure projects. As such, there is a need to set an updated
standard specification for the proper construction of underdrains and flap gates for flood
control and drainage projects. The attached amendment for the DPWH Standard
Specification for Underdrains and Flap Gates, Item 1719 is hereby prescribed
for the guidance and compliance of all concerned.

This specification shall form part of the on-going revision of the DPWH Standard
Specifications for Public Work Structures - Buildings, Ports and Harbors, Flood Control and
Drainage Structure and Water Supply Systems, Volume III, 1995 Edition.

This Order shall take effect immediately.


\

~~
MARKA. VILLAR
Secretary

14.1.2 FET/RGT
Departrrent of Public Works and Highways
Office of the Secretary

1111111111111111111111111111111111111
WIN8U01585
Amendment to DPWH Standard Specification for
ITEM 1719 - UNDERDRAINS AND FLAP GATES

1719.1 Description

This Item shall consist of constructing underdrains, using pipe and granular filter materials,
underdrain pipe outlets, and blind drains using granular material in accordance with this
Specification and in reasonably close conformity with the lines and grades shown on the
Plans or as established by the Engineer to effectively reduce excessive moisture content of
existing subgrade for stable and long lasting pavement. This includes flap gates which are
quality water control gates in circular, square and rectangular form, usually made of ductile,
cast iron, with two (2) percent nickel or Ni-Resist.

1719.1.1 Definition

Fiber Reinforced Plastic (FRP) - a thermoset polymer matrix reinforced with a fiber or other
material with a sufficient aspect ratio (length to thickness) to provide a discernable
reinforcing function in one or more directions. This material is solid plastic polymer fiberglass
reinforced polyester.
C
1719.2 Material Requirements II
II

1719.2.1 Underdrains
=I
Underdrain pipes shall be either 100 mm or 127 mm in diameter with smooth or corrugated
-
II
II

tubing unless otherwise shown in the Plans. The size of the underdrain to be furnished will
be based on the nominal internal diameter of a pipe. Sizes from 150 mm to 254 mm shall be
considered as special provision and supported with hydrologic data.

Material for underdrains shall meet the requirements specified in Table 1719.1.

Table 1719.1 - Requirements for Underdrains

Material Reference Standard


1. Zinc coated (galvanized) corrugated AASHTO M 36 - Standard Specification for
iron or steel culverts and underdrains Corrugated Steel Pipe, Metallic-Coated, for Sewers
and Drains
2. Extra strength and standard strength ASTM C700 - Standard Specification for Vitrified
clay pipe and perforated clay pipe Clay Pipe, Extra Strength, Standard Strength, and
Perforated
3. Perforated concrete pipe AASHTO M 175 - Standard Specification for
Perforated Concrete Pipe
4. Porous concrete pipe AASHTO M 176 - Standard Specification for Porous
Concrete Pipe
5. Bituminized-fiber non-pressure sewer ASTM C293M - Standard Test Method for Flexural
drain and underdrainage pipe systems Strength of Concrete (Using Simple Beam with
Center-Point Loading)
6. Corrugated Polyethylene Drainage AASHTO M 252 - Corrugated Polyethylene
Pipe Drainage Pipe
Department Order No. 4'f . Series of 2018
Amendment to DPWH Standard Specification for
Item 1719 - Underdrains and Flap Gates
Page 2 of 8

.
Material Reference Standard

7. Corrugated Polyethylene Pipe AASHTO M 294 - Corrugated Polyethylene Pipe,


300-to 1500-mm Diameter
8. Poly (Vinyl Chloride) (PVC) Profile Wall AASHTO M 304 - Poly (Vinyl Chloride) (PVC)
Drain Pipe and Fittings Profile Wall Drain Pipe and Fittings Based on
Controlled Inside Diameter
9. Polypropylene Pipe AASHTO M 330 - Polypropylene Pipe, 300 to
1500 mm Diameter
10. Asbestos-cement perforated ASTM C508M - Standard SpeCification for
underdrain pipe Asbestos-Cement Underdrain Pipe

Pipe fittings shall match the pipe material type to be used.

Granular backfill filter material shall be permeable and shall meet the requirements of
AASHTO M 6, Fine Aggregates for Hydraulic Cement Concrete, except that soundness tests
shall not be required and minor variation in grading and content of deleterious substances
may be approved by the Engineer.

Table 1719.2 - Fine Drain Fill (AASHTO M 6, Fine Aggregate)

Filter Aggregate Size Percent Passing by Weight


9.5 mm 100
4.75 mm 95 to 100
2.36 mm 80 to 100
1.18 mm 50 to 85
600 IJm 25 to 60
300 j.Jm 10 to 30
150 j.Jm 2 to 10

The plants shall be inspected periodically as required by the Engineer in compliance with the
specified manufacturing methods. Material sample shall be obtained for laboratory testing
for compliance with material quality requirements. This shall be the basis for acceptance of
manufacturing lots as to quality.

Filter cloth for underdrain trenches shall conform to the applicable requirements of
Item 1404, Filter Fabric and Aggregates or as indicated in the Plans.

All material shall be subjected to inspection for acceptance as to condition at the latest
practicable time.

1719.2.2 Fiber Reinforced Plastic Mortar (FRPM) Pipe Culverts

The pipes shall be free from injurious flaws and the inner surfaces thereof shall be smooth.
Fiber reinforced plastic mortar pipe culverts shall be either ordinary or perforated.

Unless otherwise shown on the drawings, the FRPM pipe dimensions shall be as shown in
Table 1719.3.
Department Order No. If'l. Series of 2018
Amendment to DPWH Standard Specification for
Item 1719 - Underdrains and Flap Gates
Page 3 of 8

Table 1719.3 - Dimensions of FRPM Pipes

Ventilation Pi
Property
Perforated
Nominal diameter mm 200
Minimum wall thickness
7.0
mm
Diameter of perforations
none 20.0 20.0
mm
No. of holes around
none 5 3
circumference
Longitudinal distance
none 190 190
between holes

For FRPM pipe with specified nominal diameter ranging from 200 mm - 500 mm, the
dimensional tolerances shall be within the following range for each property:

Table 1719.4 - Dimensional Tolerances for FRPM Pipes

Tolerance mm
+3.0
+ 1. 50
+ 1. 50
+ 1. 50
+30.0 - 10.0

The external pressure strengths of FRPM pipes shall be tested in accordance with
ASTM D2924, Standard Test Method for External Pressure Resistance of "Fiberglass" (Glass-
Fiber-Reinforced Thermosetting-Resin) Pipe.

1719.2.3 Flap Gate

The flap gate shall be obtained from an approved manufacturer and the Contractor shall
submit full drawings and details of the proposed flap gate to the Engineer for approval at
least 28 days before commencing installation of any flap gate.

The flap gates and frames shall have the following features:

1. Dual hinge arms, each with dual pivot points.

2. Stops to prevent the flap from overturning.

3. Distance between hinge arms approximately equal to clear opening width.

4. Fifty to seventy Chloroprene seals of durometer hardness.

5. Stainless steel hinge pins in double shear.

6. Frame and cover, either an ultraviolet stabilized Fiber Reinforced Plastic (FRP) or
Aluminum Alloy 5083, as appropriate to the flap gate body material.
Department Order No. 4'1 .Series of 2018
Amendment to DPWH Standard Specification for
Item 1719 - Underdrains and Flap Gates
Page 4 of 8

The flap gate shall be in accordance with the details shown in Table 1719.5 except
otherwise indicated in the Plans or as directed by the Engineer.

Table 1719.5 - Flap Gate Dimensions and Sizes

Location Material Shape Size

Drainage Outlets FRP Circular 300 mm dia.

FRP Circular 750 mm dia.

FRP Circular 900 mm dia.

Sluice Structure Aluminum Rectangular 2000 mm x 2000 mm

Aluminum Rectangular 1700 mm x 1700 mm

Flap gates shall have one (1) standard material combination as listed in Table 1719.6:

Table 1719.6 - Material Standard Combination for Flap Gates

Descri tion Standard Material Reference Standard


Seat and Cover Cast iron, Class B ASTM A126 - Standard Specification for Gray
Iron Castings for Valves, Flanges, and Pipe
Fittings

Seating Faces Silicon Bronze, ASTM B98 - Standard Specification for Copper-
Allo 651 Silicon Allo Rod, Bar and Sha es
Pivot Lugs Ductile Iron, ASTM A536 - Standard Specification for Ductile
Links Grade 80-55-06 Iron Castings
Bushings Bronze, Alloy 932 ASTM B584 - Standard Specification for Copper
Allo Sand Castin s for General A Iications
Fasteners ASTM F593 - Standard Specification for Stainless
e 316 Steel Bolts Hex Ca Screws, and Studs

1719.2.3.1 Fiber Reinforced Plastic (FRP)

FRP shall conform to the requirements of the following ASTM standards in Table 1719.7:

Table 1719. 7 - ASTM Standards for FRPM

Designation Description
ASTM D638 Standard Test Method for Tensile Properties of Plastics
ASTM D3039M Standard Test Method for Tensile Properties of Polymer Matrix Composite
Materials

ASTM D790 Standard Test Methods for Flexural Properties of Unreinforced and
Reinforced Plastics and Electrical Insulating Materials
ASTM D695 Standard Test Method for Compressive Properties of Rigid Plastics
ASTM D570 Standard Test Method for Water Absorption of Plastics
ASTM D1435 ,Standard Practice for Outdoor Weathering of Plastics
Department Order No. 44. Series of 2018
Amendment to DPWH Standard Specification for
Item 1719 - Underdrains and Flap Gates
Page 5 of 8

1719.2.3.2 Aluminum Alloy 5083

Aluminum Alloy 5083 used in flap gates shall conform to ASTM B209M, Standard
Specification for Aluminum and Aluminum-Alloy Sheet and Plate.

1719.2.3.3 Submittals

The flap gate manufacturer shall submit three (3) copies of their most recent product
brochure for the FRPflap gate product covered by this Specification.

The submitted flap gate shall be manufactured in accordance with the requirements of this
Specification and shall be a standard commercial product. Additional or better features
which are not specifically prohibited by this Specification, but which are a part of
manufacturer's standard commercial product, shall be included in the flap gate being
furnished. A standard commercial product is one that has been sold or is currently offered
for sale on the commercial market through advertisements or manufacturer's catalogs or
brochures.

The manufacturer shall also have in place a Quality Assurance Program that will ensure the
FRPflap gate is in conformance with the intent of this Specification. Eachdelivered FRPflap
gate shall be examined by the Engineerfor compliance with the appropriate requirements of
this specification. This inspection shall encompass all visual examinations including minor
cracks, dents or chipped-offs and dimensional measurements. Noncompliance with any
specified requirements or presence of one or more major defects preventing or lessening
maximum efficiency shall constitute cause for rejection.

1719.2.3.4 Manufacturer's Certificate

The Contractor shall submit the manufacturer's Material Safety Data Sheet (MSDS) or the
manufacturer's certificate of the FRPflap gate and pipe culverts to confirm the physical and
chemical characteristics of the material, including but not limited to material information
about hazardous ingredients, if any, and other pertinent information so as to fully describe
the said FRPflap gates and aluminium component, as well. The manufacturer shall include
in the said certificate guarantee/warranty stating the FRPmaterial that is furnished meets
the requirement of the Specification. The certificate shall be attested to by a person having
legal authority to bind the company. Either mismarking or misinterpretation by the
manufacturer shall be reason to discontinue acceptance under these specifications. Notice
sent to the manufacturer by the purchaser regarding the discontinuance of acceptance shall
be considered to be a notice to all wholesalers, jobbers, distributors, agents and other
intermediaries handling the manufacturer's product.

1719.3 Construction Requirements

1719.3.1 Pipe Installation

Trenches shall be excavated to the dimensions and grades required by the Plans or as
directed by the Engineer. The excavation shall begin at the outfall and proceed toward the
upper end. A minimum of 50 mm bedding layer of granular backfill material shall be placed
and compacted at the bottom of the trench and a width equal to the outer diameter of
underdrain pipe plus 300 mm and length.
Department Order No. 1ft.( . Series of 2018
Amendment to DPWH Standard Specification for
Item 1719 - Underdrains and Flap Gates
Page 6 of 8

Filter cloth, if called for on the Plans, shall be placed as shown on the Plans and Standard
Details and shall conform to the applicable requirements of Item 1404, Filter Fabric and
Aggregates.

Subdrainage pipe of the type and size specified shall be embedded firmly in the bedding
material.

Perforated pipe shall normally be placed with the perforations down and the pipe sections
shall be joined securely with the appropriate coupling fittings or bands.

Non-perforated pipe shall be laid with the bell end upgrade and with open joints wrapped
with suitable material to permit entry of water, or unwrapped as may be specified. Upgrade
end sections of all sub-drainage pipe installations shall be closed with suitable plugs to
prevent entry of soil materials.

After the pipe installation has been inspected and approved, granular backfill material shall
be placed to a height of 300 mm above the top of pipe. Care shall be taken not to displace
the pipe or the covering at open joints. The remainder of the granular backfill material shall
then be placed and compacted in 150 mm maximum layers to the required height. Any
remaining portion of trench above the granular backfill shall be filled with either granular or
impervious material, as may be specified, and thoroughly compacted.

1719.3.2 Underdrain Outlets

Trenches for underdrain outlets shall be excavated to the width and depth shown on the
Plans or as otherwise directed. Pipes shall be laid in the trench with all ends firmly joined by
the applicable methods and means. Pipe screens shall be placed in the end of the outlet
pipe. Underdrain outlet protectors shall be constructed as indicated on the Plans. After
inspection and approval of the pipe installation, the trench shall be backfilled in accordance
with Item 803, Structure Excavation.

1719.3.3 Blind Drain

Trenches for blind drains shall be excavated to the width and depth shown on the Plans and
shall be filled with granular backfill material to the depth required by the Plans. Any
remaining upper portion of trench shall be filled with either granular or impervious material
in accordance with Item 803, Structure Excavation.

1719.3.4 Flap Gates

1719.3.4.1 Installation of Flap Gates

The gate shall be anchored to the drainage structure end wall or to the sluice structure wall
with stainless steel anchor bolts.

The Contractor shall ensure that the anchor holes are accurately located and shall check the
hole spacing by "dry fitting" the gate frame before attempting to mount the gate body on
the wall.

Where a flap gate is to be installed for a circular culvert pipe, the gate shall be sized to allow
attachment of the gate frame to the culvert end wall without the anchoring bolts damaging
the pipe culvert wall.
Department Order No. '/Jrf. Series of 2018
Amendment to DPWH Standard Specification for
Item 1719 - Underdrains and Flap Gates
Page 7 of 8

1719.3.4.2 Tests after Installation of Flap Gates

After installation, the Contractor shall carry out the following tests/inspections on all flap
gates:

1. Inspection by feeler gauge measurement of all sealing faces.

2. Inspection of satisfactory installation of all clamping elements.

3. Measurement of the clamping torque.

4. Checking of satisfactory operation under dry condition.

5. Checking of satisfactory release of water under the attainable landside and river water
level.

6. Checking of water leakage from the closed valve under an acceptable river water level.

Following rectification of any defects or following identification of improper operation, the


complete set of tests/inspections shall be repeated to the satisfaction of the Engineer.

1719.4 Method of Measurement

Underdrains and outlets shall be measured by linear meter of pipe per type and size
specified. Blind drains shall be measured by linear meter including all excavation and backfill
materials required.

Granular backfill filter material, when specified in the Contract as a Pay Item shall be
measured in place by the cubic meter, completed and accepted. Cross-sectional
measurements will not exceed the net dimensions shown on the Plans or as directed by the
Engineer. Filter cloth shall be considered as a subsidiary Item under Item 1719, Underdrains
and Flap Gates, thus it shall not be measured separately.

Excavation for underdrain pipe will be measured and paid for as provided in Item 803,
Structure Excavation.

The quantities to be paid for FRPM pipes shall be measured in meters of installed FRPM
pipes.

The quantities to be paid for flap gates shall be the number of each size of the gates
completed and accepted by the Engineer.

1719.5 Basis of Payment

The accepted quantities determined as provided in Section 1719.4, Method of Measurement,


shall be paid for at the Contract unit prices for underdrains and flap gates which price and
payment shall be full compensation for furnishing and installing all materials, labor,
equipment, tools and incidentals necessary to complete this Item. Ancillary items for
installation of flap gate shall not be separately measured for payment and the cost of these
items shall be considered to have been included for flap gate.
Department Order No. tftf . Series of 2018
Amendment to DPWH Standard Specification for
Item 1719 - Underdrains and Flap Gates
Page 8 of 8

Payment shall be made under:

Pay Item Unit of


Description
Number Measurement
1719 (1) Underdrain Linear Meter
1719 (2) Blind drain Linear Meter
1719 (3) Granular Backfill Filter Material For Underdrains Cubic Meter
1719 (4) a1 Fiber Reinforced Plastic Mortar (FRPM) Pipe, 300 mm dia. Meter
1719 (4) a2 Fiber Reinforced Plastic Mortar (FRPM) Pipe, 200 mm dia. Meter
Fiber Reinforced Plastic Mortar (FRPM) Perforated Pipe,
1719 (4) b1 Meter
300 mm dia.
Fiber Reinforced Plastic Mortar (FRPM) Perforated Pipe,
1719 (4) b2 Meter
200 mm dia.
1719 (5) a1 Fiber Reinforced Plastic (FRP) Flap Gate, 300 mm dia. Each
1719 (5) a2 Fiber Reinforced Plastic (FRP) Flap Gate, 750 mm dia. Each
1719 (5) a3 Fiber Reinforced Plastic (FRP) Flap Gate, 900 mm dia. Each
1719 (6) a1 Rectangular Aluminum Flap Gate, 2000 x 2000 mm Each
1719 (6) a2 Rectangular Aluminum Flap Gate, 1700 x 1700 mm Each

References:

1. http://www.juneau. org/engineering/engineering_specifications/02715_underdrain.pdf - STANDARD


SPECIfiCATIONS FOR CIVIL ENGINEERING PROJECTSAND SUBDIVISION IMPROVEMENTS
2. http://www.in.govjindot/files/proced2chapterl0.pdf -10 Underdrains
3. https:/ /www.udot.utah.gov/main/uconowner.gfln=21939100246622725 - Supplemental Specification 2012
Standard Specification Book SECTION 02622 UNDERDRAIN
4. http://ftp.dot.state.tx.us/pubjtxdot-info/cmd/cserve/specs/1995/standard/m556.pdf - ITEM 556 PIPE
UNDERDRAINS
5. http://www.fdotgov/roadway/DS/13/IDxj00286.pdf- underdrain 2013
6. http://www.caltrain.com/assetsLengineering/engineering-standards-2/Specs/Div2/02620.pdf - Caltrain
Standard Specifications 02620 -1 September 3D, 2011 SUBDRAINAGE SYSTEMS SECTION 02620
SUBDRAINAGE SYSTEMS
7. DPWH Standard Specifications for Highways, Bridges and Airports, Volume II (2012 Edition), Item 501 -
Underdrains
8. ASTM Standards
9. Introduction to Aluminum Alloys and Tempers 1. Gilbert Kaufman, p39-76 001:10.1361
10. Chapter 4. Understanding the Aluminum Temper Designation System
11. Metal Suppliers Online
12. DPWH Standard Specifications for Public Works Structures, Volume III
Gf'l. I!J ~~1f'
~Zt3 ~.2/- w/~
Republic of the Philippines
DEPARTMENT OF PUBLIC WORKS AND HIGHWAYS
OFFICE OF THE SECRETARY
Manila

09 MAR 2018

DEPARTMENT ORDER ) SUBJECT: INCLUSION OF BRIDGE


) AESTHETICS IN ALL
NO. 49 _
)
)
BRIDGE PLANS

Series of 201~ t>J. >V(

It has been observed that bridges are designed without valuing the appearance and the
integration of the structure into its context. In many cases design parameters for bridges have
been on the "standard bridge"- typical bridge types that are followed in the design in different
types of setting. In order to create a bridge that not only functions as a mere utility but also
as a significant element in the environment, the following guidelines shall be observed:

• The DPWH Bridge Aesthetic Guidelines shall be incorporated in all DPWH bridge
projects .
• An additional item - Aesthetics/Architectural details and perspective shall be included
in all bridge plans. It should be composed of the following:

o Conceptual Phase: (during Feasibility Study)


- Site/Context Details including pictures
- Conceptual/Schematic designs in 3D images

o Design Phase: (during Detailed Engineering Design)


- Perspective
- Aesthetic/architectural design details
- Materials specification for the finishes

• All proposed developments (replacement, widening, retrofitting, new construction)


related to historical bridges and settings shall seek approval from the National
Historical Commission of the Philippines (NHCP).

This Order shall take effect immediately.

MARK A. VILLAR ~--~


Secretary

5.1.4 MC/BSR/ECM/LND
Departrrent of Public Works and Highways
Office of the Secretary

1II1III1 111111111111111111111111 " III


WIN8R01455
TABLE OF CONTENTS
FOREWORD………........................................................................................................…i
CHAPTER 1. INTRODUCTION………………………………………………………………………………….1
1.1 THE PURPOSE AND INTENT OF GUIDELINES.................................................................................. 1
1.2 BRIDGE TERMINOLOGY ........................................................................................................... 2
1.3 NOMENCLATURE ................................................................................................................... 3

CHAPTER 2. THE BRIDGE AND ITS SETTING…………………………….….………………………….4


2.1 FUNDAMENTALS OF AESTHETIC DESIGN ..................................................................................... 4
2.1.1 Visual Design Elements ................................................................................................ 4
2.1.2 Aesthetic qualities ........................................................................................................ 6
2.2 INFLUENCE OF CONTEXT ....................................................................................................... 11
2.2.1 Influence of span ........................................................................................................ 11
2.2.2 The alignment of the bridge as a part of the route option ........................................ 11
2.2.3 Topography and geology ........................................................................................... 12
2.2.4 The nature of the load to be carried .......................................................................... 12
2.2.5 The visual presence of the structure .......................................................................... 12
2.2.6 The character of the area........................................................................................... 12
2.3 AESTHETIC DESIGN HIERARCHY .............................................................................................. 12
2.3.1 Principle Aesthetic Design Factors ............................................................................. 12
2.3.2 Secondary Aesthetic Design Factors .......................................................................... 12
2.4 THE SITE / ENVIRONMENT INTEGRATION ................................................................................. 12
2.4.1 Bridges in Rural Setting considerations: .................................................................... 13
2.4.2 Bridges in Urban Setting considerations: ................................................................... 14

THE PARTS OF THE BRIDGE……………………………………………………………….15


3.1 SUPERSTRUCTURE ............................................................................................................... 15
3.1.1 Type ............................................................................................................................ 16
3.1.2 Shape .......................................................................................................................... 21
3.2 SUBSTRUCTURE................................................................................................................... 23

BRIDGE APPURTENANCES…………………………………………………………………34
4.1 SURFACE TREATMENT .......................................................................................................... 34
4.1.1 Colors ......................................................................................................................... 34
4.1.2 Textures & Ornaments ............................................................................................... 37
4.1.3 The Details.................................................................................................................. 40

CHAPTER 5. PARTICULAR CONDITIONS…………………………………………………………………45


5.1 NEW BRIDGES NEXT TO EXISTING BRIDGES ................................................................................ 45
5.1.1 A new design .............................................................................................................. 45
5.1.2 Duplication of the existing design .............................................................................. 46
5.2 MODIFICATIONS AND ADDITIONS TO HERITAGE BRIDGES AND BRIDGES OF CULTURAL VALUE ................ 46
5.2.1 Distinguish new work from old .................................................................................. 47
5.2.2 Respect the setting..................................................................................................... 48
5.2.3 Respect the character of the heritage or culturally important bridge....................... 48
5.3 PEDESTRIAN BRIDGES ........................................................................................................... 49
5.3.1 Opportunities and constraints ................................................................................... 49
5.3.2 Views .......................................................................................................................... 50
5.3.3 Ramps......................................................................................................................... 50
5.3.4 Safety Screens ............................................................................................................ 51
5.3.5 Lifts and stairs ............................................................................................................ 52
5.4 RAILWAY BRIDGES ............................................................................................................... 52
5.5 FAUNA OVERPASSES ............................................................................................................ 53
5.6 ART AND BRIDGES ............................................................................................................... 53

ANNEX A (Site Inspection Form)………………………………………………………………..………………54


FOREWORD

Bridges have been part of the human settlement since the beginning of time. It does
more than just transportation as it functions socially, visually, and symbolically as
significant structures in the community. Today, bridge designers all over the globe are
creating refined bridges that are better, longer, larger, and spectacular than ever
before. It is with deep pity that our country is far behind these innovations. Most of the
Philippine bridges have been designed and constructed with the absence of Aesthetics
for so many years which results in monotonous, massive, discordant, and visually
unpleasant structures in the environment.

With the technology advancement, the public has become more mindful and concerned
with the appearance of the bridge and the effects it contributes to the communities.
The DPWH has prepared an instrument to address the demand for visually appealing
bridges which is the Bridge Aesthetic Guidelines that will provide practical and easy
to apply ideas aiming to improve the appearance of our bridges considering its
integration to the natural and built environment.

The guideline indicates that aesthetically pleasing structures need not be costly nor a
maintenance liability. All bridge designers and contractors both public and private will
be guided through this guidebook in incorporating the values of aesthetics to produce
attractive bridges which enhances the beauty and character of its context.

Our transportation environment deserves our best effort. Designers and builders should
rediscover the lost practice of bridge aesthetics. Thus, this publication is intended to
guide us towards making our bridges globally competitive.

\..

/ ~----.
MARK A. VILLAR
Secretary
Department of Public Works and Highways
Offloe of the Secretary

1111111111111111111111111111111111111
WIN8R01455
CHAPTER 1. INTRODUCTION

Bridge aesthetics is the use of applying accepted principles in the design and details of bridge
construction so that its resulting appearance compliments the surrounding environment.

Aesthetic is a matter of taste and therefore, it is not possible to codify the rules which are to be
followed in the design of bridges. However, a few basic criteria for general guidance are
mentioned to this manual.

1.1 THE PURPOSE AND INTENT OF The intent of these guidelines is to:
GUIDELINES
 Raise the level of awareness
The purpose of this guideline is to assist regarding visual, architectural, and
bridge designers in the Philippines to aesthetic values that influence the
produce bridges of aesthetic value. The term appearance of bridges.
“guideline” in this document refers to the
 Provide a ready reference for use
requirements, objectives, design principles,
during the design process.
and processes in the design of bridges. In
addition, this guideline will help Department  Provide both general observations
of Public works and Highways (DPWH) along and specific suggestions for designing
with other transport infrastructure bridges.
consultants and construction companies  Encourage bridge designers to
include aesthetics along with science
A good bridge design is a process requiring
and technology in the design of
the use of three aspects, and it is the union
of aesthetics, science and technology. Each bridges.
of these features represents a part of making
a bridge: science represents the design and Within this manual, comparative examples
function of the bridge, technology are classified as "ordinary", representing
represents construction methodology of the designs that can be improved aesthetically,
bridge, and aesthetics represents the and "better", illustrating designs that are
pleasing appearance of the bridge. Design markedly improved by the application of
excellence is achieved when these three aesthetic principles. Each section is
elements are integrated in the design. accompanied by design recommendations
and general considerations regarding the
underlying principles that may improve the
AESTHETICS visual qualities of bridges. These better
examples were selected because they are
good illustrations of an underlying principle.
TECHNOLOGY

DESIGN
SCIENCE

EXCELLENCE

Figure 1. – Three Components of Design


Excellence

Bridge Aesthetics Guidelines 1|Page


1.2 BRIDGE TERMINOLOGY

The following annotated photographs set down the terminology used in this guideline.

Bridge Aesthetics Guidelines - Chapter 1: Introduction 2|Page


Figure 2. – Visual Glossary

1.3 NOMENCLATURE

Throughout these guidelines, specific letters will be used to denote physical aspect of bridge
elements are shown below.
Figure 3. – Guideline nomenclature

Nomenclature abbreviations:
Lt – Total bridge length
Ls – Span length
Hg – Vertical clearance to the ground
Yp – Vertical clearance at pavement edge
Yga – Dist. bottom of girder to bot
W – Pier width
Dt – Total superstructure depth
Dg – Girder depth
Dr – Rail/Barrier height, top rail to bot. of deck
Dp – Depth of parapet
Hp – Pier height
Bs – Spacing of columns
Bb – Pier length at base
Bc – Pier length at cap or top
Ps – Pier spacing

Bridge Aesthetics Guidelines - Chapter 1: Introduction 3|Page


CHAPTER 2. THE BRIDGE AND ITS SETTING

The bridge and its setting are considered as a whole of the framework. Indeed, we have to
understand that all design requirements and considerations should be established by
understanding its context. In the pursuit of design excellence, the designers are presented with
the following principles:

2.1 FUNDAMENTALS OF AESTHETIC


DESIGN

Fundamental of aesthetics design refers to Vertical and horizontal lines are considered formal &
stable elements.
the external shape or appearance of a bridge
and this broadly relates to the bridge type,
how the parts are arranged relative to one
another and the order or rhythm of elements
to create an overall visual result.

The two visual concepts used to develop, Oblique lines are considered dynamic elements.
describe, and express visual form ideas are:
visual design elements and principles of
design. The bridge designer, through a
creative design process, can integrate the
fundamentals of aesthetics with sound
structural design and function to create a Curve lines can be considered dynamic or tranquil
bridge form that is both visually attractive elements.
and compatible with its environment. Figure 4. – Dominant line themes

2.1.1 Visual Design Elements Shape


A shape is a two-dimensional surface, the
outline of an area or figure. Shape will
There are noticeable elements that the eye
distinguish when an object is clearly
and mind seek to identify which apply to any
separated from the background.
type of structures. The perception of form
and space consist of five major elements;
line, shape, form, color, and texture. The
following terms are borrowed from other
visual design fields applied to bridge design.

Line
A line is a continuous extent of length,
straight or curved. For bridges, lines are seen
in the profiles of spans, piers, abutments,
wingwalls, noisewalls and railings. Line has
different meaning and psychological
influence on the viewer.

Figure 5. – Shape concept

Bridge Aesthetic Guidelines 4|Page


Form
A form is a three-dimensional arrangement
of an object, adding depth to the shape. The
visual experience of moving under or over a
bridge is primarily influenced by the form of
the bridge, its geometry, span arrangement,
horizontal alignment, vertical profile, and Value refers to the lightness or darkness of a color. In
relation to adjacent structures and its daytime, light color gives less visual importance in the
object while dark color has a tendency to accentuate the
relationship to the space or sets of spaces object.
that create its environment. Figure 8. – Values of color

Texture
Texture is found on the surface of all objects
and is closely related to form. Texture helps
define form through subtle surface
variations and shadings. It can be used to
soften or reduce imposing scale, add visual
interest, and introduce human scale to large
objects such as piers, abutments, and tall
retaining walls.

Distance alters our perception of texture.


When viewed from a distance, fine textures
blend into a single tone and appear flat. As a
Figure 6. – Form concept rule, the greater the distance or the larger
the object, the coarser or larger the texture
Color should be.
Colors do not always mean for cosmetic
purposes; when used with understanding it
can define, clarify, modify, accentuate, or
subdue the visual effects of structural
elements. Colors are also influenced by its
setting or it depends to designer’s intention.
Each color has a different characteristics and
Texture directly proportional to the object
it gives psychological impacts to the viewer.

Texture illusions, vertical texture makes the object


Warm colors such as reds, yellows, browns tend to slimmer while horizontal makes wider
emphasize the presence and size of forms, whereas
Cool colors (blues, greens, purples) diminish the visual Figure 9. – Texture Concept
importance of elements to which they are applied
Figure 7. – Color spectrum characteristics

Bridge Aesthetics Guidelines – Chapter 2: The Bridge and Its Setting 5|Page
2.1.2 Aesthetic qualities

Aesthetic qualities of design are intangible,


perceived qualities arising from the
relationships of design elements. The
properties of aesthetic qualities are
proportion, rhythm, order, harmony,
balance, contrast, scale, and unity. These
Figure 10. – Golden Rectangle
properties are basic elements of creative
design compositions common to all fine arts
as well as bridge architecture. The designer needs to think about
proportion.
Proportion
Proportion is a method of creating a sense of A random, thoughtless approach to the
order by assigning appropriate relative sizes proportion between different elements of a
to the various elements. The goal is bridge is unlikely to lead to an aesthetically
appropriate proportions between the valued structure.
various parts of a structure – comparing its
height, width and depth; comparing solids The two most important governing principles
and voids; and comparing areas of sunlight are:
and shadow.  Using excessively imbalanced
proportions between significant
The concept of proportion may be thought of elements should be considered carefully.
as a mathematical relationship. A graphical  Repeating similar proportions or ratios
example of such a relationship is the Golden
throughout a structure can lead to a
Rectangle. The Golden Rectangle is a
harmonious structure.
logarithmic spiral constructed from the
convergence of a mathematical series of
proportions referred to as the Fibonacci Once a bridge type has been selected the
series. This series is based on the proportion most important factors in creating a well-
of a: b, b :(a+b), etc. proportioned bridge are:
 The slenderness ratio.
In design, the most obvious proportional  The relationship between the bridge
relationships are based on relative size and height and span.
shape of the elements. There can also be  The relationship between pier thickness
proportional degrees of surface texture and
and superstructure.
color. Proportion may become a system of
planned order that contributes to the unity  The relationship between deck overhang
of a design. Appropriate proportion must and parapet depth.
exist between the various parts of a
structure: between its height, width, and The Slenderness Ratio
depth; between solids and voids; between
surfaces and openings; and between areas of The proportion between depths of
sunlight and shadow. superstructure and bridge span is an
important ratio. It is referred to as the
slenderness of the bridge and defined as the
span length divided by the superstructure
depth.

Bridge Aesthetics Guidelines – Chapter 2: The Bridge and Its Setting 6|Page
Figure 11. – Ideal slenderness ratio for pier and girder bridges

Common ratios can vary from 5 to 35. A


slenderness ratio of 5 refers to a situation
where additional elements are
superimposed on the bridge, such as noise
walls creating a very chunky bridge. A ratio Captain Cook Bridge

of 30 can result in a very slender bridge. For Captain Cook Bridge over the Georges River has a ratio of 1:18
and together with its gentle vertical curve has a very slender
common pier and girder bridges, ratios appearance.
should generally vary between 15 and 20. Figure 12. – Example of Slenderness ratio

It is important to differentiate between the The relationship between bridge height


slenderness ratio and the visual slenderness and span
of a bridge. A high slenderness ratio does not
necessarily indicate a good appearance, The ratio between bridge height and span is
since the visual slenderness of a bridge can also important. As a general rule the higher
be affected by solid parapets and opaque the bridge the wider the span. However, in
noise walls on top of the superstructure, bridges with a variable height, such as over
making the bridge appear chunkier than is valleys, it is generally not practical to vary
necessary. The setting and scale of the bridge span with height unless two or more
can also influence whether a bridge appears superstructure types are used.
slender or chunky and, indeed, whether
slenderness or chunkiness is appropriate. It
is for these reasons that the slenderness
ratio should be understood as a guide only.

Preferably in pier and girder bridges, the higher the bridge


the wider span of two piers.
Figure 13. – Relationship between bridge height and
span

Bridge along C5 extension


over Parañaque – Sucat Rd.
The proportions of this bridge, the large depth at the
abutments compared to the depth at the crown, give it a
very slender appearance.

Bridge Aesthetics Guidelines – Chapter 2: The Bridge and Its Setting 7|Page
The relationship between pier thickness Pacific Highway Bridges
and superstructure depth

The ratio of pier width to superstructure


depth should also be considered carefully.
Bridges with tall thin piers relative to Figure 16. – Examples of deck overhang and parapet
superstructure depth can appear odd, as can
the opposite.
Order and Rhythm

Rhythm is the regular recurrence of any like


elements in, on, or around a structure. It
requires that the elements have some
similarity of visual characteristics in addition
to a modulated placement. In bridges, for
example, major rhythms are created by the
repetition of similar pier shapes. Minor
rhythms may be created by the spacing of
light poles, post spacing within a railing, or
even the horizontal rustication on a pier.
Modulating the placement of these elements
can create visual flow or movement across
The pier widths used on this bridge next to the old wool road the scene. A good example of this is when
appear too thin and almost spindly in comparison to the pier spacing gradually increases near the
depth of the girder and parapet. main span when a bridge crosses a wide river
Figure 14. – Pier thickness and superstructure depth
or lake.

The relationship between deck overhang Order refers to arrangement. It is the


and parapet depth arrangement of design elements so that they
work together as a unit without visual
The ratio of deck overhang relative to confusion. The whole arrangement works as
parapet depth is also considered a significant a unit with each element having a proper
aesthetic proportion. place and function. The selection of a
constant girder depth throughout the
This guideline adopted proportioning of deck structure is an element of good order. Order
overhang and parapet depth from the Cardiff is also achieved by limiting the lines and
University School of engineering, as depicted edges of a structure to only a few directions.
in the diagram below and illustrated by the Under the rule of order, the regular
associated bridge example. recurrence of similar elements in a
composition creates a natural flow, known as
rhythm that is satisfying to the eye.

For example, spans should match where


possible, or at least demonstrate a
consistent order. The cumulative effect of all
bridge elements including lighting columns,
barrier supports and piers should be
Figure 15. – Deck overhang and parapet depth ratio considered.

Bridge Aesthetics Guidelines – Chapter 2: The Bridge and Its Setting 8|Page
With rhythm in bridge elements, yet without an order, it appears discordant bridge.

Rearranging the parts provides an ordered and pleasing whole.


Figure 17. – Illustrations of bridge with order and rhythm

The New Herb Feint Bridge in Adelong

Demonstrates the principle of order and rhythm in the whole, parts and detailed elements. It
responds well to the setting of Adelong creek as a central landmark within the town.
Figure 18. – Actual sample of bridge with order and rhythm

Harmony through the repetition of the same elements,


Harmony is the relationship of the elements forms, or spaces.
of a design based on similarity of their visual
characteristics. The relationship must be Law of the Similar: Harmony may be
complementary. If the planes or lines in a perceived or created in a composition that
design have more dissimilar characteristics attains order through the repetition of
than they have similar characteristics, they similar elements, forms, or spaces.
are not likely to be perceived as harmonious.
This is most readily achieved by using the
Law of the Same or the Law of the Similar.
Harmony depicted as a function of shape, size, direction,
Law of the Same: Harmony may be and color
perceived or created in a structure or Figure 19. – Harmony themes
composition of structures that attains order

Bridge Aesthetics Guidelines – Chapter 2: The Bridge and Its Setting 9|Page
Figure 23. – Contrast in shape, size, color, and
scale

A second principle of contrast is that of


The shapes of these piers are similar, and thus dominance. This concept relates to one of
harmonious, even though their sizes are different. two contrasting elements commanding the
Figure 20. – Example of harmony by similar in visual attention over the other. One
form and elements
becomes the feature and the other becomes
Balance the supporting background. In terms of
Visual balance is the perceived equilibrium of design, a dominant theme is essential in
design elements around an axis or focal organizing the design into a pleasing
point. Rather than a physical balance, it may aesthetic experience.
also refer to equilibrium of abstract
elements of the design such as masses, visual
weights, texture, etc. Visual balance is
fundamental to all successful compositions.

Figure 21. - Symmetrical and Asymmetrical


compositions

Bugrinsky Bridge, Novosibirsk, Russia


Contrast in color brings out the shape of tied arch bridge
over bodies of water.
Figure 24. – Contrast in color

Scale
Scale refers to the size relationship among
various features of the structure and
Pacific Highway Twin Bridges between the total structure and its
These Pacific Highway Twin Bridges at Bonville have a surroundings. Since design concerns itself
perfectly balanced composition
with things that are to be used by people, a
Figure 22. – Symmetrical composition
connection exists between the human body
Contrast and designed objects. We often refer to
One principle of contrast is the dynamic structures that respond to the size of the
relationship among parts of a design based human form as having human scale.
on complementary opposition of visual
characteristics. Contrast relieves the This would be particularly true for a
monotony of simple harmony by pedestrian bridge or any bridge with high
complementing the harmonious pedestrian usage. When a bridge becomes
characteristics of some design elements with exceptionally large, many of the component
their opposites, thus adding a heightened elements lose their human scale. Elements
awareness of each other. such as piers, pylons, or superstructure
members may take on monumental scale.
Bridge Aesthetics Guidelines – Chapter 2: The Bridge and Its Setting 10 | P a g e
Here it becomes more important that the instances, it is span length that is the most
structure be in scale with the surrounding significant factor in determining the form
environment. (and cost) of a bridge.

Unity The accepted approximate relationship


Unity is presented last because it between span and superstructure type is as
encompasses the perfect application of all follows:
the other qualities. It refers to the combined
effects of all other aesthetic qualities applied  Short span (up to approximately 18m):
simultaneously. Unity is the condition, or pre-stressed concrete plank bridges.
state, of full resolution of the site and project
functions. Unity implies harmony where all  Short to medium span (approximately
of the elements are in accord, producing an
18-40m): pre-stressed concrete girders
undivided total effect. Unity provides the
observer with a sense of wholeness, or posttensioned concrete voided slabs.
generated by some central or dominating
perception in the composition.  Medium span (approximately 40-60m):
steel or post-tensioned concrete box
girders or incrementally launched
girders.

 Medium to long span (up to


approximately 300m): balanced
New River Gorge Bridge in Fayetteville, West Virginia cantilever.
The deck-arch provides a central feature in the valley that
complements in the environment, and inversely, the  Long span (up to approximately 800m):
surrounding gives affirmative impressions to the bridge.
Figure 25. – Bridge with unity cable stay.

2.2 INFLUENCE OF CONTEXT


 Very long span (longer than 800m):
The choice of bridge structure is affected by Suspension bridges.
many contextual factors that include the
following: 2.2.2 The alignment of the bridge as a
part of the route option
 Influence of span.
 The alignment of the bridge as part of the To maximize innovation and minimize cost
route option. the vertical and horizontal alignment of the
 Topography and geology. bridge, as part of a route option, should be
straight or follow a constant radius where
 The nature of the load to be carried.
possible. This allows for a wide range of
 The visual presence of the structure. bridge types to be used. For example, by
 The character of the area. their nature incrementally launched bridges
can only be used where the alignment is
2.2.1 Influence of span straight or has a constant radius as they are
cast and pushed out from one point.
All these factors will have a powerful
influence on the choice of bridge type, in
particular the superstructure. In most

Bridge Aesthetics Guidelines – Chapter 2: The Bridge and Its Setting 11 | P a g e


2.2.3 Topography and geology aesthetic treatment, thus should not define
the visual statement of the bridge.
The nature of the topography and geology
can dictate bridge type. For example, in 2.3.1 Principle Aesthetic Design
terms of topography, certain bridges require Factors
particular space configurations for casting
yards or access. In terms of geology, a robust To find the best design solution, designers
sound bedrock can create a suitable must consider and concentrate on
foundation for a sprung arch bridge. developing the best design of the following
factors:
2.2.4 The nature of the load to be
carried  Superstructure Type and Shape
 Vertical and Horizontal Geometry and
Bridges serve a whole range of purposes and their setting relationship
the load required to be supported has an  Pier Placement and Shape
influence on bridge type. For example,
 Abutment Placement and Shape
pedestrian bridges can exploit greater
variation in bridge type opportunities than
say bridges catering for freight or rail, at the 2.3.2 Secondary Aesthetic Design
other extreme. Factors

2.2.5 The visual presence of the The secondary aesthetic designs factors help
structure emphasize the positive qualities that have
been created with the principle aesthetic
On occasion, bridge type can be influenced design factors. The following should be
by the visibility and visual presence of a considered in defining the principle aesthetic
bridge. For example, large or high bridges design factors:
within urban areas can be designed to make
a visual statement in the city and this will • Railing details
have an effect on the choice of bridge type. • Surface colors and textures
• Lightings
2.2.6 The character of the area
2.4 THE SITE / ENVIRONMENT
The local character of the area can also have
INTEGRATION
an influence on bridge type. For example,
heritage areas can influence the form and The bridge site is the most important feature
materials adopted for a bridge. that will influence the configuration and the
aesthetic design of a bridge. Bridges
designed to work with and complement a
2.3 AESTHETIC DESIGN HIERARCHY
site, will be both functionally and
aesthetically successful.
The bridge as a whole composed of the pier,
deck, superstructure and abutment
 Consider the relationship to the
establishes the important visual properties
of the bridge. In short, the general physical surrounding natural and built landscape.
characteristics create the visual personality Bridges on the one hand are part of site
of the bridge. Ornamental railings, lightings, and locale and so need to be in harmony
paint color are considered high level of with their context while, on the other,
they can make or define a place.
Bridge Aesthetics Guidelines – Chapter 2: The Bridge and Its Setting 12 | P a g e
 The dimensions of the structure must a bridge located in a park or public place.
relate to human scale when pedestrians Adjacent buildings and structures might
are involved, as pedestrians are uneasy lend existing architectural features that
and uncomfortable with heavy, brutal can be echoed in the bridge.
forms.  Consider the involvement of all
 Bridges should make a positive concerned parties (communities, elected
contribution to the immediate officials, potential stakeholders,
environment in which they are placed. businesses, public agencies) which may
 Familiarize the bridge site, visit in affect the design and configuration of a
different times of day and night. bridge.
Sometimes the appearance at night is as
important as during daytime. 2.4.1 Bridges in Rural Setting
 Consider the type of traffic the bridge is considerations:
expected to carry or traverse. Bridges
that carry pedestrian traffic will require  Natural vegetation should be
appurtenances scaled to people more protected and augmented.
than a bridge that carries only interstate  Minimize the complexity of a bridge
highway traffic. in rural setting.
 Nearby land used must be considered. A  The built and natural environment
bridge in an industrial area may warrant should be made as visible as possible
a different level of aesthetic design than through the bridge.

Shahara Bridge, Yemen Devil’s Bridge, Switzerland


A traditional or bare stone arch bridge beautifully matches an area where stones are available in abundance and where
stone out-crops is visible in the locality.

The Khaju Bridge in Isfahan, Iran reflects a strong cultural influence.

Bridge Aesthetics Guidelines – Chapter 2: The Bridge and Its Setting 13 | P a g e


New River Gorge Bridge in Fayetteville, West Virginia
Deck type arch bridge with a high rise span ratio is most suitable in a narrow gorge with a beautiful background.
Figure 26. – Examples of bridges designed to complement natural environment/area features
2.4.2 Bridges in Urban Setting
 Respect locally valued structures and
considerations:
their curtilages.
 Create a landmark structure that
 Ensure the spaces under the bridge
complements or contrast with its
are not dark, degraded, and unsafe.
visual catchment. More people see
These criteria are often neglected in
the bridge at slower speeds.
design of viaducts/flyovers over at
 Maximize the view from and through grade roads.
the bridge.  Consider the volumes of traffic.

Golden Gate Bridge. San Francisco, California, USA Tower Bridge. London

Akashi-Kaikyo Bridge (Pearl Bridge), Japan Millau Viaduct France


Harbour Bridge. Sydney, Australia Rialto Bridge. Venice, Italy

These bridges create an impression of the culture, economy and character of the place
Figure 27. – Bridges as Landmarks

Bridge Aesthetics Guidelines – Chapter 2: The Bridge and Its Setting 14 | P a g e


CHAPTER 3. THE PARTS OF THE BRIDGE
(Principal Aesthetic Design Factors)

The design components of a bridge comprise superstructure types and shapes including parapet,
railings, and overhangs, pier placement and span arrangements, pier/support shapes, abutment
placement and shape, and other detail components. The objective of bridge aesthetic is to
integrate all facets - environmental, structural, functional, and visual into a design solution which
all the conditions are simultaneously resolved. This chapter shows ideas and considerations to
the parts of the bridge - the superstructure, substructure and bridge curtilages.

3.1 SUPERSTRUCTURE

This section addresses the aesthetic considerations associated with superstructure design. While
the section attempts to treat the superstructure individually, the designer should remember that
all elements of a bridge must be considered in relation to the whole and the whole bridge in
relation to its site location.

Slant leg pier: Richmond Hill Bridge, Colorado, USA

Delta frames: Shenandoah River Bridge, Eastern Panhandle, West Virginia, USA

Bridge Aesthetics Guidelines 15 | P a g e


Guidelines to consider:  Long haunches smoothly tapering out
 Achieve a slender superstructure while are much more graceful and responsive
maintaining continuity and proportions. than short abrupt haunches.
 In the case of single point interchanges,  Provide parabolic haunches rather than
continuous multi-span structures may be circular linear haunches.
helpful in reducing  Avoid the use of haunches on tall piers
 The impression of massiveness than when the openings are predominantly
simple span structures. vertical.
 Slant leg piers or delta frames may be  Provide a substantial pier beneath the
suitable for providing continuity with haunches. This element should provide a
supports and creating geometric corresponding strong visual support for
openings beneath a bridge. This the concentrated loads at that point.
approach may be particularly attractive Ordinary
at the crest of a vertical curved alignment
to frame the view.
3.1.1 Type 3Dg
Girder Bridge
The girder seen in elevation and its cross Better
sectional shape are important
considerations.

Haunched Girders 1.33Dg1< Dg2 < 2Dg1


Figure 30. –Suggested dimensions of haunch depth
Principles of haunch girder design in
elevation Ordinary

Ls/10
Better
Figure 28. – Ideal no. of haunch

 Three or five span haunches are


Ls/3
generally aesthetically very elegant,
balanced structure. Figure 31. –Suggested dimensions of haunch length

Ordinary  Limit the depth of haunches to twice the


midspan depth.

Better

Figure 32. – Curving girder

Figure 29. – Configuration of haunch girder  Even with single spans, curving the girder
can provide an expression of elegance.
Bridge Aesthetics Guidelines – Chapter 3: The Parts of the Bridge 16 | P a g e
 Limit the angle subtended by the haunch
to between 135 and 165 degrees;
otherwise the bearing point will look too
delicate to support the girder. Avoid
sharp angle between haunch and beam.
Figure 35. – Box girder in right angled connection
 An angled connection will minimise this
effect.

Figure 33. – Ideal angle for haunch girder

Ordinary

Figure 36. – Box girder in angled connection

Better
Figure 34. – Actual sample of haunch design  A very acute angle provides a deep
shadow nearly all of the time.
Box Girders

Principles of box girder design in cross


section

 A right angled connection can catch the


light and a double line may be visible;
maximising the overhang will increase
the duration of shadow.

Figure 37. – Box girder in very acute angle connection

Bridge Aesthetics Guidelines – Chapter 3: The Parts of the Bridge 17 | P a g e


 A curved soffit will provide a gradation of  Rigid Frame Bridge is appropriate for
tone and minimise a sharp line at the single- or two-span bridges. Combined
base of the beam. with haunching to provide a shallow arch
opening beneath the bridge.

Arch Bridges

Banao bridge

Figure 40. – Arch bridge sample


Broadmeadow Estuary Bridge

Figure 38. – Curved soffit box girder


 The arch should be stronger (thicker)
than the deck and the supporting walls or
Rigid Frame Bridges spandrel piers.
 Deck supports should be uniform in size
and shape and continue the same
column spacing over the entire length of
the bridge.
 Consider arches where strong land forms
contain the visual thrust of the arch, as in
Bridge over Otamusjoki River valley or highway cuts.
 Minimize sway bracing and floor system
members. Develop a simple
arrangement for these elements to
promote a clear and consistent
relationship to the main members.
 Provide continuity with approach
Merritt Bridge
structures. For example, use arch floor
Figure 39. – Rigid frame bridges
system stringers the same depth as the
 Use rigid frames where there are strong approach girders.
land forms at the ends to contain the  Allow an open spandrel between the
visual thrusts. deck and the crown of arch on steep
 Slant the legs enough to maximize their arches with spandrel columns.
length and develop the visual illusion of  Hold the number of spandrel columns to
additional bridge length. a maximum of 3 in the transverse
direction.

Bridge Aesthetics Guidelines – Chapter 3: The Parts of the Bridge 18 | P a g e


 The arch and deck should merge on shallow structures

Figure 41. – Arch deck type on shallow structures

 Steep arch bridges should maintain separate arch and deck elements

Figure 42. – Steep arch deck type

 A series of shallow arches can be attractive at a low level, especially over water. At high levels
they become monotonous.

Ordinary

Ordinary, piers conflict with rhythm of arches

Bridge Aesthetics Guidelines – Chapter 3: The Parts of the Bridge 19 | P a g e


Better

Better; low-level arch produces pleasing appearance


Figure 43. – Series of Arches

Consideration for Structure depth:  When a series of bridges is seen as a


 The apparent depth of a bridge is the group, such as an interchange or a
combined depth of the girder, deck slab corridor, it is preferable to use the same
and edge railing. If this dimension structure type
becomes too large, the bridge may
appear bulky and more of a barrier than
a crossing.
 Thinner structures with longer spans are
more visually transparent and pleasing
than deeper structures or structures with
shorter span.
 Continuous girders will provide a
LRT 2 Recto
slenderer structure than simple spans.
 Steel girders will provide a slenderer
structure than precast concrete I-beams.
 Concrete slab bridges often look very
light because of their minimal structure
C-5 Flyover
depth.
Figure 44. – Lack of superstructure consistency
 Pay special attention to proportions
when the depth of a girder is less than
the rail height.

Consideration for Structure consistency:


 Use of different structure types over the
length of a bridge should be avoided as it
often interrupts the visual line created by
the superstructure and is contrary to
developing a sense of unity and integrity.
 It is preferable to use the same depth of
girder for the entire bridge length and
New Iron Cove Bridge
not change girder depths based on the
Figure 45. – Superstructure consistency example
length of each individual span.

Bridge Aesthetics Guidelines – Chapter 3: The Parts of the Bridge 20 | P a g e


3.1.2 Shape
Parapet and Railings

Figure 46. – Desirable Proportions of parapet

Figure 47. – Parapet configuration

 While parapets are typically solid  Maximizing the shadow cast on the
concrete surfaces, their exterior face girder and superstructure will further
presents an opportunity for surface accentuate and express their form.
articulation. The use of horizontal  The outer face should generally be a
rustications, textured surfaces, color or smooth single plane surface on a
other aesthetic enhancements may be continuous curve (if the bridge is not
appropriate to consider. straight) and slanted slightly outwards
 They should appear as a continuous towards the bottom to better catch the
uninterrupted face, extending the full sunlight.
length of the bridge with a generous  The top should angle towards the road,
overlap of the abutments. to channel rainwater onto the bridge,
 A continuous neat, sharp edge will help minimizing staining of the outside face.
define them against the background.  Consideration should be given to
 The proportions between their depth, extending the parapet below the deck
the deck overhang and the girder depth soffit to hide drainage pipes.
should be carefully considered. Shaping
the parapet if it is too deep can assist in
visually balancing proportions.
Bridge Aesthetics Guidelines – Chapter 3: The Parts of the Bridge 21 | P a g e
Considerations in the design of railing are the following:

 Railings visually lighten a structure by reducing the concrete edge height.


 The outboard face of crash-tested barriers may be architecturally treated for the aesthetic
benefit of the structure.
 If crash-tested barriers are not required, consider treatment of the parapet and railing to
complement the overall visual design theme of the bridge.
 Consider ending rail systems and pedestrian screens with tapers to avoid abrupt changes.
 Avoid connecting the guardrail to the rail system with through-bolts as the details clutter the
appearance of the bridge.
 Avoid setting the outboard face of the rail system flush with deck fascia unless the interface
of the rail system and the deck is detailed to address its visual appearance.
 Consider pitching the top of the rail system toward the roadway side where staining is less
visible and easier to clean.

Overhangs

Orienting surfaces to create areas of shadow: Surfaces slanted backward is brighter than vertical
surfaces slanted toward the ground.
Figure 48. – Overhang and girder effects

Figure 49. – Overhang proportioning

Bridge Aesthetics Guidelines – Chapter 3: The Parts of the Bridge 22 | P a g e


3.2 SUBSTRUCTURE

The substructure provides the visual, as well as literal, base for the bridge. The visual appeal of
bridge forms is greatly influenced by the substructure units’ prominence. The placement and size
of the substructure units will inspire the viewers ‘perception of scale and proportion, along with
order and balance. The shape of the substructure units will affect the viewers' perception of line
and mass. The surface treatment of the units will impact the continuity of the structure.
Collectively, the substructure units will influence the visual appeal of the structure as much as
any other aspect of the bridge.

Pier

Consideration for aesthetically pleasing bridges:


 Topographic features
 Sightlines through the substructure
 The ratio of span of lengths to pier heights

Ordinary A

Ordinary B

Better

Discontinuous superstructure and an even number of spans detract from the appearance of the
superstructure.
Figure 50. – Pier Span Arrangement

Bridge Aesthetics Guidelines – Chapter 3: The Parts of the Bridge 23 | P a g e


Ordinary

Better
Figure 51. – Span to Pier Height Ratio

Ordinary

Better

Figure 52. – Consistent Proportions of Span


Height
Relationship of the span layout to the site: spans may be warranted. In general, the
 Strong long-span sculptural elements span should be greater than the height.
that contrast with, but do not dominate  Longer spans require deeper
the landscape. superstructures, which can have a major
 Slender elements that minimize the visual impact. This is particularly true for
silhouette and are as transparent as bridges with minimal under clearance or
possible may be preferable to reduce the long span single point interchange
visual impact of the project. bridges.
 Examine the ratio of the span to vertical  Examine the fit of more classic
clearance or height. It may be approaches to structure composition and
appropriate to hold this ratio constant proportioning. An odd number of spans
throughout the bridge. As the vertical may be more preferable with the center
clearance diminishes going away from span longer than the other spans and
the main span of the bridge, smaller side may also provide a more optimum
structure design.

Bridge Aesthetics Guidelines – Chapter 3: The Parts of the Bridge 24 | P a g e


 Depending on the site topography, it may be appropriate to vary the span length with the
height above grade.
 Linearly taper the column cross section dimensions over the column height or use curved
flares at the column capitals.
 Place the exterior columns at the outside face of the cap and eliminate the cap cantilevers to
emphasize the vertical lines of the columns.

Pier Families
 Create a family of pier designs that look good individually and as a group.

Ordinary

Better
Figure 53. – Family of piers that vary by width

Figure 54. – Family of piers that vary by height

Bridge Aesthetics Guidelines – Chapter 3: The Parts of the Bridge 25 | P a g e


Pier Columns

 The designer can use the principle of light reflection to slim down a massive column.
 Use of V, X, Y shapes or any desired shapes (aside from the typical square and round column)
to achieve a desired visual effect.
 The end elevations of piers should be narrow and chamfered or rounded.
 Pier width should relate to superstructure depth (superstructure depth/4<pier width<
superstructure depth/2)

Figure 55. – Pier width to Superstructure Depth Ratio

Short and Tall Piers Consideration for short piers should include
the following:
Short Piers are piers with lengths (Bc) that  Avoid using short hammerhead piers
exceed their height because the pier cap makes the large
portion of the total pier.
 Should eliminate or minimize the pier
Short Tall Pier cap and the pier cap ends.

Pier Caps

Cap beam and particularly their end


elevations are distracting elements that
make the superstructure seem deeper.

Figure 56. – Short & Tall pier classification

Bridge Aesthetics Guidelines – Chapter 3: The Parts of the Bridge 26 | P a g e


 Use multiple columns without a pier
cap

Pier cap end creates disturbing visual hot pot

Figure 58. – Pier Cap considerations

End of pier cap can be minimized by:

Prominence of the pier cap end surface  Reducing its mass and reflective surface.
disrupts57.
Figure flow of horizontal lines
– Undesirable pier cap treatment
 Beveling or tapering the surface of the
pier cap end.
Eliminating or minimizing pier caps  Minimizing the height of the pier cap.
considerations:
Ordinary Better

 Incorporation of the pier cap into the


columns (integrated pier cap)
Ordinary Better

 Incorporation of the pier cap into the Figure 59. – End Pier Cap treatment
superstructure (integral pier cap)

Figure 60. – Beveled pier cap end guidelines opt. 1

Bridge Aesthetics Guidelines – Chapter 3: The Parts of the Bridge 27 | P a g e


Pier Shapes

Hammerhead Pier or T- pier


Considerations for Hammerhead piers
should include the following:

 Hammerhead piers in a series should be


consistent in appearance, e.g., same size,
Figure 61. – Beveled pier cap end opt. 2
shape, proportions, details.
 Hammerhead pier shafts should not be
shorter than the cap beam depth plus 2
Tall Pier meters. When this height is not available,
the designer should consider transition
Consideration for tall piers should include to a wall pier.
the following:  Short hammerhead piers may use either
 Accentuate the vertical aspects of the
vertical or battered sides, depending on
pier
the desired aesthetic effect.
 Consider tapering exceedingly tall shafts
 Tall hammerhead pier designs should
 Simplify and consolidate line segments attempt to use a common batter for all
 Integrate the pier cap to the shaft or to piers.
the superstructure
 Use simple vertical shapes, emphasizing
the vertical members and de-
emphasizing the horizontal members

Figure 63. – Hammerhead pier proportion guidelines

TT pier
(w/ even no.
of stringers)

Figure 62. – Tapering tall pier

TT pier
(w/ odd no.
of stringers)

Figure 64. – Double hammerhead pier proportion


guidelines

Bridge Aesthetics Guidelines – Chapter 3: The Parts of the Bridge 28 | P a g e


V-shaped Piers interior of bridges with taller piers far
A wall that is narrower at the base than at more than for bridges with shorter piers.
the top. Considerations for V-shaped piers  Narrower piers may use a single
should include the following:
“hammerhead” cap with a single column,
 Emphasize visual stability. which increases their transparency.
Wider piers may require two or more
 Make base lengths at least 2/3 the pier
columns, which reduces their
length.
transparency, especially when viewed
from an oblique angle.
 Highly skewed piers may be unavoidable
and often result in a pier layout with
multiple columns as is required on wider
bridges. The overall visual effect may be
more of a colonnade than a span.

Figure 65. – Base length vs Pier length

Figure 67. - The emphasis for tall piers; simplification


and verticality

Figure 66. - Suggested batter of V-shaped piers Abutment

Considerations for abutment placement


Tapered Piers should include the following:
Considerations for Tapered piers should  The deck and parapet should extend
include the following: beyond the abutment wall.
 Well-proportioned tapered pier  Consideration should be given to
 Opening in the center extending the wall up and around the
 Quality construction techniques girder to remove the notch.
 A slight angle can make the wall appear
Other major parameters which can have a less dominating especially if next to a
large influence on pier aesthetics: footpath.
 Abutments may have an important
 Taller piers are typically slenderer and
symbolic function, as these are the points
result in a more transparent
where travelers begin and end their
substructure. Shorter piers may require
passage over the bridge.
more columns to lessen the cap beam
depth. Depending on the structure
orientation, light may penetrate the

Bridge Aesthetics Guidelines – Chapter 3: The Parts of the Bridge 29 | P a g e


Walled abutments can reduce the
slender appearance of the bridge,
block the flow of the landscape and
confine views.

Reducing the abutments can create a


more refined and better looking
bridge. It does however increase the
span and therefore depth of beam.

Continuing the superstructure or the


parapet above the abutment allows
the shadow line to reduce the
dominance of the abutment, and
makes the bridge appear longer and
more elegant.

Angling the abutments provides a


more open sleek look and helps
visually anchor the span.

Figure 68. – Abutment’s arrangement and their characteristics

General guidelines and proportioning for abutment are the following:

Figure 69. – Predominant abutment lines contrast horizontal flow

Figure 70. – Predominant abutment lines complement horizontal flow

Bridge Aesthetics Guidelines – Chapter 3: The Parts of the Bridge 30 | P a g e


Figure 71. – Vertical abutment face presents a static visual image horizontal flow

The Bridge Curtilage

The space around the bridge


 There should be continuity between the
existing landscape and the space around
the bridge.
Figure 72. – Stub Abutment  The space should be designed so that it
complements the adjacent landscape
character.

The space under the bridge


 This is often perceived as dirty, derelict,
dark and unsafe, but they actually
present an opportunity for designers.

Figure 73. – Semi deep Abutment Guidelines to consider are the following:

 The surface treatment of the space.


 Most shade and water tolerant plants
should be used.
 Function of the space.
 Design of the soffit.
 Good lighting.
Figure 74. – Deep Abutment
 Security, maintenance, and recreation
trail.

Traditional Park

This includes tree planting, gardens, seating


areas, and walking paths

Figure 75. – Methods of reducing the apparent


height of an abutment

Bridge Aesthetics Guidelines – Chapter 3: The Parts of the Bridge 31 | P a g e


Nou Pont de Fusta Bridge proposal, Puentes, Valencia

Seart – Sylvia Park, Auckland, New Zealand

Mirage: Underpass park, Toronto, Canda

Bridge Aesthetics Guidelines – Chapter 3: The Parts of the Bridge 32 | P a g e


Space under the bridge - HNTB’s Proposal for the 6th Street Viaduct Replacement
in Los Angeles, California.

Auburn Avenue underpass, Atlanta Downtown, USA

Cumbernauld underpass, Scotland


Both underpasses uses wall murals and good lighting to enhance and offer security to the area.
Figure 76. – Bridge Curtilages Approach

Bridge Aesthetics Guidelines – Chapter 3: The Parts of the Bridge 33 | P a g e


CHAPTER 4. BRIDGE APPURTENANCES

This chapter discusses the surface treatment and accessories of the bridge. Consideration of
these features is crucial since it is often said that “the devil is in the detail”; It is the small things
that can make or break a design, and this is especially important to bridges where the details are
highly visible.

4.1 SURFACE TREATMENT

4.1.1 Colors
The application of special color or texture
treatments is not necessary for the creation
of a good-looking bridge.

Rich Street Bridge

TH 371 over the Mississippi River,


Brainerd, Minnesota

Figure 77. – Colors Treatment

Structural materials have their own


characteristic color and surface finish.
Appropriately shaped materials in their
natural state can create an aesthetic bridge
Ironton-Russel Bridge
without the use of additional treatments.
Color and texture are sources of enrichment
and interest which can enhance a good
structural design. The designer must decide
whether to leave each structural material as
is or to add some additional color, texture, or
other surface treatments.

The purpose of color and texture in the


design of a structure is to further enhance
Dresbach Bridge
the aesthetic impression of the structure’s
overall form and the shape of its major
components.

Bridge Aesthetic Guidelines 34 | P a g e


The two major goals of color, texture and Approaches to coloring concrete:
other surfacing materials used for the
enhancement of a bridge’s aesthetics are: Integral coloring (coloring of the cement
paste)- Integrally colored concrete is the
 To create a positive response from the most durable, but the colors available tend
viewer. to be limited, and generally members of the
 • To differentiate the various parts of the earth-tone family such as light gray, tans,
and browns, but may include light shades of
structure's lines so that the structural
red, green, and blue. Quality control for
form and shape is clarified and integral coloring is crucial to maintaining a
enhanced. uniform color from batch to batch.

The selection of surface treatments should Staining – available in either transparent or


be influenced by surrounding environmental opaque liquids that can be applied to the
features, historical context and community cured surface of concrete. The stain
traditions. penetrates the surface to provide insoluble,
abrasion-resistant color deposits in the pores
The orientation of the bridge should also be of the concrete. Stains will not hide surface
considered. Features depending on the defects and may not hide discolorations in
creation of shadows for their effect will work the concrete. Concrete stains are available in
better on surfaces facing south, east, and a full range of colors. This technique is really
west. Colors will appear brighter on south only useful when the mottled effect is
facing surfaces, and, for half the day, on east desirable.
and west facing surfaces. They will also fade
faster on these surfaces. External / Surface coatings - typically consist
of an acrylic-latex base and can be used to
The degree of maintenance is another major provide a slight surface texture, as well as
consideration in the coloring of structural color. These coatings are excellent for hiding
components. The designer can count on minor imperfections in the concrete. They
steel being repainted periodically, though require little quality control, and provide a
perhaps not in an exotic color or pattern. It is durable, low-cost finish. Surface coatings
unlikely that concrete will be recoated. also provide a simple means to cover graffiti.
Textured or colored concrete in locations
subject to vehicular impact is a particular Both the integral coloring and staining
problem, as it is almost impossible to repair techniques create color and texture
it to match the original. matching problems if later maintenance
patching becomes necessary.
Differences in Materials - Concrete vs. Steel
Steel Basically, avoid coloring concrete; if color is
strongly desired, consider a coating in an
Steel bridges give an opportunity to use earth tone.
colors in many ways, dramatic or
conservative. A wide variety of colors are
available in paint but steels are limited to
surface coatings only. Quality control is
relatively easy to achieve, and the need for
periodic repainting for maintenance reasons
means that the color will be periodically
renewed.

Bridge Aesthetics Guidelines – Chapter 4: Bridge Appurtenances 35 | P a g e


Color Characteristics:  Darker colors will fade over time and any
flaking will be more noticeable.
 Light colors, grays and white, retain their
initial color and are not sensitive to  Hot colors such as reds, oranges, yellows,
ultraviolet rays. and intense colors attract attention. Use
these colors with discretion.
 A neutral palette of black, grays and
white tend to give a clear definition of  Light blue and green colors are less bold
the bridge as an object in the landscape and tend to diminish the visual
importance.
 Reds, blues, and earth tones may change
over time depending on their exposure  Reversing the intensity of color can
to sunlight. reverse the effect.

 Reddish colors fade quicker. General Color Selection Guidelines:

 Earth tones and blues tend to last longer.  Integrate the bridge into the surrounding
landscape.
 Full-hued colors (forest green, royal blue)
tend to attract attention to the bridge,  Provide for a strong bridge identity by
they are not harmonious with the visually contrasting the bridge with its
naturally occurring environment. surroundings. This may be particularly
appropriate in the case of sites with little
 Bright pastels and reflective metallic vegetation where the bridge can be
colors attract attention in almost any viewed from a distance.
circumstance. Avoid colors like Dayglo
orange which go with nothing in the  Identify the bridge with a geographic
environment and will attract too much region or culture through the use of
attention to the bridge. colors that will form this association.

 Browns tend to blend in to most  Consider whether there is a reason to


backgrounds except sky. color the concrete or give special
attention to the color of the steel.
 Lighter colors tend to attract less
attention but still have some vitality.  The color combination of signs, lights,
Light colors result in stronger shadows, and railings should be considered in the
making any design which depends on color selection.
contrasting shadows more effective.
Dark colors "swallow" shadows. For Painting requirements refer to DPWH
Standard Specification for Highways, Bridges
& Airports – Item 411 p. 318 -326
 Very light colors may be hard to
distinguish especially in direct sunlight.

Bridge Aesthetics Guidelines – Chapter 4: Bridge Appurtenances 36 | P a g e


4.1.2 Textures & Ornaments

Texture & ornamentation are elements that


can add visual interest and emphasis.
Structural elements, such as stiffeners and
bearings, can serve this function. Indeed,
traditional systems of architectural
ornament started from a desire to visually
emphasize points where force is transferred,
such as from beam to column through an
ornamental capital. Patterns of grooves or
insets and similar details are other examples.

Textures
Formliners and other types of surface
texturing can be used to create patterns, add
visual interest and introduce subtle surface
variations and shading, which in turn soften
or reduce the scale or mass of abutments,
piers and walls.

There are a variety of formliners available.


Some mimic other materials, while others
have more abstract or geometric designs.
Consider the following when specifying
formliners:

Figure 78. – Texture Treatment

Bridge Aesthetics Guidelines – Chapter 4: Bridge Appurtenances 37 | P a g e


 When simulating another material, such conflict with the roadway and bridge
as stone or brick, formliners should be profile, which are rarely level.
made as realistic as possible. Use color in
addition to texture to assist in the  Consider the observer’s perspective.
simulation. When texture is viewed up close the
relief will appear deeper and the pattern
 When using formliners to simulate may appear more complicated.
another material, avoid suggesting a
material that would not be utilized in  Consider the speed and position of the
that application. For example, stone observer. Finely textured surfaces on a
texturing on a cantilevered pier cap rural freeway bridge may not be
surface creates disharmony since a stone perceptible.
cantilever would not be stable if
constructed.  Keep it simple.

Ornamentation
 When a geometric pattern or texture is
used, consider its relationship to the While attitudes regarding the
overall bridge composition. The parts appropriateness of ornamentation in bridge
must relate to the whole. design have varied over time, some best
practices have evolved.
 Care should be exercised in the use of
formliners for girder fascia or parapet  Avoid using false structure as ornament.
exterior faces. Inappropriate use may Aside from requiring additional costs to
disrupt the superstructure lines. construct and maintain, adding false
structure will rarely improve a design and
Texturing can also be achieved through is often viewed as extraneous clutter.
rustication grooves, form strips, varying
surface profiles, veneers, bush-hammering,  Don’t use ornament as “make up” to
mechanical stamping or acid washing. disguise an inappropriate design. The
A few guidelines for execution of texturing form and composition of an
include the following:
inappropriately designed bridge can
rarely be improved by applying
• The use of textures needs to be closely
ornament.
monitored, since poor detailing or
construction can severely affect the  If ornament is appropriate, use it
sparingly. Less is generally better than
appearance.
more.
• Depth of recess should be greater when
viewed from a distance with consideration of
how sunlight/shading will affect the
appearance.
 The use of horizontal lines in patterns
may require special attention to avoid
Bridge Aesthetics Guidelines – Chapter 4: Bridge Appurtenances 38 | P a g e
Concrete Quality Feature Lighting

Bridge aesthetics can be affected by the Bridge lighting must be sensitive to


quality of the concrete finish. A poor finish motorists, pedestrians, boaters and other
with staining or voids can mar an otherwise users. It should be selected and located to
fine structure. This is particularly important enhance and highlight the structure, yet
if the bridge structure is visible and minimize glare and unnecessary distraction.
accessible. It is preferable to use steel The lighting must respond appropriately to
shuttering and pre-cast factory made the context, both in terms of surrounding
elements for highly visible bridge parts such structures and environmental conditions.
as piers, girders and parapets to ensure a Considerations of wildlife and light pollution
controlled, high quality finish. Retardants in the night sky concerns should be weighed
and sealants should be tested to ensure that together with those of aesthetics.
they do not result in staining when the
shuttering is removed. Concrete surfaces There is an opportunity to light the bridge as
close to traffic and accessible to the public a whole depending on context, cost, safety
should have a class one finish. If the bridge is and environment constraints. Where
only visible from a distance then in aesthetic appropriate feature lighting of bridges can
terms the finish is not so critical, although it extend the aesthetic benefits of a bridge
should be noted that variation in concrete throughout a day and make them a positive
coloration due to staining can be noticed presence in the night. Lighting can also
from a wide area. For Concrete Surface enhance the safety and passive surveillance
Finishing refer to DPWH Standard around a bridge.
Specifications for Highways, Bridges &
Airports – Item 407.3.6 p. 283-286 Lighting should be energy efficient, avoid
light spill and be easy to maintain. It should
also respect the structural qualities of the
bridge – accentuating the materials and main
structural elements such as piers, arches and
girders. That is not to say the feature lighting
should not be dynamic and creative. LED
lighting systems can be designed to provide
both subdued and imaginative effects at
different times of the day or calendar.

UP Trestle Bridge The Big River Crossing in Memphis


Even using high quality concrete and steel shuttering,
concrete quality can be affected by admixtures from oil
and curing compounds, as in this example of staining on
the girder
Figure 79. – Concrete Quality

Sydney Harbour Bridge


Bridges showing the dramatic effects of its elements

Bridge Aesthetics Guidelines – Chapter 4: Bridge Appurtenances 39 | P a g e


4.1.3 The Details

There are four important aesthetic


considerations in the detailing of a bridge:

 The aesthetics of the bridge details must


be considered as part of the whole bridge
design.
 The design of the details should minimize
the potential for staining.
Hathaway Bridge
 The bridge detail should not impair the
The structure is a variable depth segment bridge built in
balanced cantilever. The pier-up lighting illuminates the view from the bridge.
piers and the underside of the superstructure. The  Good access for inspections and
designers chose to light the piers on either side of the
navigation channel and only the ends of the side piers. maintenance should be considered early
in the design phase.

Joint and Connections

The joints in bridge structures at the ends of


the span or along the superstructure are an
M7 motorway and M4 interchange opportunity to enhance the bridge design
and provide another level of detailed
aesthetic interest. Differentiate between
bearings and other connections and
recognize these in the design.

The rail bridge at coffs harbour

Anzac Bridge

Bridge over Bonville creek


There is a neat, simple and tight joint between two
girders. The potential for staining is minimised and the
bearings can be clearly seen for inspection. The
relationship with the parapets has also been considered
North Kiama Bypass
and the girder joint neatly lines up with the joint between
Figure 80. – Feature lighting example the precast parapets.
Figure 81. – Connections of structural components

Bridge Aesthetics Guidelines – Chapter 4: Bridge Appurtenances 40 | P a g e


Hume Highway Consideration should be given to the
transition between the bridge barrier and
the road safety barrier. A neat simple
connection should be designed.

The post for bridge barriers should generally


be perpendicular to the bridge, however on
a greater than 4 percent gradient it generally
looks better if the posts are vertical.
Kempsey Bypass

The design of the bridge abutment should incorporate, in


a sensitive attractive manner, access provision for bridge
inspections. Tapering the barrier and parapet is a neat way of ending
the bridge barrier
Figure 82. – Design of bridge abutment
bridge
Figurebarrier.
84. – Tapered Barrier
Bridge Barriers
Safety Screens
The design of the bridge barrier can
influence views from the bridge, influence The safety screen is designed to prevent
the apparent depth of the superstructure objects being thrown from the bridge and
and reduce the slenderness ratio. If views damaging vehicles or injuring people below.
and slenderness are to be maximized the These screens should be an integral part of
bridge barrier should be as transparent as the bridge design.
possible which means using bridge rail rather
than a full height parapet. There are several aesthetic considerations:

A two rail barrier is better than a single rail  The bridge screen being a peripheral
barrier in this respect: element to the true function of the
bridge should avoid obscuring the
superstructure.

 Screen posts should align with the safety


barrier posts and be perpendicular to the
bridge, not vertical (below 4 percent
gradient).

 The screens should extend to the ends of


the bridge span.

Figure 83. – Design of bridge barrier

Bridge Aesthetics Guidelines – Chapter 4: Bridge Appurtenances 41 | P a g e


 There should be a neat, elegant Signage and Advertising
transition to the bridge barrier `safety
screens; a simple taper or stepped drop With the exception of name plates and
navigation signs, signage should be kept off
in height can help with this, but is not
bridges if at all possible. They add clutter and
always necessary. complexity and detract from the structure.
They also obstruct views from the bridge.
Bridge over the pacific highway at Nabiac
An outdoor advertising site, then the
advertising structure needs to be designed
as an integrated bridge element with
consideration of its visual effect. As a
minimum, the soffit of the bridge should not
be obscured and the sign should not block
views of the key structural elements such as
The bridge barrier piers and safety screen posts are aligned
cables, arches and bearings or views from
and integrated. The bridge parapet is expressed and not
obscured. The shaped form of the barrier is considered as the bridge.
part of the whole structural design of the bridge to create
a beautiful aesthetic outcome.
As a minimum, the soffit of the bridge should
Figure 85. – Integrated Safety Screen
not be obscured and the sign should not
block views of the key structural elements
Protective fencing such as cables, arches and bearings or views
from the bridge. Signs on bridges should
Occasionally, special fencing is needed to ideally be simplified and related to the bridge
protect pedestrians, secure the bridge and design
make it difficult for people to jump from the
bridge. This can be a complex matter, Good
requiring detailed consideration on a new
bridge and consideration where and how it is
retrofitted on an existing bridge. It is a detail
like any other and needs to be approached
by designers so that the aesthetics of the Better
existing bridge are not affected and the
fence is integrated with the whole design.

Figure 87. – Integrated Signage on bridge

Lighting Fixtures
Suspension Bridge, Northbridge
A new protective fence on suspension Bridge, Northbridge Where possible lighting on bridges should be
proved to be a challenging new addition to the historic
structure. The style and shape of the fence was carefully minimized or avoided. Where necessary it
considered so that it fitted with the bridge aesthetic and should be designed as part of the bridge with
also prevented access over the parapets. A picket type supports elegantly designed and well
fence proved to be most appropriate with a curved form to
both add interest and make it difficult to stand on the detailed.
parapet.
Figure 86. – Protective Fencing The light columns should relate to the other
bridge elements in position and form.

Bridge Aesthetics Guidelines – Chapter 4: Bridge Appurtenances 42 | P a g e


Dranage

Generally, bridge drainage is dealt with on or


within the bridge structure and is more of a
water quality issue than an aesthetic one.
However, where the drainage system is
exposed, aesthetics must be considered and
the design of the drainage feature must be
considered as part of the whole.

When they cannot be hidden, pipes should


Herb Feint Bridge be neatly aligned to follow the form and lines
of girders and piers.

Conveyance of bridge drainage is a design


consideration that often has a major visual
impact on bridge appearance. If it is ignored,
the consequences of having downspouts and
other exposed bridge plumbing can seriously
damage the appearance of a bridge.
Lighting has been used to provide a design feature as well
as provide lighting for the road. A closer spaced light
fixture is used which introduces a regular rhythm. Its  Work with the roadway engineers to
height can be lower and therefore relates to the bridge identify potential drainage issues before
better than a taller fixture. A special detail was included
in the parapet as a structural and decorative element the project geometry is set. If the bridge
Figure 88. – Incorporated Lighting Fixtures on bridge length is relatively short, investigate
conveying drainage off of the bridge
Pedestrian bridge at Billinudgel
without downspouts.

 If downspouts will be required,


investigate their visual impact at the time
the deck cross section is developed.
Avoid embedded piping as this very often
LED lighting in the handrail combined with overhead
lighting on the road crossing creates an interesting low becomes a maintenance issue.
maintenance effect.
Figure 89. – Lighting in the handrail
Noise Walls

Where possible avoid the need for noise


walls on bridges.

If necessary, noise walls must be considered


at the outset of the bridge design process
and become an integrated part of the whole
bridge design.

New Iron Cove Bridge In general, transparent panels should be


A closer spaced lower height lighting column has been used so that the apparent slenderness of the
used to emphasise the curve of the bridge and provide a superstructure is not affected and views or
more rational, neater effect at night.
Figure 90. – Closer space lower height lighting
solar.
Bridge Aesthetics Guidelines – Chapter 4: Bridge Appurtenances 43 | P a g e
Ornaments

While attitudes regarding the appropriateness of ornamentation in bridge design have varied
over time, some best practices have evolved.

 Avoid using false structure as ornament. Aside from requiring additional costs to construct
and maintain, adding false structure will rarely improve a design and is often viewed as
extraneous clutter.

 Don’t use ornament as “make up” to disguise an inappropriate design. The form and
composition of an inappropriately designed bridge can rarely be improved by applying
ornament. The bridge type should be appropriate to its scale

 If ornament is appropriate, use it sparingly. Less is generally better than more.

Bridge over Thornton Colorado Highway 25

Bridge ends on this crossing over US 36 in Broomfield, Colorado

Bridge Aesthetics Guidelines – Chapter 4: Bridge Appurtenances 44 | P a g e


CHAPTER 5. PARTICULAR CONDITIONS

5.1 NEW BRIDGES NEXT TO EXISTING BRIDGES

“The relationship between two bridges, almost side by side spanning the same stretch of water, is like the
relationship between two musical instruments playing a duet. The music sounds better if the two
instruments are in harmony with each other and keep to the same rhythm and tempo. The two instruments
should produce sounds that contrast, in order to create a melody that is more interesting and colorful.”
FOSTER AND PARTNERS, IN THE ARCHITECTURE OF BRIDGE DESIGN, 1997

Designing a new bridge next to an existing


bridge can be a significant challenge. However, in most cases adequate separation
Competition between structural forms can cannot be achieved and the new bridge and
create clutter and neither bridge can be the existing bridge must be considered as
presented well, irrespective of individual related in aesthetic terms. The following two
aesthetic value. Alternatively, where strategies should then be considered:
structural forms are complementary a
memorable landmark can be created where  A new design.
the experience of crossing a bridge is  Duplication of the existing design.
enhanced by the view of an adjacent bridge.
5.1.1 A new design
If possible, the new bridge should be located
so that the two bridges are seen as separate
elements in the landscape and can be If accurate duplication is not possible an
designed as separate entities, for example, entirely different bridge design should be
the different bridges over Sydney Harbour. produced but very importantly, the designs
should not compete but be complementary.
This can only be achieved through an
appropriate horizontal separation.  The bridges should either be parallel in
vertical and horizontal alignment or
curved in symmetry with the existing
bridge (The New Iron Cove Bridge in
Sydney works well precisely because its
alignment is different).
Appropriate horizontal separation
`
 Consideration should be given to
matching the following elements: bridge
height, pier spacing and pier alignment.

Horizontal separation by varying the alignment Where the existing bridge is a distinctive or
`Figure 91. – New & Existing Separation iconic local or regional asset it is appropriate
that the new bridge be as respectful as
possible. Whilst the new bridge should be
A closer spacing can be achieved by varying simple and respectful it should be at least as
the alignment of the new bridge but still at confident and representative of its era as the
an appropriate distance. old bridge.

Bridge Aesthetics Guidelines 45 | P a g e


If there are any concerns that the bridge
cannot be closely duplicated, then the new
Iron Cove Bridge design approach should be considered.

The Iron Cove Bridge duplication is respectful of the old


bridge in its simple appearance and its spans and piers
aligning, but also confident and bold in its own right. Its
separation from the existing bridge has significantly
helped to achieve a good outcome.

Bridges over the Hawkesbury River

The proximity of the bridges over the Hawkesbury River at


Brooklyn results in an interplay between the designs. The
two bridges are not separate but seen as one visual entity. Hume highway Sheahans Bridge
The old bridge could not be replicated but the new bridge
is respectful in terms of matching The duplication of the Hume highway
spans Sheahans Bridge at Gundagai (left) adopted
Figureand
92.height.
– Complementary design of bridges the existing haunch shape and pier spacing.
The materials and details are however
different styles but there is a design unity.
5.1.2 Duplication of the existing design

This approach tends to be more applicable to


modern bridges than older bridges, where
technology and safety standards have
changed and old design and construction
skills lost or expensive to re-learn. The Alfords Point Bridge
approach is basically to replicate the existing On the Alfords Point Bridge, the duplication (right)
bridge design. It does not need to be exact adopted the bridge form in its entirety.
but at least the following should be Figure 93. – Duplication of the Existing design
addressed:
5.2 MODIFICATIONS AND ADDITIONS
 Where possible the bridges should be TO HERITAGE BRIDGES AND
parallel in vertical and horizontal BRIDGES OF CULTURAL VALUE
alignment.
“It’s not good because it’s old – it’s old
 Spans and pier alignments should match.
because it’s good.” ANON
 Key aspects of the existing bridge such as
pier dimensions, girder shapes, Bridges of historic value come under several
abutment locations, and lighting fixtures categories: listed heritage bridges, bridges
should be replicated. that may become listed and bridges that
 In some cases, details can be copied but have heritage or cultural value irrespective
of listing. The principles following apply to
this is not essential.
all.

Bridge Aesthetics Guidelines – Chapter 5: Particular Conditions 46 | P a g e


There are three objectives to be adopted:  By keeping a clear physical distance and
sense of separation with the old bridge
 Distinguish new work from old. when building a bridge duplication.
 Respect the setting.
 Respect the character of the heritage or  By avoiding pastiche (false imitation or
culturally important bridge. mixture of styles) when designing a
bridge duplication or connection to an
5.2.1 Distinguish new work from old old bridge: any new elements or bridge
duplication should be true to the
New work must be distinguishable from the materials and technology of the time of
old bridge. There are several means to
modification and minimal in extent.
achieve this:

 By date stamping the new work so that it


is identifiable, particularly where
materials and form are carefully
duplicated, such as new timber trusses.

 By using new modern materials and


forms to fit in sensitively, but
differentiate from the old elements and Bridge at Redbourneberry

forms of the existing bridge. In this adaptive re-use of an old bridge, the wrought iron
lattice truss bridge at Redbourneberry was duplicated and
incorporated into an adjacent cycleway. The angle span at
the far end was built as part of the duplication. Its design
however is pastiche since it attempts to imitate the
existing truss. Not only is this false and confusing but it
jars with the new bypass.
Figure 95. – Adaptive re-use of an old bridge

 It is essential that the principle of


distinguishing new from old is not abused
by making the new work visually
obtrusive and at odds with the character
of the old.

 By providing signage an interpretation


where appropriate.

Suspension Bridge, Northbridge


Suspension Bridge, Northbridge: inside and outside views
of the retrofitted safety screen. This is a new expressive
form which complements the character of the old bridge.
Figure 94. – Complementing the character of the old
bridge

Bridge Aesthetics Guidelines – Chapter 5: Particular Conditions 47 | P a g e


Duplicating a bridge of heritage
5.2.2 Respect the setting significance

Heritage is part of place. Bridges of heritage  Respect the old bridge through adequate
significance often define and sometimes are
physical separation.
an icon within the community. They are
often an important visible element.  Where possible, keep a sense of the scale
Preservation of, modifications to, and of the old bridge, through protection of
duplication of, such bridges should respect the major elements in its curtilage and
their setting by: the view points to the bridge.
 Where possible match the profile of the
 Preserving the curtilage, in this instance, old bridge and keep the rhythm of the
the envelope around, below and above piers and uprights.
the bridge necessary to protect its
 Use form, materials and colour that
heritage or cultural value. The bridge and
complement, but do not visually
its curtilage form a spatial and aesthetic
overpower.
entity, and may also be part of a listed
heritage precinct. Therefore, keep the Signage and interpretation signboards, in the
curtilage as intact as possible and ensure agreed common style suitable for heritage
that design changes of the bridge are bridges.
sensitive to the character of that
curtilage. Consider that the curtilage is Signage can also be used to explain changes
to other culturally important bridges.
also part of a wider setting.

Stonequarry Creek Bridge at Picton


Stonequarry Creek Bridge at Picton, which spans a ‘gorge’ Junction Bridge
near the town, dramatizes the setting.
Figure 97. – Good example of signage
Figure 96. – Preserving the curtilage
Adding major new elements such as
5.2.3 Respect the character of the pedestrian walkways
heritage or culturally important
bridge  If external to the structure, it may be best
to add new elements on the opposite
The character of the old bridge should side of the most historic and locally
always be respected – whether duplicating, valued vistas to the bridge.
retrofitting or modifying a bridge of heritage
significance. This can be achieved in different
ways, depending on the scale of work to be
carried out:
Bridge Aesthetics Guidelines – Chapter 5: Particular Conditions 48 | P a g e
 Respect and match, where possible, Design flexibility
spacing, rhythms and proportions of the Pedestrian bridges carry lighter loads than
old bridge. vehicular bridges: this allows the designer to
exploit greater flexibility in the shape and
 Use similar materials or materials that
proportion of the bridge, within a reasonable
complement the old. budget, which can lead to great variety and
character.
Minor modifications
Views
Pedestrians and cyclists spend more time on
 Consider the relationship of
a pedestrian and shared path bridge than a
modifications to the scale and character traffic bridge: therefore the view from the
of the bridge, other elements and bridge takes on added significance and detail
materials, the rhythm of existing and materials are more closely appreciated.
uprights, and colour.
Ramps
 Carry out a visual analysis to ensure that Pedestrian bridges have ramps. Ramp design
the bridge modification fits into its built, can be innovative but should not dominate
natural and community context and views or detract from the expression of the
essential element of the bridge – its span.
provides a well-designed solution which
This is especially the case when ramps are
minimises adverse visual impacts from all
folded or coiled at the ends of the structure.
critical viewpoints.
Safety screens
Repainting Pedestrian bridges invariably require safety
screens. In the design of these it is important
 Keep painting up to date to prevent to avoid a caged feeling when bridges are
prolonged attack on the raw material, narrow.
protect the bridge and its elements in the
long term and maintain the aesthetic Lifts and stairs
quality of the bridge. Where the site is very constricted, or ramps
would be excessively long, lifts could be
 Truss bridges are best repainted in white provided. It is important to locate lifts
carefully and design them as part of the
which was the original color used. This
whole structure. The same applies to the use
gives them visual identity as a type and of stairs to access a pedestrian bridge.
consistency as a family of bridges across
the state. Such a strategy would be cost Design flexibility
effective.  Consider how a bridge can reflect local
character, provide a milestone on a
5.3 PEDESTRIAN BRIDGES journey, forma gateway to an area,
create a focal point or celebrate
5.3.1 Opportunities and constraints something.

There are a number of important differences


between pedestrian and vehicular bridges
that influence design:

Bridge Aesthetics Guidelines – Chapter 5: Particular Conditions 49 | P a g e


 Depending on context, the rules  On girder bridges with lift shafts consider
normally applicable to road bridges may an open end to the bridge rather than
be stretched when using cable stay, terminating it at the lift shaft. This will
truss, arch and suspension which are allow views out from the bridge and
suitable for light loads. reduce the sense of enclosure
 Consider the use of lift shafts with at
Bridge over the M7 Motorway.
least one glass wall to add a feeling of
surveillance and provide views as the
bridge is ascended.

5.3.3 Ramps
If ramps are needed, now or in the future, for
access and connection to surroundings the
following guidelines should be considered:

 Attempt to locate the bridge where the


ramp can be its shortest possible length.

 Minimize the extent of the ramp by using


Structurally expressive form using modern materials is natural or new landform, for example,
evident in this space-frame.
Figure 98. – Modern design of pedestrian bridge crossing a road in cutting avoids ramps
entirely.

 Consider the use of lighting to both


emphasize the form of the bridge and
distinguish it by night – within the
constraints of cost, surrounding
properties and adjacent light fixtures.
Figure 99. – Adopting the natural landform as a base
5.3.2 Views of ramp
 Provide adequate space on the bridge to
 Where a road is at a grade the approach
allow stopping and viewing without
ramps on the uphill side can be relatively
significantly interrupting pedestrian and
short.
cycle movement.
 Avoid hidden or secluded spaces which,
if present, will make it more difficult to
monitor personal safety.
 Advertising and signage on or near a
bridge is not desirable but, where it is
Figure
If 100.
an – elevated constructed
Consideration of site gradientramp is
considered appropriate it should not
required the design must be carefully
obscure the form of the bridge, the
considered due to its visual prominence.
surveillance of pedestrians or views from
The design of ramp and bridge should be
the bridge
integrated and unified in appearance.
Bridge Aesthetics Guidelines – Chapter 5: Particular Conditions 50 | P a g e
 Use planting to integrate ramps with
their surroundings and reduce their
visual impacts.

 Connections between ramp and


superstructure must be as simple and
seamless as possible. Truss bridge over Sunnyholt road
The ramps on this truss bridge over Sunnyholt road have
 Ramp design and geometry should be been designed to match the materials and form of the
truss. Planting has been used to help fit the ramps into the
simple and thoughtfully done, for landscape (compare pictures taken three years apart) and
example, compact spirals are sometimes a neat two post pier with cantilevered brackets simplifies
the structure. The access to the bridge passes through a
preferable to long switchbacks. non-structural extension to the truss form which provides
a neat, substantial, connection between truss and ramp/
stairs. The use of closed hollow sections would have been
 Consider the aesthetic impact of better than open steel sections from a maintenance point
standards relating to ramp slope and of view as open sections collect debris and dirt leading to
premature breakdown of protective coating systems.
frequency of landings (required for
Figure 102. – Harmonization of ramp, superstructure
disabled and cyclist use) which may and its setting
increase ramp length and interrupt the
desired smooth lines of the structure. It 5.3.4 Safety Screens
may be necessary to obscure the In terms of comfort in using the bridge the
landings by a higher than necessary following should be considered:
parapet wall.
 When required it is preferable to have
 Where possible and earth works allow, safety screens as simple fences rather
consider visually separating the ramp than a cage.
and span, by integrating the ramp into
the adjacent land form.  The need for the cage, and a caged
effect, should be avoided. It provides a
Faulcon bridge platform for vandal access and creates an
oppressive feeling of enclosure.

 If a closed system cannot be avoided


Earthworks have been utilised to cost effectively create then the design and shape of the cage
the landscaped ramp to the Faulcon bridge over the Great should ensure that the experience of
Western Highway.
crossing the bridge is not oppressive.
Figure 101. – United of Ramp and site gradient

 Feature lighting should be considered to


make the crossing attractive and well lit.

Bridge Aesthetics Guidelines – Chapter 5: Particular Conditions 51 | P a g e


Beatrice Bush Bridge, Rozelle.

Bridge over Silverwater road

The form and fencing, colours and use of the lift shaft as a
pier are visually strong but the bulky pier support detracts
The absence of a cage creates a more open from this bridge
welcoming space.

Bridge over the pacific highway at Billinudgel


It gives an open feel even through it is caged. It is suited to Bridge over the Boulevard at Strathfield
the bridge and is well designed.
Transparent lift shafts can be attractive and feel safer due
Figure 103. – Good examples of safety screens to the passive surveillance they allow.
designed Figure 104. – Lift and stair
5.3.5 Lifts and stairs
 Where space is limited or lifts stairs are 5.4 RAILWAY BRIDGES
required their design should be simple
There are a number of aesthetic principles
and compact and appear as light and applicable to rail bridges:
slender as possible.
 A railway bridge should express its
 Lifts should, where possible, be part of purpose and easily recognized as such.
the supports of the girder. Combining lift
shaft and pier creates a simpler, more  Railway bridges, in accommodating the
refined, structure and can reduce costs heavy weight of trains, should generally
but maintenance needs to be appear strong and substantial.
considered.
 Railway bridges need to be stiffer than
 The use of at least one transparent glass road bridges for stability in terms of deck
wall should be considered. This reduces vibration and shock loading which
the visual bulk of the lift, provides views generally rules out suspended structures.
and gives a feeling of good passive
surveillance to and from the  Constraints on the vertical and horizontal
surroundings. alignment of the railway, create flatter
straighter structures than road bridges.

Bridge Aesthetics Guidelines – Chapter 5: Particular Conditions 52 | P a g e


 Railway bridges necessarily have a mesh. Lighting can be used with the bridge
heavier appearance in their design with to create an artistic effect.
deeper girders, bulkier columns, and
The Aspire sculpture in ultimo
shorter spans. Consequently, close
attention needs to be given to their
proportion and refinement.

5.5 FAUNA OVERPASSES

These are bridges, but have a different


aesthetic to vehicular and pedestrian
The Aspire sculpture in ultimo brightens up a dark,
bridges. In general, they have a strong unattractive under bridge space. Art can improve poor
connection to the landscape and need to spaces but it would be better if the bridge design and land
emphasize this through their materials and use planning avoided the need for such spaces in the first
place.
earthworks. There is no need for parapet or
typical pier forms but the elements need to
be carefully considered so that a good
aesthetic outcome is achieved.
Fauna overpass over the Pacific Highway at Bonville.

The pedestrian bridge over the city West link in Sydney


It was conceived as a sculptural piece along a corridor.
Such an approach should be used circumspecifically and
not be the norm.

Arched forms and gabions give an impression of strength


and an ecological/landscape purpose.
Figure 105. – Fauna Overpass

5.6 ART AND BRIDGES


Bridge abutments in the rocks in Sydney
Occasionally the detailed concrete work on older bridges
Well-designed bridges and the more iconic leaves an opportunity for paintings. These RMS bridge
structures are often seen as sculptural abutments in the rocks in Sydney have been painted in
artefacts in the landscape with artistic historic photographic images which have received a
heritage award from the National trust.
qualities in their own right.

On occasion designers integrate art as an


element into the design of bridges.

For example, piers can be designed with a


texture or motif embedded into the
structure. Painting can be used to provide an
artistic image or color a bridge element in a
Anzac Bridge in Sydney
striking way. Safety screens can be designed The bridge designer, Robert Maillart, regarded structurally
with motifs and patterns layered into the expressive bridges as pieces of art in their own right.
Figure 106. – Example of arts in bridges

Bridge Aesthetics Guidelines – Chapter 5: Particular Conditions 53 | P a g e


ANNEX A

Bridge Aesthetics Guidelines 54 | P a g e


Bridge Aesthetics Guidelines 55 | P a g e
Bridge Aesthetics Guidelines 56 | P a g e
Bridge Aesthetics Guidelines 57 | P a g e
LIST OF FIGURES

Figure 1. – Three Components of Design Excellence ....................................................................... 1


Figure 2. – Visual Glossary ............................................................................................................... 3
Figure 3. – Guideline nomenclature ................................................................................................ 3
Figure 4. – Dominant line themes.................................................................................................... 4
Figure 5. – Shape concept ................................................................................................................ 4
Figure 6. – Form concept ................................................................................................................. 5
Figure 7. – Color spectrum characteristics ...................................................................................... 5
Figure 8. – Values of color................................................................................................................ 5
Figure 9. – Texture Concept ............................................................................................................. 5
Figure 10. – Golden Rectangle ......................................................................................................... 6
Figure 11. – Ideal slenderness ratio for pier and girder bridges ..................................................... 7
Figure 12. – Example of Slenderness ratio....................................................................................... 7
Figure 13. – Relationship between bridge height and span ............................................................ 7
Figure 14. – Pier thickness and superstructure depth ..................................................................... 8
Figure 15. – Deck overhang and parapet depth ratio ...................................................................... 8
Figure 16. – Examples of deck overhang and parapet ..................................................................... 8
Figure 17. – Illustrations of bridge with order and rhythm ............................................................. 9
Figure 18. – Actual sample of bridge with order and rhythm ........................................................ 9
Figure 19. – Harmony themes......................................................................................................... 9
Figure 20. – Example of harmony by similar in form and elements ............................................. 10
Figure 21. - Symmetrical and Asymmetrical compositions ........................................................... 10
Figure 22. – Symmetrical composition .......................................................................................... 10
Figure 23. – Contrast in shape, size, color, and scale .................................................................... 10
Figure 24. – Contrast in color ......................................................................................................... 10
Figure 25. – Bridge with unity ........................................................................................................ 11
Figure 26. – Examples of bridges designed to complement natural environment/area features 14
Figure 27. – Bridges as Landmarks................................................................................................. 14
Figure 28. – Ideal no. of haunch .................................................................................................... 16
Figure 29. – Configuration of haunch girder .................................................................................. 16
Figure 30. –Suggested dimensions of haunch depth ..................................................................... 16
Figure 31. –Suggested dimensions of haunch length .................................................................... 16
Figure 32. – Curving girder ............................................................................................................. 16
Figure 33. – Ideal angle for haunch girder ..................................................................................... 17
Figure 35. – Box girder in right angled connection ........................................................................ 17
Figure 34. – Actual sample of haunch design ................................................................................ 17
Figure 36. – Box girder in angled connection ................................................................................ 17
Figure 37. – Box girder in very acute angle connection ................................................................ 17
Figure 38. – Curved soffit box girder ............................................................................................. 18
Figure 39. – Rigid frame bridges .................................................................................................... 18
Figure 40. – Arch bridge sample .................................................................................................... 18
Figure 41. – Arch deck type on shallow structures ........................................................................ 19
Figure 42. – Steep arch deck type ................................................................................................. 19
Figure 43. – Series of Arches .......................................................................................................... 20
Figure 44. – Lack of superstructure consistency ........................................................................... 20
Figure 45. – Superstructure consistency example ......................................................................... 20
Figure 46. – Desirable Proportions of parapet .............................................................................. 21
Figure 47. – Parapet configuration ................................................................................................ 21
Figure 48. – Overhang and girder effects ...................................................................................... 22
Figure 49. – Overhang proportioning ............................................................................................ 22
Figure 50. – Pier Span Arrangement .............................................................................................. 23
Figure 51. – Span to Pier Height Ratio ........................................................................................... 24
Figure 52. – Consistent Proportions of Span Height ...................................................................... 24
Figure 53. – Family of piers that vary by width ............................................................................. 25
Figure 54. – Family of piers that vary by height ............................................................................ 25
Figure 55. – Pier width to Superstructure Depth Ratio ................................................................. 26
Figure 56. – Short & Tall pier classification.................................................................................... 26
Figure 57. – Undesirable pier cap treatment ................................................................................. 27
Figure 58. – Pier Cap considerations ............................................................................................. 27
Figure 60. – Beveled pier cap end guidelines opt. 1 ...................................................................... 27
Figure 59. – End Pier Cap treatment.............................................................................................. 27
Figure 61. – Beveled pier cap end opt. 2 ....................................................................................... 28
Figure 62. – Tapering tall pier ........................................................................................................ 28
Figure 63. – Hammerhead pier proportion guidelines .................................................................. 28
Figure 64. – Double hammerhead pier proportion guidelines ...................................................... 28
Figure 65. – Base length vs Pier length .......................................................................................... 29
Figure 66. - Suggested batter of V-shaped piers ........................................................................... 29
Figure 67. - The emphasis for tall piers; simplification and verticality .......................................... 29
Figure 68. – Abutment’s arrangement and their characteristics .................................................. 30
Figure 69. – Predominant abutment lines contrast horizontal flow ............................................. 30
Figure 70. – Predominant abutment lines complement horizontal flow ...................................... 30
Figure 71. – Vertical abutment face presents a static visual image horizontal flow ..................... 31
Figure 72. – Stub Abutment ........................................................................................................... 31
Figure 73. – Semi deep Abutment ................................................................................................. 31
Figure 74. – Deep Abutment .......................................................................................................... 31
Figure 75. – Methods of reducing the apparent height of an abutment ...................................... 31
Figure 76. – Bridge Curtilages Approach ....................................................................................... 33
Figure 77. – Colors Treatment ....................................................................................................... 34
Figure 78. – Texture Treatment ..................................................................................................... 37
Figure 79. – Concrete Quality ........................................................................................................ 39
Figure 80. – Feature lighting example ........................................................................................... 40
Figure 81. – Connections of structural components ..................................................................... 40
Figure 82. – Design of bridge abutment ........................................................................................ 41
Figure 83. – Design of bridge barrier ............................................................................................. 41
Figure 84. – Tapered Barrier .......................................................................................................... 41
Figure 85. – Integrated Safety Screen............................................................................................ 42
Figure 86. – Protective Fencing...................................................................................................... 42
Figure 87. – Integrated Signage on bridge ..................................................................................... 42
Figure 88. – Incorporated Lighting Fixtures on bridge .................................................................. 43
Figure 89. – Lighting in the handrail .............................................................................................. 43
Figure 90. – Closer space lower height lighting ............................................................................. 43
Figure 91. – New & Existing Separation ......................................................................................... 45
Figure 92. – Complementary design of bridges ............................................................................. 46
Figure 93. – Duplication of the Existing design .............................................................................. 46
Figure 94. – Complementing the character of the old bridge ....................................................... 47
Figure 95. – Adaptive re-use of an old bridge ............................................................................... 47
Figure 96. – Preserving the curtilage ............................................................................................. 48
Figure 97. – Good example of signage........................................................................................... 48
Figure 98. – Modern design of pedestrian bridge ......................................................................... 50
Figure 99. – Adopting the natural landform as a base of ramp..................................................... 50
Figure 100. – Consideration of site gradient ................................................................................. 50
Figure 102. – Harmonization of ramp, superstructure and its setting .......................................... 51
Figure 101. – United of Ramp and site gradient ............................................................................ 51
Figure 103. – Good examples of safety screens designed ............................................................. 52
Figure 104. – Lift and stair ............................................................................................................. 52
Figure 105. – Fauna Overpass ........................................................................................................ 53
Figure 106. – Example of arts in bridges ........................................................................................ 53
REFERENCES

AESTHETIC GUIDELINES FOR BRIDGE DESIGN


Department of Transportation, Minnesota, 1995

BRIDGE AESTHETICS, Centre for Urban Design


NSW Government, Transport Roads & Maritime Services, 2012

Bridge Aesthetics, Design guidelines to improve the appearance of bridges in NSW


The Government Architects Office | RTA Operations Directorate, Bridge Section | RTA
Road Network Infrastructure Directorate, Urban Design Section, 2003

BRIDGE ARCHITECTURE AND AESTHETICS


Caltrans, 2015

BRIDGE ARCHITECTURE SOURCEBOOK, Practical Ideas for Short and Medium Span
TRB, 2009

BRIDGE AESTHETICS FUNDAMENTALS


Joseph Showers, PE Chief Bridge Engineer Denver, Colorado, 2011

FIGURES CREDITS

NSW Government, Transport Roads & Maritime Services

Bridge Architecture Sourcebook, Practical Ideas for Short and Medium Span

Bridge Aesthetics Fundamentals

https://en.wikipedia.org

https://www.pinterest.co.uk/pin/91409067409897895/

http://www.lifebuzz.com/more-bridges/

http://www.railwaymedia.co.uk/Everythingelse/Places-Abroad/i-xJGXB8s

http://www.irancitytour.com/en/iran-cities/isfahan.html

https://wallpapersafari.com/wallpaper-golden-gate-bridge/

https://commons.wikimedia.org/wiki/File:Tower_Bridge_at_dusk.jpg

http://redlinetours.com/la/?p=1600http://redlinetours.com/la/?p=1600Red
http://www.bridgeofweek.com/2013/10/

http://www.campredon.com/camping-zuid-frankrijk-millau-en.html

https://saportareport.com/atlanta-streetcar-route-on-track-to-receive-new-wayfinding-signs/

http://www.touropia.com/tourist-attractions-in-sydney/

https://www.canvasholidays.co.uk/blog/2015/12/04/famous-bridges-in-europe/rialto-bridge-
venice/

https://www.hdrinc.com/portfolio/shenandoah-river-bridge

http://www.muvprojects.com/en/proyectos/puentes-y-estructuras/nou-pont-de-fusta/

https://au.pinterest.com/pin/11681280256135013/

http://blog.waterfrontoronto.ca/nbe/portal/wt/home/blog-
home/posts/underpass+park+competes+in+world+cities+day+challenge+01

https://au.pinterest.com/pin/490188740668528550/
C>91?III lJl'ciJ!t;
03~ Jh- ~/~
Republic of the Philippines
DEPARTMENT OF PUBLIC WORKS AND HIGHWAYS
OFFICE OF THE SECRETARY
Manila
'2 1 MAR 2018
DEPARTMENT ORDER ) SUBJECT: UPDATED STANDARD PLANS FOR
SINGLE SPAN BRIDGES AND

NO.
54 ~
)
ALTERNATIVE BRIDGE RAILINGS

Series of 201~~..,..li

In line with the issuance of Department Order No. 179 series of 2015, re: DPWH Design
Guidelines, Criteria and Standards (DGCS), 2015 Edition; updated standard plans for the
design of single span bridges and alternative bridge railings are now available for reference.

The issuance of these standard plans aims to ensure the safety, cost effectiveness and
development of high quality design of bridges adapting to the industry's best practice in
structural design. The said plans shall serve as guide for District Engineering Offices,
Regional Offices, Project Management Offices and Engineering Consultants in the
preparation of bridge plans based on the revised guidelines.

The updated standard plans consist of three (3) sets, covering the design details, design
criteria, material and construction specifications, as follows:

Set 1 - Alternative Bridge Railings


- 9 types
Set2- Single Span Reinforced Concrete Deck Girder (RCDG) Bridge
15 - meter span
18 - meter span
20 - meter span
Set 3 - Single Span Pre-stressed Concrete Deck Girder (PCDG) Bridge
20 - meter span
25 - meter span
30 - meter span
- 35 - meter span
- 40 - meter span

The aforementioned plans may be downloaded from the DPWH Intranet (http:dpwhnet)
under Bureau of Design - Standard Plans.

~~--
MARK A. VILLAR
Secretary
Depattrrent of Public Works and Highways
Office of the Secretary

1111111111111111111111111111111111111
WIN8R01458 .
f>l9,- I~/J ~v I/-
-tV- '/D~ ~/r
Republic of the Philippines
DEPARTMENT OF PUBLIC WORKS AND HIGHWAYS
OFFICE OF THE SECRETARY
Manila

o 6 APR 2018
DEPARTMENT ORDER ) SUBJECT PROCEDURES FOR ASSIGNMENT
) AND USE OF PROJECT IDs AND

NO.
61 _
)
)
PROJECT COMPONENT IDs

Series of 2018~.,·.li

All 2016 infrastructure (civil works) projects onwards, regardless of Fund Source, shall be
assigned Project IDs and Project Component IDs for management and monitoring purposes.
Project Component IDs shall be used to identify different components of the same project,
such as right-of-way and civil works, and also different types of infrastructure such as roads
and bridges.

All Project Component IDs shall be managed in the Multi Year Programming and Scheduling
application (MYPS), and shall be used in the Department's Project and Contract Management
Application (PCMA), as described in Department Order No.6, Series of 2016, or latest
issuance.

Project Component IDs from MYPSshall also be used in the Department's eBudget and eNGAS
(electronic National Government Accounting System) applications for 2016 onwards.

Planning Service shall be responsible for assignment of all Project IDs and Project Component
IDs for 2016 onwards. Prior year projects shall continue to be assigned Project IDs by the
Bureau of Construction - Project Monitoring Division for use in the Project Monitoring System
(PMS).

Definitions

A Project is a special agency undertaking within a definite timeframe and which is designed
to produce pre-determined works, goods or services. A civil works project includes the
construction, improvement, rehabilitation, demolition, repair, or restoration of roads, bridges,
flood control structures or other types of infrastructure. A Project must extend the life of an
asset by more than one (1) year.

For a Project to be fully defined in MYPS, it must include valid work locations, scope of works,
target, and planned start and end dates. Work location represents the site of the workjs
expressed in Section ID and kilometer stationing or chainages for National Roads, Bridge IDs
for National Bridges, or coordinates for other types of infrastructure.

A Project Component is a distinct element of a Project that needs to be tracked separately for
management and monitoring purposes. Valid types of Project Components are defined in the
Component Description Table. Separate types of infrastructure (such as roads and bridges)
are also tracked separately using unique Component IDs. In addition, each structure must be
defined as a separate Component to track it as an asset for the National Infrastructure Asset
Registry.

Project Component descriptions in MYPS shall accurately define the work being undertaken,
and no duplication ,of the Project Component descriptions shall be permitted within the same
Project.
D. O. No. ~ s, 2018
Procedures for Assignment and Use of Project IDs and Project COJi1ponentIDs
, Page 2 of 5

The format of the Project ID portion is as follows:

Proiect 8 DiQit Number Suffix Sample Proiect ID


P = Project 00000001 LZ = Luzon POOOOOO01LZ
00000002 VS = Visayas POOOOOO02VS
00000003 MN = Mindanao POOOOOO03MN
00000004 NP = Non Project POOOOOO04NP
00000005 LS = Lump Sum POOOOOO05LS

Format of Project Component IDs

A Project Component ID is made up of two portions, the Project ID and the Component ID,
separated by a dash "-".

The following is an example of a single Civil Works project containing four (4) distinct
components (Right-of-Way Acquisition, Road Construction, and two (2) Bridge Structures). In
this example, all Civil Works Components are numbered to create a unique Project Component
ID.

The Component portion of the Project Component ID includes an abbreviation for the
Component, based on the following list of abbreviations.

Component Description
Abbreviation
FS Feasibili Stud
DED Detailed En ineerin Desi n
CWD Desi n com onent of a Desi n & Build Pro'ect
ROW ROW1 Right of Way Acquisition
ROW2 Support to Operations (STO) funds for Right of
Wa Ac uisition
Road
Brid e
Flood Control
CW
Road Slope (to be used only when it is the major or
dominant e of work
Other Civil Works
DR Dred in /Desiltin
CS Construction Supervision (primarily used for Foreign
Assisted Pro'ects
EAO Engineering and Administrative Overhead (as defined in
D.O. 04 s.2018 .
LS Lump Sum (to be used in the interim of Itemization for
lannin ur ose onl . Not for financial transaction.
OTH Others, as yet unspecified components, particularly
those found under FAP projects e.g.
OTH1 = Maintenance
OTH2 = Institutional Capacity Development/Business
Processes Integration
OTH3 = Training
OTH4 = LGU assistance
D. O. NO.~,S. 2018
Procedures for Assignment and Use of Project IDs and Project Component IDs
Page 3 of 5

Civil works components under the same project shall be numbered 1, 2, 3 etc. to uniquely
identify them (e.g. CW1, CW2, etc.). -

Projects comprising "Design and Build" provisions shall have separate Project Component IDs
for the Detailed Engineering Design and the Civil Works, using the abbreviation CWD as
described in the above table for the Design portion.

Projects Implemented by DPWH on behalf of Other Agencies

All Projects implemented by DPWH on behalf of Other Agencies through a transfer of


appropriation from Department of Budget and Management (DBM) will be assigned a DPWH
Project ID and Project Component IDs as described above.

If the Other Agency has its own Project identifier, then this must also be stored as the Other
Agency Project Code in MYPS, in order to report on those projects according to the Other
Agency requirements.

The Programming Division of Planning Service will coordinate with the Other Agencies
regarding assignment of Other Agency Project Codes in MYPS.

Trust Projects

Trust Projects are those funded through checks received by the Department from another
agency for project implementation. These projects require a Memorandum of Agreement
(MOA) between the funding agency and the Department and shall be assigned Project IDs
and Component IDs. The Implementing Office Planning Engineer shall submit a copy of the
MOA and request the Project ID and Component ID from Planning Service, Programming
Division at the time the MOA is perfected.

MOAs that originate from Planning Service (Central Office) shall be coordinated with the
Planning Engineer of the respective Implementing Office, prior to MOA perfection, to agree
upon responsibilities and assign Project IDs and Component IDs. Planning Service shall
provide signed copies of all MOAs within seven (7) days after approval to the Implementing
Office concerned, Undersecretary for Operations, Bureau of Construction and Financial
Management Service.

Projects for Further Itemization (Lumo Sums)

The General Appropriations Act (GAA) may contain some Lump Sum Projects. These represent
budget items to be used for projects that have not been fully defined at the time of publishing
the GAA.

Lump Sum Projects in the GAA are assigned a Project ID with suffix "LS", Implementing Offices
shall coordinate with Planning Service to request itemization of Lump Sums into individual civil
works Project Components. PD is responsible for itemizing the Lump Sum Project in MYPS as
individual Civil Works Project Components as described above.

Foreign Assisted Projects

For Foreign Assisted Projects, the Unified Project Management Office (UPMO) shall coordinate
with Development Planning Division (DPD) of Planning Service. DPD shall assign Project IDs
and Project Component IDs based upon the signed loan agreements. UPMO shall
communicate any changes to the projects included in these loans upon approval of the
change, and DPD shall update MYPS accordingly.
D. O. No. ~, s. 2018
Procedures for Assignment and Use of Project IDs and Project Component IDs
Page 4 of 5

Non-Projects

Non-Projects are items in the Capital Outlay portion of the Department's budget, yet which do
not extend the life of an asset by more than one (1) year. Examples of Non-Projects are
budget items involving supply of equipment and/or materials, where the materials are not
part of a specific infrastructure project. Consultancy Services (excluding Detailed Engineering
Design), Goods and other planning related Projects (e.g. road condition surveys) are also
classified as Non-Projects.

Non-Projects are assigned a suffix of "NP", e.g. P00001234NP.

Other Types of Projects

For Motor Vehicle User Charge (MVUC), Maintenance and Building Projects the following shall
apply:

a) Projects, regardless of funding source, with useful life extending more than one (1)
year, are capitalized and therefore, must have a Project Component ID;
b) Routine Maintenance and Roadside Maintenance are classified as activities undertaken
to support operations and are not considered as projects. These are categorized as
expenses and are not assigned a Project ID or a Project Component ID.

Annual Infrastructure Program

The Programming Division shall publish the Annual Infrastructure Program Report on the
Department's intra net within seven (7) calendar days after publication of the General
Appropriations Act (GAA). Thereafter, changes shall be published on a weekly basis to reflect
approved Modifications, Augmentations, Itemizations of Lump Sum Projects, Terminated
Project Components, and Delisted Project Components.

Modifications and Augmentations shall be updated in MYPS by Programming Division within


five (5) calendar days upon receipt of the approved Modification and/or Augmentation.

The Programming Division will also publish Other Agency Projects in the same format on the
Department's intranet, within seven (7) calendar days upon receipt of complete project details
from the relevant external agencies.

Proiect Component IDs in Financial Transactions

Implementing Offices shall use the published Annual Infrastructure Program to obtain Project
Component IDs for eBudget and eNGAS for 2016 projects onwards.

No Contracts, Obligations or Disbursements for these projects shall be processed in the


Financial Management System (FiMS) without the proper Project Component ID defined in
MYPS and published in the Annual Infrastructure Program Reports.

UPMO Clusters shall itemize their respective General Appropriations Act (GAA) line items for
foreign-assisted loans and/or grants in MYPSat the time of the loan agreement, and for other
funding, no later than January 3pt each year.
D.O. NO.~,S. 2018
Procedures for Assignment and Use of Project IDs and Project Component IDs
Page 5 of 5

Termination of Project Components

Project Components may be terminated due to termination of a civil works contract. Upon
termination, the UPMO Engineers / Planning and Design Division / Section of the Implementing
Office, shall inform the Programming Division of the termination and provide a copy of the
order terminating the contract, in accordance with the procedures outlined in Department
Order No. 39, Series of 2015, or latest issuance. The Programming Division shall modify the
target of the respective Project Component accordingly, and establish a new Project
Component in MYPS to represent the balance of the terminated contract and target.

Expired Funding

Should a Project have expired funding, the Implementing Office shall be proactive in
requesting Planning Service to update MYPS in order to un publish the Project Component in
PCMA to allow more accurate reporting. MYPS will flag the Project funds as "expired" and
must retain the record of the project unless Department of Budget and Management (DBM)
will issue a negative Special Allotment Release Order (SARa). Without a negative SARa, there
is no such thing as a delisting. Projects designated as "expired funding" cannot have any past
disbursements. Once a project is marked non-implementable or delisted it cannot be
reinstated for implementation (meaning it cannot be used as a method to temporarily improve
accom piishments).

Non-Implementable Project

Should a Project be deemed "non-implementable" for whatever reason (e.g., no site, expired
funding, etc.), the Implementing Office shall be proactive in requesting Planning Service to
update MYPS in order to unpublish the Project Component in PCMA to allow more accurate
reporting. MYPS will flag the Project as non-implementable and must retain the record of the
project unless Department of Budget and Management (DBM) will issue a negative Special
Allotment Release Order (SARa). Without a negative SARa, there is no such thing as a
delisting .. Project Components designated as "non-implementable" cannot have any past
disbursements. Once a project is marked non-implementable or delisted it cannot be
reinstated for implementation (meaning it cannot be used as a method to temporarily improve
accom piishments).

Proiects from 2015 GM and earlier years

Department Order No. 56, Series of 2012 remains in effect for 2015 and prior year projects.
As per the Secretary's memorandum of December 6, 2015, these prior year projects shall
continue to be assigned Project IDs by the Bureau of Construction - Project Monitoring
Division, and shall continue to be monitored in the Project Monitoring System.

This Department Order shall take effect immediately and shall supersede DO 153, Series of
2016.

MARK A. VILLAR
Secreta ry
Departrrent of Public Works and Highways
Office of the Secretary

1111111111111111111111111111111111111
WIN8H01302
89'? B ,f}~.r,Jff
Republic of the Philippines "C¥- r:6, ~"jJ
DEPARTMENT OF PUBUC WORKS AND HIGHWAYS
OFFICE OF THE SECRETARY
Bonifacio Drive, Port Area, Manila

i1 3 APR 2018

DEPARTMENT ORDER ) SUBJECT: Revised Guidelines for the


) Implementation of DPWH Projects

NO.
Series of 201~
62 l
p<l.,It.,V
(by Administration or Contract) by
Local Government Units (LGUs)

PurDose

In line with the Department's current reforms to streamline and strengthen its policies and
procedures, the gUidelines set for the implementation of DPWH Projects by LGUs are hereby
revised to include the latest applicable laws and Department issuances.

1. Pertinent Laws and Department Issuances

1.1 The following provisions of existing laws serve as legal bases for the herein
guidelines for the implementation by LGUs of DPWH projects:

a. General Provision No. 90 of FY 2018 GAA

b. Special Provision No. 11 of FY 2018 GAA, DPWH Budget

c. R.A. 9184 and its Implementing Rules and Regulations

1.2 The following Department issuances, or the latest, likewise serve as guidelines for
the implementation by LGUs of DPWH Projects:

a. D.O. No. 13 Series of 2018 - Guidelines for the Preparation of Cost Estimates
for Traffic Management and Safety & Health Requirements for the Construction
and Maintenance of Roads, Bridges and Safety & Health Requirements for
School Buildings

b. D.O. No. 45 Series of 2017 - Amended Levels of Authorities of Officials of the


Department of Public Works and Highways for Procurement, Human Resource
and Financial Management.

c. D.O. No. 11 Series of 2017 - Inclusion of the Minimum Materials Testing


Equipment in the Technical Component of the Bid.

d. D.O. No. 193, Series of 2016 - Administrative Action on Contracts with


Negative Slippage in Accordance with Revised IRR of RA 9184.

e. D.O. No. 135 Series of 2015 - Strict Compliance to Road Works Safety & Traffic
Management and Construction Safety & Health Requirements during
Construction and Maintenance of Roads and Bridges.
f. D.O. No. 14, Series of 2007 - Authorizing the Release of initial Advance
Equivalent to fifty percent (50%) of Approved Project Cost for the
Implementation of DPWHProjects by the lGU.

g. D.O. No. 56, Series of 2005 - Guidelines for the Implementation of DOLED.O.
No. 13; Series of 1998, On Occupational Safety and Health in the Construction
Industry

2. General Guidelines

In accordance with the said provisions of existing laws, the following conditions must be
met before the DPWHSecretary can authorize an lGU to implement a DPWHProject:

2.1 The lGU shall submit a written request to DPWHto authorize the lGU to implement
the DPWHProject.

2.2 The lGU shall submit authority to enter into a Memorandum of Agreement (MOA)
with DPWH thru a Resolution from concerned Sangguniang Sayanj
PanglungsodjPanlalawiganfor the implementation of DPWHProjects.

2.3 The lGU must possess the demonstrated capability to implement the Project by
administration or by contract, as determined by the concerned DPWH District
Engineer, and approved by the Regional Director, using the evaluation criteria
prescribed in Item 3 hereof.

2.4 The lGU shall ensure that the Project is implemented in accordance with the
Program of Work, Plans, Specifications, Construction Methodology, Project Cost
(Budget) and Time Duration approved by the authorized DPWHofficial.

2.5 The lGU shall observe compliance with the Safety and Health requirements at
project site in accordance with DPWH D.O. No. 56 series of 2005, D.O. No. 135
series of 2015, and D.O. No. 13 series of 2018, or the latest relevant issuances.

2.6 The lGU shall be accountable for the Project funds releasedto it by the DPWH.

2.7 The designated DPWH Project Engineer should update the status of the project or
update any revision in implementation schedule in the Project and Contract
Management Application (PCMA)on a monthly basis.

2.8 If undertaken by administration, DPWHreserves the right to terminate the services


of the lGU if the negative slippage of the project they implemented goes beyond
15% in comparison to the original schedule due to reasons attributed to the poor
performance of the lGU in accordancewith DPWHD.O. No. 193, series of 2016.

If undertaken by contract, the lGU shall terminate the services of the contractor
due to reasons attributed to the poor performance of the contractor in accordance
with the said D.O.

2.9 The DPWH shall exercise technical supervision over the project pursuant to the
provisions of the GAA.

2.10 The lGU shall comply with the DPWH Material Testing requirements and quality
control pO,liciesof the DPWHin the implementation of DPWHProject.
2.11 The LGU shall give full and complete access to DPWH Inspectorate Teams in the
conduct of site inspection to ensure compliance to plans and specifications,
quantity and quality of materials incorporated, and the completed works on the
Project.

2.12 The DPWH shall release to the LGUan initial cash advance equivalent to fifty
percent (50%) of the approved Project Cost. The DPWHshall release subsequent
cash funds to the LGU only after the latter has liquidated previous cash advances
based on Liquidation Reports certified correct by the LGU Treasurer/Accountant
and verified and found correct by the ResidentAuditor of the Commissionon Audit.

2.13 If Implemented by Administration:

a. The LGUshall implement the Project by itself, i.e., by administration only.

The Regional Director/District Engineer shall submit a copy of their approved


Annual Procurement Plan (APP), if the original mode of procurement
recommended in the APPwas Public Bidding but cannot be ultimately pursued,
or the project to be undertaken by Administration has not been previously
included, the BAC, through a Resolution, shall justify and recommend the
change in the mode of procurement.

b. For projects funded by the National Government and implemented by LGU, the
latter shall be required to post the necessary warranty security in accordance
with Section 62 of RA 9184 and its Implementing Rulesand Regulations (IRR).

c. The LGU shall, to the extent feasible, use labor-based equipment-supported


methods in implementing the Project.

d. The LGUshall start the project within fifteen (15) days from the approval of the
MOA and shall complete the Project within the duration as stipulated in the
approved MOA.

e. Upon the satisfactory completion by the LGU of the Project, as certified by the
designated DPWH Inspectorate Team, the DPWH Regional Director/District
Engineer shall issue to the LGU the corresponding Certificate of Project
Completion.

f. Within one (1) year after the issuance of the Certificate of Project Completion,
the LGU shall correct, at its own expense, all defects discovered in the Project
due to faulty construction or use of substandard materials. After this one-year
period and after the Project is certified by the DPWH Inspectorate Team as
having no defect, the DPWH Regional Director/District Engineer shall issue to
the LGUthe Certificate of Project Acceptance.

2.14 If Implemented by Contract:

a. The LGU has an established Bid and Awards Committee (BAC) in accordance
with Section 11.2.3 of IRR of R.A. 9184.

b. The LGU shall undertake the procurement for the project through Competitive
Bidding in accordancewith R.A. 9184 and its IRR.
c. The LGU shall ensure that all participating/qualified bidders are registered in the
DPWH Civil Works Registry.

d. The LGU shall evaluate and approve, in coordination with DPWH, all requests for
Variation Orders, Work Suspension and Resumption Orders, Time Extension and
other similar request by the contractor.

e. The DPWH and- the LGU shall conduct final inspection of the completed works
and recommend jointly the issuance of the Certificate of Project Completion to
the contractor after having satisfied that the project has been completed in
accordance with the approved plans and specifications and shall likewise issue
Certificate of Acceptance one (1) year after the project is verified by DPWH and
LGU representatives as having no defect.

3. Criteria for Determinina the CaDability of an LGU

3.1 The DPWH District Engineer concerned shall evaluate and determine the
demonstrated capability of an LGU to implement a Project by administration or by
contract, on the basis of the following criteria:

a. Experience or track record of the LGU to implement the proposed DPWH Project.

b. Organization and personnel of the LGU for the proposed Project.

c. Financial and procurement management systems of the LGU.

d. Minimum Material Testing Equipment for the proposed project.

If undertaken by Administration:

e. Maintenance condition of the local roads under the LGU.

f. Construction equipment of the LGU for the proposed Project.

If undertaken by Contract:

g. Compliance to Section 11.2.3 of IRR of R.A. 9184 BAC Composition for LGUs

3.2 The details of these evaluation criteria, including the measurable indicators
thereof and their application, are given in the prescribed evaluation format in
Annexes "A and B", which shall be prepared and submitted by the District
Engineer and approved by the Regional Director.

4. Project Memorandum of Agreement

4.1 Every Project to be undertaken by an LGU in accordan~e with the provisions of


this Department Order shall be covered by a Project Memorandum of Agreement
(MOA) to be entered into by and between the DPWH and the LGU concerned,
using the format in Annexes "C and D".
4.2 The DPWHofficials authorized to enter into and approve the said MOA shall be in
accordance with the latest Levels of Authorities of Officials of the DPWH for
Procurement.

5. Coordination with ImDIementin9 Offices

5.1 The LGU must coordinate with the responsible DPWHUnit in the execution of the
MOA.

6. Effectivity

This Order supersedes Department Order No. 62, series of 2015, and takes effect
immediately.
6 ~
\ _

r ----
MARK A. VILLAR
Secretary

6.1.4 MIP/WRO
Department of Public Works and Highways
Office of the Secretary

1111111111111111111111111111111111111
WIN8W02062
ANNEX A

EVALUATION OF CAPABILITY OF LOCAL GOVERNMENT UNIT (LGU)


TO IMPLEMENT DPWH INFRASTRUCTURE PROJECTS BY ADMINISTRATION

Name of LGU: ___________________________ Date of Evaluation: ______________


Name of Project proposed to be implemented by LGU: ___________________________

Estimated Project Cost: __________________________

CRITERIA APPLICATION

1. Maintenance Condition of Local (LGU) Roads

1.1 The LGU must have maintained its Local Roads Actual condition rating of
to a "fair" to "satisfactory" level, using the road Local Roads: ______________
condition ratings of RBIA. As of (date):_______________

2. Experience or Track Record relevant to


the proposed Project

2.1 The cost of the largest single relevant project Cost of largest project completed by
completed by the LGU within the last three years LGU: ____________________
should be at least 50% of the estimated cost of versus
the Project. 50% of estimated cost of proposed
Project: ________________

2.2 The cost of the completed largest single relevant Cost of largest project managed by key
project managed within the last three years by LGU personnel: ____________
the key LGU personnel to be assigned to the versus
Project (Project Manager to Foreman) should be 50% of estimated cost of proposed
at least 50% of the estimated cost of the Project: ________________
Project.

3. Organization and Personnel for the Project

3.1 The LGU must have the required key Personnel Yes / No
from its Engineering Office who are available to
undertake, supervise, and manage the Project
by administration.
4. Material Testing Equipment for the Project

4.1 The LGU has minimum material testing Yes / No


equipment for the Project.

5. Construction Equipment for the Project

5.1 The LGU must commit for the Project the Yes / No
required minimum owned /leased equipment.

6. Financial and Procurement Management

6.1 The LGU must have satisfactory performance in Yes / No


the procurement management as indicated by
the absence of adverse findings in the latest
COA audit report.

6.2 The LGU must have fully liquidated its previous Yes / No if yes please attach
cash advances from the DPWH. Liquidation Report
from LGU Treasurer/
Accountant

CONCLUSION:
Based on this evaluation, the LGU is:
capable of implementing the subject Project by contract.
not capable of implementing the subject Project by contract.

Submitted by: Approved by:

_______________________________ ________________________________
DPWH District Engineer DPWH Regional Director
ANNEX B

EVALUATION OF CAPABILITY OF LOCAL GOVERNMENT UNIT (LGU)


TO IMPLEMENT DPWH INFRASTRUCTURE PROJECTS BY CONTRACT

Name of LGU: ___________________________ Date of Evaluation: ______________


Name of Project proposed to be implemented by LGU: ___________________________

Estimated Project Cost: __________________________

CRITERIA APPLICATION

1. Experience or Track Record relevant to


the proposed Project

1.1 The cost of the largest single relevant/ similar Cost of largest project completed by
project completed by the LGU within the last LGU: ____________________
three years should be at least 50% of the versus
estimated cost of the Project. 50% of estimated cost of proposed
Project:________________

1.2 The cost of the largest single relevant/ similar Cost of largest project managed by
project managed/supervised within the last key LGU personnel: ____________
three years by the key LGU personnel to be versus
assigned to the Project (Project Manager, 50% of estimated cost of proposed
Project Engineer) should be at least 50% of the Project: ________________
estimated cost of the Project.

2. Organization and Personnel for the Project

2.1 The LGU must have the required key Personnel Yes / No
from its Engineering Office who are available to
supervise and manage the Project by contract.

3. Material Testing Equipment for the Project

3.1 The LGU has minimum material testing Yes / No


equipment for the Project.
4. Financial and Procurement Management

4.1 The LGU has an established BAC Composition in Yes / No if yes please attach
accordance with Section 11.2.3 of RA 9184 and copy of
its Implementing Rules and Regulation. Organizational
Chart

4.2 The LGU must have satisfactory performance in Yes / No


procurement management as indicated by the
absence of adverse findings in the latest COA
audit report.

4.3 The LGU has the absorptive capacity to Yes / No if yes please attach
undertake the project in accordance with their latest Physical and
established target. Financial Report

4.4 The LGU must have fully liquidated its previous Yes / No if yes please attach
cash advances from the DPWH. Liquidation Report
from LGU
Treasurer/
Accountant

CONCLUSION:
Based on this evaluation, the LGU is:

capable of implementing the subject Project by contract.

not capable of implementing the subject Project by contract.

Submitted by: Approved by:

_______________________________ ________________________________
DPWH District Engineer DPWH Regional Director
ANNEX C

PROJECT MEMORANDUM OF AGREEMENT (MOA) BETWEEN DPWH AND


Treasurer

THE LGU FOR THE IMPLEMENTATION OF A DPWH PROJECT


BY ADMINISTRATION

This Memorandum of Agreement (MOA) entered into by and between;


Local Government Unit

The Department of Public Works and Highways, herein represented by


Authorized Official

its Regional Director/District Engineer, ______________________, and


hereinafter referred to as the DPWH;
Represented by:

and

The Local Government Unit, herein represented by its Authorized


Official, __________________, and hereinafter referred to as the LGU.

WITNESSETH
Accountant/Fiscal Comptroller

WHEREAS, Section 90 of the General Provisions of the General Appropriation


Act of Fiscal Year 2018 (RA No. 10964), provides that “the National Government
may designate LGUs as implementing agencies for public works infrastructure
projects and other programs, services and facilities, including the construction of
local roads and facilities appropriated in this Act”, subject to the following:

(a) The LGU has the capability to implement the foregoing by administration or
contract and in accordance with the design, plan, specification, and such other
standards and policies of the National Government;
Department of Public Works & Highways

(b) The LGU-recipient of nationally funded public works and infrastructure projects
and other programs, services and facilities shall commit to fund the cost of
_____________________________
Regional Director/District Engineer

maintenance and repairs thereof; and

(c) The amount released to the LGUs shall be recorded as trust funds to be used
for the specific purpose.

WHEREAS, Special Provision No. 11 of FY 2018 GAA, DPWH Budget, provides


that “Restriction on Delegation of Project Implementation. The implementation of
Represented by:

infrastructure projects may only be delegated in the following instances: (1) the AFP
Corps of Engineers in high security risk areas; (ii) inter-department or inter-agency
projects; and (iii) LGUs with the capability to implement projects either by
administration or contract as determined by DPWH.” Notwithstanding the above
delegation, the DPWH shall exercise technical supervision overall delegated projects.
WHEREAS, the DPWH issued Department Order No. ___ dated
_____________, which sets the revised guidelines, including rules and procedures
for the implementation by the LGUs of DPWH Project;

WHEREAS, in accordance with the said Department Order, the LGU has
submitted to the DPWH a written request for the DPWH to authorize the LGU to
implement the DPWH Project by administration.
Treasurer

WHEREAS, in accordance with the same Department Order, the DPWH has
determined that the LGU has the demonstrated capability to undertake the said
Project by administration.

NOW THEREFORE, in consideration of the foregoing premises, Parties to


Local Government Unit

this MOA hereby agree on the following terms and conditions;


Authorized Official
Represented by:

ARTCILE I – PROJECT COVERAGE

Section 1.1 This MOA covers the implementation by the LGU of DPWH
Project hereinafter called the _________________________
_________________________________________ in the amount of
P_______________________.
Accountant/Fiscal Comptroller

ARTICLE II – PROJECT IMPLEMENTATION

Section 2.1 The LGU shall implement the Project by administration only, in
accordance with the Program of Work, Plans, Specification, Project Cost, and Time
Duration approved by the DPWH Official concerned.

Any violation of this mode of implementation shall automatically nullify this


Department of Public Works & Highways

agreement.

Section 2.2 The LGU shall comply with the DPWH Material Testing
_____________________________
Regional Director/District Engineer

requirements and quality control policies of the DPWH in the implementation


of DPWH Project.

Section 2.3 The LGU shall, to the extent feasible, use labor-based
equipment-supported methods in implementing the projects.

Section 2.4 The LGU shall start the project within fifteen (15) days from the
Represented by:

approval of the MOA and shall complete the Project within the period of _______
calendar days.

Section 2.5 The designated DPWH Project Engineer should update the
status of the project or update any revision in implementation schedule in the Project
and Contract Management Application (PCMA) on a monthly basis.
Section 2.6 The LGU shall give full and complete access to DPWH
Inspectorate Teams in the conduct of site inspection to ensure compliance to
plans and specifications, quantity and quality of materials incorporated, and
the completed works on the Project.

Section 2.7 Upon the satisfactory completion by the LGU of the Project as
verified by the designated DPWH Inspectorate Team, the DPWH Regional
Director/District Engineer shall issue to the LGU the corresponding Certificate of
Project Completion.
Treasurer

Section 2.8 Within one (1) year after the issuance of the Certificate of
Project Completion, the LGU shall correct, at its own expense, all defects discovered
in the Project due to faulty construction or use of substandard materials. After this
one-year period and after the Project is verified by the DPWH Inspectorate Team as
having no defect, the DPWH Regional Director/District Engineer shall issue to the
Local Government Unit

LGU the Certificate of Project Acceptance.


Authorized Official

Section 2.9 DPWH reserves the right to terminate the services of the LGU if
Represented by:

the negative slippage goes beyond 15% in comparison to the original schedule due
to reasons attributed to the poor performance of the LGU in accordance with DPWH
Department Order No. 193, series of 2016 “Administrative Action on Contract with
Negative Slippage in Accordance with the Revised IRR of R.A. 9184.”

Section 2.10 The DPWH shall exercise technical supervision over the project
pursuant to the provisions of the GAA.
Accountant/Fiscal Comptroller

Section 2.11 The LGU shall observe/comply with the Safety and Health
requirements at project site in compliance with DPWH D.O. No.56 series of 2005,
D.O. No. 135 series of 2015 and D.O. No. 13 series of 2018, or the latest relevant
issuances.

Section 2.12 To guarantee that the LGU shall perform his responsibilities,
the latter shall post the necessary warranty security in accordance with Section 62 of
the IRR of RA 9184.
Department of Public Works & Highways

ARTCILE III – PROJECT FUNDING

Section 3.1 The Regional Director/District Engineer shall issue to the LGU a
_____________________________
Regional Director/District Engineer

Letter of Advice of Allotment (LAA) equivalent to the approved Project Cost based on
the allotment authorized by the Department of Budget and Management (DBM). The
LAA shall serve as the obligational authority of the LGU to implement the Project.

Section 3.2 The LGU shall be fully accountable for all funds for the Project
released to it by the DPWH.
Represented by:

Section 3.3 The DPWH shall release to the LGU an initial cash advance for
the Project equivalent to fifty percent (50%) of the obligational authority (or Project
Cost). The LGU shall take up the said cash advance as a Trust Deposit in a separate
checking account with a Government depository bank.
Section 3.4 The DPWH shall release to the LGU succeeding cash funds for
the PROJECT equivalent to the amounts of actual accomplishment subject however
that previous cash advances be liquidated, based on Liquidation Reports signed by
the LGU Treasurer/ Accountant and verified and found correct by the LGU Resident
Auditor of the Commission on Audit per COA Circular No. 94-013 dated 13 December
1994.

ARTICLE IV – EFFECTIVITY

Section 4.1 This MOA shall take effect upon approval thereof by the DPWH
Authorized Official and shall remain in force until the completion of the Project,
unless mutually terminated earlier by the said Parties.

Section 4.2 Either Party to this MOA may initiate its termination in the event
of a default by the other Party of any of its obligations thereunder.

Section 4.3 In the event of MOA termination, an accounting/inventory of the


project shall be conducted jointly by the DPWH and COA to determine acceptability
of the completed works. The LGU shall return to DPWH any unused or unexpended
balance of funds and likewise refund any disallowance due to misappropriation and
defects discovered due to faulty construction and the use of substandard materials.

IN WITNESS WHEREOF, the Parties hereto have affixed their signatures at


_______________, this _________________ day of _____________________.

For the LGU: For the DPWH:

Authorized Official Regional Director/District Engineer

W I T N E S S E S:

_________________________ _____________________________
Treasurer Accountant/Fiscal Comptroller

APPROVED BY:

Secretary/Regional Director
Republic of the Philippines )
)
)

ACKNOWLEDGEMENT

BEFORE ME, a Notary Public for and in


________________________________________, this ________ day of
________________________________________, personnally appeared the
following persons presenting to me competent proof of their identity:

NAME PROOF OF IDENTITY DATE/PLACE ISSUED

LGU-Authorized Official ________________ _______________

DPWH-Secretary/ _______________ _______________


Regional Director

Known to me and to me known to be the same persons who executed the


foregoing instrument and they acknowledged to me that same is their free and
voluntary act and deed and that of the institutions they represent.

This instrument, consisting of five (5) pages, including this page whereon this
Acknowledgement is written, refers to a Memorandum of Agreement between the
LGU and the Department of Public Works and Highways signed by the parties
together with their instrumental witnesses on each and every page thereof.

WITNESS MY HAND AND SEAL, on the place above written.

Doc. No. _______________ _____________________


Page No. _______________ Notary Public
Book No. _______________ Until ________________
Series of _______________ PTR No. ________________
Issued on _______________
at _______________
ANNEX D

PROJECT MEMORANDUM OF AGREEMENT (MOA) BETWEEN DPWH AND


THE LGU FOR THE IMPLEMENTATION OF A DPWH PROJECT BY CONTRACT
Treasurer

This Memorandum of Agreement (MOA) entered into by and


between;

The Department of Public Works and Highways, herein represented by


Authorized Official
Local Government Unit

its Regional Director/District Engineer, ______________________, and


hereinafter referred to as the DPWH;

and
Represented by:

The Local Government Unit, herein represented by its Authorized


Official, __________________, and hereinafter referred to as the LGU.

WITNESSETH
Regional Director/District Engineer Accountant/Fiscal Comptroller

WHEREAS, Section 90 of the General Provisions of the General Appropriation


Act of Fiscal Year 2018 (RA No. 10964), provides that “the National Government
may designate LGUs as implementing agencies for public works infrastructure
projects and other programs, services and facilities, including the construction of
local roads and facilities appropriated in this Act”, subject to the following:

(a) The LGU has the capability to implement the foregoing by administration or
contract and in accordance with the design, plan, specification, and such other
standards and policies of the National Government;
Department of Public Works & Highways

(b) The LGU-recipient of nationally funded public works and infrastructure projects
and other programs, services and facilities shall commit to fund the cost of
_____________________________

maintenance and repairs thereof; and

(c) The amount released to the LGUs shall be recorded as trust funds to be used
for the specific purpose.

WHEREAS, Special Provision No. 11 of FY 2018 GAA, DPWH Budget, provides


that “Restriction on Delegation of Project Implementation. The implementation of
Represented by:

infrastructure projects may only be delegated in the following instances: (1) the AFP
Corps of Engineers in high security risk areas; (ii) inter-department or inter-agency
projects; and (iii) LGUs with the capability to implement projects either by
administration or contract as determined by DPWH”. Notwithstanding the above
delegation, the DPWH shall exercise technical supervision over all delegated projects.
TreasurerTreasurer WHEREAS, the DPWH issued Department Order No. ___ dated
_____________, which sets the revised guidelines, including rules and
procedures for the implementation by the LGUs of DPWH Project;

WHEREAS, in accordance with the said Department Order, the LGU has
submitted to the DPWH a written request for the DPWH to authorize the LGU to
implement the DPWH Project by contract.

WHEREAS, in accordance with the same Department Order, the DPWH has
LGU/Other Agency

Official

determined that the LGU has the demonstrated capability to undertake the said
Unit

Project by contract.
by:

Official
Local Government
Represented

Authorized

NOW THEREFORE, in consideration of the foregoing premises, Parties to


by:

this MOA hereby agree on the following terms and conditions;


Authorized
Represented

ARTCILE I – PROJECT COVERAGE

Section 1.1 This MOA covers the implementation by the LGU of DPWH
Project hereinafter called the _________________________
Comptroller

_________________________________________ in the amount of


P_______________________.
Comptroller

ARTICLE II – PROJECT IMPLEMENTATION


Accountant/Fiscal

Section 2.1 The LGU shall undertake the procurement for the project
through Competitive Bidding in accordance with RA 9184 and its Implementing Rules
Accountant/Fiscal

and Regulations.
& Highways

Section 2.2 The LGU shall ensure that all participating/ qualified bidders are
registered in the DPWH Civil Works Registry.
& Highways

Section 2.3 The LGU shall implement the project in accordance with the
Engineer
____________________________

approved Program of Works, Plans and Specifications, Construction Methodology,


Works

_____________________________

Project Cost (Budget) and Time Duration approved by DPWH Official.


Engineer
Director/District
Works

Section 2.4 The LGU shall comply with the DPWH Material Testing
of Public

requirements and quality control policies of the DPWH in the implementation of


Director/District

DPWH Project.
of Public
Represented by:

Section 2.5 The LGU shall evaluate and approve, in coordination with
Department
by:

DPWH, all requests for Variation Orders, Work Suspension and Resumption Orders,
Regional

Time Extension and other similar request by the contractor.


Department
Represented

Regional

Section 2.6 The LGU shall give full and complete access to DPWH
Inspectorate Teams in the conduct of site inspection to ensure compliance to plans
and specification, quantity and quality of materials incorporated and the completed
works of the project.

Section 2.7 The LGU shall observe/comply with the Safety and Health
requirements at project site in compliance with DPWH D.O. No. 56 series of 2005,
D.O. No. 135 series of 2015 and D.O. No. 13 series of 2018 or the latest relevant
issuances.

Section 2.8 The designated DPWH Project Engineer should update the
status of the project or update any revision in implementation schedule in the Project
Treasurer

and Contract Management Application (PCMA) on a monthly basis.

Section 2.9 The LGU shall terminate the services of the contractor due to
reasons attributed to the poor performance of the contractor in accordance with
DPWH Department Order No. 193, series of 2016 “Administrative Action on Contract
Local Government Unit

with Negative Slippage in Accordance with the Revised IRR of R.A. 9184.”
Authorized Official

Section 2.10 The DPWH shall exercise technical supervision over the project
pursuant to the provisions of the GAA.
Represented by:

Section 2.11 The DPWH and the LGU shall conduct final inspection of the
completed works and recommend jointly the issuance of the Certificate of Project
Completion to the contractor after having satisfied that the project has been
completed in accordance with the approved plans and specifications and shall
likewise issue Certificate of Acceptance one (1) year after the project is verified by
DPWH and LGU representatives as having no defects.
Accountant/Fiscal Comptroller

ARTCILE III – PROJECT FUNDING

Section 3.1 The Regional Director/District Engineer shall issue to the LGU
Certification as to Availability of Funds or a Letter of Advice of Allotment (LAA)
equivalent to the approved Project Cost based on the allotment authorized by the
Department of Budget and Management (DBM). The Certification of Availability of
Funds LAA shall serve as the obligational authority of the LGU to implement the
Project.
Department of Public Works & Highways

Section 3.2 The LGU shall be fully accountable for all funds for the Project
released to it by the DPWH.
_____________________________

Section 3.3 The DPWH shall release to the LGU an initial cash advance for
Regional Director/District Engineer

the Project equivalent to fifty percent (50%) of the obligational authority (or Project
Cost). The LGU shall take up the said cash advance as a Trust Deposit in a separate
checking account with a Government depository bank.

Section 3.4 The DPWH shall release to the LGU succeeding cash funds for
the Project equivalent to the amounts of actual accomplishment subject however
that previous cash advances be liquidated, based on Liquidation Reports signed by
Represented by:

the LGU Treasurer/ Accountant and verified and found correct by the LGU Resident
Auditor of the Commission on Audit per COA Circular No. 94-013 dated 13 December
1994.
ARTICLE IV – EFFECTIVITY

Section 4.1 This MOA shall take effect upon approval thereof by the DPWH
Authorized Officials and shall remain in force until the completion of the Project,
unless mutually terminated earlier by the said Parties.

Section 4.2 Either Party to this MOA may initiate its termination in the event
of a default by the other Party of any of its obligations thereunder.

Section 4.3 In the event of MOA termination, an accounting/inventory of the


project shall be conducted jointly by the LGU, DPWH, Contractor and COA to
determine the quality and acceptability of the completed works. The LGU shall return
to DPWH any unused or unexpended balance of funds and likewise refund any
disallowance due to misappropriation and defects discovered due to faulty
construction and the use of substandard materials.

IN WITNESS WHEREOF, the Parties hereto have affixed their signatures at


_______________, this _________________ day of _____________________.

For the LGU: For the DPWH:

Authorized Official Regional Director/District Engineer

W I T N E S S E S:

_________________________ _____________________________
Treasurer Accountant/Fiscal Comptroller

APPROVED BY:

Secretary/Regional Director
Republic of the Philippines )
)
)

ACKNOWLEDGEMENT

BEFORE ME, a Notary Public for and in


________________________________________, this ________ day of
________________________________________, personnally appeared the
following persons presenting to me competent proof of their identity:

NAME PROOF OF IDENTITY DATE/PLACE ISSUED

LGU-Authorized Official ________________ _______________

DPWH-Secretary/ _______________ _______________


Regional Director

Known to me and to me known to be the same persons who executed the


foregoing instrument and they acknowledged to me that same is their free and
voluntary act and deed and that of the institutions they represent.

This instrument, consisting of five (5) pages, including this page whereon this
Acknowledgement is written, refers to a Memorandum of Agreement between the
LGU and the Department of Public Works and Highways signed by the parties
together with their instrumental witnesses on each and every page thereof.

WITNESS MY HAND AND SEAL, on the place above written.

Doc. No. _______________ _____________________


Page No. _______________ Notary Public
Book No. _______________ Until ________________
Series of _______________ PTR No. ________________
Issued on _______________
at _______________
t11~43,p/,.}#
"V: t1r/. JAY.r
Republic of the Philippines
DEPARTMENT OF PUBLIC WORKS AND HIGHWAYS
OFFICE OF THE SECRETARY
Manila

o2 MAY 2018
DEPARTMENT ORDER ) SUBJECT: REVISED GUIDELINES FOR THE
) ESTABLISHMENT OF CONSTRUCTION

NO. 72 _
)
)
MATERIALS PRICE,
LABOR AND EQUIPMENT
STANDARD
RENTAL
/A &f bt/. Ij' RATES DATABASE
Series of 2018Kj .

In line with the establishment of a standard database for the prices of construction materials
and labor as well as equipment rental rates for use in the pay items in the preparation of
Program of Work (POW), Approved Budget for the Contract (ABC) and Detailed Unit Price
Analysis for infrastructure projects, the Bureau of Construction and all Regional/District Offices
nationwide shall adopt the attached guidelines.

To ensure its continuous and proper implementation and to institutionalize functions versus
use of committees, the functions of the Central Office Price Monitoring Committee as
stipulated in Department Order No. 71, Series of 2012 are hereby transferred to the Bureau
of Construction.

The Pre-Construction Division of the Bureau of Construction (PCD-BOC) headed by a Division


Chief shall serve as the Central Office Technical Working Group (COTWG) to assist the Bureau
of Construction Director in discharging the tasks stipulated in Annex A. For the
Regional/District Engineering Offices Price Monitoring Committee and Technical Working
Group, hereunder are their compositions.

REGIONAL OFFICE PRICE MONITORING COMMITTEE (ROPMC)

Head Assistant Regional Director


Members Chief, Construction Division
Chief, Planning and Design Division
Chief, Maintenance Division
Chief, Materials Quality Control and Hydrology Division
Chief, Equipment Maintenance Division

The Construction Division headed by the Division Chief shall serve as the Regional
Office Technical Working Group (ROTWG) to assist the ROPMC.

DISTRICT ENGINEERING OFFICE PRICE MONITORING COMMITTEE


(DEOPMC)

Head Assistant District Engineer


Members Chief, Construction Section
Chief, Planning and Design Section
Chief, Maintenance Section
Chief, Materials Quality Control Section
Representative, Area EquipmentSection
D.O. No. ~
Series of >f> tst
Page 2 of 2

The Construction Section headed by the Section Chief shall serve as the District
Engineering Office Technical Working Group (DEOTWG) to assist the DEOPMC.

The Guidelines for the Establishment of Construction Materials Price Data, Standard Labor and
Equipment Rental Rates is attached as Annex A, Procedural Flow for Generating Construction
Materials Price Data as
Annex B of thiS issuante and Annex C Ct'lecklist of supporting
Documents and Attachments for Quarterly Submission of Construction Materials Price Data
including Standard Forms.

The District Engineer, DEOPMC, concerned DEOTWG member and Construction Materials Price
Surveyor (CMPS)in the district level, the ROPMC ~nd (;oncerned ROTWG member in the
regional level, and concerned COTWG member shall be held responsible and accountable to
the correctness and reasonableness of the materials unit price data that they generated,
validated and submitted.

Any designated ROPMCjDEOPMC and all TWG members not complying with the gUidelines
and deadlines Shall be sanctioned pursuant to the exPressed provisiohS of Sectioh 22 c, Rule
XIV, Book V of Executive Order No. 292, Series of 1987, the corresponding penalties for
violation of reasonable office rules and regulations are as follows:

1st Offense Reprimand


2nd Offense Suspension from one (1) to thirty (30) d()ys
3rd Offense Dismissal

This Order takes effect immediately and supersedes D.O. No. 71, Series of 2012, Guidelines
for the Establishment of Construction Materials Price, Standard Labor and Equipment Rental
Rates Database.

~~--
MARK A. VILLAR
Secretary

6.1 WROIEKS
Department of Public Works snd Highways
Office of the Secretary

1111I11 11111111111111111111111111111
WIN8W02068
Annex A

D.O. No. ~s.2018


Page 1 of 12

ANNEX 'A'
GUIDELINES FOR THE ESTABLISHMENT OF CONSTRUCTION MATERIALS PRICE,
STANDARD LABOR AND EQUIPMENT RENTAL RATES DATABASE
-~

OVERALL OBJECTIVE

To establish/provide a standard database for Materials Price, Labor, and Equipment Rental
Rates for use in the pay items in the preparation of the Program of Works (POW), Approved
Budget for the Contract (ABC) and Detailed Unit Price Analysis (DUPA), including new items
of work involved in Variation Order (V.O).

Part I - Standard Pricing of Construction Materials

1.1 Objectives

1.1.1 To provide comprehensive and up-to-date information on the unit prices of materials
that are locally supplied construction items of work/project activities, in accordance
with a given specification considering their variability from one region to another.

1.1.2 To establish a method of control/regulation and monitoring for the unit prices of
construction materials nationwide for all items of construction works.

1.1.3 To provide an updated quarterly publication of construction material prices and other
pertinent cost data relevant to the construction industry with greater emphasis on the
Department of Public Works and Highways' (DPWH's) development, implementation
and maintenance programs for infrastructure/s (roads, bridges, buildings, water supply,
etc. ) .

1.1.4 To serve as take-off point for future construction database requirements/application,


such as project networking, scheduling and control, evaluation of a project's program
of works and other contract documents, cost estimating and engineering design.

1.1.5 To provide DPWH top management with relevant and up-to-date information on cost
of construction materials to serve as database reference in the use of the proposed
standard cost sheets for all pay items, and basis for policy decision-making in the areas
of cost optimization and alternative design selection.

1.2 Definition

. 1.2.1 For locally produced/supplied materials, the prevailing market price shall be the price
of construction materials within the concerned District Engineering Office's (DEO's)
area of responsibility, provided by the suppliers/distributors in current (the quarter
being reported) dealing/business transaction with customers.

1.2.2 For locally produced/supplied materials, the unit price shall be the prevailing market
pick-up price within the concerned DEO's area of responsibility, per unit of measure of
construction materials, as provided by the suppliers/distributors.
"

Annex A

D.O. No. -.1Ls.2018


Page 2 o( 12

1.2.3 For materials of foreign origin, unit price shall be the prevailing market price, per unit
measure of construction materials, actually provided by the manufacturers/suppliers
recommended and/or approved by the al,Jthorized officials of the DPWH or those that
have supplied DPWH projects with the same materials, within the last three years, in
current (the quarter being reported) dealing/business transaction with customers. The
said unit price/s shall be the landed cost of the materials on site, which shall include
sea freight charges, custom duties, hauling cost and other relevant charges.

1.2.4 The Construction Materials Price Surveyor/s (CMPS) of the DEO shall refer to the
designated/authorized personnel coming from any section of the DEO and duly
appointed by the concerned District Engineer, who shall conduct actual field survey,
collect all the accomplished survey form within their jurisdiction.

1.2.5 The TWG of the concerned DEO shall be the designated/authorized personnel of the
Construction Section and shall be headed by the Chief of the Section.

1.2.6 The TWG of the concerned Regional Office shall be the designated/authorized
personnel of the Construction Division and shall be headed by the Division Chief.

1.2.7 The TWG of the Central Office shall be the designated/authorized personnel of the
Pre-Construction Division of Bureau of Construction (PCD-BOC) and shall be headed
by the Division Chief.

1.2.8 Suppliers/distributors shall refer to the wholesalers/retailers engaged in the sale of all
or specific construction materialjs that conform to the DPWH Standard Specifications
(Blue Book) who have complied with the criteria for their selection (refer to item no.
1.5.3).

1.3 Area of Sampling

1.3.1 The suppliers/distributors, for locally produced/supplied materials, who have complied
with the criteria stipulated in item no. 1.5.3, shall be the sampling source of the
construction materials unit price survey.

1.3.2 For the above-stated materials, the area of sampling shall be well represented within
the DEO's area of responsibility to ensure a balanced price data/information gathering.

1.3.3 In cases where in the required materials will be of foreign origin, only those
manufacturers/suppliers recommended and/or approved by the authorized officials of
the DPWH or those who have previously supplied DPWH projects with the same
materials, within the last three (3) years, will be considered as sampling source for the
said materials.

1.3.4 In cases wherein materials are not available at the concerned DEO, the sampling
source shall be the suppliers/distributors in the nearest District/Regional Office.
Annex A

D.O. No. -.2Ls.2018


Page 3 of _12

1.4 Sample Size

For each DEO, the prevailing unit price/s of the materials shall as much as possible be
obtained from at least three suppliers/distributors who shall sign the canvass form and
duly countersigned by the CMPS.

1.5 Methodology

1.5.1 Survey Forms

The construction materials unit price survey form/s of the Regional Office and District
Engineering Offices shall be printed from the Construction Cost Information System
(CCIS). It shall be accomplished and duly signed by the suppliers/distributors and shall
be countersigned by the CMPS. The said forms shall be the basis of the recommended
unit prices of the construction materials pre-numbered consistent with the Blue Book
for control purposes.

1.5.2 Responsibilities

1.5.2.1 The District Engineer Shall:

a. Organize and designate CMPS.

b. Determine and validate not less than three (3) qualified


suppliers/distributors of the construction materials based on the criteria
stipulated in item 1.5.3. In cases wherein the required materials are of
foreign origin, only those manufacturers/distributors recommended
and/or approved by the authorized officials of the DPWH or those that
have supplied DPWH projects with the same materials, within the last
three (3) years, will be considered as sampling source for said materials.

c. Approve the generated report from CCIS and submit it to the RO not
later than the 30th day of the first month of every quarter.

1.5.2.2 The DEO-CMPS shall:

a. Conduct the survey from at least three qualified suppliers per item.

b. Submit the duly signed survey form to the TWG.

c. Provide a copy of supplier's registration with the Department of Trade


and Industry (DT!) and price list/quotations for the quarter being
reported to the TWG.

1.5.2.3 The DEOTWG shall:

a. Collect accomplished Construction Material Price Survey Form (CMPSF),


review for reasonableness and completeness of submitted data and
submit to DEO Price Monitoring Committee (DEOPMC).
Annex A

D.O. No. -ILs.2018


Page 4 0(12

b. Encode data in CCIS.

c. Generate District Report that represents the most reasonable price/s of


the construction materials within the District.

d. Submit approved report and e-copy to Regional Office on or before the


30th day of the first month of the quarter being reported. If a validation
from the submitted CMPSF has been performed, include a detailed
report including all the necessary documentation/so

1.5.2.4 The DEO Price Monitoring Committee shall:

a. Check as to completeness and reasonableness of Materials Unit Price


Data (MUPD).

b. Obtain information from other Suppliers within the District or adjacent


DEO or within the Region if necessary.

c. Recommend to the District Engineer the approval of the generated CCIS


and its submission to the RO.

1.5.2.5 The Regional Director shall:

a. Approve the generated Regional CCIS Report and submit it to BOC not
later than the 15th day of the second month of every quarter.

1.5.2.6 The ROTWG shall:

a. Load the Construction Material Price Data (CMPD) to the CCIS.

b. Generate the Regional CCIS Report that represents the most reasonable
price/s of the construction materials within the Region.

c. Submit report to Regional Office Price Monitoring Committee (ROPMC).

d. Upon the directive of the ROPMC,validate questionable data in the field .

• Conduct inspection of the supplier's store/s and/or warehouse/s


if necessary

• Conduct a separate survey for construction materials prices


from the suppliers where the CMPS conducted the survey, and
other qualified suppliers, not necessarily selected by the DEO,
within the area of jurisdiction of the concerned DEO or from the
nearest DEO. The surveyed data shall be compared with the
recommended unit prices for construction materials by the
concerned DEOTWG. Whichever cost is lower shall be adopted
in the Regional CCIS.
"

Annex A

D.O. No. ~s.2018


Page 5 of_12

• Prepare a separate unit price calculation for major construction


materials of which costs are suspected to be higher than the
ordinary perceive9 cost of such material based on the
manufacturer's production cost (example-plant) plus the
additional handling/hauling cost to the concerned DEO
(reference location), the result of which shall be compared with
the submitted unit prices for construction materials by the
CMPS. Whichever cost is lower shall be adopted in the Regional
CCIS.

• Compare the recommended unit price calculation for


construction materials with the prevailing market prices set by
the Department of Trade and Industry (DT!) within the area, if
any.

• Coordinate/discuss with the DEOPMC of the concerned DEO,


and the District Engineer, the results of their validation. Any
discrepancies between the recommended unit prices for
construction materials and the validated unit price/s shall be
adjusted within the limitations agreed upon by the concerned
DEOTWG, representative of the ROPMC and the District
Engineer, however, subject to the concurrence of the ROPMC
and approval of the RD.

e. Generate Regionwide CMPD from CCIS and submit it to RD.

1.5.2.7 The Regional Office PMC shall:

a. Check completeness and reasonableness of CMPD Report from the DEO


and the validated report from ROTWG.

b. Instruct ROTWG to validate the material prices suspected to be high


and/or with an increase of 10% or more as compared to the previously
approved material prices in CMPD.

c. Recommend to the Regional Director the approval of the generated


Regionwide CCIS report and its submission to the Bureau of
Construction (BOC).

1.5.2.8 The COTWG shall:

a. Load CMPD Reports in the CCIS from the ROs.

b. Check for completeness of submission in accordance with "Annex C"


and reasonableness (if there are no abrupt change in unit price of
materials in the submitted CCIS of more than 5% from the previously
approved CMPD). Submitted prices with more than 10% increase in unit
Annex A

D.O. No. ~s.2018


Page 6 of _12

price from previously approved CMPD shall be prioritized in the


validation to be undertaken by the COlWG.

c. Prepare memorandum for ,signature by the Director of sac calling the


attention of concerned RO with incomplete/incorrect data and late or
non-submission of Regionwide CMPD Report. Non-submission of the
quarterly report and unacceptable price data shall render the material
prices of the particular RO/DEO for the quarter to be vacant in the
CMPD. The prices that will be used in cost estimates in lieu of the vacant
material prices shall be established by the concerned implementing
offices, however, they shall be held solely liable for the reasonableness
of the material prices used. Concerned officials of these non-complying
implementing offices shall still be required to submit the quarterly
Regionwide CMPD Report and required to explain on their non-
compliance with the requirements and deadline of submission.

d. The COlWG shall prepare a list of the material prices having an


increase/decrease of more than 5% per DEO. This list shall be used by
the COlWG in the determination of reasonableness of the submitted
unit prices of materials and will serve as basis as to which unit price are
to be validated. This list together with the Nationwide CMPD Report
shall be presented to the Director of the Sac.

e. Conduct validation of material prices based on the generated list which


are deemed unreasonable.

f. Encode validated data from the field and incorporate to the Nationwide
CMPD Report.

g. Generate Nationwide CMPD Report.

h. Present Nationwide CMPD Report to the Director of the sac not later
than the 15th day of the 3rd month of every quarter.

i. Upon the directive of the Director of the sac, conduct further validation
of questionable data in the field.

j. Provide a copy of the approved Nationwide CMPD Report to IMS for


web posting and Secretary for reference.

k. Disseminate a copy of CMPD to Regional Offices upon approval.


"

Annex A

D.O. No. ~s.2018


Page 7 of 12

I. Maintain a list of erring implementing offices who fail to observe


compliance to the requirements and timeline in the submission of the
quarterly Regional CMPD Report. Issue memorandum requiring
explanation to the non-complying implementing offices and recommend
imposition of the appropriate sanctions as provided in this DO for invalid
justification.

m. Maintain a copy (hard copy and e-file) of each previously approved


quarterly CMPD Report for reference and records purposes.

1.5.2.9 The Director of the BOC shall:

a. Approve the CMPD Report after the presentation and deliberation


together with the COlWG.

1.5.2.10 The IMS shall:

a. Provide technical support for the utilization and updating of the CCIS.

b. Post submitted quarterly report in the DPWH website.

1.5.3 Criteria for the Selection of Distributors/Suppliers

1.5.3.1 The selection of suppliers/distributors for locally produced construction


materials shall be based on the following criteria:

a. Preferably registered with the Government - Electronic Procurement


System and/or accredited by the DTI and validated by the concerned
District Engineer.

b. Great volume of sales or turnover.

c. Consistency/completeness of stocks that conform to the DPWH


Standard Specifications (Blue Book).

d. Types of customers served (refer to private customers as one group


and the government as another group of customers).

e. Willingness to cooperate and provide the prevailing construction


material unit prices.

f. Approved source (i.e., quarry and batching plant) by the Bureau of


Research and Standards (BRS) and consistent with the Naturally
Occurring Source Map submitted by the DEO semi-annually.
"

Annex A

D.O. No. ~s.2018


Page 8 of_12

1.5.4 Frequency of Survey

The survey for construction material prices shall be conducted quarterly. All quarterly
surveys shall be conducted during the 1st,month of the quarter being reported.

1.5.5 Submission of Accomplished Survey Forms

The most reasonable construction materials unit price data shall be submitted by the
District Engineer to their respective Regional Director on the 30th day of the first month
of the quarter being reported. The ROPMC shall consolidate and certify all the
reasonable unit price data by the DEOs and submit the same to Pre-Construction
Division, Bureau of Construction (PCD-BOC) which acts as the COTWG of the BOC on
the 15th day of the second month of the quarter being reported, thru the Regional
Director, in hard and electronic copies. PCD-BOC shall review the accuracy and
completeness of the reasonable construction materials prices and submit findings to
the Director, BOC. The Director, BOC shall send COTWG to the field for
verification/validation if findings are questionable during the deliberation. The
validated report shall be submitted to the Secretary and electronic copy shall be sent
to IMS for web posting.

1.5.6 Data Processing using the CCIS

1.5.6.1 The most reasonable construction materials unit price data are done in the
District level only.

1.5.6.2 The most reasonable price is determined using the following criteria:

a. The median of the data gathered from at least three (3) suppliers.

b. In case of a lone authorized distributor, the single data gathered must


be compared with the prevailing prices in the adjacent DEOs and adopt
when reasonable; if not, adopt the prevailing unit price in the most
adjacent DEO plus the additional handling/hauling cost.

c. Its validated price in case the materials are being supplied by sole
authorized distributor in the country.

1.5.7 Flow Chart for the Establishment of Construction Materials Price Data

Refer to Annex B.
"

Annex A

D.O. No. ~s.2018


Page 9 of 12

Part II - Standard Labor Rates

1.1 Objectives

1.1.1 To establish/provide updated information'on standard labor rates to each DEO and RO
nationwide based on the existing laws and other pertinent rules and regulations that
pertain to the concerns, welfare and benefits of the labor sector.

1.2 Definition

1.2.1 Minimum Wage Rate - the basic wage plus the emergency cost of living allowance
(ECOLA) based on a normal eight (8) hour work per day as determined by the Regional
Tripartite Wages and Productivity Board (RlWPB), National Wages and Productivity
Commission (NWPC) and the Department of labor and Employment (DOLE). The
Minimum Wage rate for each Region, Province or City is based on the latest minimum
wage rates approved by the NWPC.

1.2.2 Workers' Statutory Monetary Benefits - the monetary benefits of workers,


regardless of employment status e.g. probationary, regular, contractual, project basis,
as mandated by law, are Service Incentive leave, Paternity/Parental leave, Thirteenth
Month Pay, Philhealth, Social Security Benefits, Pag-IBIG and other Benefits specified
under the Employees Compensation Program.

1.2.2.1 Service Incentive Leave - a minimum of five (5) days a year for every employee
who has rendered at least one (1) year of service. Ref: Art. 95 of the labor Code
of the Philippines.

1.2.2.2 Paternity Leave - a minimum of seven (7) calendar days a year for every married
male employee, regardless of employment status. Ref: RA 8187.

1.2.2.3 Parental Leave for Solo Parents - a minimum of seven (7) days a year for
every solo parent employee who has rendered at least (1) year of service
regardless of employment status. Ref: RA 8972.

1.2.2.4 Thirteenth Month Pay - monetary benefits for employees provided they have
worked for at least one (1) month in a calendar year. Ref: PO 851.

1.2.2.5 Philhealth - formerly known as Medicare, is a health insurance program for


SSS/GSIS members including their dependents. Ref: RA 7875 as amended by RA
9241.

1.2.2.6 Social Security Benefits - a package of benefits in the event of death, disability,
sickness, maternity and old age for private sector employees, regardless of
employment status. Ref: RA 1661 as amended by RA 8282.

1.2.2.7 Benefits Under the Employees Compensation Program - a package of


benefits for public and private sector employees including their dependents in the
event of work related contingencies such as sickness, injury, disability or death.
Ref: PD 626.
Annex A

D.O. No. ~s.2018


Page 10 of 12

1.2.2.8 Pag-IBIG (pagtutulungan sa Kinabukasan: Ikaw, Bangko, Industriya at


Gobyerno) - conceptualized to address two (2) of the country's basic concerns:
generation of savings and provision of shelter for workers. It is also a mandatory
membership for all SSS and GSIS members earning P 4,000.00 and above in
monthly compensation. Ref: PD 1530 as amended by PD 1752 and RA 7742.

1.2.3 Labor Cost Factor - means the percentage increment from the lowest labor rate
(unskilled labor) to the highest category level of workers. It is also the comparative
percentage ratio of each of the labor force with the lowest labor force category
(unskilled worker).

1.2.4 Labor Category - the designation of any manpower workforce in the construction
industry, such as, but not limited to, Foreman, Leadman, Heavy Equipment Operator,
Highly Skilled Labor, Light Equipment Operator, Driver, Skilled Labor, Semi-Skilled
Labor and Unskilled Labor.

1.3 Composition of Labor rates

The composition of labor rates shall include the Minimum Wage Rate, Workers Statutory
Monetary Benefits and others in accordance with existing laws and government regulations.

1.4 Methodology

1.4.1 Collection of Information - The COTWG shall collect data on prevailing labor rates,
labor categories and labor costs factor from various government agencies/offices such
as the DPWH District/Regional Offices, Construction/Design Consultants, Department
of Budget and Management (DBM), and DOLE etc.

1.4.2 Analysis of Information - The collected data shall be analyzed for applicability,
reasonableness, appropriateness and compliance to existing labor laws. A matrix of
labor rates, categories and cost factor shall be prepared for comparative analysis and
easier reference. The COTWG shall derive/recommend the appropriate and reasonable
cost factor based on available information data collected.

1.4.3 Calculation of Total Labor Rates - Labor rates shall include all component costs
such as basic wage plus ECOLA and worker's statutory monetary benefits and others
in accordance with, existing laws and government regulations.

1.4.3.1 The computation for the standard labor rates shall be based on the sum of the
minimum wage rates as approved by the NWPC, DOLE plus the workers' statutory
monetary benefits including others in accordance with existing laws and government
regulations.

1.4.3.2 The computation of the Estimated Equivalent Monthly Rate (EEMR) for daily paid
employees shall be based on the computed ordinary three hundred thirteen (313)
working days a year.
"

Annex A

D.O. No. ~s.2018


Page 11 o~12

1.4.4 Updating the Computed Labor Rates - the COlWG shall monitor and update the
computed labor rates based on the latest approved issuance/s for new minimum wages
by the NWPC/DOLE and/or any amendments to the monetary benefits of the workers.

1.4.5 Validation - The minimum labor rate data shall be compared to the prevailing
minimum wage rate as approved by the NWPC, the DOLE while the cost data for
statutory benefits, etc. shall be validated based on the required monthly contributions.
The COlWG shall prepare a comparative report every six (6) months or as the need
arises, and submit the same to the Director of the BOC.

1.4.6 Approval - The COlWG shall submit the recommended labor rates to the Director of
the BOC.

Part 111- Standard Equipment Rental Rates

1.1 Objectives

1.1.1 To determine the basic and most commonly used construction and maintenance
equipment with the corresponding specifications, out from the list of equipment in the
latest ACEL Equipment Guidebook.
1.1.2 To adopt the most reasonable rental rates of available equipment with same
specification out from the several makes, models and capacities of equipment listed in
the latest ACEL Equipment Guidebook.

1.2 Definition of Terms

Mode of Rental

1.2.1 Bare Rental - the Lessee shall shoulder all cost of maintenance such as repairs, spare
parts, oil, lubricants and shall provide fuel, operator/driver.
1.2.2 Fully-Maintained Rental - the Lessor shall be fully responsible for the maintenance
of the leased equipment including repairs and spare parts, oil, lubricants, and tires
excluding fuel and operator/driver.
1.2.3 Fully-Operated Rental - the Lessor shall shoulder all costs of maintenance, repair,
spare parts, oil, lubricants including fuel and operator/driver,
1.2.4 Operated Dry Rental - The Lessor shall provide the equipment, operator and
maintenance crew, while the Lessee supplies the fuel and lubricants at the worksite
for the account of the latter.

1.3 Methodology

1.3.1 Collection of Information - The COlWG shall collect the data from various DEOs
and DPWH contractors/equipment suppliers regarding the list, make, model and
capacity of equipment commonly used by their form in the implementation of
infrastructure projects. The COlWG shall also collect data from previous DPWH
contracts.
Annex A

D.O. No. -.2Ls.2018


Page 12 of 12

1.3.2 Analysis of Information - The collected data shall be analyzed for applicability,
reasonableness as well as appropriateness to the project requirements. The COlWG
shall select a shortlist of construction and maintenance equipment and recommend
the appropriate and reasonable rental rates based from the latest ACEL Equipment
Guidebook ..

1.3.3 Validation of the AccuracyI Applicability of Equipment Rental Rates

1.3.3.1 Upon the directive/s of the Director of the BOC, the COlWG members, in
coordination with the concerned Regional/District Office/s shall conduct an
inspection of the mobilized equipment at the project site/so
1.3.3.2 The Validation Team shall perform the following:

a. Verify the mobilized equipment on site including its serial number, motor number, and
other specifications necessary for establishing the correct identification of the property
to ensure appropriate rental rates.
b. Establish proof of ownership/purchase invoice as well as other relevant documents for
computation of rental rates.
c. Determine the actual performance of the equipment relative to its desired output
during operation.
d. Prepare validation report and submit the same to the Director of the BOC.

1.3.4 Approval of the Equipment Rental Rates

The Director of the BOC shall review and approve the recommended shortlist of Construction
and Maintenance Equipment with corresponding rental rates based from the latest ACEL
Equipment Guidebook, as submitted by the COlWG.
District Engineering Office Annex B – Procedural Flow for the Establishment of Construction Material Price Data (CMPD)

Generate Construction Submit the generated District CMPD


Submit the duly signed Collect accomplished CMPSF, Encode Data in Recommend to the
Materials Price Survey Generate Approve the Report with its electronic file including
CMPSF to the District review for reasonableness and Check as to Correct? Construction District Engineer (DE) for
Form (CMPSF) fromPCCIS District generated all the attachments specified in the
Engineering Office completeness, and submit to reasonableness Cost Approval and Submission
and distribute to at least CMPD District CMPD “Annex C” of this DO to the Regional
Technical Working Group District Engineering Price and completeness Information to the RO the generated
three qualified suppliers Report Report Office Price Monitoring Committee
(DEOTWG) Monitoring Committee (DEOPMC) System (CCIS) report
per item. NO (ROPMC) not later than the 30th day of
the 1st month of every quarter.

Obtain information from other


Suppliers within the District or DE
Construction Materials CMPS DEOTWG DEOTWG DEOTWG DEOPMC
DEOPMC adjacent DEO or within the Region
Price Surveyor (CMPS) DE

DEOTWG
Regional Office

Generate Approve the Submit the generated Regionwide


Load the CMPD Check as to Generate Recommend to the
Regional CCIS Encode generated CMPD Report with its electronic file
Reports/ validated reasonableness Correct? Regionwide Regional Director (RD)
Report and Data in Regionwide including all the attachments specified
data from DEO in and completeness CMPD Report for Approval and
Submit to CCIS CMPD Report in the “Annex C” of this DO to the
CCIS of CMPD from CCIS Submission to the CO the
ROPMC Central Office Price Monitoring
generated report
Committee (ROPMC) not later than the
NO
15th day of the 2nd month of every
quarter.
v Regional Office Technical Working Group Coordinate/validate in the field RD
ROTWG ROTWG
ROTWG ROPMC unreasonable data and adjust if
ROPMC
(ROTWG) necessary RD

ROTWG
Central Office
Submit Nationwide CMPD Report
to the Secretary

Check for Prepare a list of the


Load the reasonablene materials having an Correct? Present Nationwide Correct?
Conduct validation of Generate
CMPD ss and increase/decrease CMPD Report to Approve the Disseminate to BOC, ROs and
material prices based Nationwide
Reports/ completeness of more than 5% Director, BOC not later generated DEOs and send electronic copy to
on the generated list CMPD Report
corrected of submission per DEO that will than the 15th day of the Nationwide MIS for website posting
which were deemed NO from CCIS NO
data from in accordance serve as basis as to 3rd month of every CMPD Report
unreasonable
ROs in CCIS with “Annex which unit price are quarter
C” to be validated Prepare memo for
concerned RO to call Conduct further
attention on validation of Keep a hard and electronic copies
incorrect/incomplete questionable data of Nationwide CMPD for reference
on the field and records purposes
v data. Likewise prepare
memo for the late or non- Director, BOC
Central Office COTWG COTWG COTWG COTWG COTWG
submission of Regionwide
Technical Working
CMPD, if there’s any.
Group (COTWG)
COTWG
COTWG
COTWG
“ANNEX C”

CHECKLIST OF SUPPORTING DOCUMENTS AND ATTACHMENTS FOR QUARTERLY


SUBMISSION OF CONSTRUCTION MATERIALS PRICE DATA (CMPD)

I. To be submitted by the District Engineering Office (DEO) to the Regional


Office (RO)
1. Official List of Appointed CMPS, DEO-TWG, and DEOPMC duly signed by the
District Engineer
2. Official List of Qualified Suppliers/Distributors duly signed by the District
Engineer with attached copy of DTI Registration
3. Duly signed and filled-out survey forms
4. Summary of Surveyed Prices (with electronic file)
5. Quarterly CMPD Report (.xml file and hardcopy)
6. Certification of completeness and reasonableness for recommendation on
price adjustment duly signed by the DEOPMC and the District Engineer
7. Forwarding Memorandum from the DEO recommending the construction
material prices for adoption

II. To be submitted by the Regional Office (RO) to the Central Office (CO)
1. Official List of Appointed RO-TWG and ROPMC duly signed by the Regional
Director
2. Cost Comparison of materials with justified recommendation for price
adjustment (previously approved CMPD versus submitted CMPD) per DEO
(with electronic file)
3. Validation Report with complete documentation (geo-tagged photographs,
survey forms, hauling and/or importation computation/calculations with
electronic file), if any
4. Official List of Appointed CMPS, DEO-TWG, and DEOPMC duly signed
by the District Engineer as forwarded by the DEOs
5. Official List of Qualified Suppliers/Distributors duly signed by the
District Engineer with attached copy of DTI Registration as forwarded by the
DEOs
6. Duly signed and filled-out survey forms as forwarded by the DEOs
and/or as per validation
7. Summary of Surveyed Prices (with electronic file) as forwarded by the
DEOs
8. Certification of completeness and reasonableness for request on
price adjustment duly signed by the DEOPMC and the District Engineer as
forwarded by the DEOs
9. Quarterly Region-wide CMPD Report (.xml file and hardcopy)
10. Certification of completeness and reasonableness for recommendation on
price adjustment duly signed by the ROPMC and the Regional Director
11. Forwarding Memorandum from the RO recommending the construction
materials for adoption
Republic of the Philippines
DEPARTMENT OF PUBLIC WORKS AND HIGHWAYS
(REGIONAL OFFICE)
ADDRESS

DATE

MEMORANDUM

FOR : (NAME)
Director, Bureau of Construction
Department of Public Works and Highways
Bonifacio Drive, Port Area, Manila

SUBJECT : Submission of Construction Materials Price Data (CMPD)


for the __ Quarter of CY _____

In compliance with Department Order No. __ Series of ___: Revised Guidelines for the
Establishment of Construction Materials Price, Standard Labor and Equipment Rental Rates
Database, submitted herewith is the Construction Materials Price Data for the ___ Quarter of
CY ___ of Region ___, including other pertinent documents specified in “Annex C” - Checklist
of Supporting Documents and Attachments for Quarterly Submission of Construction Materials
Price Data (CMPD) of the aforementioned DO.

For your evaluation and approval.

(NAME)
Regional Director
Republic of the Philippines
DEPARTMENT OF PUBLIC WORKS AND HIGHWAYS
(REGIONAL OFFICE)
ADDRESS

DATE

CERTIFICATION

This is to certify that the prices of construction materials as reflected in the


Construction Materials Price Data (CMPD) for the ___ Quarter of CY _____, prepared
and submitted by this Office were properly reviewed, evaluated and validated (if
conducted) by the Regional Office - Price Monitoring Committee (ROPMC) and
Technical Working Group (ROTWG).

Likewise, this further certifies that the supporting documents and attachments
submitted by this Office are complete, and the submitted CMPD was found to be
correct and reasonable by this Office and hereby recommend its approval.

(NAME)
Assistant Regional Director
Head, Regional Office Price Monitoring Committee

(NAME)
Regional Director
Republic of the Philippines
DEPARTMENT OF PUBLIC WORKS AND HIGHWAYS
(REGIONAL OFFICE)
(ADDRESS)

OFFICIAL LIST OF APPOINTED PERSONNEL FOR THE SUBMISSION OF THE


CONSTRUCTION MATERIALS PRICE DATA (CMPD)
FOR THE __ QUARTER OF C.Y. __

In compliance with Department Order No. __, series of ___: Revised Guidelines for
the Establishment of Construction Materials Price, Standard Labor and Equipment
Rental Rates Database, listed below are the appointed personnel for the preparation,
review, evaluation, validation, and submission of the CMPD for the __ Quarter of C.Y.
__.

CONTACT
NAME DESIGNATION POSITION OFFICE SIGNATURE
NO.
I. Regional Office - Technical Working Group (RO-TWG)
1. Head, ROTWG
2. Member
3. Member
4. Member
5. Member
6. Member
II. Regional Office Price Monitoring Committee (ROPMC)
1. Head, ROPMC
2. Member
3. Member
4. Member
5. Member
6. Member
Approved by:

(NAME) _
Regional Director
(Regional Office)
Republic of the Philippines
DEPARTMENT OF PUBLIC WORKS AND HIGHWAYS
(REGIONAL OFFICE)
(ADDRESS)

COST COMPARISON OF MATERIALS WITH JUSTIFIED REQUEST FOR


PRICE ADJUSTMENT FOR THE __ QUARTER OF C.Y. __

(District Engineering Office)


Material Approved As Submitted
Material Description Unit Remarks
Code 4th Qtr.
1st Qtr. CMPD
Variance* (%)
CMPD

*VARIANCE = (AS SUBMITTED CMPD – APPROVED CMPD)


(APPROVED CMPD)

Submitted by:

(NAME) _
Chief, Construction Division
(Head, RO-TWG
Republic of the Philippines
DEPARTMENT OF PUBLIC WORKS AND HIGHWAYS
(REGIONAL OFFICE)
(DISTRICT ENGINEERING OFFICE)
ADDRESS

DATE

MEMORANDUM

FOR : (NAME)
Assistant Regional Director
Head, Regional Office Price Monitoring Committee
Address

SUBJECT : Submission of Construction Materials Price Data (CMPD)


for the __ Quarter of CY _____

In compliance with Department Order No. __ Series of ___: Revised Guidelines for the
Establishment of Construction Materials Price, Standard Labor and Equipment Rental Rates
Database, submitted herewith is the Construction Materials Price Data for the ___ Quarter of
CY ___ of ___ District Engineering Office, including other pertinent documents specified in
“Annex C” - Checklist of Supporting Documents and Attachments for Quarterly Submission
of Construction Materials Price Data (CMPD) of the aforementioned DO.

For your evaluation and approval.

(NAME)
District Engineer
Republic of the Philippines
DEPARTMENT OF PUBLIC WORKS AND HIGHWAYS
(REGIONAL OFFICE)
(DISTRICT ENGINEERING OFFICE)
ADDRESS

DATE

CERTIFICATION

This is to certify that the supporting documents and attachments submitted by this
Office are complete, and the prices of construction materials reflected on the
Construction Materials Price Data (CMPD) for the __ Quarter of CY _____ prepared
and submitted by this Office are correct and reasonable. Thus, it is hereby
recommended for approval.

(NAME)
Assistant District Engineer
Head, District Engineering Office Price Monitoring Committee

(NAME)
District Engineer
Republic of the Philippines
DEPARTMENT OF PUBLIC WORKS AND HIGHWAYS
(REGIONAL OFFICE)
(DISTRICT ENGINEERING OFFICE)
(ADDRESS)

OFFICIAL LIST OF APPOINTED PERSONNEL FOR THE SUBMISSION OF THE


CONSTRUCTION MATERIALS PRICE DATA (CMPD)
FOR THE __ QUARTER OF C.Y. ___

In compliance with Department Order No. __, series of __: Guidelines for the
Establishment of Construction Materials Price, Standard Labor and Equipment Rental
Rates Database, listed below are the appointed personnel for the preparation and
submission of the CMPD for the _ Quarter of C.Y. ___.

CONTACT
NAME DESIGNATION POSITION OFFICE SIGNATURE
NO.
I. Construction Materials Price Surveyor (CMPS)
1.
2.
3.
II. District Engineering Office - Technical Working Group (DEO-TWG)
1. Head, DEO-TWG
2. Member
3. Member
4. Member
5. Member
6. Member
III. District Engineering Office Price Monitoring Committee (DEOPMC)
1. Head, DEOPMC
2. Member
3. Member
4. Member
5. Member
6. Member
Approved by:

(NAME) _
District Engineer
(District Engineering Office)
Republic of the Philippines
DEPARTMENT OF PUBLIC WORKS AND HIGHWAYS
(REGIONAL OFFICE)
(DISTRICT ENGINEERING OFFICE)
(ADDRESS)

OFFICIAL LIST OF QUALIFIED SUPPLIERS/DISTRIBUTORS OF


CONSTRUCTION MATERIALS FOR THE __ QUARTER OF C.Y. __

In compliance with Department Order No. __, series of ___: Revised Guidelines for
the Establishment of Construction Materials Price, Standard Labor and Equipment
Rental Rates Database, listed below are the qualified* suppliers/distributors from
which the surveys for construction materials prices were conducted for the __ Quarter
of C.Y. __.

APPROXIMATE
COORDINATES
QUANTITY/ ADDRESS
NAME (LATITUDE, REMARKS
PRODUCTION (MUNICIPALITY/CITY
LONGITUDE)
RATE
I. QUARRY SOURCES
1.
2.
3.
II. BATCHING PLANTS
1.
2.
3.
III. CRUSHING PLANTS
1.
2.
3.
IV. HARDWARE
1. -
2. -
3. -
*Criteria set for qualified suppliers/distributors is stipulated in item 1.5.3 of D.O. __, S. of ___.
Approved by:

(NAME) _
District Engineer
(District Engineering Office)
Republic of the Philippines
DEPARTMENT OF PUBLIC WORKS AND HIGHWAYS
(REGIONAL OFFICE)
(DISTRICT ENGINEERING OFFICE)
(ADDRESS)

SUMMARY OF SURVEYED CONSTRUCTION MATERIAL PRICES FOR THE


__ QUARTER OF C.Y. __

Previously
Name of Median
Material Material Surveyed Approved Variance*
Unit Supplier/ Surveyed Remarks
Code Description Price CMPD (%)
Distributor Price
Price

*VARIANCE = (MEDIAN OF SURVEYED PRICE – PREVIOUSLY APPROVED CMPD PRICE)


(PREVIOUSLY APPROVED CMPD PRICE)

Submitted by:

(NAME) _
Chief, Construction Section
(Head, DEO-TWG)
Implementing Office Hardware/Supplier/Distributor

Region : _____________________ Name of Hardware/Supplier/Distributor : _____________________


District : _____________________ Authorized Representative : _____________________
Construction Materials Price : _____________________ Signature : _____________________
Surveyor
Date of Survey : _____________________ Contact Number : _____________________
~I). /~ /)~vJ/T
Republic of the Philippines N. 9~J:;)/f
DEPARTMENT OF PUBliC WORKS AND HIGHWAYS
OFFICE OF THE SECRETARY
Bonifacio Drive, Port Area, Manila

1r2 MAY 2018

DEPARTMENT ORDER ) SUBJECT: Prohibition of Gantry Signs Within the


) Road Right-of-Way of National Roads

NO. 73 _
)
)
Series of 201~ W.~7.lf

It has been observed that unauthorized gantry signs, with road messages, advertisements, are installed
or displayed within the road right-of-way of national roads. These materials distract or obstruct the
view of motorists or interpretation of official traffic signs, signals and devices, as well as constitute
serious hazards and pose imminent danger to the public in the event the fastenings give way during
strong winds, typhoons, and other calamities.

In view thereof, the installation of these materials within the road right-of-way shall be discontinued in
the interest of public safety and convenience and of the common good. Those already installed shall
be removed upon observance of due process whereby owners of these signs are given a non-extendible
period of fifteen (15) days to dismantle the same. Otherwise, the following sanctions may be imposed:

a. Removal or cause to be removed motu proprio by the concerned DPWH Regional/District


Engineering Office pursuant to D.O. No. 73, Series of 2014;
b. Imposition of penalty as prescribed by Sections 212 and 213 of the National Building Code of
the Philippines (PD 1096); and
c. Filing of appropriate legal action pursuant to Administrative Order No. 160-A and the Civil Code
of the Philippines.

To prevent the installation of these materials within the road right-of-way of national roads, all DPWH
Regional Directors, District Engineers and other concerned are hereby directed to strictly enforce the
provisions of Chapter 20 of the National Building Code of the Philippines (PD 1096) and its Revised
Implementing Rules and Regulations, Administrative Orders No. 160 and 160-A, Series of 2006, Section
6, Article XIII of Administrative Order No. 14, Series of 1958 and Section 23 of Presidential Decree No.
17, Revised Philippine Highway Act, regulating the display and installation of advertising signs or
notices, and Department Order No. 73, Series of 2014.

The District Engineers shall submit to the Secretary, through their respective Regional Directors, copy
furnished the National Building Code Development Office (NBCDO), quarterly status reports on the
implementation of this Order, using the attached format, within five (5) days after the end of each
quarter.

Appropriate sanction will be taken against those who fail to comply with the provisions of this Order.

This Order shall take effect immediately.

~~-'-
MARK A. VILLAR
Secretary

End: as stated/attached
Department of Public Works and Highways
Office of the Secretary
23.1.3 MCDC/JAA/JVD
1111111111111111111111111111111111111
WIN8V17689
QUARTERLY STATUS REPORT ON REMOVAL OF THE UNA.UTHORIZED DISPLAY IINSTALLATION OF GANTRY SIGNS
AND OTHER PARAPHERNALIA WITHIN THE ROAD RIGH-OF-WAY OF NATIONAL ROADS

For the Quarter of Year _

DISTRICT ENGINEERING OFFICE (OED): _ REGION: _ DATE PREPARED: _


- DEO ACTION
DESCRIPTION OF WHO GRANTED /
OWNER/OFFICE UNDERTAKEN IN NUMBER OF GANTRY STATUS OF THE
THE GANTRY SIGNS / AUTHORIZED THE
ADDRESS / CONTACT LOCATION / STATION COORDINATION SIGNS REMOVED / LEGAL ACTION
PARAPHERNALIA NOS. DISPLAY /
WITH THE LOCAL DEMOLISHED INITIATED
INSTALLATION
BUILDING OFFICIAL

- /

Submitted by:

DISTRICT ENGINEER

"
~I). /3' t)/p.}ff
~ ~.v_2.IJt',;/
Republic of the Philippines
DEPARTMENT OF PUBLIC WORKS AND HIGHWAYS
OFFICE OF THE SECRETARY
1 6 MAY20t8 Manila

DEPARTMENT ORDER ) SUBJECT: REVISED GUIDELINES IN THE


PREPARATION OF DETAILED

NO.
77 ~
)
ENGINEERING DESIGN,
"AS-STAKED", REVISED, AND
Series of 201~9IJ'.>1,'f "AS-BUILT" PLANS FOR HIGHWAY,
BRIDGE AND WATER PROJECTS

In order to standardize the preparation of Detailed Engineering Design (DED), "As-Staked",


Revised and "As-Built" plans for highway, bridge and water projects implemented by 'the
Department, the following guidelines are hereby prescribed:

1. All sheets in a set of DED, "As-Staked", Revised and "As-Built" Plans for Bridge, Highway,
Water Engineering and other related projects shall be uniform and of one standard A3 size
(297mm x 420mm) high quality white paper (minimum of 80gsm/substance 24).

2. Draftsmanship shall be of professional quality. All plans shall be printed and drafted using
computer-aided design (CAD) software.

3. The meaning and intent of the provisions and/or specifications under the General Notes
shall be made clear and specific and shall leave no room for misinterpretations that may
lead to Variation Orders later on.

4. The scale to be used for various parts of the design plans (i.e. plan, profile, cross-sections,
structural details, etc.) shall vary depending on the scale prescribed in the latest DGCS
edition and/or the designer's desired scale provided that each part shall be presented
clearly and readable when printed in A3 size paper.

5. The title block for all sheets shall be made an integral part of the sheet of plan and not
merely patched-up therein. Cover sheets and title blocks shall vary depending on the
preparing and approving office. Formats for cover sheets and title blocks are as presented
in the following annexes:

• Cover Sheets:
Annexes "A-1" to "A-11" Detailed Engineering Design Plans
Annexes "B-1" to "B-6" "As-Staked" Plans
Annexes "C-1" to "C-11" Revised Plans
Annexes "D-1" to "D-6" "As-Built" Plans
D.O. No.1L, Series of 2018
Revised Guidelines in the preparation of Detailed Engineering Design,
"As-Staked" / Revised, and "As-Built" plans for Highway,
Bridge and Water projects

Page 2 of 2

• Title/Signature Blocks:
Annexes "E-1" to "E-3" Detailed Engineering Design Plans
Annexes "F-1" to "F-2" "As-Staked" Plans
Annexes "G-1" to "G-3" Revised Plans
Annexes "H-1" to "H-2" "As-Built" Plans

NOTE: All dimensions shown are in millimeters.

6. For DED plans prepared by design consultants and "As-Staked", Revised or "As-Built" Plans
checked/reviewed by construction supervision consultants, all sheets including the cover
page shall be provided with a liability waiver duly signed by their Project Manager. The
waiver shall also be made an integral part of all sheets and not merely patched-up. Format
of the liability waivers shall be as presented in annexes "1-1" to "1-4".

7. All sheets of the set of plan shall be neat, clean and without any crossed-out or voided
portion therein. Plans with corrections made by reviewing officials/offices shall be returned
to the designing office to be corrected and replaced.

8. The text style shall be Arial for all parts of the plan. Text height may vary depending also
on the designer's desired size as long as all words are maintained legible.
However, standard text heights for cover sheets and title blocks shall be as illustrated in
annexes "J-1 to J-5".

This Order shall supersede D.O. No. 56, series of 1995 and other previous issuances
inconsistent herewith, and shall take effect immediately.

~v2 -
MARK A. VILLAi
Secretary

5.1.3 DLB/ECM/LND
Departrrent of Public Works and Highways
Office of the Secretary

1111111 111111111111111111111111111111
WIN8R01465
15 mm from edge of the paper

Annex "A - 1"

REPUBLIC OF THE PHILIPPINES


DEPARTMENT OF PUBLIC WORKS AND HIGHWAYS
<REGIONAL OFFICE NO.>
<DISTRICT ENGINEERING OFFICE>
<ADDRESS>

C.Y. <YEAR> PROJECT


30 mm from edge of the paper

DETAILED ENGINEERING DESIGN PLAN FOR


<NAME OF PROJECT>
<SECTION>
<LOCATION>
<STATION LIMITS>
<NET LENGTH>
<ROAD SECTION / BRIDGE ID>

SUBMITTED: RECOMMENDED: APPROVED:

15 mm from edge of the paper


<SIGNATURE> <SIGNATURE> <SIGNATURE>
<NAME> <NAME> <NAME>
CHIEF, PLANNING AND DESIGN SECTION ASSISTANT DISTRICT ENGINEER DISTRICT ENGINEER
DATE: DATE: DATE:

Plans prepared and approved by District Engineering Offices


Detailed Engineering Design
15 mm from edge of the paper

Annex "A - 2"

REPUBLIC OF THE PHILIPPINES


DEPARTMENT OF PUBLIC WORKS AND HIGHWAYS
<REGIONAL OFFICE NO.>
<DISTRICT ENGINEERING OFFICE>
<ADDRESS>

C.Y. <YEAR> PROJECT


30 mm from edge of the paper

DETAILED ENGINEERING DESIGN PLAN FOR


<NAME OF PROJECT>
<SECTION>
<LOCATION>
<STATION LIMITS>
<NET LENGTH>
<ROAD SECTION / BRIDGE ID>
NOTE:

PURSUANTTO ITEM 5 OF ANNEX 'A' OF THE REVISEDIMPLEMENTINGRULES


AND REGULATION OF R.A. 9184, THE APPROVAL BY THE AUTHORIZED
GOVERNMENTOFFICIALSOF DETAILEDENGINEERINGSURVEYSAND DESIGNS
UNDERTAKENBY CONSULTANTSNEITHERDIMINISHESTHE RESPONSIBILITYOF
THE LATTERFOR THE TECHNICALINTEGRITYOF THE SURVEYSAND DESIGNS
NOR TRANSFER ANY PART OF THAT RESPONSIBILITYTO THE APPROVING
.
OFFICIALS

THE DESIGN CONSULTANTSHALL BE HELD FULLY RESPONSIBLEFOR THE


FAILUREOF THEFACILITIES/STRUCTURES
DUE TO FAULTYDESIGNEXCEPTFOR
THE CHANGES MADE WITHOUT THE CONFORMITY OF THE CONSULTANTS.

PROJECT MANAGER
<Consultant/s>

SUBMITTED: RECOMMENDED: APPROVED:

15 mm from edge of the paper


<SIGNATURE> <SIGNATURE> <SIGNATURE>
<NAME> <NAME> <NAME>
PROJECT MANAGER ASSISTANT DISTRICT ENGINEER DISTRICT ENGINEER
<CONSULTANT NAME> DATE: DATE:
DATE:

Plans prepared by Consultants and approved by District Engineering Offices


Detailed Engineering Design
15 mm from edge of the paper

Annex "A - 3"

REPUBLIC OF THE PHILIPPINES


DEPARTMENT OF PUBLIC WORKS AND HIGHWAYS
<REGIONAL OFFICE NO.>
<DISTRICT ENGINEERING OFFICE>
<ADDRESS>

C.Y. <YEAR> PROJECT


30 mm from edge of the paper

DETAILED ENGINEERING DESIGN PLAN FOR


<NAME OF PROJECT>
<SECTION>
<LOCATION>
<STATION LIMITS>
<NET LENGTH>
<ROAD SECTION / BRIDGE ID>

SUBMITTED: RECOMMENDED: APPROVED:

15 mm from edge of the paper


<SIGNATURE> <SIGNATURE> <SIGNATURE>
<NAME> <NAME> <NAME>
CHIEF, PLANNING AND DESIGN SECTION DISTRICT ENGINEER REGIONAL DIRECTOR
DATE: DATE: DATE:

Plans prepared by District Engineering Offices and approved by respective Regional Offices
Detailed Engineering Design
15 mm from edge of the paper

Annex "A - 4"

REPUBLIC OF THE PHILIPPINES


DEPARTMENT OF PUBLIC WORKS AND HIGHWAYS
<REGIONAL OFFICE NO.>
<DISTRICT ENGINEERING OFFICE>
<ADDRESS>

C.Y. <YEAR> PROJECT


30 mm from edge of the paper

DETAILED ENGINEERING DESIGN PLAN FOR


<NAME OF PROJECT>
<SECTION>
<LOCATION>
<STATION LIMITS>
<NET LENGTH>
<ROAD SECTION / BRIDGE ID>
NOTE:

PURSUANTTO ITEM 5 OF ANNEX 'A' OF THE REVISEDIMPLEMENTINGRULES


AND REGULATION OF R.A. 9184, THE APPROVAL BY THE AUTHORIZED
GOVERNMENTOFFICIALSOF DETAILEDENGINEERINGSURVEYSAND DESIGNS
UNDERTAKENBY CONSULTANTSNEITHERDIMINISHESTHE RESPONSIBILITYOF
THE LATTERFOR THE TECHNICALINTEGRITYOF THE SURVEYSAND DESIGNS
NOR TRANSFER ANY PART OF THAT RESPONSIBILITYTO THE APPROVING
.
OFFICIALS

THE DESIGN CONSULTANTSHALL BE HELD FULLY RESPONSIBLEFOR THE


FAILUREOF THEFACILITIES/STRUCTURES
DUE TO FAULTYDESIGNEXCEPTFOR
THE CHANGES MADE WITHOUT THE CONFORMITY OF THE CONSULTANTS.

PROJECT MANAGER
<Consultant/s>

SUBMITTED: RECOMMENDED: APPROVED:

15 mm from edge of the paper


<SIGNATURE> <SIGNATURE> <SIGNATURE>
<NAME> <NAME> <NAME>
PROJECT MANAGER DISTRICT ENGINEER REGIONAL DIRECTOR
<CONSULTANT NAME> DATE: DATE:
DATE:

Plans prepared by Consultants, checked by District Engineering Offices and approved by their respective Reg
Detailed Engineering Design
15 mm from edge of the paper

Annex "A - 5"

REPUBLIC OF THE PHILIPPINES


DEPARTMENT OF PUBLIC WORKS AND HIGHWAYS
<REGIONAL OFFICE NO.>
<ADDRESS>

C.Y. <YEAR> PROJECT


30 mm from edge of the paper

DETAILED ENGINEERING DESIGN PLAN FOR


<NAME OF PROJECT>
<SECTION>
<LOCATION>
<STATION LIMITS>
<NET LENGTH>
<ROAD SECTION / BRIDGE ID>

SUBMITTED: RECOMMENDED: APPROVED:

15 mm from edge of the paper


<SIGNATURE> <SIGNATURE> <SIGNATURE>
<NAME> <NAME> <NAME>
CHIEF, PLANNING AND DESIGN DIVISION ASSISTANT REGIONAL DIRECTOR REGIONAL DIRECTOR
DATE: DATE: DATE:

Plans prepared and approved by Regional Offices


Detailed Engineering Design
15 mm from edge of the paper

Annex "A - 6"

REPUBLIC OF THE PHILIPPINES


DEPARTMENT OF PUBLIC WORKS AND HIGHWAYS
<REGIONAL OFFICE NO.>
<ADDRESS>

C.Y. <YEAR> PROJECT


30 mm from edge of the paper

DETAILED ENGINEERING DESIGN PLAN FOR


<NAME OF PROJECT>
<SECTION>
<LOCATION>
<STATION LIMITS>
<NET LENGTH>
<ROAD SECTION / BRIDGE ID>
NOTE:

PURSUANTTO ITEM 5 OF ANNEX 'A' OF THE REVISEDIMPLEMENTINGRULES


AND REGULATION OF R.A. 9184, THE APPROVAL BY THE AUTHORIZED
GOVERNMENTOFFICIALSOF DETAILEDENGINEERINGSURVEYSAND DESIGNS
UNDERTAKENBY CONSULTANTSNEITHERDIMINISHESTHE RESPONSIBILITYOF
THE LATTERFOR THE TECHNICALINTEGRITYOF THE SURVEYSAND DESIGNS
NOR TRANSFER ANY PART OF THAT RESPONSIBILITYTO THE APPROVING
.
OFFICIALS

THE DESIGN CONSULTANTSHALL BE HELD FULLY RESPONSIBLEFOR THE


FAILUREOF THEFACILITIES/STRUCTURES
DUE TO FAULTYDESIGNEXCEPTFOR
THE CHANGES MADE WITHOUT THE CONFORMITY OF THE CONSULTANTS.

PROJECT MANAGER
<Consultant/s>

SUBMITTED: RECOMMENDED: APPROVED:

15 mm from edge of the paper


<SIGNATURE> <SIGNATURE> <SIGNATURE>
<NAME> <NAME> <NAME>
PROJECT MANAGER ASSISTANT REGIONAL DIRECTOR REGIONAL DIRECTOR
<CONSULTANT NAME> DATE: DATE:
DATE:

Plans prepared by Consultants and approved by Regional Offices


Detailed Engineering Design
15 mm from edge of the paper

Annex "A - 7"

REPUBLIC OF THE PHILIPPINES


DEPARTMENT OF PUBLIC WORKS AND HIGHWAYS
<REGIONAL OFFICE NO.>
<ADDRESS>

C.Y. <YEAR> PROJECT


30 mm from edge of the paper

DETAILED ENGINEERING DESIGN PLAN FOR


<NAME OF PROJECT>
<SECTION>
<LOCATION>
<STATION LIMITS>
<NET LENGTH>
<ROAD SECTION / BRIDGE ID>

SUBMITTED: RECOMMENDED APPROVED:

15 mm from edge of the paper


<SIGNATURE> <SIGNATURE> <SIGNATURE> <SIGNATURE> <SIGNATURE>
<NAME> <NAME> <NAME> <NAME> <NAME>
CHIEF, PLANNING AND DESIGN DIVISION REGIONAL DIRECTOR DIRECTOR IV, BUREAU OF DESIGN ASSISTANT SECRETARY FOR UNDERSECRETARY FOR
DATE: DATE: DATE: TECHNICAL SERVICES TECHNICAL SERVICES
DATE: DATE:

Plans prepared by Regional Offices and approved at Central Office


Detailed Engineering Design
15 mm from edge of the paper

Annex "A - 8"

REPUBLIC OF THE PHILIPPINES


DEPARTMENT OF PUBLIC WORKS AND HIGHWAYS
<REGIONAL OFFICE NO.>
<ADDRESS>

C.Y. <YEAR> PROJECT


30 mm from edge of the paper

DETAILED ENGINEERING DESIGN PLAN FOR


<NAME OF PROJECT>
<SECTION>
<LOCATION>
<STATION LIMITS>
<NET LENGTH>
<ROAD SECTION / BRIDGE ID>
NOTE:

PURSUANTTO ITEM 5 OF ANNEX 'A' OF THE REVISEDIMPLEMENTINGRULES


AND REGULATION OF R.A. 9184, THE APPROVAL BY THE AUTHORIZED
GOVERNMENTOFFICIALSOF DETAILEDENGINEERINGSURVEYSAND DESIGNS
UNDERTAKENBY CONSULTANTSNEITHERDIMINISHESTHE RESPONSIBILITYOF
THE LATTERFOR THE TECHNICALINTEGRITYOF THE SURVEYSAND DESIGNS
NOR TRANSFER ANY PART OF THAT RESPONSIBILITYTO THE APPROVING
.
OFFICIALS

THE DESIGN CONSULTANTSHALL BE HELD FULLY RESPONSIBLEFOR THE


FAILUREOF THEFACILITIES/STRUCTURES
DUE TO FAULTYDESIGNEXCEPTFOR
THE CHANGES MADE WITHOUT THE CONFORMITY OF THE CONSULTANTS.

PROJECT MANAGER
<Consultant/s>

SUBMITTED: RECOMMENDED: APPROVED:

15 mm from edge of the paper


<SIGNATURE> <SIGNATURE> <SIGNATURE> <SIGNATURE> <SIGNATURE>
<NAME> <NAME> <NAME> <NAME> <NAME>
PROJECT MANAGER REGIONAL DIRECTOR DIRECTOR IV, BUREAU OF DESIGN ASSISTANT SECRETARY FOR UNDERSECRETARY FOR
<CONSULTANT NAME> DATE: DATE: TECHNICAL SERVICES TECHNICAL SERVICES
DATE: DATE: DATE:

Plans prepared by Consultants, checked by Regional Offices and approved at Central Office
Detailed Engineering Design
15 mm from edge of the paper

Annex "A - 9"

REPUBLIC OF THE PHILIPPINES


DEPARTMENT OF PUBLIC WORKS AND HIGHWAYS
<UPMO CLUSTER>
<ADDRESS>

C.Y. <YEAR> PROJECT


30 mm from edge of the paper

DETAILED ENGINEERING DESIGN PLAN FOR


<NAME OF PROJECT>
<SECTION>
<LOCATION>
<STATION LIMITS>
<NET LENGTH>
<ROAD SECTION / BRIDGE ID>

SUBMITTED: RECOMMENDED: APPROVED:

15 mm from edge of the paper


<SIGNATURE> <SIGNATURE> <SIGNATURE> <SIGNATURE> <SIGNATURE>
<NAME> <NAME> <NAME> <NAME> <NAME>
PROJECT MANAGER PROJECT DIRECTOR DIRECTOR IV, BUREAU OF DESIGN ASSISTANT SECRETARY FOR UNDERSECRETARY FOR
<UPMO CLUSTER> <UPMO CLUSTER> DATE: TECHNICAL SERVICES TECHNICAL SERVICES
DATE: DATE: DATE: DATE:

Plans prepared by concerned UPMO Clusters and approved at Central Office


Detailed Engineering Design
15 mm from edge of the paper

Annex "A - 10"

REPUBLIC OF THE PHILIPPINES


DEPARTMENT OF PUBLIC WORKS AND HIGHWAYS
<UPMO CLUSTER>
<ADDRESS>

C.Y. <YEAR> PROJECT


30 mm from edge of the paper

DETAILED ENGINEERING DESIGN PLAN FOR


<NAME OF PROJECT>
<SECTION>
<LOCATION>
<STATION LIMITS>
<NET LENGTH>
<ROAD SECTION / BRIDGE ID>
NOTE:

PURSUANTTO ITEM 5 OF ANNEX 'A' OF THE REVISEDIMPLEMENTINGRULES


AND REGULATION OF R.A. 9184, THE APPROVAL BY THE AUTHORIZED
GOVERNMENTOFFICIALSOF DETAILEDENGINEERINGSURVEYSAND DESIGNS
UNDERTAKENBY CONSULTANTSNEITHERDIMINISHESTHE RESPONSIBILITYOF
THE LATTERFOR THE TECHNICALINTEGRITYOF THE SURVEYSAND DESIGNS
NOR TRANSFER ANY PART OF THAT RESPONSIBILITYTO THE APPROVING
.
OFFICIALS

THE DESIGN CONSULTANTSHALL BE HELD FULLY RESPONSIBLEFOR THE


FAILUREOF THEFACILITIES/STRUCTURES
DUE TO FAULTYDESIGNEXCEPTFOR
THE CHANGES MADE WITHOUT THE CONFORMITY OF THE CONSULTANTS.

PROJECT MANAGER
<Consultant/s>

SUBMITTED: RECOMMENDED: APPROVED:

15 mm from edge of the paper


<SIGNATURE> <SIGNATURE> <SIGNATURE> <SIGNATURE> <SIGNATURE>
<NAME> <NAME> <NAME> <NAME> <NAME>
PROJECT MANAGER PROJECT DIRECTOR DIRECTOR IV, BUREAU OF DESIGN ASSISTANT SECRETARY FOR UNDERSECRETARY FOR
<CONSULTANT NAME> <UPMO CLUSTER> DATE: TECHNICAL SERVICES TECHNICAL SERVICES
DATE: DATE: DATE: DATE:

Plans prepared By Consultant/s, checked by concerned UPMO Clusters and approved at Central O
Detailed Engineering Design
15 mm from edge of the paper

Annex "A - 11"

REPUBLIC OF THE PHILIPPINES


DEPARTMENT OF PUBLIC WORKS AND HIGHWAYS
BUREAU OF DESIGN
MANILA

C.Y. <YEAR> PROJECT


30 mm from edge of the paper

DETAILED ENGINEERING DESIGN PLAN FOR


<NAME OF PROJECT>
<SECTION>
<LOCATION>
<STATION LIMITS>
<NET LENGTH>
<ROAD SECTION / BRIDGE ID>

SUBMITTED: RECOMMENDED: APPROVED:

15 mm from edge of the paper


<SIGNATURE> <SIGNATURE> <SIGNATURE> <SIGNATURE>
<NAME> <NAME> <NAME> <NAME>
CHIEF, <CONCERNED DIVISION> DIRECTOR IV, BUREAU OF DESIGN ASSISTANT SECRETARY FOR UNDERSECRETARY FOR
DATE: DATE: TECHNICAL SERVICES TECHNICAL SERVICES
DATE: DATE:

Plans prepared by the Bureau of Design


Detailed Engineering Design
15 mm from edge of the paper

Annex "B - 1"

REPUBLIC OF THE PHILIPPINES


DEPARTMENT OF PUBLIC WORKS AND HIGHWAYS
<REGIONAL OFFICE NO.>
<DISTRICT ENGINEERING OFFICE>
<ADDRESS>

C.Y. <YEAR> PROJECT


30 mm from edge of the paper

"AS-STAKED" PLAN FOR


<NAME OF PROJECT>
<SECTION>
<LOCATION>
<STATION LIMITS>
<NET LENGTH>
<ROAD SECTION / BRIDGE ID>

PREPARED: SUBMITTED: RECOMMENDED: APPROVED:

15 mm from edge of the paper


<SIGNATURE> <SIGNATURE> <SIGNATURE> <SIGNATURE>
<NAME> <NAME> <NAME> <NAME>
PROJECT MANAGER CHIEF, <IMPLEMENTING SECTION> ASSISTANT DISTRICT ENGINEER DISTRICT ENGINEER
<CONTRACTOR NAME> DATE: DATE: DATE:
DATE:

"As-Staked" Plans prepared by Contractor and approved by District Engineering Offices


15 mm from edge of the paper

Annex "B - 2"

REPUBLIC OF THE PHILIPPINES


DEPARTMENT OF PUBLIC WORKS AND HIGHWAYS
<REGIONAL OFFICE NO.>
<DISTRICT ENGINEERING OFFICE>
<ADDRESS>

C.Y. <YEAR> PROJECT


30 mm from edge of the paper

"AS-STAKED" PLAN FOR


<NAME OF PROJECT>
<SECTION>
<LOCATION>
<STATION LIMITS>
<NET LENGTH>
<ROAD SECTION / BRIDGE ID>

PREPARED: SUBMITTED: RECOMMENDED: APPROVED:

15 mm from edge of the paper


<SIGNATURE> <SIGNATURE> <SIGNATURE> <SIGNATURE> <SIGNATURE>
<NAME> <NAME> <NAME> <NAME> <NAME>
PROJECT MANAGER CHIEF, <IMPLEMENTING SECTION> DISTRICT ENGINEER ASSISTANT REGIONAL DIRECTOR REGIONAL DIRECTOR
<CONTRACTOR NAME> DATE: DATE: DATE: DATE:
DATE:

"As-Staked" Plans prepared by Contractor, checked by District Engineering Offices and approved by respective Regional O
15 mm from edge of the paper

Annex "B - 3"

REPUBLIC OF THE PHILIPPINES


DEPARTMENT OF PUBLIC WORKS AND HIGHWAYS
<REGIONAL OFFICE NO.>
<ADDRESS>

C.Y. <YEAR> PROJECT


30 mm from edge of the paper

"AS-STAKED" PLAN FOR


<NAME OF PROJECT>
<SECTION>
<LOCATION>
<STATION LIMITS>
<NET LENGTH>
<ROAD SECTION / BRIDGE ID>

PREPARED: SUBMITTED: RECOMMENDED: APPROVED:

15 mm from edge of the paper


<SIGNATURE> <SIGNATURE> <SIGNATURE> <SIGNATURE>
<NAME> <NAME> <NAME> <NAME>
PROJECT MANAGER CHIEF, <IMPLEMENTING DIVISION> ASSISTANT REGIONAL DIRECTOR REGIONAL DIRECTOR
<CONTRACTOR NAME> DATE: DATE: DATE:
DATE:

"As-Staked" Plans prepared by Contractor and approved by Regional Offices


15 mm from edge of the paper

Annex "B - 4"

REPUBLIC OF THE PHILIPPINES


DEPARTMENT OF PUBLIC WORKS AND HIGHWAYS
<REGIONAL OFFICE NO.>
<ADDRESS>

C.Y. <YEAR> PROJECT


30 mm from edge of the paper

"AS-STAKED"PLAN FOR
<NAME OF PROJECT>
<SECTION>
<LOCATION>
<STATION LIMITS>
<NET LENGTH>
<ROAD SECTION / BRIDGE ID>

PREPARED: SUBMITTED: RECOMMENDED: APPROVED:

15 mm from edge of the paper


<SIGNATURE> <SIGNATURE> <SIGNATURE> <SIGNATURE> <SIGNATURE> <SIGNATURE>
<NAME> <NAME> <NAME> <NAME> <NAME> <NAME>
PROJECT MANAGER CHIEF, <IMPLEMENTING DIVISION
> REGIONAL DIRECTOR DIRECTOR IV, BUREAU OF DESIGN ASSISTANT SECRETARY FOR UNDERSECRETARY FOR
<CONTRACTOR NAME> DATE: DATE: DATE: TECHNICAL SERVICES TECHNICAL SERVICES
DATE: DATE: DATE:

"As-Staked" Plans prepared by Contractor, checked by Regional Offices and approved at Central Office
15 mm from edge of the paper

Annex "B - 5"

REPUBLIC OF THE PHILIPPINES


DEPARTMENT OF PUBLIC WORKS AND HIGHWAYS
<UPMO CLUSTER>
<ADDRESS>

C.Y. <YEAR> PROJECT


30 mm from edge of the paper

"AS-STAKED" PLAN FOR


<NAME OF PROJECT>
<SECTION>
<LOCATION>
<STATION LIMITS>
<NET LENGTH>
<ROAD SECTION / BRIDGE ID>

PREPARED: SUBMITTED: RECOMMENDED: APPROVED:

15 mm from edge of the paper


<SIGNATURE> <SIGNATURE> <SIGNATURE> <SIGNATURE> <SIGNATURE> <SIGNATURE>
<NAME> <NAME> <NAME> <NAME> <NAME> <NAME>
PROJECT MANAGER PROJECT MANAGER PROJECT DIRECTOR DIRECTOR IV, BUREAU OF DESIGN ASSISTANT SECRETARY FOR UNDERSECRETARY FOR
<CONTRACTOR NAME> <UPMO CLUSTER
> <UPMO CLUSTER> DATE: TECHNICAL SERVICES TECHNICAL SERVICES
DATE: DATE: DATE:
DATE: DATE:

"As-Staked" Plans prepared by Contractor, checked by concerned UPMO Clusters and approved at Central Office
15 mm from edge of the paper

Annex "B - 6"

REPUBLIC OF THE PHILIPPINES


DEPARTMENT OF PUBLIC WORKS AND HIGHWAYS
<UPMO CLUSTER>
<ADDRESS>

C.Y. <YEAR> PROJECT


30 mm from edge of the paper

"AS-STAKED" PLAN FOR


<NAME OF PROJECT>
<SECTION>
<LOCATION>
<STATION LIMITS>
<NET LENGTH>
<ROAD SECTION / BRIDGE ID> NOTE:

PURSUANTTO ITEM 6.4 OF ANNEX 'B' OF THE REVISEDIMPLEMENTINGRULES AND


REGULATIONOF R.A. 9184, THE CONSTRUCTIONSUPERVISIONCONSULTANTSHALL
BE RESPONSIBLEFOR VERIFICATIONAND CHECKINGOF QUANTITIESAND QUALITIES
OF WORKACCOMPLISHED BY THE CONTRACTORAS AGAINSTTHE APPROVEDPLANS,
SPECIFICATIONS AND PROGRAM OF WORKS.

THE CONSTRUCTION SUPERVISION CONSULTANT SHALL BE HELD FULLY


RESPONSIBLEFOR THE FAILURE OF THE FACILITIES/STRUCTURES DUE TO POOR
QUALITY OF WORKMANSHIPACCOMPLISHEDBY THE CONTRACTOREXCEPT FOR
THOSEFAILUREDUE TO FAULTYDESIGNAS PER APPROVEDDETAILEDENGINEERING
DESIGN PLAN. THE APPROVALBY THE AUTHORIZEDGOVERNMENTOFFICIALSOF
"AS-STAKED", REVISED OR "AS-BUILT" PLANS UNDERTAKEN/CHECKEDBY
CONSTRUCTION SUPERVISION CONSULTANTS NEITHER DIMINISHES THE
RESPONSIBILITYOF THE LATTERFOR THE TECHNICALINTEGRITYOF THE SAIDPLANS
.
NOR TRANSFER ANY PART OF THAT RESPONSIBILITY TO THE APPROVING OFFICIALS

PROJECT MANAGER
<Consultant/s>

PREPARED: SUBMITTED: RECOMMENDED: APPROVED:

15 mm from edge of the paper


<SIGNATURE> <SIGNATURE> <SIGNATURE> <SIGNATURE> <SIGNATURE> <SIGNATURE>
<NAME> <NAME> <NAME> <NAME> <NAME> <NAME>
PROJECT MANAGER PROJECT MANAGER PROJECT DIRECTOR DIRECTOR IV, BUREAU OF DESIGN ASSISTANT SECRETARY FOR UNDERSECRETARY FOR
<CONTRACTOR NAME> <CONSTRUCTION SUPERVISION <UPMO CLUSTER> DATE: TECHNICAL SERVICES TECHNICAL SERVICES
DATE: CONSULTANT> DATE: DATE: DATE:
DATE:

"As-Staked" Plans for UPMO implemented projects with Construction Supervision Consultant/s prepared by Contracto
15 mm from edge of the paper

Annex "C - 1"

REPUBLIC OF THE PHILIPPINES


DEPARTMENT OF PUBLIC WORKS AND HIGHWAYS
<REGIONAL OFFICE NO.>
<DISTRICT ENGINEERING OFFICE>
<ADDRESS>

C.Y. <YEAR> PROJECT


30 mm from edge of the paper

REVISED PLAN FOR


<NAME OF PROJECT>
<SECTION>
<LOCATION>
<STATION LIMITS>
<NET LENGTH>
<ROAD SECTION / BRIDGE ID>

PREPARED: SUBMITTED: RECOMMENDED: APPROVED:

15 mm from edge of the paper


<SIGNATURE> <SIGNATURE> <SIGNATURE> <SIGNATURE>
<NAME> <NAME> <NAME> <NAME>
PROJECT MANAGER CHIEF, <IMPLEMENTING SECTION> ASSISTANT DISTRICT ENGINEER DISTRICT ENGINEER
<CONTRACTOR NAME> DATE: DATE: DATE:
DATE:

Revised Plans prepared by Contractor and approved by District Engineering Offices


15 mm from edge of the paper

Annex "C - 2"

REPUBLIC OF THE PHILIPPINES


DEPARTMENT OF PUBLIC WORKS AND HIGHWAYS
<REGIONAL OFFICE NO.>
<DISTRICT ENGINEERING OFFICE>
<ADDRESS>

C.Y. <YEAR> PROJECT


30 mm from edge of the paper

REVISED PLAN FOR


<NAME OF PROJECT>
<SECTION>
<LOCATION>
<STATION LIMITS>
<NET LENGTH>
<ROAD SECTION / BRIDGE ID>
NOTE:

PURSUANTTO ITEM 7 OF DPWH DEPARTMENTORDER NO. 50, SERIES 2002, THE


DETAILEDENGINEERINGDESIGNCONSULTANTISSUE THIS NON-OBJECTIONTO VARY
TO THE RECOMMENDATIONOF THE IMPLEMENTINGOFFICE,INCORPORATING MAJOR
CHANGES IN THE ORIGINAL DESIGN DURING THE PROJECT IMPLEMENTATION
PROVIDED,HOWEVER,THAT THIS ISSUANCEWILL NOT RELIEVETHE ENTITY WHICH
DESIGNED THE CHANGES OF ITS RESPONSIBILITY FOR SUCH.

CONCURRED BY:

PROJECT MANAGER
<DED Consultant/s>

PREPARED: SUBMITTED: RECOMMENDED: APPROVED:

15 mm from edge of the paper


<SIGNATURE> <SIGNATURE> <SIGNATURE> <SIGNATURE>
<NAME> <NAME> <NAME> <NAME>
PROJECT MANAGER CHIEF, <IMPLEMENTING SECTION> ASSISTANT DISTRICT ENGINEER DISTRICT ENGINEER
<CONTRACTOR NAME> DATE: DATE: DATE:
DATE:

Revised Plans prepared by Contractor, concurred by Design Consultants and approved by District Engineering Offices
15 mm from edge of the paper

Annex "C - 3"

REPUBLIC OF THE PHILIPPINES


DEPARTMENT OF PUBLIC WORKS AND HIGHWAYS
<REGIONAL OFFICE NO.>
<DISTRICT ENGINEERING OFFICE>
<ADDRESS>

C.Y. <YEAR> PROJECT


30 mm from edge of the paper

REVISED PLAN FOR


<NAME OF PROJECT>
<SECTION>
<LOCATION>
<STATION LIMITS>
<NET LENGTH>
<ROAD SECTION / BRIDGE ID>

PREPARED: SUBMITTED: RECOMMENDED: APPROVED:

15 mm from edge of the paper


<SIGNATURE> <SIGNATURE> <SIGNATURE> <SIGNATURE> <SIGNATURE>
<NAME> <NAME> <NAME> <NAME> <NAME>
PROJECT MANAGER CHIEF, <IMPLEMENTING SECTION> DISTRICT ENGINEER ASSISTANT REGIONAL DIRECTOR REGIONAL DIRECTOR
<CONTRACTOR NAME> DATE: DATE: DATE: DATE:
DATE:

Revised Plans prepared by Contractor, checked by District Engineering Offices and approved by respective Regional Of
15 mm from edge of the paper

Annex "C - 4"

REPUBLIC OF THE PHILIPPINES


DEPARTMENT OF PUBLIC WORKS AND HIGHWAYS
<REGIONAL OFFICE NO.>
<DISTRICT ENGINEERING OFFICE>
<ADDRESS>

C.Y. <YEAR> PROJECT


30 mm from edge of the paper

REVISED PLAN FOR


<NAME OF PROJECT>
<SECTION>
<LOCATION>
<STATION LIMITS>
<NET LENGTH>
<ROAD SECTION / BRIDGE ID>
NOTE:

PURSUANTTO ITEM 7 OF DPWH DEPARTMENTORDER NO. 50, SERIES 2002, THE


DETAILEDENGINEERINGDESIGNCONSULTANTISSUE THIS NON-OBJECTIONTO VARY
TO THE RECOMMENDATIONOF THE IMPLEMENTINGOFFICE,INCORPORATING MAJOR
CHANGES IN THE ORIGINAL DESIGN DURING THE PROJECT IMPLEMENTATION
PROVIDED,HOWEVER,THAT THIS ISSUANCEWILL NOT RELIEVETHE ENTITY WHICH
DESIGNED THE CHANGES OF ITS RESPONSIBILITY FOR SUCH.

CONCURRED BY:

PROJECT MANAGER
<DED Consultant/s>

PREPARED: SUBMITTED: RECOMMENDED: APPROVED:

15 mm from edge of the paper


<SIGNATURE> <SIGNATURE> <SIGNATURE> <SIGNATURE> <SIGNATURE>
<NAME> <NAME> <NAME> <NAME> <NAME>
PROJECT MANAGER CHIEF, <IMPLEMENTING SECTION> DISTRICT ENGINEER ASSISTANT REGIONAL DIRECTOR REGIONAL DIRECTOR
<CONTRACTOR NAME> DATE: DATE: DATE: DATE:
DATE:

Revised Plans prepared by Contractor, concurred by Design Consultants, checked by District Engineering Offices
and approved by their respective Regional Offices
15 mm from edge of the paper

Annex "C - 5"

REPUBLIC OF THE PHILIPPINES


DEPARTMENT OF PUBLIC WORKS AND HIGHWAYS
<REGIONAL OFFICE NO.>
<ADDRESS>

C.Y. <YEAR> PROJECT


30 mm from edge of the paper

REVISED PLAN FOR


<NAME OF PROJECT>
<SECTION>
<LOCATION>
<STATION LIMITS>
<NET LENGTH>
<ROAD SECTION / BRIDGE ID>

PREPARED: SUBMITTED: RECOMMENDED: APPROVED:

15 mm from edge of the paper


<SIGNATURE> <SIGNATURE> <SIGNATURE> <SIGNATURE>
<NAME> <NAME> <NAME> <NAME>
PROJECT MANAGER CHIEF, <IMPLEMENTING DIVISION> ASSISTANT REGIONAL DIRECTOR REGIONAL DIRECTOR
<CONTRACTOR NAME> DATE: DATE: DATE:
DATE:

Revised Plans prepared by Contractor and approved by Regional Offices


15 mm from edge of the paper

Annex "C - 6"

REPUBLIC OF THE PHILIPPINES


DEPARTMENT OF PUBLIC WORKS AND HIGHWAYS
<REGIONAL OFFICE NO.>
<ADDRESS>

C.Y. <YEAR> PROJECT


30 mm from edge of the paper

REVISED PLAN FOR


<NAME OF PROJECT>
<SECTION>
<LOCATION>
<STATION LIMITS>
<NET LENGTH>
<ROAD SECTION / BRIDGE ID>
NOTE:

PURSUANTTO ITEM 7 OF DPWH DEPARTMENTORDER NO. 50, SERIES 2002, THE


DETAILEDENGINEERINGDESIGNCONSULTANTISSUE THIS NON-OBJECTIONTO VARY
TO THE RECOMMENDATIONOF THE IMPLEMENTINGOFFICE,INCORPORATING MAJOR
CHANGES IN THE ORIGINAL DESIGN DURING THE PROJECT IMPLEMENTATION
PROVIDED,HOWEVER,THAT THIS ISSUANCEWILL NOT RELIEVETHE ENTITY WHICH
DESIGNED THE CHANGES OF ITS RESPONSIBILITY FOR SUCH.

CONCURRED BY:

PROJECT MANAGER
<DED Consultant/s>

PREPARED: SUBMITTED: RECOMMENDED: APPROVED:

15 mm from edge of the paper


<SIGNATURE> <SIGNATURE> <SIGNATURE> <SIGNATURE>
<NAME> <NAME> <NAME> <NAME>
PROJECT MANAGER CHIEF, <IMPLEMENTING DIVISION> ASSISTANT REGIONAL DIRECTOR REGIONAL DIRECTOR
<CONTRACTOR NAME> DATE: DATE: DATE:
DATE:

Revised Plans prepared by Contractor, concurred by Design Consultants and approved by Regional Offices
15 mm from edge of the paper

Annex "C - 7"

REPUBLIC OF THE PHILIPPINES


DEPARTMENT OF PUBLIC WORKS AND HIGHWAYS
<REGIONAL OFFICE NO.>
<ADDRESS>

C.Y. <YEAR> PROJECT


30 mm from edge of the paper

REVISED PLAN FOR


<NAME OF PROJECT>
<SECTION>
<LOCATION>
<STATION LIMITS>
<NET LENGTH>
<ROAD SECTION / BRIDGE ID>

PREPARED: SUBMITTED: RECOMMENDED: APPROVED:

15 mm from edge of the paper


<SIGNATURE> <SIGNATURE> <SIGNATURE> <SIGNATURE> <SIGNATURE> <SIGNATURE>
<NAME> <NAME> <NAME> <NAME> <NAME> <NAME>
PROJECT MANAGER CHIEF, <IMPLEMENTING DIVISION
> REGIONAL DIRECTOR DIRECTOR IV, BUREAU OF DESIGN ASSISTANT SECRETARY FOR UNDERSECRETARY FOR
<CONTRACTOR NAME> DATE: DATE: DATE: TECHNICAL SERVICES TECHNICAL SERVICES
DATE: DATE: DATE:

Revised Plans prepared by Contractor, checked by Regional Offices and approved at Central Office
15 mm from edge of the paper

Annex "C - 8"

REPUBLIC OF THE PHILIPPINES


DEPARTMENT OF PUBLIC WORKS AND HIGHWAYS
<REGIONAL OFFICE NO.>
<ADDRESS>

C.Y. <YEAR> PROJECT


30 mm from edge of the paper

REVISED PLAN FOR


<NAME OF PROJECT>
<SECTION>
<LOCATION>
<STATION LIMITS>
<NET LENGTH>
<ROAD SECTION / BRIDGE ID>
NOTE:

PURSUANTTO ITEM 7 OF DPWH DEPARTMENTORDER NO. 50, SERIES 2002, THE


DETAILEDENGINEERINGDESIGNCONSULTANTISSUE THIS NON-OBJECTIONTO VARY
TO THE RECOMMENDATIONOF THE IMPLEMENTINGOFFICE,INCORPORATING MAJOR
CHANGES IN THE ORIGINAL DESIGN DURING THE PROJECT IMPLEMENTATION
PROVIDED,HOWEVER,THAT THIS ISSUANCEWILL NOT RELIEVETHE ENTITY WHICH
DESIGNED THE CHANGES OF ITS RESPONSIBILITY FOR SUCH.

CONCURRED BY:

PROJECT MANAGER
<DED Consultant/s>

PREPARED: SUBMITTED: RECOMMENDED: APPROVED:

15 mm from edge of the paper


<SIGNATURE> <SIGNATURE> <SIGNATURE> <SIGNATURE> <SIGNATURE> <SIGNATURE>
<NAME> <NAME> <NAME> <NAME> <NAME> <NAME>
PROJECT MANAGER CHIEF, <IMPLEMENTING DIVISION
> REGIONAL DIRECTOR DIRECTOR IV, BUREAU OF DESIGN ASSISTANT SECRETARY FOR UNDERSECRETARY FOR
<CONTRACTOR NAME> DATE: DATE: DATE: TECHNICAL SERVICES TECHNICAL SERVICES
DATE: DATE: DATE:

Revised Plans prepared by Contractor, concurred by Design Consultants, checked by Regional Offices and approved at Cen
15 mm from edge of the paper

Annex "C - 9"

REPUBLIC OF THE PHILIPPINES


DEPARTMENT OF PUBLIC WORKS AND HIGHWAYS
<UPMO CLUSTER>
<ADDRESS>

C.Y. <YEAR> PROJECT


30 mm from edge of the paper

REVISED PLAN FOR


<NAME OF PROJECT>
<SECTION>
<LOCATION>
<STATION LIMITS>
<NET LENGTH>
<ROAD SECTION / BRIDGE ID>

PREPARED: SUBMITTED: RECOMMENDED: APPROVED:

15 mm from edge of the paper


<SIGNATURE> <SIGNATURE> <SIGNATURE> <SIGNATURE> <SIGNATURE> <SIGNATURE>
<NAME> <NAME> <NAME> <NAME> <NAME> <NAME>
PROJECT MANAGER PROJECT MANAGER PROJECT DIRECTOR DIRECTOR IV, BUREAU OF DESIGN ASSISTANT SECRETARY FOR UNDERSECRETARY FOR
<CONTRACTOR NAME> <UPMO CLUSTER
> <UPMO CLUSTER> DATE: TECHNICAL SERVICES TECHNICAL SERVICES
DATE: DATE: DATE:
DATE: DATE:

Revised Plans prepared by Contractor, checked by concerned UPMO Clusters and approved at Central Office
15 mm from edge of the paper

Annex "C - 10"

REPUBLIC OF THE PHILIPPINES


DEPARTMENT OF PUBLIC WORKS AND HIGHWAYS
<UPMO CLUSTER>
<ADDRESS>

C.Y. <YEAR> PROJECT


30 mm from edge of the paper

REVISED PLAN FOR


<NAME OF PROJECT>
<SECTION>
<LOCATION>
<STATION LIMITS>
<NET LENGTH>
<ROAD SECTION / BRIDGE ID>
NOTE:

PURSUANTTO ITEM 7 OF DPWH DEPARTMENTORDER NO. 50, SERIES 2002, THE


DETAILEDENGINEERINGDESIGNCONSULTANTISSUE THIS NON-OBJECTIONTO VARY
TO THE RECOMMENDATIONOF THE IMPLEMENTINGOFFICE,INCORPORATING MAJOR
CHANGES IN THE ORIGINAL DESIGN DURING THE PROJECT IMPLEMENTATION
PROVIDED,HOWEVER,THAT THIS ISSUANCEWILL NOT RELIEVETHE ENTITY WHICH
DESIGNED THE CHANGES OF ITS RESPONSIBILITY FOR SUCH.

CONCURRED BY:

PROJECT MANAGER
<DED Consultant/s>

PREPARED: SUBMITTED: RECOMMENDED: APPROVED:

15 mm from edge of the paper


<SIGNATURE> <SIGNATURE> <SIGNATURE> <SIGNATURE> <SIGNATURE> <SIGNATURE>
<NAME> <NAME> <NAME> <NAME> <NAME> <NAME>
PROJECT MANAGER PROJECT MANAGER PROJECT DIRECTOR DIRECTOR IV, BUREAU OF DESIGN ASSISTANT SECRETARY FOR UNDERSECRETARY FOR
<CONTRACTOR NAME> <UPMO CLUSTER
> <UPMO CLUSTER> DATE: TECHNICAL SERVICES TECHNICAL SERVICES
DATE: DATE: DATE:
DATE: DATE:

Revised Plans prepared by Contractor, concurred by Design Consultants, checked by concerned UPMO Clusters and approved
15 mm from edge of the paper

Annex "C - 11"

REPUBLIC OF THE PHILIPPINES


DEPARTMENT OF PUBLIC WORKS AND HIGHWAYS
<UPMO CLUSTER>
<ADDRESS>

C.Y. <YEAR> PROJECT


30 mm from edge of the paper

REVISED PLAN FOR


<NAME OF PROJECT> NOTE:

<SECTION> PURSUANTTO ITEM 7 OF DPWH DEPARTMENTORDER NO. 50, SERIES 2002, THE
DETAILEDENGINEERINGDESIGNCONSULTANTISSUE THIS NON-OBJECTION TO VARY
TO THE RECOMMENDATIONOF THE CONSTRUCTIONSUPERVISIONCONSULTANTS,
INCORPORATINGMAJOR CHANGESIN THE ORIGINALDESIGNDURINGTHE PROJECT

<LOCATION> IMPLEMENTATIONPROVIDED,HOWEVER,THATTHIS ISSUANCEWILL NOT RELIEVETHE


ENTITY WHICH DESIGNED THE CHANGES OF ITS RESPONSIBILITY FOR SUCH.

<STATION LIMITS> CONCURRED BY:

<NET LENGTH> PROJECT MANAGER


<DED Consultant/s>

<ROAD SECTION / BRIDGE ID> NOTE:

PURSUANTTO ITEM 6.4 OF ANNEX 'B' OF THE REVISEDIMPLEMENTINGRULES AND


REGULATIONOF R.A. 9184, THE CONSTRUCTIONSUPERVISIONCONSULTANTSHALL
BE RESPONSIBLEFOR VERIFICATIONAND CHECKINGOF QUANTITIESAND QUALITIES
OF WORKACCOMPLISHED BY THE CONTRACTORAS AGAINSTTHE APPROVEDPLANS,
SPECIFICATIONS AND PROGRAM OF WORKS.

THE CONSTRUCTION SUPERVISION CONSULTANT SHALL BE HELD FULLY


RESPONSIBLEFOR THE FAILURE OF THE FACILITIES/STRUCTURES DUE TO POOR
QUALITY OF WORKMANSHIPACCOMPLISHEDBY THE CONTRACTOREXCEPT FOR
THOSEFAILUREDUE TO FAULTYDESIGNAS PER APPROVEDDETAILEDENGINEERING
DESIGN PLAN. THE APPROVALBY THE AUTHORIZEDGOVERNMENTOFFICIALSOF
"AS-STAKED", REVISED OR "AS-BUILT" PLANS UNDERTAKEN/CHECKEDBY
CONSTRUCTION SUPERVISION CONSULTANTS NEITHER DIMINISHES THE
RESPONSIBILITYOF THE LATTERFOR THE TECHNICALINTEGRITYOF THE SAIDPLANS
.
NOR TRANSFER ANY PART OF THAT RESPONSIBILITY TO THE APPROVING OFFICIALS

PROJECT MANAGER
<Consultant/s>

PREPARED: SUBMITTED: RECOMMENDED: APPROVED:

15 mm from edge of the paper


<SIGNATURE> <SIGNATURE> <SIGNATURE> <SIGNATURE> <SIGNATURE> <SIGNATURE>
<NAME> <NAME> <NAME> <NAME> <NAME> <NAME>
PROJECT MANAGER PROJECT MANAGER PROJECT DIRECTOR DIRECTOR IV, BUREAU OF DESIGN ASSISTANT SECRETARY FOR UNDERSECRETARY FOR
<CONTRACTOR NAME> <CONSTRUCTION SUPERVISION <UPMO CLUSTER> DATE: TECHNICAL SERVICES TECHNICAL SERVICES
DATE: CONSULTANT> DATE: DATE: DATE:
DATE:

Revised Plans for UPMO implemented projects with Construction Supervision Consultant/s prepared by Contractor
15 mm from edge of the paper

Annex "D - 1"

REPUBLIC OF THE PHILIPPINES


DEPARTMENT OF PUBLIC WORKS AND HIGHWAYS
<REGIONAL OFFICE NO.>
<DISTRICT ENGINEERING OFFICE>
<ADDRESS>

C.Y. <YEAR> PROJECT


30 mm from edge of the paper

"AS-BUILT" PLAN FOR


<NAME OF PROJECT>
<SECTION>
<LOCATION>
<STATION LIMITS>
<NET LENGTH>
<ROAD SECTION / BRIDGE ID>

PREPARED: SUBMITTED: RECOMMENDED: APPROVED:

15 mm from edge of the paper


<SIGNATURE> <SIGNATURE> <SIGNATURE> <SIGNATURE>
<NAME> <NAME> <NAME> <NAME>
PROJECT MANAGER CHIEF, <IMPLEMENTING SECTION> ASSISTANT DISTRICT ENGINEER DISTRICT ENGINEER
<CONTRACTOR NAME> DATE: DATE: DATE:
DATE:

"As-Built" Plans prepared by Contractor and approved by District Engineering Offices


15 mm from edge of the paper

Annex "D -2"

REPUBLIC OF THE PHILIPPINES


DEPARTMENT OF PUBLIC WORKS AND HIGHWAYS
<REGIONAL OFFICE NO.>
<DISTRICT ENGINEERING OFFICE>
<ADDRESS>

C.Y. <YEAR> PROJECT


30 mm from edge of the paper

"AS-BUILT" PLAN FOR


<NAME OF PROJECT>
<SECTION>
<LOCATION>
<STATION LIMITS>
<NET LENGTH>
<ROAD SECTION / BRIDGE ID>

PREPARED: SUBMITTED: RECOMMENDED: APPROVED:

15 mm from edge of the paper


<SIGNATURE> <SIGNATURE> <SIGNATURE> <SIGNATURE> <SIGNATURE>
<NAME> <NAME> <NAME> <NAME> <NAME>
PROJECT MANAGER CHIEF, <IMPLEMENTING SECTION> DISTRICT ENGINEER ASSISTANT REGIONAL DIRECTOR REGIONAL DIRECTOR
<CONTRACTOR NAME> DATE: DATE: DATE: DATE:
DATE:

"As-Built" Plans prepared by Contractor, checked by District Engineering Offices and approved by respective Regional Of
15 mm from edge of the paper

Annex "D - 3"

REPUBLIC OF THE PHILIPPINES


DEPARTMENT OF PUBLIC WORKS AND HIGHWAYS
<REGIONAL OFFICE NO.>
<ADDRESS>

C.Y. <YEAR> PROJECT


30 mm from edge of the paper

"AS-BUILT" PLAN FOR


<NAME OF PROJECT>
<SECTION>
<LOCATION>
<STATION LIMITS>
<NET LENGTH>
<ROAD SECTION / BRIDGE ID>

PREPARED: SUBMITTED: RECOMMENDED: APPROVED:

15 mm from edge of the paper


<SIGNATURE> <SIGNATURE> <SIGNATURE> <SIGNATURE>
<NAME> <NAME> <NAME> <NAME>
PROJECT MANAGER CHIEF, <IMPLEMENTING DIVISION> ASSISTANT REGIONAL DIRECTOR REGIONAL DIRECTOR
<CONTRACTOR NAME> DATE: DATE: DATE:
DATE:

"As-Built" Plans prepared by Contractor and approved by Regional Offices


15 mm from edge of the paper

Annex "D - 4"

REPUBLIC OF THE PHILIPPINES


DEPARTMENT OF PUBLIC WORKS AND HIGHWAYS
<REGIONAL OFFICE NO.>
<ADDRESS>

C.Y. <YEAR> PROJECT


30 mm from edge of the paper

"AS-STAKED"PLAN FOR
<NAME OF PROJECT>
<SECTION>
<LOCATION>
<STATION LIMITS>
<NET LENGTH>
<ROAD SECTION / BRIDGE ID>

PREPARED: SUBMITTED: RECOMMENDED: APPROVED:

15 mm from edge of the paper


<SIGNATURE> <SIGNATURE> <SIGNATURE> <SIGNATURE> <SIGNATURE>
<NAME> <NAME> <NAME> <NAME> <NAME>
PROJECT MANAGER CHIEF, <IMPLEMENTING DIVISION> REGIONAL DIRECTOR ASSISTANT SECRETARY FOR UNDERSECRETARY FOR
<CONTRACTOR NAME> DATE:
DATE: REGIONAL OPERATIONS REGIONAL OPERATIONS
DATE: DATE: DATE:

"As-Built" Plans prepared by Contractor, checked by Regional Offices and approved at Central Office
15 mm from edge of the paper

Annex "D - 5"

REPUBLIC OF THE PHILIPPINES


DEPARTMENT OF PUBLIC WORKS AND HIGHWAYS
<UPMO CLUSTER>
<ADDRESS>

C.Y. <YEAR> PROJECT


30 mm from edge of the paper

"AS-BUILT" PLAN FOR


<NAME OF PROJECT>
<SECTION>
<LOCATION>
<STATION LIMITS>
<NET LENGTH>
<ROAD SECTION / BRIDGE ID>

PREPARED: SUBMITTED: RECOMMENDED: APPROVED:

15 mm from edge of the paper


<SIGNATURE> <SIGNATURE> <SIGNATURE> <SIGNATURE> <SIGNATURE>
<NAME> <NAME> <NAME> <NAME> <NAME>
PROJECT MANAGER PROJECT MANAGER PROJECT DIRECTOR ASSISTANT SECRETARY FOR UNDERSECRETARY FOR
<CONTRACTOR NAME> <UPMO CLUSTER> <UPMO CLUSTER> UPMO OPERATIONS UPMO OPERATIONS
DATE: DATE: DATE: DATE: DATE:

"As-Built" Plans prepared by Contractor, Checked by concerned UPMO Clusters and approved at Central Office
15 mm from edge of the paper

Annex "D - 6"

REPUBLIC OF THE PHILIPPINES


DEPARTMENT OF PUBLIC WORKS AND HIGHWAYS
<UPMO CLUSTER>
<ADDRESS>

C.Y. <YEAR> PROJECT


30 mm from edge of the paper

"AS-BUILT" PLAN FOR


<NAME OF PROJECT>
<SECTION>
<LOCATION>
<STATION LIMITS>
<NET LENGTH>
<ROAD SECTION / BRIDGE ID> NOTE:

PURSUANTTO ITEM 6.4 OF ANNEX 'B' OF THE REVISEDIMPLEMENTINGRULES AND


REGULATIONOF R.A. 9184, THE CONSTRUCTIONSUPERVISIONCONSULTANTSHALL
BE RESPONSIBLEFOR VERIFICATIONAND CHECKINGOF QUANTITIESAND QUALITIES
OF WORKACCOMPLISHED BY THE CONTRACTORAS AGAINSTTHE APPROVEDPLANS,
SPECIFICATIONS AND PROGRAM OF WORKS.

THE CONSTRUCTION SUPERVISION CONSULTANT SHALL BE HELD FULLY


RESPONSIBLEFOR THE FAILURE OF THE FACILITIES/STRUCTURES DUE TO POOR
QUALITY OF WORKMANSHIPACCOMPLISHEDBY THE CONTRACTOREXCEPT FOR
THOSEFAILUREDUE TO FAULTYDESIGNAS PER APPROVEDDETAILEDENGINEERING
DESIGN PLAN. THE APPROVALBY THE AUTHORIZEDGOVERNMENTOFFICIALSOF
"AS-STAKED", REVISED OR "AS-BUILT" PLANS UNDERTAKEN/CHECKEDBY
CONSTRUCTION SUPERVISION CONSULTANTS NEITHER DIMINISHES THE
RESPONSIBILITYOF THE LATTERFOR THE TECHNICALINTEGRITYOF THE SAIDPLANS
.
NOR TRANSFER ANY PART OF THAT RESPONSIBILITY TO THE APPROVING OFFICIALS

PROJECT MANAGER
<Consultant/s>

PREPARED: SUBMITTED: RECOMMENDED: APPROVED:

15 mm from edge of the paper


<SIGNATURE> <SIGNATURE> <SIGNATURE> <SIGNATURE> <SIGNATURE>
<NAME> <NAME> <NAME> <NAME> <NAME>
PROJECT MANAGER PROJECT MANAGER PROJECT DIRECTOR ASSISTANT SECRETARY FOR UNDERSECRETARY FOR
<CONTRACTOR NAME> <CONSTRUCTION SUPERVISION <UPMO CLUSTER> UPMO OPERATIONS UPMO OPERATIONS
DATE: CONSULTANT> DATE: DATE: DATE:
DATE:

"As-Built" Plans for UPMO implemented projects with Construction Supervision Consultant/s prepared by Contractor
Annex "E-1"

5.00
PROJECT NAME AND LOCATION: SHEET CONTENTS: DRAFTED: REVIEWED: SUBMITTED: RECOMMENDED: APPROVED: SET NO. SHEET NO.
REPUBLIC OF THE PHILIPPINES <SIGNATURE OVER NAME>
DEPARTMENT OF PUBLIC WORKS AND HIGHWAYS ENGINEERING ASSISTANT

20.00
<REGIONAL OFFICE NO.>

15.00
<DISTRICT ENGINEERING OFFICE> PREPARED: <SIGNATURE OVER NAME> <SIGNATURE OVER NAME> <SIGNATURE OVER NAME> <SIGNATURE OVER NAME>
<ADDRESS> ENGINEER II CHIEF, PLANNING AND DESIGN SECTION ASSISTANT DISTRICT ENGINEER DISTRICT ENGINEER
<SIGNATURE OVER NAME> DATE: DATE: DATE: DATE:
ENGINEER II

70.00 51.00 51.00 40.00 35.00 35.00 35.00 35.00 11.50 11.50
375.00

Plans prepared and approved by District Engineering Offices


Detailed Engineering Design

5.00
PREPARED: PROJECT NAME AND LOCATION: SHEET CONTENTS: REVIEWED: RECOMMENDED: APPROVED: SET NO. SHEET NO.
<LOGO/S> REPUBLIC OF THE PHILIPPINES
<SIGNATURE OVER NAME>
<POSITION> DEPARTMENT OF PUBLIC WORKS AND HIGHWAYS

20.00
<REGIONAL OFFICE NO.>

15.00
SUBMITTED: <DISTRICT ENGINEERING OFFICE> <SIGNATURE OVER NAME> <SIGNATURE OVER NAME> <SIGNATURE OVER NAME>
<CONSULTANT/S> <ADDRESS> CHIEF, PLANNING AND DESIGN SECTION ASSISTANT DISTRICT ENGINEER DISTRICT ENGINEER
<ADDRESS> <SIGNATURE OVER NAME> DATE: DATE: DATE:
PROJECT MANAGER

35.00 40.00 51.00 51.00 70.00 35.00 35.00 35.00 11.50 11.50
375.00

Plans prepared by Consultants and approved by District Engineering Offices


Detailed Engineering Design

5.00
PROJECT NAME AND LOCATION: SHEET CONTENTS: REVIEWED: SUBMITTED: REVIEWED: RECOMMENDED: APPROVED: SET NO. SHEET NO.
REPUBLIC OF THE PHILIPPINES
DEPARTMENT OF PUBLIC WORKS AND HIGHWAYS

20.00
<REGIONAL OFFICE NO.>

15.00
<DISTRICT ENGINEERING OFFICE> <SIGNATURE OVER NAME> <SIGNATURE OVER NAME> <SIGNATURE OVER NAME> <SIGNATURE OVER NAME> <SIGNATURE OVER NAME>
<ADDRESS> ENGINEER II CHIEF, PLANNING AND DESIGN SECTION
CHIEF, PLANNING AND DESIGN DIVISION DISTRICT ENGINEER REGIONAL DIRECTOR
DATE: DATE: DATE: DATE: DATE:

70.00 53.50 53.50 35.00 35.00 35.00 35.00 35.00 11.50 11.50
375.00

Plans prepared by District Engineering Offices and approved by respective Regional Offices
Detailed Engineering Design

5.00
PREPARED: PROJECT NAME AND LOCATION: SHEET CONTENTS: REVIEWED: RECOMMENDED: APPROVED: SET NO. SHEET NO.
<LOGO/S>
<SIGNATURE OVER NAME>
<POSITION>

20.00
REPUBLIC OF THE PHILIPPINES
DEPARTMENT OF PUBLIC WORKS AND HIGHWAYS

15.00
SUBMITTED: <REGIONAL OFFICE NO.>
<SIGNATURE OVER NAME> <SIGNATURE OVER NAME> <SIGNATURE OVER NAME> <SIGNATURE OVER NAME>
<CONSULTANT/S> CHIEF, PLANNING AND DESIGN SECTION
CHIEF, PLANNING AND DESIGN DIVISION DISTRICT ENGINEER REGIONAL DIRECTOR
<ADDRESS> <SIGNATURE OVER NAME> <DISTRICT ENGINEERING OFFICE>
DATE: DATE: DATE: DATE:
<ADDRESS>
PROJECT MANAGER

35.00 40.00 51.00 51.00 35.00 35.00 35.00 35.00 35.00 11.50 11.50
375.00

Plans prepared by Consultants, checked by District Engineering Offices and approved by their respective Reg
Detailed Engineering Design
Annex "E-2"

5.00
PROJECT NAME AND LOCATION: SHEET CONTENTS: DRAFTED: REVIEWED: SUBMITTED: RECOMMENDED: APPROVED: SET NO. SHEET NO.
REPUBLIC OF THE PHILIPPINES <SIGNATURE OVER NAME>
DEPARTMENT OF PUBLIC WORKS AND HIGHWAYS ENGINEERING ASSISTANT

20.00
<REGIONAL OFFICE NO.>

15.00
PREPARED: <SIGNATURE OVER NAME> <SIGNATURE OVER NAME> <SIGNATURE OVER NAME> <SIGNATURE OVER NAME>
<ADDRESS>
CHIEF, <CONCERNED DESIGN SECTION>
CHIEF, PLANNING AND DESIGN DIVISION ASSISTANTREGIONAL DIRECTOR REGIONAL DIRECTOR
<SIGNATURE OVER NAME> DATE: DATE: DATE: DATE:
ENGINEER II

70.00 51.00 51.00 40.00 35.00 35.00 35.00 35.00 11.50 11.50
375.00

Plans prepared and approved by Regional Offices


Detailed Engineering Design

5.00
PREPARED: PROJECT NAME AND LOCATION: SHEET CONTENTS: REVIEWED: RECOMMENDED: APPROVED: SET NO. SHEET NO.
<LOGO/S>
<SIGNATURE OVER NAME>
<POSITION>

20.00
REPUBLIC OF THE PHILIPPINES
DEPARTMENT OF PUBLIC WORKS AND HIGHWAYS

15.00
SUBMITTED: <REGIONAL OFFICE NO.>
<SIGNATURE OVER NAME> <SIGNATURE OVER NAME> <SIGNATURE OVER NAME> <SIGNATURE OVER NAME>
<CONSULTANT/S> CHIEF, <CONCERNED DESIGN SECTION>
CHIEF, PLANNING AND DESIGN DIVISION ASSISTANTREGIONAL DIRECTOR REGIONAL DIRECTOR
<ADDRESS> <SIGNATURE OVER NAME> <REGIONAL OFFICE NO.> DATE: DATE: DATE: DATE:
<ADDRESS>
PROJECT MANAGER

35.00 40.00 51.00 51.00 35.00 35.00 35.00 35.00 35.00 11.50 11.50
375.00

Plans prepared by Consultants and approved by Regional Offices


Detailed Engineering Design

5.00
PROJECT NAME AND LOCATION: SHEET CONTENTS: PREPARED: REVIEWED: RECOMMENDED: APPROVED: SET NO. SHEET NO.
REPUBLIC OF THE PHILIPPINES <SIGNATURE OVER NAME>
DEPARTMENT OF PUBLIC WORKS AND HIGHWAYS <POSITION> (SEE COVER SHEET) (SEE COVER SHEET) (SEE COVER SHEET)

20.00
<REGIONAL OFFICE NO.>

15.00
SUBMITTED: <SIGNATURE OVER NAME> <SIGNATURE OVER NAME> <NAME> <NAME> <NAME>
<ADDRESS>
CHIEF, <CONCERNED DESIGN DIVISION> REGIONAL DIRECTOR DIRECTOR IV, BUREAU OF DESIGN ASSISTANT SECRETARY FOR UNDERSECRETARY FOR
<SIGNATURE OVER NAME> BUREAU OF DESIGN DATE: DATE: TECHNICAL SERVICES TECHNICAL SERVICES
CHIEF, PLANNING AND DESIGN DIVISION DATE: DATE: DATE:

70.00 33.50 33.50 40.00 35.00 35.00 35.00 35.00 35.00 11.50 11.50
375.00

Plans prepared by Regional Offices and approved at Central Office


Detailed Engineering Design

5.00
PREPARED: PROJECT NAME AND LOCATION:SHEET CONTENTS: CHECKED: REVIEWED: RECOMMENDED: APPROVED: SET NO. SHEET NO.
<LOGO/S>
<SIGNATURE OVER NAME>
<POSITION> (SEE COVER SHEET) (SEE COVER SHEET) (SEE COVER SHEET)

20.00
REPUBLIC OF THE PHILIPPINES
DEPARTMENT OF PUBLIC WORKS AND HIGHWAYS

15.00
SUBMITTED: <REGIONAL OFFICE NO.> > <SIGNATURE OVER NAME>
<SIGNATURE OVER NAME <SIGNATURE OVER NAME> <NAME> <NAME> <NAME>
CHIEF, <CONCERNED DESIGN DIVISION>
CHIEF, PLANNING AND DESIGN DIVISION REGIONAL DIRECTOR ASSISTANT SECRETARY FOR UNDERSECRETARY FOR
<CONSULTANT/S> <REGIONAL OFFICE NO.>
DIRECTOR IV, BUREAU OF DESIGN
<ADDRESS> <SIGNATURE OVER NAME> DATE: BUREAU OF DESIGN DATE: DATE: TECHNICAL SERVICES TECHNICAL SERVICES
<ADDRESS> DATE: DATE:
PROJECT MANAGER DATE:

35.00 40.00 31.00 31.00 35.00 30.00 30.00 30.00 30.00 30.00 30.00 11.50 11.50
375.00

Plans prepared by Consultants, checked by Regional Offices and approved at Central Office
Detailed Engineering Design
Annex "E-3"

5.00
PROJECT NAME AND LOCATION: SHEET CONTENTS: PREPARED: REVIEWED: RECOMMENDED: APPROVED: SET NO. SHEET NO.
REPUBLIC OF THE PHILIPPINES <SIGNATURE OVER NAME>
DEPARTMENT OF PUBLIC WORKS AND HIGHWAYS ENGINEER <II/III> (SEE COVER SHEET) (SEE COVER SHEET) (SEE COVER SHEET)

20.00
15.00
SUBMITTED: <SIGNATURE OVER NAME> <SIGNATURE OVER NAME> <NAME> <NAME> <NAME>
<UPMO Cluster> CHIEF, <CONCERNED DESIGN DIVISION> PROJECT DIRECTOR
<ADDRESS> DIRECTOR IV, BUREAU OF DESIGN ASSISTANT SECRETARY FOR UNDERSECRETARY FOR
<SIGNATURE OVER NAME> BUREAU OF DESIGN <UPMO CLUSTER> DATE: TECHNICAL SERVICES TECHNICAL SERVICES
PROJECT MANAGER DATE: DATE: DATE: DATE:

70.00 33.50 33.50 40.00 35.00 35.00 35.00 35.00 35.00 11.50 11.50
375.00

Plans prepared by concerned UPMO Clusters and approved at Central Office


Detailed Engineering Design

5.00
PREPARED: PROJECT NAME AND LOCATION:SHEET CONTENTS: CHECKED: REVIEWED: RECOMMENDED: APPROVED: SET NO. SHEET NO.
<LOGO/S>
<SIGNATURE OVER NAME>
<POSITION> (SEE COVER SHEET) (SEE COVER SHEET) (SEE COVER SHEET)

20.00
REPUBLIC OF THE PHILIPPINES
DEPARTMENT OF PUBLIC WORKS AND HIGHWAYS

15.00
SUBMITTED: > <SIGNATURE OVER NAME>
<SIGNATURE OVER NAME <SIGNATURE OVER NAME> <NAME> <NAME> <NAME>
<CONSULTANT/S> <UPMO CLUSTER> PROJECT MANAGER CHIEF, <CONCERNED DESIGN DIVISION> PROJECT DIRECTOR DIRECTOR IV, BUREAU OF DESIGN ASSISTANT SECRETARY FOR UNDERSECRETARY FOR
<ADDRESS> <SIGNATURE OVER NAME> <ADDRESS> DATE: BUREAU OF DESIGN <UPMO CLUSTER> DATE: TECHNICAL SERVICES TECHNICAL SERVICES
PROJECT MANAGER DATE: DATE: DATE: DATE:

35.00 40.00 31.00 31.00 35.00 30.00 30.00 30.00 30.00 30.00 30.00 11.50 11.50
375.00

Plans prepared By Consultant/s, checked by concerned UPMO Clusters and approved at Central O
Detailed Engineering Design

5.00
PROJECT NAME AND LOCATION: SHEET CONTENTS: PREPARED: SUBMITTED: RECOMMENDED: APPROVED: SET NO. SHEET NO.
REPUBLIC OF THE PHILIPPINES <SIGNATURE OVER NAME>
DEPARTMENT OF PUBLIC WORKS AND HIGHWAYS ENGINEER <II/III> (SEE COVER SHEET) (SEE COVER SHEET) (SEE COVER SHEET)

20.00
BUREAU OF DESIGN

15.00
CHECKED: <SIGNATURE OVER NAME> <NAME> <NAME> <NAME>
MANILA
CHIEF, <CONCERNED DESIGN DIVISION>DIRECTOR IV, BUREAU OF DESIGN ASSISTANT SECRETARY FOR UNDERSECRETARY FOR
<SIGNATURE OVER NAME> BUREAU OF DESIGN DATE: TECHNICAL SERVICES TECHNICAL SERVICES
CHIEF, <CONCERNED SECTION> DATE: DATE: DATE:

70.00 51.00 51.00 40.00 35.00 35.00 35.00 35.00 11.50 11.50
375.00

Plans prepared by the Bureau of Design


Detailed Engineering Design
Annex "F-1"

5.00
PREPARED: PROJECT NAME AND LOCATION: SHEET CONTENTS: CHECKED: SUBMITTED: REVIEWED: RECOMMENDED: APPROVED: SET NO. SHEET NO.
<LOGO/S>

20.00
REPUBLIC OF THE PHILIPPINES

15.00
>
<SIGNATURE OVER NAME DEPARTMENT OF PUBLIC WORKS AND HIGHWAYS >
<SIGNATURE OVER NAME >
<SIGNATURE OVER NAME >
<SIGNATURE OVER NAME >
<SIGNATURE OVER NAME >
<SIGNATURE OVER NAME
<REGIONAL OFFICE NO.>
<CONTRACTOR/S> PROJECT MANAGER PROJECT ENGINEER CHIEF, <IMPLEMENTING SECTION> CHIEF, PLANNING AND DESIGN SECTION ASSISTANT DISTRICT ENGINEER DISTRICT ENGINEER
<ADDRESS> DATE: <DISTRICT ENGINEERING OFFICE> DATE: DATE: DATE: DATE: DATE:
<ADDRESS>

35.00 35.00 36.00 36.00 35.00 35.00 35.00 35.00 35.00 35.00 11.50 11.50
375.00

"As-Staked" Plans prepared by Contractor and approved by District Engineering Offices

5.00
PREPARED: PROJECT NAME AND LOCATION: SHEET CONTENTS: CHECKED: REVIEWED: RECOMMENED APPROVED SET NO. SHEET NO.
<LOGO/S>
<SIGNATURE OVER NAME>
PROJECT ENGINEER

20.00
REPUBLIC OF THE PHILIPPINES
>
<SIGNATURE OVER NAME

15.00
>
<SIGNATURE OVER NAME SUBMITTED:
DEPARTMENT OF PUBLIC WORKS AND HIGHWAYS >
<SIGNATURE OVER NAME >
<SIGNATURE OVER NAME >
<SIGNATURE OVER NAME
<REGIONAL OFFICE NO.>
PROJECT MANAGER CHIEF, PLANNING AND DESIGN DIVISION DISTRICT ENGINEER ASSISTANT REGIONAL DIRECTOR REGIONAL DIRECTOR
<CONTRACTOR/S>
<ADDRESS> DATE: <DISTRICT ENGINEERING OFFICE> <SIGNATURE OVER NAME> DATE: DATE: DATE: DATE:
<ADDRESS> CHIEF, <IMPLEMENTING SECTION>

35.00 35.00 33.50 33.50 35.00 40.00 35.00 35.00 35.00 35.00 11.50 11.50
375.00

"As-Staked" Plans prepared by Contractor, checked by District Engineering Offices and approved by respective Regional O

5.00
PREPARED: PROJECT NAME AND LOCATION: SHEET CONTENTS: CHECKED: SUBMITTED: REVIEWED: RECOMMENDED: APPROVED: SET NO. SHEET NO.
<LOGO/S>

20.00
REPUBLIC OF THE PHILIPPINES

15.00
>
<SIGNATURE OVER NAME DEPARTMENT OF PUBLIC WORKS AND HIGHWAYS >
<SIGNATURE OVER NAME >
<SIGNATURE OVER NAME >
<SIGNATURE OVER NAME >
<SIGNATURE OVER NAME >
<SIGNATURE OVER NAME
<CONTRACTOR/S> PROJECT MANAGER <REGIONAL OFFICE NO.> PROJECT ENGINEER CHIEF, <IMPLEMENTING SECTION> CHIEF, PLANNING AND DESIGN SECTION ASSISTANTREGIONAL DIRECTOR REGIONAL DIRECTOR
<ADDRESS> DATE: <ADDRESS> DATE: DATE: DATE: DATE: DATE:

35.00 35.00 36.00 36.00 35.00 35.00 35.00 35.00 35.00 35.00 11.50 11.50
375.00

"As-Staked" Plans prepared by Contractor and approved by Regional Offices

5.00
PREPARED: PROJECT NAME AND LOCATION:SHEET CONTENTS: CHECKED: REVIEWED: RECOMMENDED: APPROVED: SET NO. SHEET NO.
<LOGO/S>
<SIGNATURE OVER NAME>
PROJECT ENGINEER (SEE COVER SHEET) (SEE COVER SHEET) (SEE COVER SHEET)

20.00
REPUBLIC OF THE PHILIPPINES

15.00
>
<SIGNATURE OVER NAME DEPARTMENT OF PUBLIC WORKS AND HIGHWAYS
SUBMITTED: <SIGNATURE OVER NAME>
<SIGNATURE OVER NAME> <NAME> <NAME> <NAME>
PROJECT MANAGER CHIEF, <CONCERNED DESIGN DIVISION> REGIONAL DIRECTOR ASSISTANT SECRETARY FOR UNDERSECRETARY FOR
<CONTRACTOR/S> <REGIONAL OFFICE NO.> DIRECTOR IV, BUREAU OF DESIGN
<ADDRESS>
DATE: <ADDRESS> <SIGNATURE OVER NAME> BUREAU OF DESIGN DATE: DATE: TECHNICAL SERVICES TECHNICAL SERVICES
CHIEF, <IMPLEMENTING DIVISION> DATE: DATE: DATE:

35.00 30.00 31.00 31.00 35.00 40.00 30.00 30.00 30.00 30.00 30.00 11.50 11.50
375.00

"As-Staked" Plans prepared by Contractor, checked by Regional Offices and approved at Central Office
Annex "F-2"

5.00
PREPARED: PROJECT NAME AND LOCATION:SHEET CONTENTS: CHECKED: REVIEWED: RECOMMENDED: APPROVED: SET NO. SHEET NO.
<LOGO/S>
<SIGNATURE OVER NAME>
PROJECT ENGINEER (SEE COVER SHEET) (SEE COVER SHEET) (SEE COVER SHEET)

20.00
REPUBLIC OF THE PHILIPPINES
DEPARTMENT OF PUBLIC WORKS AND HIGHWAYS

15.00
>
<SIGNATURE OVER NAME <REGIONAL OFFICE NO.> SUBMITTED: <SIGNATURE OVER NAME>
<SIGNATURE OVER NAME> <NAME> <NAME> <NAME>
PROJECT MANAGER <ADDRESS> CHIEF, <CONCERNED DESIGN DIVISION> PROJECT DIRECTOR ASSISTANT SECRETARY FOR UNDERSECRETARY FOR
<CONTRACTOR/S> DIRECTOR IV, BUREAU OF DESIGN
<ADDRESS>
DATE: <SIGNATURE OVER NAME> BUREAU OF DESIGN <UPMO CLUSTER> DATE: TECHNICAL SERVICES TECHNICAL SERVICES
PROJECT MANAGER DATE: DATE: DATE: DATE:

35.00 30.00 31.00 31.00 35.00 40.00 30.00 30.00 30.00 30.00 30.00 11.50 11.50
375.00

"As-Staked" Plans prepared by Contractor, checked by concerned UPMO Clusters and approved at Central Office

5.00
PREPARED: SUBMITTED: PROJECT NAME AND LOCATION: CHECKED: REVIEWED: RECOMMENDED: APPROVED: SHEET NO.
<LOGO/S> <LOGO/S>
(SEE COVER SHEET) (SEE COVER SHEET) (SEE COVER SHEET)

20.00
REPUBLIC OF THE PHILIPPINES
DEPARTMENT OF PUBLIC WORKS AND HIGHWAYS

15.00
<SIGNATURE OVER NAME > <SIGNATURE OVER NAME >SHEET CONTENTS: > <SIGNATURE OVER NAME>
<SIGNATURE OVER NAME <SIGNATURE OVER NAME> <NAME> <NAME> <NAME>
<CONTRACTOR/S> PROJECT MANAGER <CONSULTANT/S> PROJECT MANAGER <UPMO CLUSTER> PROJECT MANAGER CHIEF, <CONCERNED DESIGN DIVISION> PROJECT DIRECTOR DIRECTOR IV, BUREAU OF DESIGN ASSISTANT SECRETARY FOR UNDERSECRETARY FOR
<ADDRESS> DATE: <ADDRESS> DATE:
<ADDRESS> DATE: BUREAU OF DESIGN <UPMO CLUSTER> DATE: TECHNICAL SERVICES TECHNICAL SERVICES
DATE: DATE: DATE: DATE:

30.00 25.00 30.00 25.00 38.50 35.00 30.00 30.00 30.00 30.00 30.00 30.00 11.50
375.00

"As-Staked" Plans for UPMO implemented projects with Construction Supervision Consultant/s prepared by Contracto
Annex "G-1"

5.00
PREPARED: PROJECT NAME AND LOCATION: SHEET CONTENTS: CHECKED: SUBMITTED: REVIEWED: RECOMMENDED: APPROVED: SET NO. SHEET NO.
<LOGO/S>

20.00
REPUBLIC OF THE PHILIPPINES
DEPARTMENT OF PUBLIC WORKS AND HIGHWAYS

15.00
>
<SIGNATURE OVER NAME <REGIONAL OFFICE NO.>
>
<SIGNATURE OVER NAME >
<SIGNATURE OVER NAME >
<SIGNATURE OVER NAME >
<SIGNATURE OVER NAME >
<SIGNATURE OVER NAME
<CONTRACTOR/S> PROJECT MANAGER <DISTRICT ENGINEERING OFFICE> PROJECT ENGINEER CHIEF, <IMPLEMENTING SECTION> CHIEF, PLANNING AND DESIGN SECTION ASSISTANT DISTRICT ENGINEER DISTRICT ENGINEER
DATE: <ADDRESS> DATE: DATE: DATE: DATE: DATE:
<ADDRESS>

35.00 35.00 36.00 36.00 35.00 35.00 35.00 35.00 35.00 35.00 11.50 11.50
375.00

Revised Plans prepared by Contractor and approved by District Engineering Offices

5.00
PREPARED: PROJECT NAME AND LOCATION: SHEET CONTENTS: CHECKED: SUBMITTED: REVIEWED: RECOMMENDED: APPROVED: SET NO. SHEET NO.
<LOGO/S>

20.00
REPUBLIC OF THE PHILIPPINES
DEPARTMENT OF PUBLIC WORKS AND HIGHWAYS

15.00
>
<SIGNATURE OVER NAME <REGIONAL OFFICE NO.>
>
<SIGNATURE OVER NAME >
<SIGNATURE OVER NAME >
<SIGNATURE OVER NAME >
<SIGNATURE OVER NAME >
<SIGNATURE OVER NAME
<CONTRACTOR/S> PROJECT MANAGER <DISTRICT ENGINEERING OFFICE> PROJECT ENGINEER CHIEF, <IMPLEMENTING SECTION> CHIEF, PLANNING AND DESIGN SECTION ASSISTANT DISTRICT ENGINEER DISTRICT ENGINEER
DATE: <ADDRESS> DATE: DATE: DATE: DATE: DATE:
<ADDRESS>

35.00 35.00 36.00 36.00 35.00 35.00 35.00 35.00 35.00 35.00 11.50 11.50
375.00

Revised Plans prepared by Contractor, concurred by Design Consultants and approved by District Engineering Offices

5.00
PREPARED: PROJECT NAME AND LOCATION: SHEET CONTENTS: CHECKED: REVIEWED: RECOMMENED APPROVED SET NO. SHEET NO.
<LOGO/S>
<SIGNATURE OVER NAME>
PROJECT ENGINEER

20.00
REPUBLIC OF THE PHILIPPINES
DEPARTMENT OF PUBLIC WORKS AND HIGHWAYS >
<SIGNATURE OVER NAME

15.00
>
<SIGNATURE OVER NAME <REGIONAL OFFICE NO.> SUBMITTED: >
<SIGNATURE OVER NAME >
<SIGNATURE OVER NAME >
<SIGNATURE OVER NAME
PROJECT MANAGER <DISTRICT ENGINEERING OFFICE> CHIEF, PLANNING AND DESIGN DIVISION DISTRICT ENGINEER ASSISTANT REGIONAL DIRECTOR REGIONAL DIRECTOR
<CONTRACTOR/S>
<ADDRESS> DATE: <ADDRESS> <SIGNATURE OVER NAME> DATE: DATE: DATE: DATE:
CHIEF, <IMPLEMENTING SECTION>

35.00 35.00 33.50 33.50 35.00 40.00 35.00 35.00 35.00 35.00 11.50 11.50
375.00

Revised Plans prepared by Contractor, checked by District Engineering Offices and approved by respective Regional Off

5.00
PREPARED: PROJECT NAME AND LOCATION: SHEET CONTENTS: CHECKED: SUBMITTED: REVIEWED: RECOMMENDED: APPROVED BY: SET NO. SHEET NO.
<LOGO/S>

20.00
REPUBLIC OF THE PHILIPPINES
DEPARTMENT OF PUBLIC WORKS AND HIGHWAYS >
<SIGNATURE OVER NAME

15.00
>
<SIGNATURE OVER NAME <REGIONAL OFFICE NO.>
>
<SIGNATURE OVER NAME >
<SIGNATURE OVER NAME >
<SIGNATURE OVER NAME >
<SIGNATURE OVER NAME
<CONTRACTOR/S> PROJECT MANAGER <DISTRICT ENGINEERING OFFICE> PROJECT ENGINEER CHIEF, <IMPLEMENTING SECTION> CHIEF, PLANNING AND DESIGN DIVISION DISTRICT ENGINEER REGIONAL DIRECTOR
DATE: <ADDRESS> DATE: DATE: DATE: DATE: DATE:
<ADDRESS>

35.00 35.00 36.00 36.00 35.00 35.00 35.00 35.00 35.00 35.00 11.50 11.50
375.00

Revised Plans prepared by Contractor, concurred by Design Consultants, checked by District Engineering Offices and
approved by their respective Regional Offices
Annex "G-2"

5.00
PREPARED: PROJECT NAME AND LOCATION: SHEET CONTENTS: CHECKED: SUBMITTED: REVIEWED: RECOMMENDED: APPROVED: SET NO. SHEET NO.
<LOGO/S>

20.00
REPUBLIC OF THE PHILIPPINES
>
<SIGNATURE OVER NAME

15.00
>
<SIGNATURE OVER NAME DEPARTMENT OF PUBLIC WORKS AND HIGHWAYS >
<SIGNATURE OVER NAME >
<SIGNATURE OVER NAME >
<SIGNATURE OVER NAME >
<SIGNATURE OVER NAME
<CONTRACTOR/S> PROJECT MANAGER <REGIONAL OFFICE NO.> PROJECT ENGINEER CHIEF, <IMPLEMENTING DIVISION> CHIEF, PLANNING AND DESIGN DIVISION ASSISTANTREGIONAL DIRECTOR REGIONAL DIRECTOR
DATE: DATE: DATE: DATE: DATE: DATE:
<ADDRESS> <ADDRESS>

35.00 35.00 36.00 36.00 35.00 35.00 35.00 35.00 35.00 35.00 11.50 11.50
375.00

Revised Plans prepared by Contractor and approved by Regional Offices

5.00
PREPARED: PROJECT NAME AND LOCATION: SHEET CONTENTS: CHECKED: SUBMITTED: REVIEWED: RECOMMENDED: APPROVED: SET NO. SHEET NO.
<LOGO/S>

20.00
REPUBLIC OF THE PHILIPPINES
>
<SIGNATURE OVER NAME

15.00
>
<SIGNATURE OVER NAME DEPARTMENT OF PUBLIC WORKS AND HIGHWAYS >
<SIGNATURE OVER NAME >
<SIGNATURE OVER NAME >
<SIGNATURE OVER NAME >
<SIGNATURE OVER NAME
<CONTRACTOR/S> PROJECT MANAGER <REGIONAL OFFICE NO.> PROJECT ENGINEER CHIEF, <IMPLEMENTING DIVISION> CHIEF, PLANNING AND DESIGN DIVISION ASSISTANTREGIONAL DIRECTOR REGIONAL DIRECTOR
DATE: <ADDRESS> DATE: DATE: DATE: DATE: DATE:
<ADDRESS>

35.00 35.00 36.00 36.00 35.00 35.00 35.00 35.00 35.00 35.00 11.50 11.50
375.00

Revised Plans prepared by Contractor, concurred by Design Consultants and approved by Regional Offices

5.00
PREPARED: PROJECT NAME AND LOCATION:SHEET CONTENTS: CHECKED: REVIEWED: RECOMMENDED: APPROVED: SET NO. SHEET NO.
<LOGO/S>
<SIGNATURE OVER NAME>
PROJECT ENGINEER (SEE COVER SHEET) (SEE COVER SHEET) (SEE COVER SHEET)

20.00
REPUBLIC OF THE PHILIPPINES

15.00
>
<SIGNATURE OVER NAME DEPARTMENT OF PUBLIC WORKS AND HIGHWAYS
SUBMITTED: <SIGNATURE OVER NAME>
<SIGNATURE OVER NAME> <NAME> <NAME> <NAME>
PROJECT MANAGER CHIEF, <CONCERNED DESIGN DIVISION> REGIONAL DIRECTOR ASSISTANT SECRETARY FOR UNDERSECRETARY FOR
<CONTRACTOR/S> <REGIONAL OFFICE NO.> DIRECTOR IV, BUREAU OF DESIGN
<ADDRESS>
DATE: <ADDRESS> <SIGNATURE OVER NAME> BUREAU OF DESIGN DATE: DATE: TECHNICAL SERVICES TECHNICAL SERVICES
CHIEF, <IMPLEMENTING DIVISION> DATE: DATE: DATE:

35.00 30.00 31.00 31.00 35.00 40.00 30.00 30.00 30.00 30.00 30.00 11.50 11.50
375.00

Revised Plans prepared by Contractor, checked by Regional Offices and approved at Central Office

5.00
PREPARED: PROJECT NAME AND LOCATION:SHEET CONTENTS: CHECKED: REVIEWED: RECOMMENDED: APPROVED: SET NO. SHEET NO.
<LOGO/S>
<SIGNATURE OVER NAME>
PROJECT ENGINEER (SEE COVER SHEET) (SEE COVER SHEET) (SEE COVER SHEET)

20.00
REPUBLIC OF THE PHILIPPINES

15.00
>
<SIGNATURE OVER NAME DEPARTMENT OF PUBLIC WORKS AND HIGHWAYS
SUBMITTED: <SIGNATURE OVER NAME>
<SIGNATURE OVER NAME> <NAME> <NAME> <NAME>
PROJECT MANAGER CHIEF, <CONCERNED DESIGN DIVISION> REGIONAL DIRECTOR ASSISTANT SECRETARY FOR UNDERSECRETARY FOR
<CONTRACTOR/S> <REGIONAL OFFICE NO.> DIRECTOR IV, BUREAU OF DESIGN
<ADDRESS>
DATE: <ADDRESS> <SIGNATURE OVER NAME> BUREAU OF DESIGN DATE: DATE: TECHNICAL SERVICES TECHNICAL SERVICES
CHIEF, <IMPLEMENTING DIVISION> DATE: DATE: DATE:

35.00 30.00 31.00 31.00 35.00 40.00 30.00 30.00 30.00 30.00 30.00 11.50 11.50
375.00

Revised Plans prepared by Contractor, concurred by Design Consultants, checked by Regional Offices and approved at Cen
Annex "G-3"

5.00
PREPARED: PROJECT NAME AND LOCATION:SHEET CONTENTS: CHECKED: REVIEWED: RECOMMENDED: APPROVED: SET NO. SHEET NO.
<LOGO/S>
<SIGNATURE OVER NAME>
PROJECT ENGINEER (SEE COVER SHEET) (SEE COVER SHEET) (SEE COVER SHEET)

20.00
REPUBLIC OF THE PHILIPPINES
DEPARTMENT OF PUBLIC WORKS AND HIGHWAYS

15.00
>
<SIGNATURE OVER NAME SUBMITTED: <SIGNATURE OVER NAME>
<SIGNATURE OVER NAME> <NAME> <NAME> <NAME>
<CONTRACTOR/S> PROJECT MANAGER <UPMO CLUSTER> CHIEF, <CONCERNED DESIGN DIVISION> PROJECT DIRECTOR DIRECTOR IV, BUREAU OF DESIGN ASSISTANT SECRETARY FOR UNDERSECRETARY FOR
<ADDRESS>
DATE: <ADDRESS> <SIGNATURE OVER NAME> BUREAU OF DESIGN <UPMO CLUSTER> DATE: TECHNICAL SERVICES TECHNICAL SERVICES
PROJECT MANAGER DATE: DATE: DATE: DATE:

35.00 30.00 31.00 31.00 35.00 40.00 30.00 30.00 30.00 30.00 30.00 11.50 11.50
375.00

Revised Plans prepared by Contractor, checked by concerned UPMO Clusters and approved at Central Office

5.00
PREPARED: PROJECT NAME AND LOCATION:SHEET CONTENTS: CHECKED: REVIEWED: RECOMMENDED: APPROVED: SET NO. SHEET NO.
<LOGO/S>
<SIGNATURE OVER NAME>
PROJECT ENGINEER (SEE COVER SHEET) (SEE COVER SHEET) (SEE COVER SHEET)

20.00
REPUBLIC OF THE PHILIPPINES
DEPARTMENT OF PUBLIC WORKS AND HIGHWAYS

15.00
>
<SIGNATURE OVER NAME SUBMITTED: <SIGNATURE OVER NAME>
<SIGNATURE OVER NAME> <NAME> <NAME> <NAME>
<CONTRACTOR/S> PROJECT MANAGER <UPMO CLUSTER> CHIEF, <CONCERNED DESIGN DIVISION> PROJECT DIRECTOR DIRECTOR IV, BUREAU OF DESIGN ASSISTANT SECRETARY FOR UNDERSECRETARY FOR
<ADDRESS>
DATE: <ADDRESS> <SIGNATURE OVER NAME> BUREAU OF DESIGN <UPMO CLUSTER> DATE: TECHNICAL SERVICES TECHNICAL SERVICES
PROJECT MANAGER DATE: DATE: DATE: DATE:

35.00 30.00 31.00 31.00 35.00 40.00 30.00 30.00 30.00 30.00 30.00 11.50 11.50
375.00

Revised Plans prepared by Contractor, concurred by Deign Consultants, checked by concerned UPMO Clusters and approved a

5.00
PREPARED: SUBMITTED: PROJECT NAME AND LOCATION: CHECKED: REVIEWED: RECOMMENDED: APPROVED: SHEET NO.
<LOGO/S> <LOGO/S>
(SEE COVER SHEET) (SEE COVER SHEET) (SEE COVER SHEET)

20.00
REPUBLIC OF THE PHILIPPINES
DEPARTMENT OF PUBLIC WORKS AND HIGHWAYS

15.00
<SIGNATURE OVER NAME > <SIGNATURE OVER NAME >SHEET CONTENTS: > <SIGNATURE OVER NAME>
<SIGNATURE OVER NAME <SIGNATURE OVER NAME> <NAME> <NAME> <NAME>
<CONTRACTOR/S> PROJECT MANAGER <CONSULTANT/S> PROJECT MANAGER <UPMO CLUSTER> PROJECT MANAGER CHIEF, <CONCERNED DESIGN DIVISION> PROJECT DIRECTOR DIRECTOR IV, BUREAU OF DESIGN ASSISTANT SECRETARY FOR UNDERSECRETARY FOR
<ADDRESS> DATE: <ADDRESS> DATE:
<ADDRESS> DATE: BUREAU OF DESIGN <UPMO CLUSTER> DATE: TECHNICAL SERVICES TECHNICAL SERVICES
DATE: DATE: DATE: DATE:

30.00 25.00 30.00 25.00 38.50 35.00 30.00 30.00 30.00 30.00 30.00 30.00 11.50
375.00

Revised Plans for UPMO implemented projects with Construction Supervision Consultant/s prepared by Contractor
Annex "H-1"

5.00
PREPARED: PROJECT NAME AND LOCATION: SHEET CONTENTS: REVIEWED: SUBMITTED: RECOMMENDED: APPROVED: SET NO. SHEET NO.
<LOGO/S>

20.00
REPUBLIC OF THE PHILIPPINES

15.00
>
<SIGNATURE OVER NAME DEPARTMENT OF PUBLIC WORKS AND HIGHWAYS >
<SIGNATURE OVER NAME >
<SIGNATURE OVER NAME >
<SIGNATURE OVER NAME >
<SIGNATURE OVER NAME
<REGIONAL OFFICE NO.>
<CONTRACTOR/S> PROJECT MANAGER PROJECT ENGINEER CHIEF, <IMPLEMENTING SECTION> ASSISTANT DISTRICT ENGINEER DISTRICT ENGINEER
<ADDRESS> DATE: <DISTRICT ENGINEERING OFFICE> DATE: DATE: DATE: DATE:
<ADDRESS>

35.00 35.00 53.50 53.50 35.00 35.00 35.00 35.00 35.00 11.50 11.50
375.00

"As-Built" Plans prepared by Contractor and approved by District Engineering Offices

5.00
PREPARED: PROJECT NAME AND LOCATION: SHEET CONTENTS: REVIEWED: SUBMITTED: RECOMMENDED: APPROVED: SET NO. SHEET NO.
<LOGO/S>

20.00
REPUBLIC OF THE PHILIPPINES

15.00
>
<SIGNATURE OVER NAME DEPARTMENT OF PUBLIC WORKS AND HIGHWAYS >
<SIGNATURE OVER NAME >
<SIGNATURE OVER NAME >
<SIGNATURE OVER NAME >
<SIGNATURE OVER NAME >
<SIGNATURE OVER NAME
<REGIONAL OFFICE NO.>
<CONTRACTOR/S> PROJECT MANAGER PROJECT ENGINEER CHIEF, <IMPLEMENTING SECTION> DISTRICT ENGINEER ASSISTANTREGIONAL DIRECTOR REGIONAL DIRECTOR
<ADDRESS> DATE: <DISTRICT ENGINEERING OFFICE> DATE: DATE: DATE: DATE: DATE:
<ADDRESS>

35.00 35.00 36.00 36.00 35.00 35.00 35.00 35.00 35.00 35.00 11.50 11.50
375.00

"As-Built" Plans prepared by Contractor, checked by District Engineering Offices and approved by respective Regional Of

5.00
PREPARED: PROJECT NAME AND LOCATION: SHEET CONTENTS: REVIEWED: SUBMITTED: RECOMMENDED: APPROVED: SET NO. SHEET NO.
<LOGO/S>

20.00
REPUBLIC OF THE PHILIPPINES

15.00
>
<SIGNATURE OVER NAME DEPARTMENT OF PUBLIC WORKS AND HIGHWAYS >
<SIGNATURE OVER NAME >
<SIGNATURE OVER NAME >
<SIGNATURE OVER NAME >
<SIGNATURE OVER NAME
<CONTRACTOR/S> PROJECT MANAGER <REGIONAL OFFICE NO.> PROJECT ENGINEER CHIEF, <IMPLEMENTING DIVISION> ASSISTANTREGIONAL DIRECTOR REGIONAL DIRECTOR
<ADDRESS> DATE: <ADDRESS> DATE: DATE: DATE: DATE:

35.00 35.00 53.50 53.50 35.00 35.00 35.00 35.00 35.00 11.50 11.50
375.00

"As-Built" Plans prepared by Contractor and approved by Regional Offices

5.00
PREPARED: PROJECT NAME AND LOCATION: SHEET CONTENTS: REVIEWED: SUBMITTED: RECOMMENDED: APPROVED: SET NO. SHEET NO.
<LOGO/S>
(SEE COVER SHEET) (SEE COVER SHEET)

20.00
REPUBLIC OF THE PHILIPPINES

15.00
>
<SIGNATURE OVER NAME DEPARTMENT OF PUBLIC WORKS AND HIGHWAYS >
<SIGNATURE OVER NAME >
<SIGNATURE OVER NAME <SIGNATURE OVER NAME> <NAME> <NAME>
<CONTRACTOR/S> PROJECT MANAGER <REGIONAL OFFICE NO.> PROJECT ENGINEER CHIEF, <IMPLEMENTING DIVISION> REGIONAL DIRECTOR ASSISTANT SECRETARY FOR UNDERSECRETARY FOR
<ADDRESS> DATE: <ADDRESS> DATE: DATE: DATE: REGIONAL OPERATIONS REGIONAL OPERATIONS
DATE: DATE:

35.00 35.00 36.00 36.00 35.00 35.00 35.00 35.00 35.00 35.00 11.50 11.50
375.00

"As-Built" Plans prepared by Contractor, checked by Regional Offices and approved at Central Office
Annex "H-2"

5.00
PREPARED: PROJECT NAME AND LOCATION: SHEET CONTENTS: REVIEWED: SUBMITTED: RECOMMENDED: APPROVED: SET NO. SHEET NO.
<LOGO/S>
(SEE COVER SHEET) (SEE COVER SHEET)

20.00
REPUBLIC OF THE PHILIPPINES
DEPARTMENT OF PUBLIC WORKS AND HIGHWAYS

15.00
>
<SIGNATURE OVER NAME >
<SIGNATURE OVER NAME >
<SIGNATURE OVER NAME <SIGNATURE OVER NAME> <NAME> <NAME>
<CONTRACTOR/S> PROJECT MANAGER <UPMO CLUSTER> PROJECT ENGINEER PROJECT MANAGER PROJECT DIRECTOR ASSISTANT SECRETARY FOR UNDERSECRETARY FOR
<ADDRESS> DATE: <ADDRESS> DATE: DATE: <UPMO CLUSTER> UPMO OPERATIONS UPMO OPERATIONS
DATE:
DATE: DATE:

35.00 35.00 36.00 36.00 35.00 35.00 35.00 35.00 35.00 35.00 11.50 11.50
375.00

"As-Built" Plans prepared by Contractor, checked by concerned UPMO Clusters and approved at Central Office

5.00
PREPARED: SUBMITTED: PROJECT NAME AND LOCATION: CHECKED: REVIEWED: RECOMMENDED: APPROVED: SET NO. SHEET NO.
<LOGO/S> <LOGO/S>
(SEE COVER SHEET) (SEE COVER SHEET)

20.00
REPUBLIC OF THE PHILIPPINES
DEPARTMENT OF PUBLIC WORKS AND HIGHWAYS

15.00
<SIGNATURE OVER NAME > <SIGNATURE OVER NAME>SHEET CONTENTS: > <SIGNATURE OVER NAME>
> <SIGNATURE OVER NAME
<SIGNATURE OVER NAME <NAME> <NAME>
<CONTRACTOR/S> PROJECT MANAGER <CONSULTANT/S> PROJECT MANAGER <UPMO CLUSTER> PROJECT ENGINEER PROJECT MANAGER PROJECT DIRECTOR ASSISTANT SECRETARY FOR UNDERSECRETARY FOR
<ADDRESS> DATE: <ADDRESS> DATE:
<ADDRESS> DATE: DATE: <UPMO CLUSTER> UPMO OPERATIONS UPMO OPERATIONS
DATE: DATE: DATE:

30.00 25.00 30.00 25.00 57.00 35.00 30.00 30.00 30.00 30.00 30.00 11.50 11.50
375.00

"As-Built" Plans for UPMO implemented projects with Construction Supervision Consultant/s prepared by Contractor
Annex "I - 1"
LIABILITY WAIVER
SIGNED BY DESIGN CONSULTANT/S FOR
DETAILED ENGINEERING DESIGN PLANS

NOTE:

PURSUANTTO ITEM 5 OF ANNEX 'A' OF THE REVISEDIMPLEMENTINGRULES


AND REGULATION OF R.A. 9184, THE APPROVAL BY THE AUTHORIZED
GOVERNMENTOFFICIALSOF DETAILEDENGINEERINGSURVEYSAND DESIGNS
UNDERTAKENBY CONSULTANTSNEITHERDIMINISHESTHE RESPONSIBILITY OF
THE LATTERFOR THE TECHNICALINTEGRITYOF THE SURVEYSAND DESIGNS
NOR TRANSFER ANY PART OF THAT RESPONSIBILITYTO THE APPROVING

45.00 mm
.
OFFICIALS

THE DESIGN CONSULTANTSHALL BE HELD FULLY RESPONSIBLEFOR THE


FAILUREOF THE FACILITIES/STRUCTURES
DUE TO FAULTYDESIGNEXCEPTFOR
THE CHANGES MADE WITHOUT THE CONFORMITY OF THE CONSULTANTS.

PROJECT MANAGER
<Consultant/s>

75.00 mm

USE 1.25 mm FONT SIZE


Annex "I - 2"
LIABILITY WAIVER
SIGNED BY CONSTRUCTION SUPERVISION CONSULTANT/S
FOR "AS-STAKED", AND "AS-BUILT" PLANS

NOTE:

PURSUANTTO ITEM6.4 OF ANNEX'B' OF THE REVISEDIMPLEMENTING


RULES
AND REGULATION OF R.A. 9184, THE CONSTRUCTION SUPERVISION
CONSULTANTSHALL BE RESPONSIBLEFOR VERIFICATIONAND CHECKING
OF QUANTITIES AND QUALITIES OF WORK ACCOMPLISHED BY THE
CONTRACTORAS AGAINST THE APPROVEDPLANS, SPECIFICATIONSAND
PROGRAM OF WORKS.

THE CONSTRUCTIONSUPERVISIONCONSULTANTSHALL BE HELD FULLY


RESPONSIBLEFOR THE FAILUREOF THE FACILITIES/STRUCTURES
DUE TO

45.00 mm
POOR QUALITYOF WORKMANSHIPACCOMPLISHEDBY THE CONTRACTOR
EXCEPTFOR THOSE FAILUREDUE TO FAULTYDESIGNAS PER APPROVED
DETAILEDENGINEERINGDESIGNPLAN.THE APPROVALBY THE AUTHORIZED
GOVERNMENTOFFICIALSOF "AS-STAKED",REVISEDOR "AS-BUILT"PLANS
UNDERTAKEN/CHECKED BY CONSTRUCTIONSUPERVISIONCONSULTANTS
NEITHER DIMINISHES THE RESPONSIBILITYOF THE LATTER FOR THE
TECHNICALINTEGRITYOF THE SAID PLANS NOR TRANSFERANY PART OF
.
THAT RESPONSIBILITY TO THE APPROVING OFFICIALS

PROJECT MANAGER
<Consultant/s>

75.00 mm

USE 1.25 mm FONT SIZE


Annex "I - 3"
LIABILITY WAIVER FOR
REVISED PLANS CONCURRED BY DED CONSULTANTS

NOTE:

PURSUANTTO ITEM 7 OF DPWH DEPARTMENTORDER NO. 50, SERIES 2002, THE


DETAILEDENGINEERINGDESIGNCONSULTANTISSUETHIS NON-OBJECTION TO VARY
TO THE RECOMMENDATIONOF THE IMPLEMENTINGOFFICE,INCORPORATING MAJOR
CHANGES IN THE ORIGINAL DESIGN DURING THE PROJECT IMPLEMENTATION

40.00 mm
PROVIDED,HOWEVER,THAT THIS ISSUANCEWILL NOT RELIEVETHE ENTITYWHICH
DESIGNED THE CHANGES OF ITS RESPONSIBILITY FOR SUCH.

CONCURRED BY:

PROJECT MANAGER
<DED Consultant/s>

75.00 mm

USE 1.25 mm FONT SIZE


Annex "I - 4"
LIABILITY WAIVER FOR
REVISED PLANS CONCURRED BY DED CONSULTANTS WITH
CONSTRUCTION SUPERVISION CONSULTANTS

NOTE:

PURSUANTTO ITEM 7 OF DPWH DEPARTMENTORDER NO. 50, SERIES 2002, THE


DETAILEDENGINEERINGDESIGNCONSULTANTISSUETHIS NON-OBJECTION TO VARY
TO THE RECOMMENDATION OF THE CONSTRUCTIONSUPERVISIONCONSULTANTS,
INCORPORATINGMAJORCHANGESIN THE ORIGINALDESIGNDURINGTHE PROJECT

40.00 mm
IMPLEMENTATIONPROVIDED,HOWEVER,THAT THIS ISSUANCEWILL NOT RELIEVE
THE ENTITY WHICH DESIGNED THE CHANGES OF ITS RESPONSIBILITY FOR SUCH.

CONCURRED BY:

PROJECT MANAGER
<DED Consultant/s>

75.00 mm

USE 1.25 mm FONT SIZE


15 mm from edge of the paper

Annex "J - 1"


m
m
40

REPUBLIC OF THE PHILIPPINES 4.50 mm

DEPARTMENT OF PUBLIC WORKS AND HIGHWAYS


6.00 mm, Bold

<REGIONAL OFFICE NO.> 5.00 mm

<DISTRICT ENGINEERING OFFICE> 5.50 mm

<ADDRESS> 4.50 mm

For all plans approved by District Engineering Offices


30 mm from edge of the paper

m
m
40

REPUBLIC OF THE PHILIPPINES 4.50 mm

DEPARTMENT OF PUBLIC WORKS AND HIGHWAYS


6.00 mm, Bold

<REGIONAL OFFICE NO.> 5.50 mm

<ADDRESS> 4.50 mm

For all plans approved by Regional Offices

m
m
40

REPUBLIC OF THE PHILIPPINES 4.50 mm

DEPARTMENT OF PUBLIC WORKS AND HIGHWAYS

15 mm from edge of the paper


6.00 mm, Bold

<UPMO CLUSTER> 5.50 mm

<ADDRESS> 4.50 mm

For all plans approved by UPMO


15 mm from edge of the paper

Annex "J - 2"


m
m
40

REPUBLIC OF THE PHILIPPINES 4.50 mm

DEPARTMENT OF PUBLIC WORKS AND HIGHWAYS


6.00 mm, Bold

BUREAU OF DESIGN 5.50 mm

MANILA 4.50 mm

For all plans approved by Bureau of Design

C.Y. <YEAR> PROJECT 4.50 mm


30 mm from edge of the paper

<DED/"AS-STAKED"/ REVISED/"AS-BUILT">
PLAN FOR 4.50 mm

<NAME OF PROJECT> 5.50 mm, Bold

<SECTION> 4.50 mm

<LOCATION> 4.50 mm

<STATION LIMITS> 4.50 mm

<NET LENGTH> 4.50 mm

<ROAD SECTION / BRIDGE ID> 4.50 mm

For all plans implemented and approved by the DPWH

62.50 125.00

SUBMITTED: RECOMMENDED: APPROVED: 2.00 mm

15 mm from edge of the paper


<SIGNATURE> <SIGNATURE> <SIGNATURE> 2.00 mm
<NAME> <NAME> <NAME> 2.00 mm, Bold
CHIEF, PLANNING AND DESIGN SECTION ASSISTANT DISTRICT ENGINEER DISTRICT ENGINEER 2.00 mm
DATE: DATE: DATE: 1.50 mm
37.50 50.00 75.00

Spacing sample for plans with three signatories on cover sheet


15 mm from edge of the paper

Annex "J - 3"


46.875 93.75

PREPARED: SUBMITTED: RECOMMENDED: APPROVED:

<SIGNATURE> <SIGNATURE> <SIGNATURE> <SIGNATURE>


<NAME> <NAME> <NAME> <NAME>
PROJECT MANAGER CHIEF, <IMPLEMENTING DIVISION> ASSISTANT REGIONAL DIRECTOR REGIONAL DIRECTOR
<CONTRACTOR NAME> DATE: DATE: DATE:
DATE:

21.875 50.00 43.75

Spacing sample for plans with four signatories on cover sheet


30 mm from edge of the paper

47.50 70.00

PREPARED: SUBMITTED: RECOMMENDED: APPROVED:

<SIGNATURE> <SIGNATURE> <SIGNATURE> <SIGNATURE> <SIGNATURE>


<NAME> <NAME> <NAME> <NAME> <NAME>
PROJECT MANAGER PROJECT MANAGER PROJECT DIRECTOR ASSISTANT SECRETARY FOR UNDERSECRETARY FOR
<CONTRACTOR NAME> <CONSTRUCTION SUPERVISION <UPMO CLUSTER> UPMO OPERATIONS UPMO OPERATIONS
DATE: CONSULTANT> DATE: DATE: DATE:
DATE:
22.50 50.00 20.00

Spacing sample for plans with five signatories on cover sheet

37.50 60.00

PREPARED: SUBMITTED: RECOMMENDED: APPROVED:

<SIGNATURE> <SIGNATURE> <SIGNATURE> <SIGNATURE> <SIGNATURE> <SIGNATURE>

15 mm from edge of the paper


<NAME> <NAME> <NAME> <NAME> <NAME> <NAME>
PROJECT MANAGER PROJECT MANAGER PROJECT DIRECTOR DIRECTOR IV, BUREAU OF DESIGN ASSISTANT SECRETARY FOR UNDERSECRETARY FOR
<CONTRACTOR NAME> <CONSTRUCTION SUPERVISION <UPMO CLUSTER> DATE: TECHNICAL SERVICES TECHNICAL SERVICES
DATE: CONSULTANT> DATE: DATE: DATE:
DATE:

12.50 50.00 10.00

Spacing sample for plans with six signatories on cover sheet


Annex "J-4"
m
m
15

REPUBLIC OF THE PHILIPPINES 1.125 mm


DEPARTMENT OF PUBLIC WORKS AND HIGHWAYS 1.375 mm, Bold
<REGIONAL OFFICE NO.> 1.25 mm(Omit this line for projects plans implemented by Regional Offices, UPMO Clusters or Bureau of Design)

<DISTRICT ENGINEERING OFFICE> 2.00 mm (Change "<DISTRICT ENGINEERING OFFICE>" into <REGIONAL OFFICE NO.>, UPMO <CLUSTER> or BUREAU OF DESIGN according to which office implements the project plan)
<ADDRESS> 1.125 mm

70.00

PROJECT NAME AND LOCATION: 1.25 mm

51.00

SHEET CONTENTS: 1.25 mm

51.00
DRAFTED: 1.25 mm

<SIGNATURE OVER NAME> 1.25 mm, Bold


ENGINEERING ASSISTANT 1.00 mm
PREPARED: 1.25 mm

<SIGNATURE OVER NAME> 1.25 mm, Bold


ENGINEER II 1.00 mm

40.00

REVIEWED: 1.25 mm

<SIGNATURE OVER NAME> 1.50 mm, Bold


ENGINEER II 1.20 mm
DATE: 1.00 mm

35.00

SUBMITTED: 1.25 mm

<SIGNATURE OVER NAME> 1.50 mm, Bold


CHIEF, PLANNING AND DESIGN SECTION 1.20 mm
DATE: 1.00 mm

35.00

RECOMMENDED: 1.25 mm

<SIGNATURE OVER NAME> 1.50 mm, Bold


ASSISTANT DISTRICT ENGINEER 1.20 mm
DATE: 1.00 mm

35.00

APPROVED: 1.25 mm

<SIGNATURE OVER NAME> 1.50 mm, Bold

DISTRICT ENGINEER 1.20 mm


DATE: 1.00 mm

35.00

1.25 mm SET NO.

(SET SYMBOL)1.50 mm, Bold D


(SET SHEET NO.) 1.50 mm
(SET TOTAL NO. OF SHEETS) 1.50 mm 11 16
Radius of Circle = 5.00 mm

11.50

1.25 mm SHEET NO.

(OVERALL SHEET NO.)


1.50 mm 84
(OVERALL TOTAL NO. OF SHEETS)
1.50 mm 226
Radius of Circle = 5.00 mm

11.50
Annex "J-5"

PREPARED: 1.25 mm
<LOGO/S>

<SIGNATURE OVER NAME> 1.25 mm, Bold


<CONTRACTOR/S> PROJECT MANAGER 1.20 mm
<ADDRESS> DATE: 1.00 mm

30.00 25.00

SUBMITTED: 1.25 mm
<LOGO/S>

<SIGNATURE OVER NAME> 1.25 mm, Bold


<CONSULTANT/S> PROJECT MANAGER 1.20 mm
<ADDRESS> DATE: 1.00 mm

30.00 25.00
PROJECT NAME AND LOCATION: 1.25 mm

SHEET CONTENTS: 1.25 mm

57.00

15 mm

REPUBLIC OF THE PHILIPPINES 0.80 mm


DEPARTMENT OF PUBLIC WORKS AND HIGHWAYS 0.95 mm, Bold
<REGIONAL OFFICE NO.> 0.90 mm(Omit this line for projects plans implemented by Regional Offices, UPMO Clusters or Bureau of Design)
<DISTRICT ENGINEERING OFFICE> 1.25 mm(Change "<DISTRICT ENGINEERING OFFICE>" into <REGIONAL OFFICE NO.>, UPMO <CLUSTER> or BUREAU OF DESIGN according to which office implements the project plan)
<ADDRESS> 0.80 mm
35.00

CHECKED: REVIEWED: 1.25 mm

> <SIGNATURE OVER NAME


<SIGNATURE OVER NAME > 1.50 mm, Bold
PROJECT ENGINEER PROJECT MANAGER 1.00 mm
DATE: DATE: 0.90 mm

30.00 30.00

RECOMMENDED: 1.25 mm

(SEE COVER SHEET) 1.25 mm

<SIGNATURE OVER NAME> <NAME> 1.50 mm, Bold


PROJECT DIRECTOR ASSISTANT SECRETARY FOR
<UPMO CLUSTER> UPMO OPERATIONS
1.00 mm
DATE: DATE:
0.90 mm

30.00 30.00

APPROVED: 1.25 mm

(SEE COVER SHEET) 1.25 mm

<NAME> 1.50 mm, Bold


UNDERSECRETARY FOR
1.00 mm
UPMO OPERATIONS
DATE: 0.90 mm

30.00

1.25 mm SET NO.

(SET SYMBOL)1.50 mm, Bold D


(SET SHEET NO.) 1.50 mm
(SET TOTAL NO. OF SHEETS) 1.50 mm 11 16
Radius of Circle = 5.00 mm

11.50

1.25 mm SHEET NO.

(OVERALL SHEET NO.)


1.50 mm 84
(OVERALL TOTAL NO. OF SHEETS)
1.50 mm 226
Radius of Circle = 5.00 mm

11.50
..8'1?13 pl',Jff

--' .-- REPUBLIC OF THE PHILIPPINES


DEPARTMENT OF PUBLIC WORKS AND HIGHWAYS
OFFICE OF THE SECRETARY
~.,)..3 _~rf

~ MANILA

2 1 MAY 2018

DEPARTMENT ORDER ) SUBJECT: Amendment to DPWH Standard


Specification for Item 1046-

NO.
80 ~
)
Masonry Works

Series of 2018<Cf .}~.d


In order to ensure uniformity in the application/ adoption of the Pay Items of Work to be
used/ adopted by those who are involved in the preparation of the Design Plans and
Quantities, Program of Works (POW) and Approved Budget for the Contract (ABC) for
Infrastructure Projects Nationwide, and to provide material requirements for Autoclaved
Aerated Concrete (MC), the attached DPWH Standard Specifications for Item 1046 -
Masonry Works is hereby prescribed, for the guidance and compliance of-atfLoncerned.

This specification shall form part of the on-going revision of the DPWH Standard Specifications
for Public Works Structures - Buildings, Ports and Harbors, Flood Control and Drainage
Structure and Water Supply Systems, Volume III, 1995 Edition.

This Order supersedes Department Order No. 230, Series of 2016 (DPWH Standard
Specification for Item 1046 - Masonry Works) and shall take effect immediately.

MARK A: VILLAR
/0-- -
Secretary' ..

14.1.2 FET/RGT

Departrrent of Public Works and Highways


Office of the Secretary

1111111111111111111111111111111111111
WIN8U01609
DPWH STANDARD SPECIFICATION FOR
ITEM 1046 - MASONRY WORKS

1046.1 Description

This Item shall consist of furnishing of all necessary materials, tools, equipment and labor
necessary to complete the execution of the masonry works using Concrete Hollow Blocks,
Louver Blocks and Autoclaved Aerated Concrete (AAe) blocks as shown on the Plans and
herein specified.

1046.2 Material Requirements

1046.2.1 Hydraulic Cement

Hydraulic Cement shall conform to the applicable requirements of Subsection 900.2.1,


Portland Cement of Item 900, Reinforced Concrete.

1046.2.2 Aggregates

1046.2.2.1 Aggregates for Concrete Hollow Blocks and Louver Blocks

Aggregates shall conform to the applicable requirements of Subsection 900.2.2, Concrete


Aggregates of Item 900, Reinforced Concrete.

1046.2.2.2 Aggregates/Pozzolan for Autoclaved Aerated Concrete (AAC) blocks

Aggregates and pozzolan shall conform to the applicable requirements of ASTM C332,
Standard Specification for Lightweight Aggregates for Insulating Concrete and ASTM C618,
Standard Specification for Coal Fly Ash and Raw or Calcined Natural Pozzolan in Concrete,
respectively.

1046.2.3 Water

Water shall conform to the applicable requirements of Subsection 900.2.3, Water of Item 900,
Reinforced Concrete.

1046.2.4 Reinforcing Steel

1046.2.4.1 Reinforcing Steel for Concrete Hollow Blocks and Louver Blocks

Reinforcing steel shall conform to the applicable requirements of Item 902, Reinforcing Steel.

1046.2.4.2 Reinforcing Steel for Autoclaved Aerated Concrete (AAC) blocks

Dowels and tie bars shall conform to the applicable requirements of AASHTO M 322M or ASTM
A996M, Standard Specification for Rail-Steel and Axle-Steel Deformed Bars for Concrete
Reinforcement.
Department Order No. tv. Series of 2018:
DPWH Standard Specification for Item 1046 - Masonry Works
Page 20f9

1046.2.5 Mortar for Concrete Hollow Blocks and Louver Blocks

Mortar shall consist of sand, cement and water conforming to the requirements of Item 900,
Reinforced Concrete, mixed in the proportion of one (1) part cement to three (3) parts sand
by volume, and sufficient water to obtain the required consistency.

1046.2.6 Quicklime for Autoclaved Aerated Concrete (MC) Blocks

Quicklime shall conform to the applicable requirements of ASTM C5, Standard Specification
for Quicklime for Structural Purposes.

1046.2.7 Gypsum for Autoclaved Aerated Concrete (MC) Blocks

Gypsum shall conform to the applicable requirements of ASTM C22M, Standard Specification
for Gypsum.

1046.2.8 Aeration Agent for Autoclaved Aerated Concrete (MC) Blocks

Aeration agent shall conform to manufacturer's specifications.

1046.2.9 Thin-bed Mortar for Autoclaved Aerated Concrete (MC) Blocks

Thin-bed mortar shall conform to the applicable requirements of ASTM C1660, Standard
Specification for Thin-bed Mortar for Autoclaved Aerated Concrete (AAC) Masonry.

1046.2.10 Backer Rod for Autoclaved Aerated Concrete (MC) Blocks

Backer rod shall conform to the applicable requirements of ASTM 05249, Standard
Specification for Backer Material Use with Cold- and Hot- Applied Joint Sealants in Portland-
Cement Concrete and Asphalt Joints.

1046.2.11 Concrete Hollow Blocks and Louver Blocks

Width, height and length of concrete hollow blocks and louver blocks shall be ±3.20 mm from
the specified dimension shown on the Plans.

1046.2.11.1 Load-Bearing Concrete Hollow Blocks

Load-bearing concrete hollow blocks shall conform to the physical requirements of the Tables
1046.1 and 1046.2 as prescribed on ASTM C90, Standard Specifications for Load-bearing
Concrete Masonry Units.

Table 1046.1 - Thickness of Face Shells and Webs


Minimum Web Thickness (tw)
Minimum Face
Nominal Width Equivalent Web
Shell Thickness
(W) of Units, mm Webs, mm Thickness,
(tis), mm
mmJlinear m
76.2 and 102 19 19 136
152 25 25 188
203 32 25 188
254 and greater 32 29 209
Department Order No. EO. Series of 2018:
DPWH Standard Specification for Item 1046 - MasonrY Works
Page 3 of 9

Table 1046.2 - Stre th Absor ·on and Densi Classification Ai uirements


Oven-Dry
Minimum Net Area
Density Density of Maximum Water
Compressive Strength,
Classification Concrete, Absorption, kg/m3
MPa (Psi)
k m3
Average of Average Individual Average of Individual
3 Units of 3 Units Units 3 Units Units
Less than 11.7 (1700)
lightweight 288 320 13.1 (1900)
1680
Medium 1680 to less 11.7 (1700)
240 272 13.1 (1900)
Wei ht than 2000
2000 or 11.7 (1700)
Normal Weight 208 240 13.1 (1900)
more

1046.2.11.2 Non-load bearing Concrete Hollow Blocks and Louver Blocks

Non-load bearing concrete hollow blocks shall be clearly marked to prevent their use as load
bearing units.

1. Type I, Moisture-Controlled Units - Units shall conform to the requirements of Tables


1046.3, 1046.4 and 1046.5.

2. Type D, Non-Moisture-Controlled Units - Units designated as Type II shall conform


to the requirements of Table 1046.4.

Table 1046.3 - Weight Classification


Oven-Dry Density of Concrete,
Weight Classification 3 k m
li htwei ht Less than 1680
Medium Wei ht 1680 to less than 2000
Normal Wei ht 2000 or more

Avera e of 3 Units
Individual Unit

Table 1046.5 - Moisture-Content Ai uirements for T I Units


Total Linear Drying Moisture Content, Max., 0/0 of Total
Shrinka e 0/0 Absor ·on Avera e of 3 Units
Humidity Conditions at Job Site of Point
of Use
HumidA IntermediateB AridC
Less than 0.03 45 40 35
0.03 to less than 0.045 40 35 30
0.045 to 0.065 max 35 30 25
Note: A Mean annual relative humidity above 75%
B Mean annual relative humidity 50 to 75%
C Mean annual relative humidity less than 50%
Department Order No. 10 . Series of 2018:
DPWH Standard Specification for Item 1046 - Masonry Works
Page4 of9

1046.2.12 Autoclaved Aerated Concrete Blocks

Overall unit dimension (width, height or length) of autoclaved aerated concrete blocks shall
not exceed three (3) mm from the specified dimension shown on the Plans.

Non-load bearing Autoclaved Aerated Concrete Blocks shall conform to the physical
requirements of the following tables as prescribed on ASTM C1693, Standard Specifications
for Autoclaved Aerated Concrete (AAe).

.-
Table 1046 6 W"etalht CIasst"fication
Nominal Dry Density Limits, kg/m3
Strength
Bulk Density,
Class Lower Limit> Upper Limit <
kg/m3
500 450 550
AAC-4
600 550 650
600 550 650
AAC-5
700 650 750
600 550 650
AAC-6
700 650 750

Strength Class

AAC-4
AAC-5
AAC-6

1046.2.13 Other Constituents for Concrete Hollow Blocks and Louver Blocks

Air-entraining agents, coloring pigments, integral water repellents, finely ground silica, and
other constituents that are previously established as suitable for use in concrete masonry shall
conform to applicable ASTM standards.

1046.3 Construction Requirements

1046.3.1 Concrete Hollow Blocks and Louver Blocks

1046.3.1.1 Mixing

Concrete shall be mixed well using the proportion specified by the Engineer. Hand mixing shall
be done, using shovels, on a level concrete slab or steel plate. Mix aggregate and cement until
Department Order No. go. ~r1es of 2018:
DPWH Standard Specification for Item 1046 - MasonrY Works
Page5 of9

the color is uniform. Spread the mixture out, sprinkle water over the surface and ~ix. Continue
with this process until the right amount of water has been mixed in. Mixture shall be free from
impurities such as dirt and grass.

If batch mixer is used, accurate timing and measuring devices shall be observed as per
manufacturer's recommendation.

1046.3.1.2 Moulding

Hand operated machines shall be used as manufacturer's recommendation.

The mould of a powered machine should be filled until six (6) to eight (8) cycles of compaction
are required to bring the compacting head to its stops.

Demoulding or removal of the mould shall be done carefully so that the fresh blocks are not
damaged. Fresh blocks shall be protected from rain with plastic sheets or any suitable covering
during the first day and from the drying effects of the sun and wind until curing starts.

1046.3.1.3 Curing

After being removed from the mold, the Concrete Hollow Blocks (CHB) and Louver Blocks shall
be covered with a plastic sheet or tarpaulin and kept damp and shaded for at least seven (7)
days in order to effectively cure. This can be achieved by continually spraying them with water
or keeping them under water in tanks.

1046.3.1.4 Installation

1. All masonry work shall be laid true to line, level, plumb and neat in accordance with the
Plans.

2. Units shall be cut accurately to fit all plumbing ducts, opening for electrical works, and all
holes shall be neatly patched.

3. No construction support shall be attached to the wall except where specifically permitted
by the Engineer.

4. Masonry unit shall be sound, dry, clean and free from cracks when placed in the structure.

5. Proper masonry units shall be used to provide for all window, doors, bond beams, lintels,
plasters etc., with a minimum of unit cutting.

6. Where masonry units cutting is necessary, all cuts shall be neat and true to line.

7. Units shall be placed while the mortar is soft and plastic. Any unit disturbed to the extent
that the initial bond is broken after initial positioning shall be removed and re-Iaid in fresh
mortar.

8. Mortar should not be spread too far ahead of units, as it will stiffen and loose plasticity,
especially in hot weather. Mortar that has stiffened should not be used. ASTM C270,
Standard Specification for Mortar for Unit Masonry requires that mortar be used within 21/2
hours of initial mixing.
Department Order No. ~ lJ • ~ri'es of 2018:
DPWH Standard Specification for Item 1046 - Masonrj Works
Page6of9

1046.3.1.5 Reinforcement for Concrete Hollow Blocks

Reinforcement shall be done in accordance with the structural Plans as to size, spacing and
other requirements of Section 902.3 of Item 902, Reinforcing Steel.

Reinforcement shall be clean and free from loose, rust, scales and any coatings that will reduce
bond.

1046.3.1.6 Finish and Appearance

1. All units shall be sound and free of cracks or other defects that interfere with the proper
placement of the unit or significantly impair the strength or permanence of the
construction. Minor cracks, incidental to the usual method of manufacture or minor
chipping resulting from customary methods of handling in shipment and delivery, are not
grounds for rejection.

2. Where units are to be used in exposed wall construction, the face or faces that are to be
exposed shall not show chips or cracks, not otherwise permitted, or other imperfections
when viewed from a distance of not less than 6.1 m under diffused lighting.

a. Five (5) percent of a shipment containing chips, not larger than 25.4 mm in any
dimension, or cracks not wider than 0.5 mm and not longer than 25 percent of the
nominal height of the unit, is permitted.

3. The color and texture of units shall be specified by the purchaser. The finished surfaces
that will be exposed in place shall conform to an approved sample, consisting of not less
than four (4) units, representing the range of texture and color permitted.

4. A shipment shall not contain more than five (5) percent of units, including broken unit that
do not meet the requirements of the above provisions.

1046.3.1.7 Sampling and Testing for Concrete Hollow Blocks and Louvers

Method of Sampling for Quality Test shall be as follows:

1. One (1) Quality Test for every 10,000 units or fraction thereof.
2. Six (6) specimens to be submitted for one (1) quality test in which three (3) specimens
for Compression Test and the remaining three (3) for Moisture Content and Water
Absorption.

Units shall be tested in accordance with ASTM C14O, Standard Test Methods for Sampling and
Testing Concrete Masonry Units and Related Units and ASTM C426, Standard Test Method for
Linear Drying Shrinkage of Concrete Masonry Units.

1046.3.1.8 Storage and Handling of Masonry Works

The blocks shall be stored in such a way as to avoid contact with moisture at site. They shall
be stock-piled on planks or other supports free from contact with ground and covered to
protect against wetting. The block shall be handled with care and damaged units shall be
rejected.
Department Order No. g D . ~rles of 2018:
DPWH Standard Specification for Item 1046 - MasonrY Works
Page7 of9

1046.3.2 Autodaved Aerated Concrete (AAC) blocks

1046.3.2.1 Installation

1. Establish reference lines based on the given Plan.

2. Make layout adjustments or opening rectifications (plumbing ducts or opening for electrical
works) before laying masonry units.

3. Masonry unit shall be clean and free from dust or loose particles on it.

4. Floor and wall area shall be moistened prior to laying first layer of masonry unit. Mortar
setting with 2:1 sand:cement ratio shall be provided as starter blocks if slab is unleveled
beyond two (2) em.

5. Adhesive shall be mixed using manufacturer's specified proportion of water using a power
mixer and a non-absorptive pail or mixing container. Adhesive that has stiffened should
not be used. Refer to manufacturer's instructions for the pot life of the adhesive mix.

6. Thin bed adhesive shall be set and screed with notched trowel on the starter blocks to
receive initial layer of masonry unit.

7. Laying of masonry unit shall be continued until the lateral layer is complete before moving
on to the next layer. Adhesive shall be applied at five (5) mm thick using a notched trowel
on the required portions and maintaining three (3) - five (5) mm gap on the wall side
surface to allow any wall movement. Alignment and levelness shall be regularly checked
using rubber mallet and level bar.

8. Gaps and joints shall be filled with adhesive. Excess adhesive should be spread on the
surface or used to fill the gaps.

9. Rebar dowel, 10 mm in diameter, shall be installed spaced at 600 mm on the wall sides
and along the affected beam and slab soffit. Dowel should be embedded at least 50 mm
into the side and top structures, exposing 100 mm to support lateral movement. No epoxy
is needed.

10. Polyethylene backer rod, 20 mm in diameter, shall also be simultaneously installed at the
slab or beam soffit.

11. When cutting of masonry unit is necessary, it shall be downsized first before applying the
adhesive. Ice or wood saw can be used for this matter.

12. Comer interlocking setup is recommended.

1046.3.2.2 Finish and Appearance

1. All units shall be sound and free of cracks or other defects that interfere with the proper
placement of the unit or significantly impair the strength or permanence of the
construction. Minor cracks, incidental to the usual method of manufacture or minor
chipping resulting from customary methods of handling in shipment and delivery, are not
grounds for rejection.
Department Order No. g l) • Seri~ of 2018:
DPWH Standard Specification for Item 1046 - Masonry Works
Page 8 of 9

2. Where units are to be used in wall construction, the face or faces that are to be exposed
shall not show chips or cracks, not otherwise permitted, or other imperfections when
viewed from a distance of not less than 6.1 m under diffused lighting. Five (5) percent of
a shipment containing chips and cracks not longer than one-third (1/3) of the dimension
where it is found and not wider than five (5) mm is permitted.

3. The color and texture of units shall be specified by the purchaser. The finished surfaces
that will be exposed in place shall conform to an approved sample, consisting of not Jess
than four (4) units, representing the range of texture and color permitted.

4. A shipment shall·not contain more than five (5) percent of units, including broken unit that
do not meet requirements of the above provisions.

1046.3.2.3 Sampling and Testing

Method of Sampling for Quality Test shall be as follows:

1. Two (2) Quality Tests for every 10,000 units or a fraction thereof
2. Three (3) specimens to be submitted for every one (1) quality test namely,
Compression Test and Moisture Content & Bulk Density Determination.

Units shall be tested in accordance with ASTM C1693, Standard Specifications for Autoclaved
Aerated Concrete (MC).

1046.3.2.4 Storage and Handling of Masonry Works

The blocks shall be stored in such a way as to avoid contact with moisture at site. They shall
be stock-piled on planks or other supports free from contact with ground and covered to
protect against wetting. The block shall be handled with care and damaged units shall be
rejected.

1046.4 Method of Measurement

The work to be paid for under this Item shall be the number of square meters of masonry
units that are satisfactorily accepted and completed.

1046.5 Basis of Payment

The accepted quantity, measured as prescribed in Section 1046.4, Method of Measurement


shall be paid for at the Contract Unit Price for Masonry Works which price and payment shall
include the cost of furnishing all labor, materials and equipment necessary to complete the
work.

Payment shall be made under:

Pa Item Number Descri tion Unit of Measurement


1046 (1) al CHB Load-Bearing (including Square Meter
Reinforcin Steel 100 mm
1046 (1) a2 CHB Load Bearing (including Square Meter
Reinforcin Steel 150 mm
Department Order No. f/V . ~rie5 of 2018:
DPWH Standard Specification for Item 1046 - Masonry Works
Page9 of9

Pa Item Number Descri 'on Unit of Measurement


1046 (2) a1 CHB Non-load-Bearing (including Square Meter
Reinforcin Steel 100 mm
1046 (2) a2 CHB Non-load Bearing (including Square Meter
Reinforcin Steel 150 mm
louver Block uare Meter
AAC Non-load Bearin 100mm uare Meter
AAC Non-load Bearin 150mm uare Meter

References:

1. American Society for Testing and Materials (ASTM)


2. American Association of State Highway and Transportation Officials (AASHTO)
3. DPWH Standard Specification for Highways, Bridges and Airports, Vo~ II
4. Internet: http://www.afrisam.co.za/media/13734/How_to_make_concrete_bricks_and_blocks.pdf
5. Internet: National Concrete Masonry Association, www. ncma.org
6. Internet: https://www.sheltercluster.org/sitesjdefault/filesjdocs/Key%20Messages%20CHB%20V1.1.peIf
7. Internet: httD://ohotos.state.t}ov/libraries/manila/681079/aventuradohi/A TTACHMENT%206.odf
8. AAC by UghtStrong Product Brochure
~~ ~ (d !J /f?,;] I-!
Republic of the Philippines tJ.4;,:Lc.J - .:U)if
DEPARTMENT OF PUBLIC WORKS AND HIGHWAYS
OFFICE OF THE SECRETARY
Manila

-2 1 MAY 2018

DEPARTMENT ORDER ) SUBJECT: AMENDMENT TO D.O. 26, S. 2011,


RE: POLICY ON DIGGINGSI

NO.
83 ~
)
EXCAVATIONS BY PRIVATE AND
PUBLIC UTILmES ON NATIONAL
Series of 201~ ~.23.(1) ROADS

In order to disseminate consistent and transparent information to both private/public utility


companies and concerned government agencies, provisions prescribed in Department Order
No. 26, Series of 2011 as stated in Sections l(b) and 7 as well as Item 2(b) of the Terms
and Conditions (page 04 of Attachment on said D.O.) are hereby amended as follows:

"The Program of Work (POW) with corresponding detailed estimates for the cost of
excavation and restoration works, shall be prepared and submitted by the Utility Agency,
subject to review/evaluation and approval of the concerned DPWH Office."

The authority to approve excavation permits as well as POW and/or detailed estimation for
the restoration works shall still be as per D.O. No. 124, Series of 2014.

All other provisions of D.O. No. 26, Series of 2011 shall remain in force.

This Order shall take effect immediately.

~---
\

~
MARK A. VILLAR r
Secretary

5.1.3 DLB/LND/GSR
Departrrent of Public Works and Highways
Office of the Secretary

1111111111111111111111111111111111111
WIN8R01468
Republic of the Philippines
DEPARTMENT OF PUBLIC WORKS AND HIGHWAYS
OFFICE OF THE SECRETARY
Manila

2 1 MAY 2018
DEPARTMENT ORDER } SUBJECT: Assignment of Contract
} Identification Number for All

NO.
Series of 201~~'~~.fY
84 ~ Goods and Services Contracts
of the Department

In line with the on-going effort to establish consistent information across all information systems
implemented in the Department, each goods and services contract should be given its own
Contract Identification Number.

The Contract Identification Numbering Scheme, formulated by the DPWH's Data Administration
Steering Committee (DASC), shall be as follows:

YYGSRD9999, where:

YY refers to the first year of funding in the General


Appropriations Act (GAA), NOT the year of bidding

G Goods (including general services)

R refers to Central Office or the Region for the Implementing Office


(IO), irrespective of the Procuring Entity

D refers to the District Engineering Offices (DEOs) which will be the


10 where the contract was bid, but "0" if bidding was done in the
Regional Office

9999 running number starting from 0001 for every Procuring Entity
every funding year

The code assigned to Central Office, Region and District Engineering Offices is provided as an
attachment to this Department Order. Procurement Service (PrS) is responsible for issuing and
updating of these codes.

The Bids and Awards Committee (BAC) of each Implementing Office (10) shall be responsible for
assigning the Contract 10 to preclude duplication within its area of jurisdiction. If the 10 is the
Central Office, the Procurement Service (PrS) shall be responsible for assigning the Contract 10.

This Order shall take effect immediately.

~ MARK A. VIU.AR
Y;:_' _DIM~ AS S. SOGUILON
Undersecretary
Secretary °Ofllcer-In-Otarge

12.1.3 HCA/RPT/OBL/MVSG

Department of Public Works and Highways


Office of the Secretary

1111111111111111111111111111111111111111
WIN8XR01312
D.O. No.k S. 2018
Contract Identification Number for Goods and Services for All Goods and Services Contracts of the Department
Page 2 of 5

Annex A
TABLE 1- Central Office and Regional Office Codes
REGION CODE REGION CODE
Region I A Region IX J
Re ion II B Re ion X K
~ ion III C ~ ion XI L
Region IV-A 0 Region XII M
R ion IV-B E ~ ion XIII N
~ ion V F NCR o
R ion VI G CAR P
R ion VII H ARMM
R ion VIII I Central Office Z

TABLE 2 - D"Istrlct Engineering OffiIce Cod es


DISTRICT CODE DISTRICT CODE
REGION I
Ilocos Norte 1st DEO A La Union 2nd DEO F
Ilocos Norte 2nd DEO B Pangasinan 1st DEO G
Ilocos Sur 1st DEO C Pangasinan 2nd DEO H
I1ocos Sur 2nd OED 0 Pangasinan 3rd DEO I
La Union 1st DEO E Pangasinan 4th DEO J
REGION II
Batanes DEO A Isabela 3rd DEO G
Cagayan pt DEO B Isabela 4th DEO H
Cagayan 2nd OED C Nueva Vizcaya DEO I
Caqayan 3rd DEO 0 Nueva Vizcaya 2nd DEO J
lsabela 1st DEO E Quirino DEO K
lsabela 2nd DEO F
REGION III
Bataan pt DEO A Pampanga 2nd DEO H
Bataan 2nd DEO B Pampanga 3rd DEO I
Bulacan 1st DEO C Tarlac 1st DEO J
Bulacan 2nd OED 0 Tarlac 2nd DEO K
Nueva Ecija 1st DEO E Zambales 1st DEO L
Nueva Eciia 2nd DEO F Zambales 2nd DEO M
Pamoanaa 1st OED G Aurora DEO N
REGION IV-A
Batanqas 1st DEO B Quezon 2nd DEO J
rd
Batangas 3 DEO C Quezon 1st DEO K
Batangas 4th DEO 0 Quezon 4th DEO L
Batangas 2nd DEO E Quezon 3rd DEO M
Cavite DEO F Rizal 1st DEO N
Cavite 2nd OED G Rizal 2nd DEO 0
LagUna 1st OED H Laguna 3rd OED P
Laauna 2nd DEO I Cavite Sub DEO 0
REGION IV-B
Marinduaue DEO A Palawan 2nd DEO F
Mindoro Occidental DEO B Palawan 3rd DEO G
Mindoro Oriental OED 0 Romblon DEO H
Palawan pt DEO E Southern Mindoro DEO I
D.O. No. 'e,t/ S.2018
Contract Identification Number for Goods and Services for All Goods and Services Contracts of the Department
Page 3 of 5

DISTRICT CODE DISTRICT CODE


REGION V
Albay 1st DEO A Masbate 1st DEO I
Albay 2nd DEO B Masbate 2nd DEO J
Camarines Norte DEO C Sorsogon 1st DEO K
Camarines Sur 1st DEO D Sorsogon 2nd DEO L
Camarines Sur 2nd DEO E Masbate 3rd DEO M
Camarines Sur 3rd DEO F Camarines Sur 5th DEO N
Camarines Sur 4th DEO G Albay 3rd DEO 0
Catanduanes DEO H
REGION VI
Aklan DEO A Iloilo City DEO J
Antiaue DEO B Negros Occidental 1st DEO K
Capiz 1st DEO D Negros Occidental 2nd DEO L
Guimaras DEO E Negros Occidental 3rd DEO M
Iloilo 1st DEO F Negros Occidental 4th DEO N
Iloilo 2nd DEO G Bacolod City OED 0
Iloilo 3rd DEO H Capiz 2nd DED p
Iloilo 4th DEO I
REGION VII
Bohol 1st DEO A Cebu City DEO H
Bohol 3rd DEO B Cebu 5th DEO I
Bohol 2nd DEO C Negros Oriental 1st DEO J
Cebu 1st DEO D Negros Oriental 2nd DEO K
Cebu 2nd DEO E Negros Oriental 3rd DEO L
Cebu 3rd DEO F Siquijor DEO M
Cebu 4th DEO G Cebu 6th DEO N
REGION VIII
Biliran DEO A Northern Samar 1st DEO H
Eastern Samar DEO B Northern Samar 2nd DEO I
Levte 1st DEO C Samar 1st DEO J
Levte 2nd DEO D Samar 2nd DEO K
Leyte 3rd DEO E Southern Leyte DEO L
Levte 4th DEO F Tacloban City DEO M
Levte 5th DEO G
REGION IX
Zamboanga City DEO A Zamboanga Sibugay 2nd DEO F
Zamboanga del Norte 1st DEO B Zamboanga del Sur 2nd DEO G
Zamboanga del Norte 2nd DEO C Isabela City DEO H
Zamboanga del Norte 3rd DEO D Zamboanga Sibugay pt DEO I
Zamboanaa del Sur 1st DEO E
REGION X
Bukidnon 1st DEO A Lanao del Norte 1st DEO G
Bukidnon 2nd DEO B Cagayan de Oro City 1st DEO H
Bukidnon 3rd DEO C Misamis Occidental 1st DEO I
Cagayan de Oro City 2nd DEO D Misamis Occidental 2nd DEO J
CamiCluin DEO E Misamis Oriental 1st DEO K
Lanao del Norte 2nd DEO F Misamis Oriental 2nd DEO L
D.O. NO.·~ S. 2018
Contract Identification Number for Goods and Services for All Goods and Services Contracts of the Department
Page 4 of 5

DISTRICT CODE DISTRICT CODE


REGION XI
Compostela Valley DEO A Davao Occidental DEO E
Davao City DEO B Davao Oriental 1st DEO F
Davao del Norte DEO C Davao Oriental 2nd DEO G
Davao del Sur DEO D Davao City 2nd DEO H
REGION XII
Cotabato City DEO A Sarangani DEO E
South Cotabato 2nd DEO B Sultan Kudarat 1st DEO F
Cotabato 1st DEO C South Cotabato DEO G
Cotabato 2nd DEO D Sultan Kudarat 2nd DEO H
REGION XIII
Aqusan del Norte DEO A Surigao del Norte pt DEO F
Agusan del Sur 1st DEO B Surigao del Norte 2nd DEO G
Agusan del Sur 2nd DEO C Suriqao del Sur 1st DEO H
Butuan City DEO D Surigao del Sur 2nd DEO I
Dinagat Island DEO E
NCR
Malabon-Navotas DEO A Quezon City 1st DEO F
Metro Manila 1st DEO B Quezon City 2nd DEO G
Metro Manila 2nd DEO C South Manila DEO H
Metro Manila 3rd DEO D Las Pinas-Muntinlupa DEO I
North Manila DEO E
CAR
Abra DEO A Ifugao 1st DEO G
Apayao 1st DEO B Mt. Province DEO I
Apayao 2nd DEO C Ifugao 2nd DEO J
BagUiO City DEO D Upper Kalinga DEO K
Benguet pt DEO E Lower Kalinga DEO L
Benguet 2nd DEO F Mt. Province 2nd DEO M
D.O. No. "8J1 S.2018
Contract Identification Number for Goods and Services for All Goods and Services Contracts of the Department
Page 5 of 5

Example 1: For a contract to be bid in the Central Office in 2018

18GZ00001, 18 = first year of funding in the GAA


G = goods contract (including services, if any)
Z = Code of the Central Office
o = Since contract will be implemented by the Central Office
0001 = running number

Example 2: For a contract to be bid in the Regional Office of Region I in 2018

18GA00001, 18 = first year of funding in the GAA


G = goods contract (including services, if any)
A = Code of Region I
o = Since contract will be implemented by the Regional Office
0001 = running number

Example 3: For a contract to be bid in Batangas 2nd DEO in 2018

18GDEOOO1, 18 = first year of funding in the GAA


G = goods contract (including services, if any)
D = Code of Region IV-A where the Implementing Office,
Batangas 2nd DEO, is located
E = Code of Batangas 2nd DEO (the Implementing Office)
0001 = running number
, ·f)I1?/J/JluJff
Republic of the Philippines 'fH-- ~ _':R)if
DEPARTMENT OF PUBLIC WORKS AND HIGHWAYS
OFFICE OF THE SECRETARY
Manila

21 MAY 2018

DEPARTMENT ORDER ) SUBJECT: The Big One Earthquake

NO. 87
Series of 201~' Vl·d
l Preparedness Program
Positioning and
Contingency Plan)
(Equipment
Mobilization

Pursuant to Republic Act No. 10121: "Philippine Disaster Risk Reduction and Management
Act of 2010", Department Order No. 69, Series of 2010: "Creation of a Committee to Study
and Formulate Action Plans to Strengthen the DPWH Disaster Preparedness and Response
Mechanism", and as an Earthquake Preparedness Program to provide immediate response to
nearby areas surrounding the Valley Fault System and other affected areas after the
occurrence of "The Big One" earthquake, this Equipment Positioning and Mobilization
Contingency Plan as herein attached to form part of this Department Order is hereby issued.

As part of the Logistics Response Cluster and aside from the primary responsibility of the
DPWH on post disaster response, specifically on being the lead agency in a] Increasing
Resiliency of Infrastructure System and b] Disaster and Climate Change-resilient
Infrastructure Construction/Reconstruction, it is realized that immediate road clearance, and
debris removal to provide logistic support on disaster response of the government, provision
of alternate routes, temporary roads and bridges shall be made by this Department through
the use of our equipment fleet.

This Contingency Plan contains standard operating procedure in equipment positioning and
mobilization which is based on the National Disaster Risk Reduction and Management Plan
(NDRRMP) 2011-2028 and in consonance with the National Disaster Risk Reduction and
Management Framework (NDRRMF) of the National Disaster Risk Reduction and
Management Council (NDRRMC). It is integrated to the Incident Command System (ICS) of
the country, established by the Office of the Civil Defense (OCD), to improve inter-agency
coordination and work for a common set of objectives during disaster response and
operations in preparation to the "The Big One" earthquake .

. This Order supersedes Department Order No. 101, Series of 2016, entitled "Guidelines on
Equipment Positioning and Mobilization in response to 'The Big One' Earthquake" and shall
take effect immediately.

For strict compliance.

MARK A. VILLAR
Secretary
~----
Departtrent of Public Works and Highways
Office of the Secretary

9.1 TNLI 1111111111111111111111111111111111111


WIN8T01809
THE BIG ONE EARTHQUAKE PREPAREDNESS PROGRAM
(Equipment Positioning and Mobilization Contingency Plan)

A. INTRODUCTION

The Department of Public Works and Highways (DPWH), as a member of the National Disaster
Risk Reduction and Management Council (NDRRMC), is responsible for improving
infrastructure systems through infrastructure assessment, rehabilitation and reconstruction
programs, as well as road clearance, every time a disaster occurs in our country.

Pursuant to Republic Act No. 10121: "Philippine Disaster Risk Reduction and Management Act
of 2010", the Office of the Civil Defense (OCD) formulates and implements the National
Disaster Risk Reduction and Management Plan (NDRRMP) 2011-2028 which provides legal
basis for policies, plans and programs for disaster-related operations. NDRRMP, conforming
to the structure of NDRRMC, has four (4) thematic areas: Disaster Prevention and Mitigation,
Disaster Preparedness, Disaster Response, and Disaster Rehabilitation and Recovery. These
areas are related to the overall vision of the disaster risk reduction and management which is
"safer, adaptive and disaster-resilient Filipino communities toward sustainable development".

The DPWH is the lead agency in a] Increased Resiliency of Infrastructure Systems under the
Thematic Area 1: Disaster Prevention and Mitigation, and b] Disaster and Climate Change-
resilient Infrastructure constructed/reconstructed under the Thematic Area 4: Disaster
Rehabilitation and Recovery sections of the NDRRMP.

In the Philippines, one of the known fault systems is the Valley Fault System (VFS), an active
fault which consists of two segments: the East Valley Fault (EVF) and the West Valley Fault
(WVF), located in the Greater Metro Manila Area (GMMA). It extends to nearby Regions III
and IV-A of Luzon, through the provinces of Bulacan, Rizal, Laguna and Cavite, increasing the
possible areas to be affected once an earthquake near VFS, The Big One earthquake, occurs.

According to Director Renato U. Solidum, Jr. of Philippine Institute of Volcanology and


Seismology (PHIVOLCS), the fault has moved four times in the past 1,400 years. On average,
it moves every 400 years (+/- 10 to 100 years). The last time an earthquake occurred along
the West Valley Fault was in 1658, around 360 years ago. It means it can happen anytime
within our lifetime. This fault can generate an earthquake with a magnitude of 7.2 that may
result to a very destructive ground shaking which can cause destruction of infrastructures and
loss of Iives.1

This Department Order (DO) contains standard operating procedures in equipment positioning
and mobilization which is consistent with the NDRRMP 2011-2028, the National Disaster Risk
Reduction and Management Framework (NDRRMF) of the NDRRMC and the Metro Manila
Earthquake Contingency Plan (Oplan Metro Yakal Plus).

lRetrieved from http://www.gmanetwork.com/news/story /316877 /scitech/science/the-next-big-quake-in-


metro-manila-may-hit-within-our-lifetime
D.O. No. ~ s. 2018
THE BIG ONE EARTHQUAKE PREPAREDNESS PROGRAM
(Equipment Positioning and Mobilization Contingency Plan)
Page 2 of 15

B. DEFINmON OF TERMS - For the purposes of this DO, the following terms or words
and phrases shall mean or be understood as follows:

1. Check-in2 - the process whereby resources report to an incident or planned event to


receive tactical assignment.
2. Contingency Plan (CP) - a scenario-based plan for a specific and projected natural
and/or human-induced hazard. It aims to address the impacts of the hazard and/or to
prevent the occurrence of the emerging threats by arranging well-coordinated
responses and enabling efficient management of resources.
3. Demobilization2 - the release and return of resources that are no longer required
for the support of an incident/event.
4. Emergency Operations Center (EOC)2 - the facility that serves as repository of
information and main hub for coordination of resources to support the management
of an incident or planned event. This shall be located at the Quadrant Base of each
Affected Area3, and shall be under the responsibility of various Regional Disaster Risk
Reduction and Management Council (RDRRMC) offices.
5. Incident Commander (IC)2 - the individual responsible for all incident activities,
including the development of strategies and tactics and the ordering and the release
of resources. The IC has overall authority and responsibility for conducting incident
operations and is responsible for the management of all incident operations at the
incident site.
6. Incident Command System (ICS)2 - a standard, on-scene, all-hazard incident
management concept that can be used by all DRRMCs, member agencies and response
groups. It allows its users to adopt an integrated organizational structure to match the
complexities and demands of single or multiple incidents without being hindered by
agency or jurisdictional boundaries.
7. Incident Management Team (IMT) - a team composed of the IC and appropriate
Command and General Staff personnel assigned to an incident or planned event. The
IMT members may be expanded as needed.
8. Mobilization - the activation of asset, physical and manpower resources, to bring
together to a target site and prepare for action.
9. Rapid Damage Assessment and Needs Analysis (RDANA) - a disaster response
mechanism that is used immediately in the early emergency phase to determine the
extent of impacts and assess the priority needs of the communities.

C. ACRONYMS

AEE Area Equipment Engineer


AFP Armed Forces of the Philippines
BOE Bureau of Equipment
BOM Bureau of Maintenance
CO Central Office
CP Contingency Plan
DE District Engineer
DEO District Engineering Office
EMD Equipment Management Division
EOC Emergency Operations Center

2 NDRRMC Memo. No. 44, S. 2016: "Guidelines on the Mobilization of Incident Management Teams (IMTs)"
3 0.2. Strategic Deployment Area (see page 6)
D.O. No. ~ s. 2018
THE BIG ONE EARTHQUAKE PREPAREDNESS PROGRAM
(Equipment Positioning and Mobilization Contingency Plan)
Page 3 of 15

EVF East Valley Fault


GMMA Greater Metro Manila Area
IC Incident Commander
ICS Incident Command System
IMT Incident Management Team
LGU Local Government Unit
MMDA Metropolitan Manila Development Authority
MMDRRMC Metro Manila Disaster Risk Reduction and Management Council
NDRRMC National Disaster Risk Reduction and Management Council
NDRRMF National Disaster Risk Reduction and Management Framework
PHIVOLCS Philippine Institute of Volcanology and Seismology
PM Preventive Maintenance
PPE Personal Protective Equipment
QRA Quick Response Asset
QRE Quick Response Equipment
QRMT Quick Response Medical Team
QRST Quick Response Support Team
QRT Quick Response Tools
RD Regional Director
RDANA Rapid Damage Assessment and Needs Analysis
RDRRMC Regional Disaster Risk Reduction and Management Council
RO Regional Office
VFS Valley Fault System
WVF West Valley Fault

D. PRE-EMERGENCY PHASE (Disaster Preparedness)

1. QUICK RESPONSE ASSET (QRA)

Quick Response Assets (QRAs) are composed of all available Department's Quick Response
Equipment (QRE), Quick Response Tools (QRT), and personnel, composed of Quick
Response Support Team (QRST) and Quick Response Medical Team (QRMT), who can
provide support and assistance in the clearing and rescue operations after the occurrence
of The Big One earthquake. The DPWH Quick Response Team shall also be known as the
DPWH Incident Management Team.

Similar to the QRA lists submitted by each Region pursuant to DO No. 101, Series of 2016:
"Guidelines on Equipment Positioning and Mobilization in response to 'The Big One'
earthquake", an updated list of QRAs shall be summarized, consolidated and sent
by EMD quarterly (every end of the third month), to the Bureau of Equipment (BOE)
which keeps and updates the QRA Database. Likewise, soft copy shall be sent to
dpwhboeqra@gmail.com for BOE's immediate updating. This updated list shall be
published on the DPWH Intranet.

For easy identification, a] minor changes in data of the newly updated checklist shall be
printed in bold font to be easily identified, and b] major changes shall be mentioned in
the covering memorandum, if there is any.
D.O. No. '/7.'. s. 2018
THE BIG ONE EARTHQUAKE PREPAREDNESS PROGRAM
(Equipment Positioning and Mobilization Contingency Plan)
Page 4 of 15

Disaster response shall be on wave system. The First wave of QRA, or the first
responders, shall be composed of highly important QRE, QRT, QRST, and QRMT which
shall immediately clear the road for easy passing and for other rescuers to reach affected
areas. After the deployment of the first wave, an assessment will be done to evaluate the
severity of the incident and to estimate and set the quantity of QRA to be deployed.
Depending on the said assessment, second wave and/or additional waves may be
deployed subject to the needs and availability of QRA.

For easy identification, prior to deployment, equipment and tools shall have proper
decals/markings/identification indicating their DPWH Property Code Number and the
Region they come from. Also, personnel shall have identification cards or markings on
their clothing indicating the team and Region to which they belong.

Prioritization from Department of Transportation (DoTr) through Philippine


Ports Authority (PPA): All QRE and QRTs have authorization and prioritization in
passing through all port areas in the country, through the letter signed by DoTr PPA
General Manager JAY DANIEL R. SANTIAGO dated September 28,2017 which stated that
"PPA shall issue an advisory directing all PPA Field Offices nationwide to give full support
to the QRAs Project of the DPWH."

1.1 Quick Response Equipment (QRE)


a. Composed of Hydraulic Excavators (F17), Truck Mounted Cranes (F5), Hydraulic
Cranes (F6), Truck Mounted Flood Mitigation Equipment (H17), Stake Trucks (H2),
Dump Trucks (H3), Truck Tractors/Prime Movers (H4), Maintenance Shop Trucks
(H7), Forklifts (H8), Crawler Tractors/Bulldozers (Ll), Front End
loaders/Payloaders (l2), Road Graders (N1) and Service Vehicles (H1/H1M).
b. Shall strictly follow the Preventive Maintenance (PM) program to ensure their
operational condition and shall undergo overall check-up prior to deployment.
c. Equipment currently being utilized on road maintenance projects and other related
works should be made ready for immediate deployment.
d. Equipment assigned to remote areas, e.g., island Regions or areas where
mobilization will be laborious/uneconomical shall be on stand-by/reserved list in
case demand for more equipment arises.
e. The first wave of QRE shall be composed of Front End loader/Payloaders (l2),
Hydraulic Excavators (F17), Dump Trucks (H3), and Crawler Tractors/Bulldozers
(ll). These can be used to immediately clear the road for easy passing and for
other rescuers to reach affected areas.
f. Quantity of first wave of QRE to be immediately deployed shall be:
1. Two (2) units Dump Truck
2. Two (2) units Front End loader/Payloader
3. One (1) unit Hydraulic Excavator
4. One (1) unit Crawler Tractor/Bulldozer, if available
g. All remaining units of first wave equipment shall be deployed together with the
second wave based on assessment done by the Ie.
h. The second wave of QRE shall be composed of QRE like Truck Mounted Cranes
(F5), Hydraulic Cranes (F6), Truck Mounted Flood Mitigation Equipment (H17),
Stake Trucks (H2), Truck Tractors/Prime Movers (H4), Maintenance Shop Trucks
(H7), Forklifts (H8), Road Graders (N1) and Service Vehicles (H1).
D.O. No. 8?, , s. 2018
THE BIG ONE EARTHQUAKE PREPAREDNESS PROGRAM
(Equipment Positioning and Mobilization Contingency Plan)
Page 5 of 15

i. Service Vehicles shall be initially limited to five (5) units only, or just enough to
transport the Quick Response Support and Medical Teams of each Region,
whichever is higher.
j. Additional waves may be deployed subject to the needs and availability of QRA,
based on assessment done by the IC.

1.1 Quick Response Tool (QRT)


a. Composed of Generator Sets (Gi), Chain Saws (Ti), Air Compressors (Ai), Trailer
Mounted Tower Floodlighting Equipment (J6) and other portable hand tools
that can be used in road clearing operation and other construction and
maintenance works such as Sledge Hammer, Portable Jackhammer, Axe, Crow
bar, Shovel, Chain block, Halogen Flashlight, Bolt cutter, Hacksaw, Power saw,
Megaphone, Ladder, and Nylon Rope.
b. The first wave of QRT shall be composed of tools that can be used to immediately
clear the road. These can be any tool listed above and shall be determined by the
Responding Region, subject to availability.
c. Additional waves may be deployed subject to the needs and availability of QRA,
based on assessment done by the Incident Commander.
d. Shall strictly follow the PM program to ensure their operational condition and shall
undergo overall check-up prior to deployment.

1.2 Quick Response Support Team (QRST)


a. Composed of engineers, operators, mechanics, inspectors, welders, carpenters,
drivers and any equipment personnel available who can provide technical support
and manpower assistance.
b. Each shall be equipped with proper Personal Protective Equipment (PPE), provided
by his respective office, before proceeding to any rescue operations.
c. The first wave of QRST shall be composed of team leaders, engineers,
inspectors, operators, mechanics and other equipment personnel who have
knowledge and skills in operating equipment, especially the first wave of QRE.
d. Each unit of equipment shall have a back-up operator/driver in case the designated
operator/driver gets injured or affected by the earthquake.
e. Additional waves may be deployed subject to the needs and availability of QRA,
based on assessment done by the Ie.

1.3 Quick Response Medical Team (QRMT)


a. Composed of nurses, doctors or any personnel who had first aid application training
and certification given by Philippine Red Cross or other competent agencies.
b. Shall be equipped with first aid kit which includes medicines, medical tapes,
bandages, wound dressing, antiseptic, tweezers, scissors, safety pins, plastic bags,
medical gloves, etc.
c. All QRMT members shall be part of the second wave of responders.
D.O. No. ~ s. 2018
THE BIG ONE EARTHQUAKE PREPAREDNESSPROGRAM
(Equipment Positioning and Mobilization Contingency Plan)
Page 6 of 15

2. STRATEGIC DEPLOYMENT AREA

Location of Sub- RDRRMC DPWH


Affected Areas Emergency Operations Responsible Responding
Centers Reaion Regions
III, IX*,
Region III - Central Luzon
Veterans Memorial Medical XII *
Center Golf Course, North Region I
Cities of Caloocan,
North Ave., Quezon City / NCR, I, VII*
Valenzuela, Quezon, San
Quadrant University of the
Juan, and Mandaluyong
Philippines Diliman
LRT 2 Santolan Station
East Cities of Pasig and
Depot, Santolan, Pasig Region II NCR, II, XI*
Quadrant Marikina
City

NCR, CAR,
West Cities of Manila, Malabon, Intramuros Golf Course, CAR
X*
Quadrant and Navotas Manila City

Cities of Las Piiias,


South Makati, Muntinlupa, NCR, V, VI*,
Quadrant Paraiiaque, Pateros, Villamor Air Base Golf Region V VIII * *
Taguig, and pasay Course, pasay City
IV-A, IV-S,
Region IV-A - CALABARZON
XIII*

Table 1. Strategic Deployment Area


North
The Department's QRAs all over the country are
Quadrant: clustered to a particular strategic deployment area
Caloocan City, to equally allocate support and assistance. The
Quezon City,
Valenzuela City, Metropolitan Manila Development Authority
San Juan City, (MMDA) has divided Metro Manila into four (4)
Mandaluyong
City quadrants for better evacuation and rescue
operations among residents in preparation for the
possible movement of the Valley Fault System that
may damage the Metro Manila Area. Moreover,
Regions III and IV-A are also identified as affected
East
Quadrant: Regions and part of the areas for deployment. The
West
Quadrant: Pasig City, grouping of Affected Areas, Location of EOCs,
Manila City, c ...-'I. .I'- Marikina City
Regional Disaster Risk Reduction and
Malabon City,
Navotas City,
if- :"""'U"r ,. Management Council (RDRRMC) Responsible
\-'1
Pasay City ,I Region and DPWH Responding Regions are shown
(Western Part)
in the table above. The RDRRMC Responsible
Region shall set up EOCs on the said quadrants.
South Quadrant:
Las Pii'ias City, Makati City, *Regions that may prioritize sending manpower
Muntinlupa City
(QRST and/or QRMT) first before equipment (QRE
Parai'iaque City, Taguig City,
Municipality of Pateros, and/or QRT) due to transportation constraints.
Pasay City (Southern Part)
**Region VIII is now included in the Responding
Region, and is now required to submit their
Figure 1. Four Quadrants of Metro Manila
consolidated QRA list to the BOE.
D.O. No. ~ s. 2018
THE BIG ONE EARTHQUAKE PREPAREDNESSPROGRAM
(Equipment Positioning and Mobilization Contingency Plan)
Page 7 of 15

Equipment assigned to Regions that are DOIlA EMEDIOS TRINIDAI

expected to be greatly affected by the


earthquake namely NCR,Region III and Region
IV-A, will be used to assist in their respective
Regions but can be operated by personnel from
other Regionsin case the designated personnel 3230 IV Angat, (
/ NORZAGARAY

from these Regions will be affected by the


)
earthquake.

Relative to the resource assumption on Oplan


Metro Yakal Plus, only 30% of QRAof NCRcan
be mobilized for response.

The map (shown on right) represents the Valley


Fault System in Luzon. Fault lines are indicated
by the red lines.

3. MOBILIZATION ROUTES AND


ENTRY POINTS

In order to have a safe and fast responseto


affected areas, each Regional Office
(RO)/District Engineering Office (DEO)
shall have a plan on how to mobilize the
equipment towards the assigned
deployment area. The following guidelines
are hereby recommended:

a. Identify the primary route and all


possible alternate routes in casethe
primary route is rendered
impassable due to the effects of
earthquake.
b. Provide a map and properly label
the streets, roads and landmarks.
c. Mark areas prone to floods,
landslides and other calamities.
d. Locate areas prone to accidents like
cliffs, steep slopes, bridges,
tunnels, etc. SilANG MAP SCALE
e. Ensure that the drivers/operators
1: 50,000
are familiar with the routes.
1: 10,000
f. Prepare an itinerary of travel and
list of possible expenses like fuel, 1: 5,000

toll fees, and shipping fees, among Figure 2. The Fault Valley System in Greater Metro Manila Atlas,
others. DOST-PHIVOLCS-NDRRMC

Based on the Oplan Metro Yakal Plus, the Entry Points of Equipment, Manpower and Relief
Assistanceon the North and South of Metro Manila shall be at the following:
D.O. No. ~ s. 2018
THE BIG ONE EARTHQUAKE PREPAREDNESS PROGRAM
(Equipment Positioning and Mobilization Contingency Plan)
Page 8 of 15

MEANS OF TRANSPORTATION ENTRY POINTS


LAND TRANSPORTATION
Balintawak Cloverleaf towards A. Bonifacio
Mindanao Avenue
North Malinta
Bocaue, Marilao, Meycauayan towards Commonwealth
McArthur - Valenzuela
Osmena
Alabang-Muntinlupa
Sucat
South Circumferential Road 5 (C5) -libingan ng mga Bayani
Villamor - Sales
Epifanio Delos Santos Avenue (EDSA)
Circumferential Road 6 C6
SEA TRANSPORTATION if not heavil dama ed
Subic Bay Freeport
North Manila Port
San Fernando La Union Port
Batangas Port
South
San Ie Point
AIR TRANSPORTATION if runwa is not dama ed
Clark International Airport
Subic Bay International Airport
North San Fernando, La Union Airport
Cagayan Province Airport
Laoa International Air ort
Cebu International Airport
Sangley Point
South Lipa Airbase, Batangas
Davao International Airport
La uindin an CDO International Air ort
Table 2. North and South Entry Points

The Land Transportation Entry Points may be used as a temporary meeting stations where
QRA from different Regions may cross and have a chance to better coordinate and
communicate to our co-rescuers.

Upon approval of this Department Order, each RO and DEO shall submit the
identified primary and alternate routes within 7 days which shall form as an
integral part of this Order. The new route shall pass through the designated Entry
Point.

4. STRATEGIC PLANNING

a. Conduct quarterly meeting among RO/DEO/EMD personnel, including QRE


operators, QRST and QRMT members, to discuss the strategies, plans and updates
on the positioning and mobilization of equipment.
b. Issues and concerns raised during these meetings should be consolidated and sent
to concerned offices for actions to be immediately taken.
D.O. No. ~ s. 2018
THE BIG ONEEARTHQUAKEPREPAREDNESS PROGRAM
(Equipment Positioningand Mobilization Contingency Plan)
Page 9 of 15

5. RELATION TO OTHER DISASTER-RESPONSE POLICIES

It is highly advised that OPLAN METRO YAKAL PLUS be read and understood well to be
aware of the inter-operability, Standard Operating Procedures, and other Responsibilities
of DPWH and DPWH-NCR, especially on Chapter 4. Sectoral Plans and Arrangements, to
wit:
a. In Section 4.1 Command and Control, it is DPWH's Task/Responsibility to ensure that
roads and thoroughfares are cleared of debris and to assist in the restoration of other
lifelines; it shall also assist in the establishment and maintenance of evacuation camps;
and shall assist in building/establishment of temporary shelters.
b. It is also stated in Section 4.1 that "Upon identifying the areas and major roads which
suffered heavy damage by MMDA personnel, the MMDRRMC Main EOC will initiate
contact with DPWH-NCR to inform them about the areas that need road clearing.
Clearing operations will only commence after MMDA authorized official has declared
the areas free of casualties."
c. In Section 4.4 Search and Rescue, it is mentioned that "Search and Rescue Team (AFP-
lead) deployed shall assist the DPWH-NCR by checking first the area to be cleared for
any trapped victim. They will give the go signal to the DPWH-NCR if clearing of the
debris can commence."
d. In Section 4.5 Relief and Camp Management, it is determined that DPWH-NCR's
Task/Responsibility is to "Coordinate provision of electricity and water source inside
the evacuation camps".
e. In Section 4.6 Engineering, Reconstruction and Rehabilitation, DPWH is the Lead
Agency while DPWH-NCR shall be the Deputy, and DPWH Regions shall be the
cooperating group members.
f. Section 4.6 contains standard operating procedures for clearing operations which will
be done by DPWH-NCR. It will not hinder this DO's operating procedures since it's
assumed in this DO that DPWH-NCR is affected by the earthquake, therefore they can
focus on their responsibilities in Oplan Metro Yakal Plus.
g. As a Disclaime~ this Big One Earthquake Preparedness Program shall only contain
Equipment Positioning and Mobilization Contingency Plan since the Bureau of
Equipment can only control the equipment fleet of the Department.

E. EMERGENCY PHASE (Disaster Response)

-Occurence ofthe Big One Earthquake at the Valley Fault System

-Activate Disaster Response: The Big One Earthquake Preparedness Program (Equipment
Positioning and Mobilization Contingency Plan)

-DPWH-NCR Team shall conduct initial reconnaissance and RDANA. A report shall be
submitted to DPWH-NCR, BOM and BOE.

- First wave of QRA shall be mobilized to immediately clear roads and thoroughfare based
on the report on step e.

-Additional wave/s may be deployed subject to the actual need and availability of QRA,
based on assessment done by the Ie.

-After the successful clearing operations, demobilize all QRAs back to their respective
offices. Account for any damaged QRE, QRT, injuries and casualties.

Figure 3. Summary of Standard Operation Procedure


D.O. No. ~ s. 2018
THE BIG ONE EARTHQUAKE PREPAREDNESS PROGRAM
(Equipment Positioning and Mobilization Contingency Plan)
Page 10 of 15

1. COORDINATION WITH OTHER AGENCIES

Immediately after the occurrence of The Big One earthquake, this program shall be
activated. The DPWH Regional and District DRRM Teams shall coordinate with the
Regional/Provincial Disaster Risk Reduction Management Council-Office of Civil Defense
(RjPDRRMC-OCD) to provide support to the Logistics Response Cluster.

Based on the Oplan Metro Yakal Plus, DPWH shall ensure that roads and thoroughfares
are cleared of debris. DPWH-NCR shall be the Lead Agency in the MMDRRMC Engineering,
Reconstruction and Rehabilitation Response Sector in which they are responsible for the
conduct of clearing operations of debris and obstructions; immediately restore vital access
roads, bridges and vital lifelines; and reconstructjrehabilitate damaged structures and
facilities as seen in Table 6. List of MMDRRMC Response Sectors, Its Lead Agency and the
Responsibility of the Lead Agency.

Ji,/Jk 6. Usl ,~,.,\/,\/ lJR/U/C Iksp''''s.· S •••.,ms. /Is /,.'.,.1 ,\g.''''',\' "'''/1/''' R"spo"Sil>ilil)' or 11,,'/ .•'"'' ,\g••" •."
• • LEAD AGENCY ••
Engineering, DPWH-NCR Conduct clearing operations of debris and
Reconstruction and obstructions; immediately restore vital access
Rehabilitation roads, bridges and vital lifelines; reconstruct!
rehabilitate damaged structures and facilities.

Ecuthquc1ke Contingency Plan 21


Figure 4. Cropped image from Oplan Metro Yakal Plus

2. COORDINATION WITH OTHER DPWH OFFICES4

a. After the Valley Fault System collapse, this program shall be activated. The activation
shall be reported immediately to the DPWH Secretary.
b. Pursuant to Department Order No. 15, Series of 2015, the RDjDistrict Engineer (DE)
concerned [DPWH-NCR, Region III and Region IV-A] shall transmit to the Secretary,
through the Bureau of Maintenance (BOM), copy furnished BOE and DPWH-NCR, the
initial assessment of the damages, through e-mail, or fax-telephone, those damages
covering at least the Priority I, in the group of Damages Category within six (6) hours
after the calamity. (Indicate same under Column 6 of BOM-SDMCD Form 2015-03 as
attached in D.O. 15, Series of 2015).
c. If it is deemed impossible to conduct assessment within 6 hours after the Big One
earthquake, DPWH Team will wait for the consolidated Rapid Damage Assessment
and Needs Analysis (RDANA)jSituational Reports from the NDRRMC EOC. After the
assessment of damages is done, the Office of the Secretary, through the BOM, BOE
and DPWH-NCR, shall communicate with the ROjDEOs for clearing and rescue
operations in affected areas.
d. Official Assessment of the damages shall be coordinated with the IC of NDRRMP or
through the NDRRMC EOC. Temporary assessment may be done by DPWH
Employees to estimate the severity of the damages and to estimate the number of
QRA needed.
1. Based from the Standard Operating Procedures of Section 4.6, Oplan Metro
Yakal Plus, "Immediately right after an earthquake, the DPWH-NCR District
Offices will deploy teams to conduct reconnaissance and RDANA. Each Team

4 Department Order No. 15, Series of 2015


D.O. No. JL s. 2018
THE BIG ONE EARTHQUAKE PREPAREDNESS PROGRAM
(Equipment Positioning and Mobilization Contingency Plan)
Page 11 of 15

is composed of two (2) personnel. Initial action of each team is to visually


inspect which roads are passable and which need dearing ...". An immediate
report relative to this RDANAshall be submitted to DPWH-NCR,BOMand BOE.
e. Based from the assessment done, the ROs and DEOs of the affected areas [DPWH-
NCR, Region III and Region IV-A] shall estimate the required number and type of
QRA needed for the clearing and rescue operations. If the QRAs within their RO/DEO
are inadequate, a request shall be sent to the BOM, BOE and DPWH-NCR for
additional QRA through any form of available communication within six (6) hours
from the time of occurrence of the earthquake.
f. Upon receipt of request, BOM, BOE and DPWH-NCR shall check the availability of
QRA through the updated QRA Database. A shortlist of available QRAs shall be
prepared by considering the following factors that will affect the time and cost of
mobilization to the affected area:
1. Distance from the current location of equipment to the affected area.
2. Mode of mobilization either by land, water or air.
In remote areas (i.e. Visayas and Mindanao Regions especially island Regions),
mobilization of QRE might not be feasible or economical, however, QRST and QRMT
of these areas shall still proceed to augment other responding Regions in the clearing
and rescue operations in case demand arises.
g. The BOE Director shall coordinate with the RDs and EMD Chiefs on the whereabouts
of the equipment to be used for the clearing and rescue operations through any form
of available communication within nine (9) hours from the time of occurrence of the
earthquake.
h. The RD shall send a list of all the QRAs to be deployed for clearing and rescue
operations using the BOM-SDMCD Form 2015-04 as attached in D.O. 15, Series of
2015, to BOM and BOE.
i. In case communication lines are down and there is no other way to contact the
Central Office (CO), the RD has the authority to deploy all QRAs to respond to the
Regions in need of assistance.
j. Upon the instructions of the RD, the EMD Chief together with the DE/Area Equipment
Engineer (AEE) and team leaders shall proceed to their respective deployment areas.
k. The mobilization of DPWH QRA shall be on responder-basis (wave system)
to prioritize the road clearing operations.
1. The first responders (first wave of QRA) shall be composed of the highly
important QRE, QRT, QRST, and QRMT such as Front End
loaders/Payloaders (l2), Hydraulic Excavators (F17), Dump Trucks (H3),
and Crawler Tractors/Bulldozers (ll). These heavy equipment can be used
to immediately clear the road for easy passing and for other rescue
operations to reach affected areas.
2. An assessment will be done to evaluate the severity of the incident and to
estimate and set the quantity of QRA to be deployed. This shall be based
on the report submitted by DPWH-NCR (E.2.d.l) or can be coordinated
with the IC.
3. The second responders (second wave of QRA) shall be based on the
assessment of the IC, or any assessor from the EOC. This wave shall be
composed of QRE like Truck Mounted Cranes (F5), Hydraulic Cranes (F6),
Truck Mounted Flood Mitigation Equipment (H17), Stake Trucks (H2),
Truck Tractors/Prime Movers (H4), Maintenance Shop Trucks (H7),
Forklifts (H8), Road Graders (Nl) and Service Vehicles (Hl/HIM);
D.O. No. ~'" s. 2018
THE BIG ONE EARTHQUAKE PREPAREDNESS PROGRAM
(Equipment Positioning and Mobilization Contingency Plan)
Page 12 of 15

Additional QRT, QRST, and QRMT can also be deployed subject to the
needs and availability of such QRA.
4. Additional wave/s can be implemented based on the actual need and other
circumstances.
/. In case there will be demands for more heavy equipment in clearing and rescue
operations, units will be sent from areas initially identified by each Region where
transportation/mobilization of equipment is difficult. Mobilization shall be handled by
the responding Region.
m. In case of landslides, the RD of affected Region shall direct DEOs to immediately
open all closed roads within the Region going to NCR, Region III, Region IV-A and
other affected areas.
n. En route to the deployment area, QRAs coming from responding Regions can
augment the heavy equipment in the affected area to open closed roads. Once roads
are passable to one-way traffic, local DEOs shall be responsible for the full opening
of roads (i.e. for two-way traffic).
o. QRAs coming from responding Regions can proceed to reach their assigned
deployment area at the earliest possible time.
p. All QRA shall go first at the EOC which is located at each of the deployment area.
Upon arrival at the EOC, the RD, DE, EMD Chief or AEE shall "check-in" and closely
coordinate with the IC thereat to receive directions from the IC, and execute
immediate and cautious clearing and rescue operations.
q. Once checked-in, the DPWH Team shall cease operational control over the DPWH
QRA and other resources but still perform according to their mandates, SOPs and
technical expertise. The IC shall lead all the operations of all government agencies
including the DPWH Team, and shall manage them tactically for proper placement
and efficiency.

In case the earthquake occurred on a night time, weekend, or holiday, this response
operation mayor may not be activated depending on the actual circumstance. But
in the exigency of the service, may we request that we take it as a great service and
sacrifice to our country and countrymen.

F. POST-EMERGENCY PHASE (Disaster Rehabilitation and Recovery)

a. After the successful clearing and rescue operations, demobilize all QRAs back to their
respective offices. Account for any damaged QRE, QRT, injuries and casualties.
b. A report relative to this demobilization shall be sent to BOM, BOE and DPWH-NCR.
D.O. No. ~ s. 2018
THE BIG ONE EARTHQUAKE PREPAREDNESS PROGRAM
(Equipment Positioning and Mobilization Contingency Plan)
Page 13 of 15

G. ORGANIZATIONAL DUTIES AND RESPONSIBILmES

DPWH Quick Response Team [Incident Management Team]

Head, DPWH Quick Response Team


[Incident Commander]

Undersecretary for
Technical Services

Head, Disaster Response Operations


[Deputy Incident Commander]

L-J Assistant Secretary


for Technical Services

Heads, Equipment Positioning Heads, Regional Quick Response


and Mobilization Support and Medical Team

BOE Director and Regional Director and


Assistant Director Asst. Regional Director

Head, Equipment and Head, Supplies and


Personnel Dispatch Logistics

EMD Chief
, Asst. EMD Chief
J

I Heads, Area Monitoring I Heads, Area Monitoring

y AEEandDE~ Lr AEE and DE

I
QRE, QRT, QRST, QRMT QRE, QRT, QRST, QRMT

Figure S. Organizational Chart

NOTE: This organizational structure is subject to change until further revision is issued.

1. UNDERSECRETARY, TECHNICAL SERVICES


Head, DPWH Quick Response Team [Incident Commander]
a. Contacts and alerts all RDs to prepare and mobilize all their available resources upon
the instructions given by the Secretary.
b. Oversees the operation of the Quick Response and Support Team, and facilitates
resolution of issues raised by team members.
D.O. No. ~t s. 2018
THE BIG ONE EARTHQUAKE PREPAREDNESS PROGRAM
(Equipment Positioning and Mobilization Contingency Plan)
Page 14 of 15

2. ASSISTANT SECRETARY, TECHNICAL SERVICES


Head, Disaster Response Operations [Deputy Incident Commander]

a. Coordinates with the National Disaster Risk Reduction Management Council-Office of


Civil Defense (NDRRMC-OCD) and other agencies in providing support and
assistance.

3. DIRECTOR and ASSISTANT DIRECTOR, BUREAU OF EQUIPMENT


Head, Equipment Positioning and Mobilization

a. Update the nationwide QRA Database monthly.


b. Coordinate with the RDs and EMD Chiefs on the whereabouts of the equipment to
be used for the clearing and rescue operations.
c. Ensure the proper positioning and mobilization of QRE.

4. REGIONAL DIRECTOR and ASSISTANT REGIONAL DIRECTOR


Heads, Regional Quick Response Support and Medical Team
a. In the event of the earthquake, conduct close monitoring of roads and other
infrastructure facilities for any damages caused by these natural events.
b. Closely coordinate with LGUs and local disaster teams regarding calamity and
emergency response works.
c. Provide an updated list of QRA within their region monthly.
d. Provide support to other Regions in need.

5. CHIEF, EQUIPMENT MANAGEMENT DMSION


Head, Equipment and Personnel Dispatch

a. Coordinates with the DE/AEE on the availability and status of QRAs.


b. Ensures all QRE and QRT to be deployed are in good operating condition.
c. Tracks and monitors the operations of deployed QRE.
d. Keeps an updated list of all available QRAs within the Region.
e. Summarize and consolidate the updated QRA list and submit it to BOE.

6. ASSISTANT CHIEF, EQUIPMENT MANAGEMENT DMSION


Head, Supplies and Logistics

a. Ensures all supplies needed by the team in the operation are provided (i.e. PPE,
tools, fuel, food, water, etc.).
b. Plans and strategizes the safest and fastest route to the site.
c. Prepares an itinerary of travel and list of possible expenses like fuel, toll fees, and
shipping fees, among others.

7. AREA EQUIPMENT ENGINEER and DISTRICT ENGINEER


Heads, Area Monitoring
a. Gather and lead all team members within the area.
b. Respond quickly to emergency works during times of calamities within the area of
jurisdiction.
c. Mobilize all equipment and personnel to the designated deployment area safely and
at the earliest time possible.
d. Keep an updated list of all available QRAs within the respective office.
e. Update respective QRA list and submit it to the EMD for their consolidation.
D.O. No. f'],. s. 2018
THE BIG ONE EARTHQUAKE PREPAREDNESS PROGRAM
(Equipment Positioning and Mobilization Contingency Plan)
Page 15 of 15

G. FUNDS

Funds allocated to fuel, logistical supports, PPE,food, water and other necessities of personnel
will initially come from the DEO where the equipment is assigned. Once the operators and
equipment reached the RO and are scheduled for dispatch, supplies will be provided by the
RO. Funds will be charged to the Maintenance and Other Operating Expenses (MOOE) of the
ROjDEO.

ANNEX A. PPA letter signed by General Manager JAY DANIEL R. SANTIAGO


..
' ' .
" RECEIVE&;-
~...!J::!PPINE.· PORTS
~ AUTHORITY . lJr·J20/6
BONIFACIO DRIVE, SOUTH HARBOR, PORT AREA, MANILA 1018, PHILIPPIN OEr 0 4 2017
P.O. BOX 436, MANILA, PHILIPPINES
TEL. Nl;). (0632) 527-6358, FAX. NO. (0832) 527-4655
SEP 2 8 2017 HTTP://VWtfW.PPACOM.PH

Secretary MARK A. VILLAR


Department of Public Works and Highways
Manila

Dear Secretary Villar:

This refers to your letter dated June 30, 2017, reiterating the previous letter of Undersecretary
Raul Asis inquiring on PPA's stand relative to the Department of Public Works and Highways'
Quick Response Assets (QRAs)"in passing through all the ports in the Philippines to support
the disaster response programs of the government.

We apologize that PPA was not able to respond to the March 1, 2017 letter of Undersecretary
Raul C. Asis, because we only came to know the existence of said letter when it was attached
to your June 30; 2017 letter ..

Nevertheless, please be informed that PPA interposes no objection to the Quick Response
Assets Project of the DPWH as this program will improve your capabilities to respond to
disaster, calamities and other emergency situations in the country. In addition, the QRAs will
intensify immediate clearing of roads and further improve the quality of road repair works.

PPA shall issue an advisory directing all PPA Field Offices nationwide to give full support to
the QRAs Project of the DPWH.

Thank you and best regards.

Sincerely,

VISION

"By 20:10, flPA S!'aII have provided port salYlces of g/ob81 afBlldllllfs .•

MISSION

0 0 3 0 9_ 0.• •.d
1. Provide t81iable IIfId /8SPOfIsiYe ~s In potls. sustei" development of comflWlJltias end lhe environment, and be a model corporate egefICy oIlhe govemment.
2. Establish a mlJlUlllly benatici61. equil8ble and fair ralalionship with parlf/flfS and seIVice pnJVidars.
3.
4. Eslablish a wotIck:IBssportopeqlion lhB/isg/obailycompaJiliveadding v8lue to lheCO/Jnlry's/mege 2u I I
Provide.' mHninoful M!d gBiflfu/ employman/ while cte8ling a nulluring anYilOllm8nllhsl promo/es r;onlinuous learning s.nd i~nt
alldmpulalion.
~
I _ ..
~7. l..3j)~-JH_
Republic of the Philippines tX~· t'l'- JAJ t,y/
DEPARTMENT OF PUBLIC WORKS AND HIGHWAYS
OFFICE OF THE SECRETARY
Manila

1 4 JUN 2018

DEPARTMENT ORDER ) SUBJECT: Guidelines in the Preparation of


Approved Budget for the Contract

NO.
99 ~
)
(ABC) for Consulting Services for
Locally-Funded Infrastructure
Series of 201~f)"'I('(f Projects

The following policies, rules, and procedures relative to the preparation of the Approved
Budget for the Contract (ABC) for Consulting Services for locally funded infrastructure projects
are hereby issued for the guidance of all concerned. The outline of the ABC is also prescribed
in Annex A.

The estimated cost of the consulting services shall be computed on the basis of actual cost of
services to be rendered by the consultant plus a reasonable management fee. The amount of
management fee depends on the complexity and magnitude of the project, and other direct
expenses associated with the undertakings.

The estimated cost of consulting services shall consist of the following components, which,
for time-based contracts, shall also be presented in the agreement in like manner:

A. Remuneration Costs

Remuneration costs are the salaries to be paid to the consultant's staff/personnel who are
directly engaged in the consulting services as per agreed manning schedule. They cover the
basic salary rates of the staff under item A.l below multiplied by a billing factor of the
consulting firm under item A.2 below.

A.l Basic Salary Rates -These represent the salaries to be received by the professional
staff proposed for the positions. In determining the basic rates, the following may
be considered as bases:

A.1.1 Salary history of comparable staff

A.l.2 Industry rates for similar positions

A.2 Billing Factor or Multiplier - The billing factor or multiplier, as discussed further in
Section E, shall be derived from the following items in Sections B to D. It shall be

/ supported by the latest audited


auditing/accounting entity and
financial statements prepared by an independent
certified by the consulting firm with a sworn
statement.
D.O. No.9!!L Ser1esof 2018
Guidelines in the Preparation of Approved Budget for the Contract (ABC) for Consulting Services for Locally-
Funded Infrastructure Projects
Page 2 of 5

B. Overhead Costs

These are incidental and general administrative and management expenses of the consulting
firm other than those directly related to the project, and are expressed in percent of the total
of the basic salaries of all the personnel of the firm.
For consulting services with the DPWH, the overhead costs shall not exceed one hundred
twenty percent (120%) of the basic salary of the personnel. These costs may include a
combination of the following:

B.l Executive, administrative, accounting, and legal salaries, other than identifiable
salaries included in the basic man-month salaries.

B.2 Legal and corporate expenses, including licenses and professional membership fees.

B.3 Business costs, including representation allowances, advertisements, and


promotions.

B.4 Research and development activities, including personnel development programs.

B.S Provision for office, electricity, water, and similar items for working space.

B.6 Depreciation and amortization.

B.7 Financial and banking costs, including interest expenses and handling charges.

B.8 Building and equipment insurance.

B.9 Provision for loss of productive time of technical employees between assignments.

B.l0 Taxes.

C. Social Charges

These are cost items for the welfare and benefit of the consultant's staff in accordance with
the policies of the consultant and the government. They are expressed as a percentage of the
basic rates of the consultant's personnel.

For consulting services with the DPWH, the social charges shall not exceed twenty percent
(20%) of the basic salary of the personnel. Social charges may include any or a combination
of the following, based on audited and sworn statements:

C.l Bonuses.

C.2 Vacation/sick leave and paid public holidays.

C.3 Medical care.

C.4 Pension plan covering retirement and/or terminal pay.

C.S Company insurance.


D.O. No• ...fiseries of 2018
Guidelines in the Preparation of Approved Budget for the Contract (ABC) for Consulting Services for Locally-
Funded Infrastructure Projects
Page 3 of 5

C.6 Other benefits as required by law.

D. Management Fee

This is the reasonable profit or remuneration of the consultant as a whole for providing the
professional know-how and expertise of the consultant. The management fee shall be fixed
as a percentage of the sum of the basic salary, overhead costs and social charges. For
consulting services with the DPWH, the management fee shall not exceed fifteen percent
(15%) of the sum of the basic salaries, overhead costs and social charges.

E. Multiplier

The billing factor or multiplier is the sum of:

100% +%overhead +%socia/ charges + %management fee

where:

%overhead shall not be more than 120%,


%social charges shall not be more than 20%, and
%management fee shall not be more than 15%.

The multiplier shall not exceed 2.0 to 2.5 for the technical personnel, and shall not exceed
1.8 for the administrative personnel directly hired for the project.

F. Reimbursable Costs

These include all other expenses associated with the execution of the consulting services.
These costs may be classified into:

a. Based on Agreed Fixed Rates

These are cost items which are payable at agreed unit rates to the consultant and
include the following, among others:

F.1 Housing Allowance - This shall cover housing costs, including those for
electricity and water, for consultant's staff. It should not include food and
laundry since these are basic necessities that the consultant has to spend for
even without the project. In considering the housing allowance, the base of
operation and the designated official station of duty of the consultant must be
defined.

The base of operation is the location of the home office of the consultant, while
the designated official station of duty is the location outside of the base of
operation where most of the consultant's staff will be working more often
continuously during the duration of the services.

For local consultants, the base of operation is usually in Metro Manila, and the
designated official station of duty is the project site outside Metro Manila.
Sometimes, in undertaking the services, the consultant's personnel are
D.O. No. tjq, ~ries of 2018
Guidelines in the Preparation of Approved Budget for the Contract (ABC) for Consulting Services for Locally-
Funded Infrastructure Projects
Page 4 of 5

grouped into two (2), i,e" those stationed at the base of operation and those
stationed at the project site, depending on where they will be staying longer
continuously during the duration of the services,

Housing allowance shall be given only for long-term consultant's staff, i.e.,
those who will be staying at the designated official station of duty continuously
for more than one (1) month, However, in the case of construction supervision,
such allowance shall not be given for the consultant if the contractor has
already included facilities for the engineers in its Bill of Quantities (BOQ).
Likewise, the DPWH may also provide housing facilities at the designated
official station of duty instead of giving housing allowance. The work and
manning schedules, together with the designated base of operation and the
official station of duty, shall be the basis for determining the rates of housing
allowance and per diem.

F.2 Per Diems - These are daily allowances given to the consultant's personnel
while on official trips authorized by the DPWH and/or explicitly required in the
contract as follows:

F.2.1 Outside of the base of operation for consultant's staff stationed there.

F.2,2 Outside of the designated official station of duty for consultant's staff
stationed there, except when staying at the base of operation, Per
diems shall be applicable to a 24-hour day trip of at least 50 kilometers
(km) away from the station, and, in the case of Metro Manila, at least
50 km from the last city in that region.

b. Based on Actual Costs

These are cost items which are payable based on actual invoices, receipts and/or
other supporting papers, and include the following:

F,3 Domestic Travel - This covers the cost of economy class air transportation
and/or land transportation by the most direct and expeditious routes of the
consultant's staff for official trips authorized by the DPWH and/or explicitly
required in the contract.

FA Domestic TransDortation - This covers the provision of vehicles either through


purchase or rental.

F.5 Communication - This includes telephone, mobile, two-way radio, internet,


parcel, freight, courier, fax, and other means.

F.G Office/engineering supplies and preparation/reproduction of drawings and


other documents to be submitted.

F.7 Equipment rental and purchases whenever justifiable - These include purchase
of desktop computers (for admin staff only), rental/purchases of equipment
used for surveying and other engineering activities that shall be turned over to
the DPWH upon completion of the contract. However, laptops (for key
personnel or other technical staff), and basic software applications (Microsoft
D.O. No. ~ Seriesof 2018
Guidelines in the Preparation of Approved Budget for the Contract (ABC) for COnsulting Services for Locally-
Funded Infrastructure Projects
Page 5 of 5

Office, AutoCAD, Google Sketchup, STAAD Pro, EfABS, Primavera, etc.) shall
not be included in the ABC as these are the basic necessities of consultants in
their daily operations even without the project.

F.B Other items deemed necessary for the project as certified by the DPWH.

G. Contingency

Payments with respect to items of additional work within the general scope of services that
may turn out to be necessary as the study progresses or costs that would exceed the
estimates set forth may be chargeable to the contingency amounts in the respective
estimates. However, these payments can be done only if such costs are approved by the
DPWH prior to their being incurred and provided that they shall be used only in line with the
unit rates and costs specified in the contract and in strict compliance with the project needs.

The contingency amount must not exceed five percent (5%) of the amount of the contract
excluding value added taxes.

H. Value Added Taxes (VAT)

VAT is set at twelve percent (12%) of the remuneration.

I. Proposed Total ABC

The sum of the Remuneration Costs (sum of the Basic Salary, Overhead, Social Charges, and
Management Fee), Reimbursable Costs, Contingency, and VAT, in accordance with the above
guidelines, comprises the base cost of the consulting services, as of the date when the
estimate is done.

Since the contract cost is usually a fixed price, adequate provision must be made for the
increase in cost due to inflation, projected from the date of the base cost estimate up to the
estimated date of completion of the services, based on official price indices of the Philippine
Statistics Authority (PSA).

The proposed total ABC is then the sum of (i) the base cost and (ii) the increase in cost due
to inflation. This is subject to the approval of the HoPE.

The Procurement Service - Consulting Services Division (PrS-CSD) shall maintain a record of
billing rates (remuneration and reimbursable costs) and continuously update them based on
approved contracts nationwide.

This Order shall take effect immediately.

~ MARK A. VILlAR
J?---
Secretary

12.1.2 FJZD/JABSI.MGNO/MVSG

Department of Public Works and Highways


Office of the Secretary

"111111111111111111111111111111111 111I1
WIN8XS00338
ANNEX A

APPROVED BUDGET FOR THE CONTRACT (ABC) OUnlNE

Summary of Cost

No. Item Cost


I Remuneration Costs
II Reimbursable Costs
III Miscellaneous Expenses
IV Sub-total (1+ II + III)
V VAT (12% of Remuneration)
VI Contingency (5% of IV)
VII Grand Total (IV + V + VI)

If procured bv the Central Office:

Prepared by: Reviewed by:

[Name of the Head of the Implementing [Name}


Unit (IU)} Director, Bureau of Design
[Designation}

Recommending Approval: Approved by:

[Name} [Name}
Assistant Secretary for Technical Services Undersecretary for Technical Services

If orocured bv the ReoionalOffice:

Prepared by: Recommending Approval:

[Name of the Head of the IU} [Name}


[Designation} Assistant Regional Director

Approved by:

[Name}
Regional Director
Approved Budget for the Contract (ABC) Outline
Page 2 of 3

If procured bv the District Engineerino Office:

Prepared by: Recommending Approval:

[Name of the Head of the IU] [Name]


[Designation] Assistant District Engineer

Approved by:

[Name]
District Engineer
Approved Budget for the Contract (ABC) Outline
Page 3 of 3

Breakdown of Cost Estimates

I. Breakdown of Remuneration Costs

Positions No. of Man-Months Billing Rate Amount


Personnel
Key Staff
1.
2.
3.
4.
5.
Sub-total
Administrative and Support Staff
1.
2.
3.
4.
5.
Sub-total

Total I

II. Breakdown of Reimbursable Costs

A
No. Unit Unit Price Amount
1.
2.

B Based on Actual Cost


No. Description Unit Quantity Unit Price Amount
1. Domestic Travel
2. Domestic Transportation
3. Communication
4. Office Supplies
5. Office Rental
6. Eauipment Rental/Purchase
7. Other items deemed
necessary for the project
Total II.B

III. Miscellaneous Expenses

No. Descri tion Unit Unit Price Amount


1. Activity Surveys /
Investi ations Etc.
2. Meetin s
Total III
~? /d ./J /tYr
VT .//~ .;:<Y~
Republic of the Philippines
DEPARTMENT OF PUBLIC WORKS AND HIGHWAYS
OFFICE OF THE SECRETARY
Manila

1 1 JUL 2018

DEPARTMENT ORDER ) SUBJECT: AMENDMENT TO DEPARTMENT


) ORDER NO. 144, SERIES OF 2016 ON

NO.
106 )
)
THE APPROVAL OF
SUSPENSION AND EXTENSION
TIME

seri~s of 2018 4l1-f" /t

To ascertain proper evaluation and expedite the approval of time suspension/extension of


locally funded projects, amendments to Section 2.2a of Department Order No. 144, dated 28
June 2016, are hereby issued, as follows:

a) Approval of Time Suspension and Time Extension

Assistant Secretary for Undersecretary for


Regional Office
o erations o erations
Up to 60 c.d. Beyond 60 up to 90 c.d. Beyond 90 c.d.

This Order amends the pertinent provisions of Section 2.2a of D.O. No. 144, Series of 2016,
and lakes effect immediately.

~ v::-
MARK A. VILLAR
Secretary

Departrrent of Public Works and Highways


Office of the Secretary

11111111 "III"" 11111111111111111111


WIN8A03432
D.O. No.l!l S. 2016: Re-Issuance of D.O. No. 100 S. Of 2015, Issuance and Approval of Contract Work
Suspension Order, Work Resumption Order, and Contract Time Extension

Page 2 of 7

h. other particular circumstances enumerated in the applicable clause of the


contract, and such other conditions provided under Section 9 of Annex "E" of
the IRR of RA 9184 and applicable provisions of ROle.

1.2 Contract Time Extension - is a written authority issued by the 10 granting the
contractor additional time beyond the approved completion date in order to carry
out additional work or on account of other special circumstances that warrant such
additional contract time.

1.3 Work Resumption Order - is a written order issued by the DPWH Project
Engineer/Engineer's Representative and approved by the concerned Head of the
10 to the contractor to resume construction operation covered by a previous Work
Suspension Order, after the cause of or reason for the work suspension has been
resolved.

2 WORK SUSPENSION ORDER

2.1 Legal Basis

a. For locally funded projects, a Work Suspension Order (WSO) may be issued by
the 10 directing the contractor concerned to suspend partially or fully the work
under the contract, for any applicable reason/legal basis in accordance with
Section 9, of Annex E of the IRR of RA No. 9184.

b. For central office implemented projects, a WSO may be issued by the 10


directing the contractor concerned to suspend partially or fully the work under
the contract, for any applicable reason/legal basis in accordance with FIOIC,
General Conditions of Contract and Conditions of Particular Application.

2.2 Work SuspensionOrder

a. For locally funded projects, the DPWH Project Engineer concerned shall issue to
the contractor the WSO - using the format in Annexes "A-1 to A-S" hereof - and
forward the WSO to the concerned official stated below, depending on the
period of the suspension, for approval within seven (7) calendar days after the
date of issuance of the Order:

Approving Official - Suspension Period

District Engineer - Up to 30 calendar days (cd)

Regional Director - Beyond 30 cd up to 60 cd

Assistant Secretary for Operations - Beyond 60 cd up to 90 cd

Undersecretary for Operations - Beyond 90 cd up to 240 cd


\
Secretary - Beyond 240 cd
,,..~'l. /31J "~/I
Republic of the Philippines 171• .3,.,..c:> tI
DEPARTMENT OF PUBLIC WORKS AND HIGHWAYS
CENTRAL OFFICE
Manila

Z 5 JUL 2018

DEPARTMENT ORDER ) SUBJECT: COORDINATION AND MONITORING


) OF ALL INFRASTRUCTURE PROJECTS

NO. 109 _
) TO BE IMPLEMENTED BY DPWH
FUNDED UNDER THE BUDGET OF
Series of 201~l'l.~U" VARIOUS LINE AGENCIES, I.E,
SCHOOL BUILDINGS, HEALTH
CENTERS, AND FARM TO MARKET
ROADS

In the interest of the service and pursuant to the provisions of Sections 6 and 37 of
Executive Order No. 124, series of 1987, the overall coordination and monitoring of all
infrastructure projects to be implemented by DPWHfunded under the budget of various line
agencies, i.e, school buildings, health centers, and farm to market roads are hereby placed
under the direct supervision and control of Assistant Secretary Antonio V. Molano, Jr.

The Office of Assistant Secretary Molano in coordination with DPWH-RegionalOffices/District


Engineering Offices, utilizing its existing resources, shall closely coordinate with concerned
agencies (i.e. DA, DepEd, DOH) on matters relating to the identification and funding of their
respective projects. It shall likewise facilitate the procurement activities and actual
implementation of the projects in accordancewith prescribed schedule. It shall also maintain
updated periodic reports on the status of implementation of projects nationwide.

This Order supersedes Department Order # 79 S. 2005, Department Order # 14 S. 2009,


Department Order # 30 S. 2014, Department Order # 191 S. 2016 and all other issuances
inconsistent herewith, and
•... shall take effect immediately.

~~-
MARK A. VILLAR
---
Secretary

6 1 4 PAP/MIP
Ref # \6.4 348-4409

Departrrent of Public Works and Highways


Office of the Secretary

1111111111111111111111111111111111111
WIN8W02078
/77.7.1-' tJfJ~
t?t ~('{) •. ~r~
Republic of the Philippines
:
'4!!:... 'i!!!,"
".i..- ..
DEPARTMENT OF PUBLIC WORKS AND HIGHWAYS
fY}~,'~
- ." ...
.. '-- - OFFICE OF THE SECRETARY
~ Manila

a8 AUG 2018

DEPARTMENT ORDER ) SUBJECT: Tree Cutting and Earth-balling


) Permit Application Process and

NO.
116 _
)
)
Requirements for
Infrastructure Projects
DPWH

Series of 201ct3,./~'"
In compliance with the Department of Environment and Natural Resources (DENR)
Administrative Order No. 2018-16 regarding the new guidelines in the processing and
issuance of Tree Cutting and Earth-balling Permit, all Project Proponent (PP)j Implementing
Offices (IOs) shall strictly observe the following procedures and requirements for the
application of Tree Cutting permit, which shall cover the removal and relocation of trees for
the construction of roads, bridges, flood control and other infrastructure projects of the
DPWH.

Project Proponentj Implementing Offices within DPWH shall prepare the following
requirements for the application and shall be submitted directly to the concerned
Community Environment and Natural Resources Office (CENRO).

Reauirements:

a.) Appropriate Infrastructure Plan with tree charting (Straight Line Diagram e.g.
road alignment, bridgejflood control plan) indicating the location of trees to be
affected by the project. Trees identified for removal! relocation must be numbered,
geo-tagged and vetted by the concerned PPjIOs.

b.) Environmental Clearance of the project (ECCj CNe).

c.) Endorsement from the concerned Local Government Unit (LGU).

d.) Waiverjconsent from the owner, for trees within the private lands.

e.) Appropriate Land Tenure Instruments (LTIs), for trees within the forest land and
public forest land (as determined by the DENR) (e.g. Authority of the project site
that the project is within Road Right of Way (RROW)j Land Title under Republic of
the Philippines).

Evaluation of complete reauirements shall only be acted by the CENRO. Incomplete


documents for application shall be returned immediately to the PPj 10s by the decision
authority. Tree Cutting j Earth-balling Permit shall be issued by the CENRO within three (3)
Tree Cutting and Earth-balling Permit Application Process
and Requirements for DPWH Infrastructure Projects
Page 2 of 2

working days after the conduct of ocular inspection and verification of submitted
requirements.

All operational cost for consultation meeting for pre-project activities, cutting activities,
transfer and replacement of trees and other computation of forest charges shall be
shouldered by the PP/ 10s. Removal and relocation operations, including turnover and
transport of logs, shall only be done under the presenceand close supervision of the DENR.

To further guide the PP/ 10s on the guidelines on the Tree Removal and Relocation and
other considerations, refer to the same DENRAdministrative Order No. 2018-16.

This Order supersedesthe Tree Cutting Permit Application stipulated in DO 57 series of 2016
and shall take effect immedia~ly.
"'-----.

~~-
MARK A. VILLAR
--
Secretary
Department of Public Works and Highways
Office of the Secretary

1111111111111111111111111111111111111
WIN8Q45473
, ,.,

The concerned CENR Office shall issue the corresponding Tree Cutting Permit andlor
Earth-balling Permit (TCPIEP) within three (3) working days indicating the 'number of
trees based on the analysis of the appropriate infrastructure plan with tree charting or if
necessary, on the result of actual ocular inspection.

The CENR Office may conduct ocular inspection to verify the correctness of the
submitted requirements in coordination with the DPWH before issuance of the TCP/EP
on the third day as may be warranted.

3.2 Determination of the number of trees, location and its species nomenclature/common
name, classification if naturally grown or planted, and corresponding volume shall be
verified and determined upon the conduct of geotagging and tree scaling by CENRO
concerned during the actual tree cutting activities. These shall serve as basis for
determining the tree replacement an!=!schedule of hauling logs and to the concerned
DENR office, computation of forest charges, among others.

3.3 Tree removal and relocation operations, including turnover and transport of logs, shall
only be done under the presence and close supervision of the DENR. Correspondingly,
the DPWH shall shoulder all operational costs.
~ 4
Section 4. Other Considerations. The following shall be considered in the processing and
issuance of tree removal and relocation permits:

4.1 In case of tree removal and relocation in public forestlands, TCP/EP applications shall
only be processed upon issuance of appropriate LTI secured by the DPWH from the
concerned Regional Directors, subject to existing regulations.

4.2 To further facilitate issuance of TCP/EPs, concerned DENR Office are required to
attend consultation meetings during pre-project activities of the DPWH.

4.3 The design of the road projects should always consider the least number of trees to be
affected.

Section 5. Transitory prOVISions. All existing regulations in earth-balling ana tree


replacement shall remain in force and executory.

Section 6. Repealing Clause. All circulars, orders, memoranda, and issuances inconsistent
herewith shall be amended or repealed accordingly.

Section 7. Effectivity Clause. This Order shall take effect fifteen (15) days after publication
in at least two (2) newspapers of general circulation and upon submission of three (3) copies
thereo.f to the Office of the National Administration Registrar (ONAR) from the UP Law
Center.

c-- ~
ROY A. CIMATU
Secretary

~!!Ito.
~ AiE,.u:BLIC. OF THE Ptlfl.IPPltlE •
•~OEPA.RTMENT OF ENVIRONMENT

'Ilmililmm~li~lrliillmfnli
::;Et~Rt)5431I::
orfp()i
tSJ&t 7. 0-0 (J;;Jf( .
Republic of the Philippines
-b-f -:.~, ~/t"
DEPARTMENT OF PUBLIC WORKS AND HIGHWAYS
OFFICE OF THE SECRETARY
Manila

2 9 AUG 2018

DEPARTMENT ORDER) SUBJECT: Standard Office Code Numbering

NO.
132 )
~
Series of 201~"f'·'" (f

In line with the Department's continuous effort to improve and ensure consistency in the
preparation of its written communications, the Standard Office Code Numbering is hereby
revised.

Enclosed is the updated list of office code numbers assigned to the Central Office, UPMOs,
Regional Offices and Districts Engineering Offices. This shall be used to identify the origin of
documents such as policy issuance, memorandum and letter among others that are prepared
in the Department.

This order supersedes Department Order No. 189, series of 2016 and shall take effect
immediately.

~
ARKA. VILLAR ~
Secretary

End: Office Code Numbers

10.1.4 KJBF/RPE/RMB

Department of Public Works and Highways


Office of the Secretary

11111111111111111111111111111111" III
WIN8L09406
D.O. No:!..U. series of 2018
Standard Office Code Numbering
Page 1of 34

OFFICE CODE NUMBERS

The origin of any document prepared and acted upon in the Department shall be properly identified
using the office code numbering. The use of office code numbers eliminates misplacement and/or
loss of documents, and facilitates location and retrieval of documents.

Executive Level

1.1 Office of the Secretary


1.2 Office of the Head Executive Asistant/Management Committee Secretariat
1.3 Corporate Planning and Management Division

2.1 Senior Undersecretary for Regional Operations in Luzon except the NCR and Region IV-B
2.2 Undersecretary for Support Services
2.3 Undersecretary for Regional Operations in Mindanao
2.4 Undersecretary for Unified Project Management Offices Operations and Technical Services
2.5 Undersecretary for Planning and Public-Private Partnership Service
2.6 Undersecretary for Regional Operations in Visayas, NCR ang Region IV-B

3.1 Assistant Secretary for Technical Services


3.2 Assistant Secretary for Support Services
3.3 Assistant Secretary for Regional Operations in Luzon except the NCR and Region IV-B
3.4 Assistant Secretaryfor Regional Operations in Visayas, NCR and Region IV-B
3.5 Assistant Secretary for Regional Operations in Mindanao

4.1 Planning Service


4.1.1 Development Planning Division
4.1.2 Project Preparation Division
4.1.3 Programming Division
4.1.4 Environment and Social Safeguards Division
4.1.5 Statistics Division

5.1 Bureau of Design


5.1.1 Surveys and Investigation Division
5.1.2 Water Projects Division
5.1.3 Highways Division
5.1.4 Bridges Division
5.1.5 Buildings Division
5.1.6 Design Management Division

6.1 Bureau of Construction


6.1.1 Pre-Construction Division
6.1.2 Claims Review Division
6.1.3 Construction Support Services Division
6.1.4 Project Monitoring Division

7.1 Bureau of Maintenance


7.1.1 Road Condition Monitoring and Evaluation Division
7.1.2 Policies and Standards Division
7.1.3 National Building Services Division
7.1.4 Safety and Disaster Management Coordination Division

8.1 Finance Ser:vice


8.1.1 Budget Division
8.1.2 Accounting Division
D.O. NO~ 1.12. series of 2018
Standard Office- Code Numbering
Page 2 of 34

9.1 Bureau of Equipment


9.1.1 Equipment Planning Division
9.1.2 Equipment Operation and Maintenance Division
9.1.3 Floating Equipment Division

10.1 Human Resources and Administrative Service


10.1.1 Human Resource Management Division
10.1.2 Capacity Development Division
10.1.3 Cash Division
10.1.4 Records Management Division
10.1.5 Supply and Property Management Division
10.1.6 Facilities Maintenance Division

11.1 Information Management Service


11.1.1 Business Innovation Division
11.1.2 Technology Support Division
11.1.3 Application Support Division
11.1.4 User Support Division

12.1 Procurement Service


12.1.1 Civil Works Division
12.1.2 Consultancy Services Division
12.1.3 Goods and Services Dvision

13.1 Public-Private Partnership Service


13.1.1 Project Development Division
13.1.2 Project Implementation Supervision Division
13.1.3 Project Operation and Maintenance Management Division

14.1 Bureau of Research and Standards


14.1.1 Research and Development Division
14.1.2 Standards Development Division
14.1.3 Materials Testing Division
14.1.4 Technical Services Division

15.1 Bureau of Quality and Safety


15.1.1 Quality Systems Analysis Division
15.1.2 Quality Compliance Division
15.1.3 Road Safety Program Division
15.1.4 Traffic Engineering Division

16.1 Internal Audit Service


16.1.1 Management Audit Division
16.1.2 Operations Audit Division

17.1 Stakeholders Relations Service


17.1.1 Stakeholders Affairs Division
17.1.2 Public Information Division

18.1 Legal Service


18.1.1 Internal Affairs Division
18.1.2 Legislative Affairs and Research Division
18.1.3 Right-of-Way Acquisition and Enforcement Division
18.1.4 Contract Letting and Litigation Division
D.O. NO: J~~ series of 2018
Standard Office-Code Numbering
Page 3 of 34

Unified Project Management Offices

19.1 Roads Management Cluster I (Bilateral)


19.1.1 Road Upgrading & PreselVation Project (RUPP) / Philippine Japan Highway Loan (PJHL)
19.1.2 Urban Road Project Office (URPO)
19.1.3 Rural Road Network Development Project (RRNDP)

20.1 Roads Management Cluster 2 (Multilateral)


20.1.1 Asian Development Bank (ADB)
20.1.2 National Roads Improvement and Management Program (NRIMP)
20.1.3 Millennium Challenge Corporation (MCC)
20.1.4 Korean Economic Development Cooperation Fund (KEDCF)
20.1.5 Saudi Fund for Development (SFD)

21.1 Flood Control Management Cluster


21.1.1 Kalookan-Malabon-Navotas-Valenzuela (KAMANAVA)
21.1.2 Major Flood Control Development Project I (MFCDP - I)
21.1.3 Major Flood Control Development Project II (MFCDP- II (to include Laoag and Agno)
21.1.4 Cotabato-Agusan River Basin Development Project (CARBDP)
21.1.5 Mount Pinatubo Emergency (MPE) / Integrated Disaster Risk Reduction
& Climate Change Adaption (IDRR-CCA)
21.1.6 Flood Control and SABO Engineering Center (FCSEC)
21.1.7 Rural Water Supply (RWS)

22.1 Bridges Management Cluster


22.1.1 Foreign Assisted Bridge Program (FABP)
22.1.2 Special Bridge Project (SBP)

23.1 Buildings and Special Projects Management Cluster


23.1.1 Special Buildings (SB)
23.1.2 Comprehensive Agrarian Reform Program (CARP)
23.1.3 National Building Code Development Office (NBCDO)

Regional Offices

NCR Office of the Director, National Capital Region


NCR.1 Planning and Design Division
NCR.2 Construction Division
NCR.3 Maintenance Division
NCR.4 Finance Division
NCR.5 Equipment Management Division
NCR.6 Administrative Division
NCR.7 Quality Assurance and Hydrology Division
NCR.8 Legal Division

NCR.9 South Manila District Engineering Office


NCR.9.1 Planning and Design Section
NCR.9.2 Construction Section
NCR.9.3 Maintenance Section
NCR.9.4 Finance Section
NCR.9.5 Administrative Section
NCR.9.6 Quality Assurance and Hydrology Section
D.O. NO: )~.z series of 2018
Standard Office-Code Numbering
Page 4 of 34

NCR.l0 North Manila District EngineeringOffice


NCR.l0.l Planning and Design Section
NCR.1O.2 Construction Section
NCR.1O.3 MaintenanceSection
NCR.1O.4 FinanceSection
NCR.l0.5 Administrative Section
NCR.1O.6 Quality Assuranceand Hydrology Section

NCR.ll Quezon City First District EngineeringOffice


NCR.ll.l Planning and Design Section
NCR.ll.2 Construction Section
NCR.ll.3 Maintenance Section
NCR.ll.4 FinanceSection
NCR.ll.5 Administrative Section
NCR.ll.6 Quality Assuranceand Hydrology Section

NCR.12 Quezon City Second District EngineeringOffice


NCR.12.1 Planning and Design Section
NCR.12.2 Construction Section
NCR.12.3 MaintenanceSection
NCR.12.4 FinanceSection
NCR.12.5 Administrative Section
NCR.12.6 Quality Assuranceand Hydrology Section

NCR.13 Metro Manila First District EngineeringOffice


NCR.13.1 Planning and Design Section
NCR.13.2 Construction Section
NCR.13.3 MaintenanceSection
NCR.13.4 FinanceSection
NCR.13.5 Administrative Section
NCR.13.6 Quality Assuranceand Hydrology Section

NCR.14 Metro Manila SecondDistrict EngineeringOffice


NCR.14.1 Planning and Design Section
NCR.14.2 Construction Section
NCR.14.3 Maintenance Section
NCR.14.4 FinanceSection
NCR.14.5 Administrative Section
NCR.14.6 Quality Assuranceand Hydrology Section

NCR.15 Metro ManilaThird District EngineeringOffice


NCR.15.1 Planning and Design Section
NCR.15.2 Construction Section
NCR.15.3 MaintenanceSection
NCR.15.4 FinanceSection
NCR.15.5 Administrative Section
NCR.15.6 Quality Assuranceand Hydrology Section

NCR.16 Malabon-NavotasDistrict Engineering Office


NCR.16.1 Planning and Design Section
NCR.16.2 Construction Section
NCR.16.3 MaintenanceSection
NCR.16.4 FinanceSection
NCR.16.5 Administrative Section
NCR.16.6 Quality Assuranceand Hydrology Section
D.O. No:tJ.l..series of 2018
Standard Office Code Numbering
Page 5 of 34

NCR.l7 Las Piiias - Muntinlupa District Engineering Office


NCR.17.1 Planning and Design Section
NCR.l7.2 Construction Section
NCR.l7.3 MaintenanceSection
NCR.l7A FinanceSection
NCR.l7.S Administrative Section
NCR.17.6 Quality Assuranceand Hydrology Section

CAR Office of the Director, Cordillera Autonomous Region


CAR.l Planning and Design Division
CAR.2 Construction Division
CAR.3 Maintenance Division
CARA Finance Division
CAR.S Equipment Management Division
CAR.6 Administrative Division
CAR.7 Quality Assuranceand Hydrology Division
CAR.B Legal Division

CAR.9 Abra District EngineeringOffice


CAR.9.l Planning and Design Section
CAR.9.2 Construction Section
CAR.9.3 MaintenanceSection
CAR.9A FinanceSection
CAR.9.S Administrative Section
CAR.9.6 Quality Assuranceand Hydrology Section

CAR.10 Apayao First District EngineeringOffice


CAR.lO.l Planning and Design Section
CAR.10.2 Construction Section
CAR.lO.3 Maintenance Section
CAR.lOA FinanceSection
CAR.lO.S Administrative Section
CAR.lO.6 Quality Assuranceand Hydrology Section

CAR.11 Apayao Second District EngineeringOffice


CAR.l1. 1 Planning and Design Section
CAR.11.2 Construction Section
CAR.ll.3 MaintenanceSection
CAR.llA FinanceSection
CAR.11.S Administrative Section
CAR.l1.6 Quality Assuranceand Hydrology Section

CAR.l2 Ifugao First District EngineeringOffice


CAR.l2.l Planning and Design Section
CAR.l2.2 Construction Section
CAR.l2.3 MaintenanceSection
CAR.l2A Rnance Section
CAR.l2.S Administrative Section
CAR.l2.6 Quality Assuranceand Hydrology Section
D.O. NO.'m series of 2018
Standard Office "code Numbering
Page 6 of 34

CAR.l3 lfugao Second District Engineering Office


CAR.l3.l Planning and Design Section
CAR.13.2 Construction Section
CAR.13.3 MaintenanceSection
CAR.13.4 FinanceSection
CAR.13.S Administrative Section
CAR.13.6 Quality Assuranceand Hydrology Section

CAR.l4 Upper Kalinga District EngineeringOffice


CAR.l4.l Planning and Design Section
CAR.l4.2 Construction Section
CAR.l4.3 MaintenanceSection
CAR.l4.4 FinanceSection
CAR.l4.S Administrative Section
CAR.l4.6 Quality Assuranceand Hydrology Section

CAR.lS Lower Kalinga District EngineeringOffice


CAR.lS.1 Planning and Design Section
CAR.lS.2 Construction Section
CAR.lS.3 MaintenanceSection
CAR.lS.4 FinanceSection
CAR.lS.S Administrative Section
CAR.lS.6 Quality Assuranceand Hydrology Section

CAR.l6 Benguet First District EngineeringOffice


CAR.16.l Planning and Design Section
CAR.l6.2 Construction Section
CAR.l6.3 Maintenance Section
CAR.l6.4 FinanceSection
CAR.l6.S Administrative Section
CAR.l6.6 Quality Assuranceand Hydrology Section

CAR.l7 Benguet Second District Engineering Office


CAR.l7.l Planning and Design Section
CAR.l7.2 Construction Section
CAR.l7.3 MaintenanceSection
CAR.l7.4 FinanceSection
CAR.l7.S Administrative Section
CAR.l7.6 Quality Assuranceand Hydrology Section

CAR.l8 Mt. Province First District Engineering Office


CAR.l8.l Planning and Design Section
CAR.l8.2 Construction Section
CAR.l8.3 MaintenanceSection
CAR.l8.4 FinanceSection
CAR.l8.S Administrative Section
CAR.l8.6 Quality Assuranceand Hydrology Section

CAR.l9 Mt. Province Second District EngineeringOffice


CAR.l9.l Planning and Design Section
CAR.l9.2 Construction Section
CAR.19.3 MaintenanceSection
CAR.19.4 FinanceSection
CAR.19.5 Administrative Section
CAR.19.6 Quality Assuranceand Hydrology Section
M
D.O. No'. series of 2018
Standard Office Code Numbering
Page 7 of 34

CAR.20 Baguio City District Engineering Office


CAR.20.1 Planning and Design Section
CAR.20.2 Construction Section
CAR.20.3 Maintenance Section
CAR.20.4 FinanceSection
CAR.20.S Administrative Section
CAR.20.6 Quality Assuranceand Hydrology Section

ROI Office of the Director, Region I


R01.1 Planning and Design Division
ROI.2 Construction Division
R01.3 Maintenance Division
R01.4 Finance Division
R01.S Equipment Management Division
ROI.6 Administrative Division
R01.7 Quality Assuranceand Hydrology Division
R01.8 Legal Division

R01.9 Ilocos Norte First District Engineering Office


R01.9.1 Planning and Design Section
R01.9.2 Construction Section
R01.9.3 Maintenance Section
R01.9.4 FinanceSection
ROI.9.S Administrative Section
R01.9.6 Quality Assuranceand Hydrology Section

R01.lO Ilocos Norte Second District Engineering Office


R01.1O.1 Planning and Design Section
ROI.IO.2 Construction Section
R01.10.3 Maintenance Section
R01.lO.4 FinanceSection
ROI.IO.S Administrative Section
R01.10.6 Quality Assuranceand Hydrology Section

R01.11 I1ocosSur First District Engineering Office


R01.11.1 Planning and Design Section
R01.11.2 Construction Section
R01.11.3 Maintenance Section
R01.11.4 FinanceSection
R01.11.S Administrative Section
R01.11.6 Quality Assuranceand Hydrology Section

R01.12 Ilocos Sur Second District EngineeringOffice


R01.12.1 Planning and Design Section
R01.12.2 Construction Section
R01.12.3 Maintenance Section
R01.12.4 Rnance Section
ROI.12.S Administrative Section
ROI.12.6 Quality Assuranceand Hydrology Section
m
0.0, No', series of 2018
Standard Office Code Numbering
Page 8 of 34

R01.13 La Union First District Engineering Office


R01.13.1 Planning and Design Section
R01.13.2 Construction Section
R01.13.3 Maintenance Section
R01.l3.4 Finance Section
R01.13.S Administrative Section
R01.13.6 Quality Assurance and Hydrology Section

R01.14 La Union Second District Engineering Office


R01.14.1 Planning and Design Section
R01.l4.2 Construction Section
R01.l4.3 Maintenance Section
R01.14.4 Finance Section
ROl.l4.S Administrative Section
R01.14.6 Quality Assurance and Hydrology Section

ROLlS Pangasinan First District Engineering Office


R01.lS.l Planning and Design Section
R01.lS.2 Construction Section
R01.lS.3 Maintenance Section
R01.1S.4 Finance Section
R01.lS.S Administrative Section
R01.lS.6 Quality Assurance and Hydrology Section

R01.16 Pangasinan Second District Engineering Office


R01.l6.l Planning and Design Section
R01.16.2 Construction Section
R01.l6.3 Maintenance Section
R01.l6.4 Finance Section
R01.l6.S Administrative Section
R01.l6.6 Quality Assurance and Hydrology Section

RO1.17 Pangasinan Third District Engineering Office


R01.17.l Planning and Design Section
R01.l7.2 Construction Section
R01.l7.3 Maintenance Section
R01.l7.4 Finance Section
R01.17.S Administrative Section
R01.l7.6 Quality Assurance and Hydrology Section

R01.18 Pangasinan Fourth District Engineering Office


R01.l8.l Planning and Design Section
R01.l8.2 Construction Section
R01.l8.3 Maintenance Section
R01.l8.4 Finance Section
R01.18.S Administrative Section
R01.l8.6 Quality Assurance and Hydrology Section
D.O. No: l11.. series of 2018
Standard Office-Code Numbering
Page 9 of 34

R02 Office of the Director, Region II


R02.1 Planning and Design Division
R02.2 Construction Division
R02.3 Maintenance Division
R02.4 Finance Division
R02.5 Equipment Management Division
R02.6 Administrative Division
R02.7 Quality Assuranceand Hydrology Division
R02.8 Legal Division

R02.9 Batanes District Engineering Office


R02.9.1 Planning and Design Section
R02.9.2 Construction Section
R02.9.3 MaintenanceSection
R02.9.4 FinanceSection
R02.9.5 Administrative Section
R02.9.6 Quality Assuranceand Hydrology Section

R02.10 Quirino District Engineering Office


R02.10.1 Planning and Design Section
R02.1O.2 Construction Section
R02.1O.3 MaintenanceSection
R02.1O.4 FinanceSection
R02.10.5 Administrative Section
R02.1O.6 Quality Assuranceand Hydrology Section

R02.11 Cagayan First District EngineeringOffice


R02.11.1 Planning and Design Section
R02.11.2 Construction Section
R02.11.3 MaintenanceSection
R02.11.4 FinanceSection
R02.11.5 Administrative Section
R02.11.6 Quality Assuranceand Hydrology Section

R02.12 CagayanSecond District Engineering Office


R02.12.1 Planning and Design Section
R02.12.2 Construction Section
R02.12.3 MaintenanceSection
R02.12.4 FinanceSection
R02.12.5 Administrative Section
R02.12.6 Quality Assuranceand Hydrology Section

R02.13 CagayanThird District Engineering Office


R02.13.1 Planning and Design Section
R02.13.2 Construction Section
R02.13.3 MaintenanceSection
R02.13.4 FinanceSection
R02.13.5 Administrative Section
R02.13.6 Quality Assuranceand Hydrology Section
D.O. No:11!. series of 2018
Standard Office Code Numbering
Page 10 of 34

R02.14 Nueva Vizcaya First District Engineering Office


R02.14.1 Planning and Design Section
R02.14.2 Construction Section
R02.14.3 MaintenanceSection
R02.14.4 FinanceSection
R02.14.5 Administrative Section
R02.14.6 Quality Assuranceand Hydrology Section

R02.15 Nueva VizcayaSecond District EngineeringOffice


R02.15.1 Planning and Design Section
R02.15.2 Construction Section
R02.15.3 MaintenanceSection
R02.15.4 FinanceSection
R02.15.5 Administrative Section
R02.15.6 Quality Assuranceand Hydrology Section

R02.16 Isabela First District EngineeringOffice


R02.16.1 Planning and Design Section
R02.16.2 Construction Section
R02.16.3 MaintenanceSection
R02.16.4 FinanceSection
R02.16.5 Administrative Section
R02.16.6 Quality Assuranceand Hydrology Section

R02.17 Isabela Second District EngineeringOffice


R02.17.1 Planning and Design Section
R02.17.2 Construction Section
R02.17.3 Maintenance Section
R02.17.4 FinanceSection
R02.17.5 Administrative Section
R02.17.6 Quality Assuranceand Hydrology Section

R02.18 Isabela Third District EngineeringOffice


R02.18.1 Planning and Design Section
R02.18.2 Construction Section
R02.18.3 MaintenanceSection
R02.18.4 FinanceSection
R02.18.5 Administrative Section
R02.18.6 Quality Assuranceand Hydrology Section

R02.19 Isabela Fourth District EngineeringOffice


R02.19.1 Planning and Design Section
R02.19.2 Construction Section
R02.19.3 MaintenanceSection
R02.19.4 FinanceSection
R02.19.5 Administrative Section
R02.19.6 Quality Assuranceand Hydrology Section
D.O. No:M series of 2018
Standard Office Code Numbering
Page 11 of 34

R03 Office of the Director, Region III


R03.1 Planning and Design Division
R03.2 Construction Division
R03.3 Maintenance Division
R03.4 Finance Division
R03.5 Equipment Management Division
R03.6 Administrative Division
R03.7 Quality Assuranceand Hydrology Division
R03.8 Legal Division

R03.9 Aurora District Engineering Office


R03.9.1 Planning and Design Section
R03.9.2 Construction Section
R03.9.3 MaintenanceSection
R03.9.4 FinanceSection
R03.9.5 Administrative Section
R03.9.6 Quality Assuranceand Hydrology Section

R03.10 Bataan First District EngineeringOffice


R03.10.1 Planning and Design Section
R03.1O.2 Construction Section
R03.1O.3 MaintenanceSection
R03.10.4 FinanceSection
R03.10.5 Administrative Section
R03.10.6 Quality Assuranceand Hydrology Section

R03.11 Bataan Second District Engineering Office


R03.11.1 Planning and Design Section
R03.11.2 Construction Section
R03.11.3 Maintenance Section
R03.11.4 FinanceSection
R03.11.5 Administrative Section
R03.11.6 Quality Assuranceand Hydrology Section

R03.12 Bulacan First District Engineering Office


R03.12.1 Planning and Design Section
R03.12.2 Construction Section
R03.12.3 MaintenanceSection
R03.12.4 FinanceSection
R03.12.5 Administrative Section
R03.12.6 Quality Assuranceand Hydrology Section

R03.13 BulacanSecond District Engineering Office


R03.13.1 Planning and Design Section
R03.13.2 Construction Section
R03.13.3 MaintenanceSection
R03.13.4 FinanceSection
R03.13.5 Administrative Section
R03.13.6 Quality Assuranceand Hydrology Section
D.O. No:AM. series of 2018
Standard Office Code Numbering
Page 12 of 34

R03.14 Nueva Ecija First District Engineering Office


R03.14.1 Planning and Design Section
R03.14.2 Construction Section
R03.14.3 MaintenanceSection
R03.14.4 FinanceSection
R03.14.5 Administrative Section
R03.14.6 Quality Assuranceand Hydrology Section

R03.15 Nueva Ecija Second District Engineering Office


R03.15.1 Planning and Design Section
R03.15.2 Construction Section
R03.15.3 MaintenanceSection
R03.15.4 FinanceSection
R03.15.5 Administrative Section
R03.15.6 Quality Assuranceand Hydrology Section

R03.16 Pampanga First District EngineeringOffice


R03.16.1 Planning and Design Section
R03.16.2 Construction Section
R03.16.3 MaintenanceSection
R03.16.4 FinanceSection
R03.16.5 Administrative Section
R03.16.6 Quality Assuranceand Hydrology Section

R03.17 PampangaSecond District Engineering Office


R03.17.1 Planning and Design Section
R03.17.2 Construction Section
R03.17.3 MaintenanceSection
R03.17.4 FinanceSection
R03.17.5 Administrative Section
R03.17.6 Quality Assuranceand Hydrology Section

R03.18 PampangaThird District Engineering Office


R03.18.1 Planning and Design Section
R03.18.2 Construction Section
R03.18.3 Maintenance Section
R03.18.4 FinanceSection
R03.18.5 Administrative Section
R03.18.6 Quality Assuranceand Hydrology Section

R03.19 Tarlac First District EngineeringOffice


R03.19.1 Planning and Design Section
R03.19.2 Construction Section
R03.19.3 Maintenance Section
R03.19.4 FinanceSection
R03.19.5 Administrative Section
R03.19.6 Quality Assuranceand Hydrology Section

R03.20 Tarlac Second District EngineeringOffice


R03.20.1 Planning and Design Section
R03.20.2 Construction Section
R03.20.3 MaintenanceSection
R03.20.4 FinanceSection
R03.20.5 Administrative Section
R03.20.6 Quality Assuranceand Hydrology Section
D.O. No. /JJ.... series of 2018
Standard Office Code Numbering
Page 13 of 34

R03.21 ZambaJesFirst District Engineering Office


R03.21.1 Planning and Design Section
R03.21.2 Construction Section
R03.21.3 Maintenance Section
R03.21.4 FinanceSection
R03.21.5 Administrative Section
R03.21.6 Quality Assuranceand Hydrology Section

R03.22 Zambales Second District Engineering Office


R03.22.1 Planning and Design Section
R03.22.2 Construction Section
R03.22.3 Maintenance Section
R03.22A FinanceSection
R03.22.5 Administrative Section
R03.22.6 Quality Assuranceand Hydrology Section

R4A Office of the Director, Region IV-A


R4A.1 Planning and Design Division
R4A.2 Construction Division
R4A.3 Maintenance Division
R4AA Finance Division
R4A.5 Equipment Management Division
R4A.6 Administrative Division
R4A.7 Quality Assuranceand Hydrology Division
R4A.8 Legal Division

R4A.9 Batangas First District Engineering Office


R4A.9.1 Planning and Design Section
R4A.9.2 Construction Section
R4A.9.3 Maintenance Section
R4A.9A FinanceSection
R4A.9.5 Administrative Section
R4A.9.6 Quality Assuranceand Hydrology Section

R4A.1O Batangas Second District Engineering Office


R4A.1O.1 Planning and Design Section
R4A.10.2 Construction Section
R4A.10.3 Maintenance Section
R4A.10A FinanceSection
R4A.10.5 Administrative Section
R4A.1O.6 Quality Assuranceand Hydrology Section

R4A.ll BatangasThird District Engineering Office


R4A.11.1 Planning and Design Section
R4A.ll.2 Construction Section
R4A.ll.3 MaintenanceSection
R4A.l1.4 FinanceSection
R4A.ll.5 Administrative Section
R4A.11.6 Quality Assuranceand Hydrology Section
D.O. No~ L.U.. series of 2018
Standard Office Code Numbering
Page 14 of 34

R4A.12 Batangas Fourth District Engineering Office


R4A.12.1 Planning and Design Section
R4A.12.2 Construction Section
R4A.12.3 Maintenance Section
R4A.12.4 FinanceSection
R4A.12.5 Administrative Section
R4A.12.6 Quality Assuranceand Hydrology Section

R4A.13 Cavite Rrst District Engineering Office


R4A.13.1 Planning and Design Section
R4A.13.2 Construction Section
R4A.13.3 Maintenance Section
R4A.13.4 FinanceSection
R4A.13.5 Administrative Section
R4A.13.6 Quality Assuranceand Hydrology Section

R4A.14 Cavite Second District Engineering Office


R4A.14.1 Planning and Design Section
R4A.14.2 Construction Section
R4A.14.3 MaintenanceSection
R4A.14.4 FinanceSection
R4A.14.5 Administrative Section
R4A.14.6 Quality Assuranceand Hydrology Section

R4A.15 Cavite Sub-District Engineering Office


R4A.15.1 Planning and Design Section
R4A.15.2 Construction Section
R4A.15.3 Maintenance Section
R4A.15.4 FinanceSection
R4A.15.5 Administrative Section
R4A.15.6 Quality Assuranceand Hydrology Section

R4A.16 Laguna First District Engineering Office


R4A.16.1 Planning and Design Section
R4A.16.2 Construction Section
R4A.16.3 Maintenance Section
R4A.16.4 FinanceSection
R4A.16.5 Administrative Section
R4A.16.6 Quality Assuranceand Hydrology Section

R4A.17 Laguna Second District Engineering Office


R4A.17.1 Planning and Design Section
R4A.17.2 Construction Section
R4A.17.3 Maintenance Section
R4A.17.4 FinanceSection
R4A.17.5 Administrative Section
R4A.17.6 Quality Assuranceand Hydrology Section

R4A.18 Laguna Third District EngineeringOffice


R4A.18.1 Planning and Design Section
R4A.18.2 Construction Section
R4A.18.3 MaintenanceSection
R4A.18.4 FinanceSection
R4A.18.5 Administrative Section
R4A.18.6 Quality Assuranceand Hydrology Section
D.O. NO'..~ series of 2018
Standard Office Code Numbering
Page 15 of 34

R4A.19 Quezon First District Engineering Office


R4A.19.1 Planning and Design Section
R4A.19.2 Construction Section
R4A.19.3 MaintenanceSection
R4A.19.4 FinanceSection
R4A.19.5 Administrative Section
R4A.19.6 Quality Assuranceand Hydrology Section

R4A.20 Quezon Second District EngineeringOffice


R4A.20.1 Planning and Design Section
R4A.20.2 Construction Section
R4A.20.3 MaintenanceSection
R4A.20.4 FinanceSection
R4A.20.5 Administrative Section
R4A.20.6 Quality Assuranceand Hydrology Section

R4A.21 Quezon Third District EngineeringOffice


R4A.21.1 Planning and Design Section
R4A.21.2 Construction Section
R4A.21.3 Maintenance Section
R4A.21.4 FinanceSection
R4A.21.5 Administrative Section
R4A.21.6 Quality Assuranceand Hydrology Section

R4A.22 Quezon Fourth District EngineeringOffice


R4A.22.1 Planning and Design Section
R4A.22.2 Construction Section
R4A.22.3 MaintenanceSection
R4A.22.4 FinanceSection
R4A.22.5 Administrative Section
R4A.22.6 Quality Assuranceand Hydrology Section

R4A.23 Rizal First District Engineering Office


R4A.23.1 Planning and Design Section
R4A.23.2 Construction Section
R4A.23.3 MaintenanceSection
R4A.23.4 FinanceSection
R4A.23.5 Administrative Section
R4A.23.6 Quality Assuranceand Hydrology Section

R4A.24 Rizal Second District Engineering Office


R4A.24.1 Planning and Design Section
R4A.24.2 Construction Section
R4A.24.3 MaintenanceSection
R4A.24.4 FinanceSection
R4A.24.5 Administrative Section
R4A.24.6 Quality Assuranceand Hydrology Section
D.O. No: I. ~1.
series of 2018
Standard Office Code Numbering
Page 16 of 34

R4B Office of the Director, Region IV-B


R4B.l Planning and Design Division
R4B.2 Construction Division
R4B.3 Maintenance Division
R4B.4 Finance Division
R4B.5 Equipment Management Division
R4B.6 Administrative Division
R4B.7 Quality Assuranceand Hydrology Division
R4B.8 Legal Division

R4B.9 Marinduque District EngineeringOffice


R4B.9.1 Planning and Design Section
R4B.9.2 Construction Section
R4B.9.3 MaintenanceSection
R4B.9.4 FinanceSection
R4B.9.5 Administrative Section
R4B.9.6 Quality Assuranceand Hydrology Section

R4B.I0 Mindoro Occidental District EngineeringOffice


R4B.I0.1 Planning and Design Section
R4B.1O.2 Construction Section
R4B.I0.3 Maintenance Section
R4B.I0.4 FinanceSection
R4B.I0.5 Administrative Section
R4B.I0.6 Quality Assuranceand Hydrology Section

R4B.ll Mindoro Oriental District Engineering Office


R4B.ll.l Planning and Design Section
R4B.ll.2 Construction Section
R4B.ll.3 MaintenanceSection
R4B.ll.4 FinanceSection
R4B.ll.5 Administrative Section
R4B.ll.6 Quality Assuranceand Hydrology Section

R4B.12 Southern Mindoro District Engineering Office


R4B.12.1 Planning and Design Section
R4B.12.2 Construction Section
R4B.12.3 Maintenance Section
R4B.12.4 FinanceSection
R4B.12.5 Administrative Section
R4B.12.6 Quality Assuranceand Hydrology Section

R4B.13 Palawan First District Engineering Office


R4B.13.1 Planning and Design Section
R4B.13.2 Construction Section
R4B.13.3 Maintenance Section
R4B.13.4 FinanceSection
R4B.13.5 Administrative Section
R4B.13.6 Quality Assuranceand Hydrology Section
D.O. No: M series of 2018
Standard Office·Code Numbering
Page 17 of 34

R4B.14 PaJawanSecond District Engineering Office


R4B.14.l Planning and Design Section
R4B.14.2 Construction Section
R4B.14.3 Maintenance Section
R4B.14.4 FinanceSection
R4B.14.S Administrative Section
R4B.14.6 Quality Assuranceand Hydrology Section

R4B.15 PalawanThird District Engineering Office


R4B.1S.l Planning and Design Section
R4B.1S.2 Construction Section
R4B.1S.3 Maintenance Section
R4B.1S.4 FinanceSection
R4B.1S.S Administrative Section
R4B.1S.6 Quality Assuranceand Hydrology Section

R4B.16 Romblon District EngineeringOffice


R4B.16.l Planning and Design Section
R4B.16.2 Construction Section
R4B.16.3 Maintenance Section
R4B.16.4 FinanceSection
R4B.16.S Administrative Section
R4B.16.6 Quality Assuranceand Hydrology Section

ROS Office of the Director, RegionV


ROS.l Planning and Design Division
ROS.2 Construction Division
ROS.3 Maintenance Division
ROS.4 Finance Division
ROS.S Equipment Management Division
ROS.6 Administrative Division
ROS.7 Quality Assuranceand Hydrology Division
ROS.8 Legal Division

ROS.9 Albay First District EngineeringOffice


ROS.9.1 Planning and Design Section
ROS.9.2 Construction Section
ROS.9.3 Maintenance Section
ROS.9.4 FinanceSection
R05.9.5 Administrative Section
ROS.9.6 Quality Assuranceand Hydrology Section

ROS.l0 Albay Second District EngineeringOffice


ROS.l0.l Planning and Design Section
ROS.l0.2 Construction Section
ROS.l0.3 Maintenance Section
R05.1O.4 FinanceSection
ROS.l0.S Administrative Section
ROS.l0.6 Quality Assuranceand Hydrology Section
ill
D.O. No.' series of 2018
Standard Office Code Numbering
Page 18 of 34

R05.11 Albay Third District Engineering Office


R05.11.1 Planning and Design Section
R05.11.2 Construction Section
R05.11.3 Maintenance Section
R05.11.4 Finance Section
R05.11.5 Administrative Section
R05.11.6 Quality Assurance and Hydrology Section

R05.12 Camarines Norte District Engineering Office


R05.l2.l Planning and Design Section
R05.12.2 Construction Section
R05.12.3 Maintenance Section
R05.12.4 Finance Section
R05.12.5 Administrative Section
R05.12.6 Quality Assurance and Hydrology Section

R05.13 Camarines Sur First District Engineering Office


R05.13.1 Planning and Design Section
R05.13.2 Construction Section
R05.13.3 Maintenance Section
R05.13.4 Finance Section
R05.13.5 Administrative Section
R05.13.6 Quality Assurance and Hydrology Section

R05.14 Camarines Sur Second District Engineering Office


R05.l4.l Planning and Design Section
R05.14.2 Construction Section
R05.14.3 Maintenance Section
R05.14.4 Finance Section
R05.14.5 Administrative Section
R05.14.6 Quality Assurance and Hydrology Section

R05.15 Camarines Sur Third District Engineering Office


R05.l5.l Planning and Design Section
R05.1S.2 Construction Section
R05.15.3 Maintenance Section
R05.1S.4 Finance Section
R05.15.5 Administrative Section
ROS.15.6 Quality Assurance and Hydrology Section

R05.16 Camarines Sur Fourth District Engineering Office


R05.l6.l Planning and Design Section
R05.16.2 Construction Section
R05.16.3 Maintenance Section
R05.16.4 Finance Section
R05.16.5 Administrative Section
R05.16.6 Quality Assurance and Hydrology Section

R05.17 Camarines Sur Fifth District Engineering Office


R05.l7.l Planning and Design Section
ROS.17.2 Construction Section
R05.17.3 Maintenance Section
R05.17.4 Finance Section
R05.17.5 Administrative Section
R05.17.6 Quality Assurance and Hydrology Section
~:l.
D.O. No'. / series of 2018
Standard Office Code Numbering
Page 19 of 34

ROS.18 Catanduanes District Engineering Office


ROS.18.1 Planning and Design Section
ROS.18.2 Construction Section
ROS.18.3 Maintenance Section
ROS.18.4 Finance Section
ROS.18.S Administrative Section
ROS.18.6 Quality Assurance and Hydrology Section

ROS.19 Masbate First District Engineering Office


ROS.19.1 Planning and Design Section
ROS.19.2 Construction Section
ROS.19.3 Maintenance Section
ROS.19.4 Finance Section
ROS.19.S Administrative Section
ROS.19.6 Quality Assurance and Hydrology Section

ROS.20 Masbate Second District Engineering Office


ROS.20.1 Planning and Design Section
ROS.20.2 Construction Section
ROS.20.3 Maintenance Section
ROS.20.4 Finance Section
ROS.20.S Administrative Section
ROS.20.6 Quality Assurance and Hydrology Section

ROS.21 Masbate Third District Engineering Office


ROS.21.1 Planning and Design Section
ROS.21.2 Construction Section
ROS.21.3 Maintenance Section
ROS.21.4 Finance Section
ROS.21.S Administrative Section
ROS.21.6 Quality Assurance and Hydrology Section

ROS.22 Sorsogon First District Engineering Office


ROS.22.1 Planning and Design Section
ROS.22.2 Construction Section
ROS.22.3 Maintenance Section
ROS.22.4 Finance Section
ROS.22.S Administrative Section
ROS.22.6 Quality Assurance and Hydrology Section

ROS.23 Sorsogon Second District Engineering Office


ROS.23.1 Planning and Design Section
ROS.23.2 Construction Section
ROS.23.3 Maintenance Section
ROS.23.4 Finance Section
ROS.23.S Administrative Section
ROS.23.6 Quality Assurance and Hydrology Section
D.O. NO: & series of 2018
Standard Office' Code Numbering
Page 20 of 34

R06 Office of the Director, Region VI


R06.1 Planning and Design Division
R06.2 Construction Division
R06.3 Maintenance Division
R06.4 Finance Division
R06.5 Equipment Management Division
R06.6 Administrative Division
R06.7 Quality Assurance and Hydrology Division
R06.8 Legal Division

R06.9 Aklan District Engineering Office


R06.9.1 Planning and Design Section
R06.9.2 Construction Section
R06.9.3 Maintenance Section
R06.9.4 Finance Section
R06.9.5 Administrative Section
R06.9.6 Quality Assurance and Hydrology Section

R06.10 Antique District Engineering Office


R06.10.1 Planning and Design Section
R06.10.2 Construction Section
R06.10.3 Maintenance Section
R06.10.4 Finance Section
R06.10.5 Administrative Section
R06.10.6 Quality Assurance and Hydrology Section

R06.11 Bacolod City District Engineering Office


R06.11.1 Planning and Design Section
R06.11.2 Construction Section
R06.11.3 Maintenance Section
R06.11.4 Finance Section
R06.11.5 Administrative Section
R06.11.6 Quality Assurance and Hydrology Section

R06.12 Capiz First District Engineering Office


R06.12.1 Planning and Design Section
R06.12.2 Construction Section
R06.12.3 Maintenance Section
R06.12.4 Finance Section
R06.12.5 Administrative Section
R06.12.6 Quality Assurance and Hydrology Section

R06.13 Capiz Second District Engineering Office


R06.13.1 Planning and Design Section
R06.13.2 Construction Section
R06.13.3 Maintenance Section
R06.13.4 Finance Section
R06.13.5 Administrative Section
R06.13.6 Quality Assurance and Hydrology Section
D.O. NO: ~ series of 2018
Standard Office 'Code Numbering
Page 21 of 34

R06.14 Guimaras District Engineering Office


R06.14.1 Planning and Design Section
R06.14.2 Construction Section
R06.14.3 Maintenance Section
R06.14.4 Finance Section
R06.14.5 Administrative Section
R06.14.6 Quality Assurance and Hydrology Section

R06.1S Iloilo City District Engineering Office


R06.15.1 Planning and Design Section
R06.15.2 Construction Section
R06.15.3 Maintenance Section
R06.15.4 Finance Section
R06.15.5 Administrative Section
R06.15.6 Quality Assurance and Hydrology Section

R06.16 Iloilo First District Engineering Office


R06.16.1 Planning and Design Section
R06.16.2 Construction Section
R06.16.3 Maintenance Section
R06.16.4 Finance Section
R06.16.5 Administrative Section
R06.16.6 Quality Assurance and Hydrology Section

R06.17 Iloilo Second District Engineering Office


R06.17.1 Planning and Design Section
R06.17.2 Construction Section
R06.17.3 Maintenance Section
R06.17.4 Finance Section
R06.17.5 Administrative Section
R06.17.6 Quality Assurance and Hydrology Section

R06.18 Iloilo Third District Engineering Office


R06.18.1 Planning and Design Section
R06.18.2 Construction Section
R06.18.3 Maintenance Section
R06.18.4 Finance Section
R06.18.5 Administrative Section
R06.18.6 Quality Assurance and Hydrology Section

R06.19 Iloilo Fourth District Engineering Office


R06.19.1 Planning and Design Section
R06.19.2 Construction Section
R06.19.3 Maintenance Section
R06.19.4 Finance Section
R06.19.5 Administrative Section
R06.19.6 Quality Assurance and Hydrology Section

R06.20 Negros Occidental First District Engineering Office


R06.20.1 Planning and Design Section
R06.20.2 Construction Section
R06.20.3 Maintenance Section
R06.20.4 Finance Section
R06.20.5 Administrative Section
R06.20.6 Quality Assurance and Hydrology Section
&
D.O. No.' series of 2018
Standard Office Code Numbering
Page 22 of 34

R06.21 Negros Occidental Second District Engineering Office


R06.21.1 Planning and Design Section
R06.21.2 Construction Section
R06.21.3 Maintenance Section
R06.21.4 Finance Section
R06.21.S Administrative Section
R06.21.6 Quality Assurance and Hydrology Section

R06.22 Negros Occidental Third District Engineering Office


R06.22.1 Planning and Design Section
R06.22.2 Construction Section
R06.22.3 Maintenance Section
R06.22.4 Finance Section
R06.22.S Administrative Section
R06.22.6 Quality Assurance and Hydrology Section

R06. 23 Negros Occidental Fourth District Engineering Office


R06.23.1 Planning and Design Section
R06.23.2 Construction Section
R06.23.3 Maintenance Section
R06.23.4 Finance Section
R06.23.S Administrative Section
R06.23.6 Quality Assurance and Hydrology Section

R07 Office of the Director, Region VII


R07.1 Planning and Design Division
R07.2 Construction Division
R07.3 Maintenance Division
R07.4 Finance Division
R07.S Equipment Management Division
R07.6 Administrative Division
R07.7 Quality Assurance and Hydrology Division
R07.8 Legal Division

R07.9 Sohol First District Engineering Office


R07.9.1 Planning and Design Section
R07.9.2 Construction Section
R07.9.3 Maintenance Section
R07.9.4 Finance Section
R07.9.5 Administrative Section
R07.9.6 Quality Assurance and Hydrology Section

R07.1O Sohol Second District Engineering Office


R07.10.1 Planning and Design Section
R07.1O.2 Construction Section
R07.10.3 Maintenance Section
R07.10.4 Finance Section
R07.1O.S Administrative Section
R07.1O.6 Quality Assurance and Hydrology Section
D.O. NO:taL series of 2018
Standard Office Code Numbering
Page 23 of 34

R07.11 Bohol Third District Engineering Office


R07.11.1 Planning and Design Section
R07.11.2 Construction Section
R07.11.3 Maintenance Section
R07.11.4 Finance Section
R07.11.5 Administrative Section
R07.11.6 Quality Assurance and Hydrology Section

R07.12 Cebu Rrst District Engineering Office


R07.12.1 Planning and Design Section
R07.12.2 Construction Section
R07.12.3 Maintenance Section
R07.12.4 Finance Section
R07.12.5 Administrative Section
R07.12.6 Quality Assurance and Hydrology Section

R07.13 Cebu Second District Engineering Office


R07.13.1 Planning and Design Section
R07.13.2 Construction Section
R07.13.3 Maintenance Section
R07.13.4 Finance Section
R07.13.5 Administrative Section
R07.13.6 Quality Assurance and Hydrology Section

R07.14 Cebu Third District Engineering Office


R07.14.1 Planning and Design Section
R07.14.2 Construction Section
R07.14.3 Maintenance Section
R07.14.4 Finance Section
R07.14.5 Administrative Section
R07.14.6 Quality Assurance and Hydrology Section

R07.15 Cebu Fourth District Engineering Office


R07.15.1 Planning and Design Section
R07.15.2 Construction Section
R07.15.3 Maintenance Section
R07.15.4 Finance Section
R07.15.5 Administrative Section
R07.15.6 Quality Assurance and Hydrology Section

R07.16 Cebu Fifth District Engineering Office


R07.16.1 Planning and Design Section
R07.16.2 Construction Section
R07.16.3 Maintenance Section
R07.16.4 Finance Section
R07.16.5 Administrative Section
R07.16.6 Quality Assurance and Hydrology Section

R07.17 Cebu Sixth District Engineering Office


R07.17.1 Planning and Design Section
R07.17.2 Construction Section
R07.17.3 Maintenance Section
R07.17.4 Finance Section
R07.17.5 Administrative Section
R07.17.6 Quality Assurance and Hydrology Section
D.O. No: 13lseries of 2018
Standard Office-Code Numbering
Page 24 of 34

R07.18 Cebu City District Engineering Office


R07.18.1 Planning and Design Section
R07.18.2 Construction Section
R07.18.3 Maintenance Section
R07.18.4 Finance Section
R07.18.5 Administrative Section
R07.18.6 Quality Assurance and Hydrology Section

R07. 19 Negros Oriental Rrst District Engineering Office


R07.19.1 Planning and Design Section
R07.19.2 Construction Section
R07.19.3 Maintenance Section
R07.19.4 Finance Section
R07.19.5 Administrative Section
R07.19.6 Quality Assurance and Hydrology Section

R07.20 Negros Oriental Second District Engineering Office


R07.20.1 Planning and Design Section
R07.20.2 Construction Section
R07.20.3 Maintenance Section
R07.20.4 Finance Section
R07.20.5 Administrative Section
R07.20.6 Quality Assurance and Hydrology Section

R07.21 Negros Oriental Third District Engineering Office


R07.21.1 Planning and Design Section
R07.21.2 Construction Section
R07.21.3 Maintenance Section
R07.21.4 Finance Section
R07.21.5 Administrative Section
R07.21.6 Quality Assurance and Hydrology Section

R07.22 Siquijor District Engineering Office


R07.22.1 Planning and Design Section
R07.22.2 Construction Section
R07.22.3 Maintenance Section
R07.22.4 Finance Section
R07.22.5 Administrative Section
R07.22.6 Quality Assurance and Hydrology Section

R08 Office of the Director, Region VIII


R08.1 Planning and Design Division
R08.2 Construction Division
R08.3 Maintenance Division
R08.4 Finance Division
R08.5 Equipment Management Division
R08.6 Administrative Division
R08.7 Quality Assurance and Hydrology Division
R08.8 Legal Division
D.O. NO~.m series of 2018
Standard Office Code Numbering
Page 25 of 34

R08.9 Biliran District Engineering Office


R08.9.I Planning and Design Section
R08.9.2 Construction Section
R08.9.3 Maintenance Section
R08.9.4 Finance Section
R08.9.S Administrative Section
R08.9.6 Quality Assurance and Hydrology Section

R08.10 Leyte Rrst District Engineering Office


R08.l0.l Planning and Design Section
R08.l0.2 Construction Section
R08.l0.3 Maintenance Section
R08.l0.4 Finance Section
R08.l0.S Administrative Section
R08.l0.6 Quality Assurance and Hydrology Section

R08.11 Leyte Second District Engineering Office


R08.11.l Planning and Design Section
R08.ll.2 Construction Section
R08.ll.3 Maintenance Section
R08.11.4 Finance Section
R08.l1.S Administrative Section
R08.ll.6 Quality Assurance and Hydrology Section

R08.l2 Leyte Third District Engineering Office


R08.l2.l Planning and Design Section
R08.I2.2 Construction Section
R08.l2.3 Maintenance Section
R08.l2.4 Finance Section
R08.I2.S Administrative Section
R08.l2.6 Quality Assurance and Hydrology Section

R08.13 Leyte Fourth District Engineering Office


R08.l3.l Planning and Design Section
R08.13.2 Construction Section
R08.l3.3 Maintenance Section
R08.l3.4 Finance Section
R08.13.S Administrative Section
R08.l3.6 Quality Assurance and Hydrology Section

R08.l4 Leyte Fifth District Engineering Office


R08.l4.l Planning and Design Section
R08.l4.2 Construction Section
R08.l4.3 Maintenance Section
R08.I4.4 Finance Section
R08.l4.S Administrative Section
R08.l4.6 Quality Assurance and Hydrology Section

R08.IS Southern Leyte District Engineering Office


R08.lS.l Planning and Design Section
R08.IS.2 Construction Section
R08.lS.3 Maintenance Section
R08.lS.4 Finance Section
R08.lS.S Administrative Section
R08.lS.6 Quality Assurance and Hydrology Section
D.O. NO.'J12. series of 2018
Standard Office -Code Numbering
Page 26 of 34

ROB.16 Tacloban City District Engineering Office


R08.l6.l Planning and Design Section
R08.l6.2 Construction Section
R08.16.3 Maintenance Section
ROB.16.4 Finance Section
R08.l6.S Administrative Section
ROB.16.6 Quality Assurance and Hydrology Section

ROB.l7 Eastern Samar District Engineering Office


R08.l7.l Planning and Design Section
R08.17.2 Construction Section
R08.17.3 Maintenance Section
R08.17.4 Finance Section
R08.l7.S Administrative Section
R08.17.6 Quality Assurance and Hydrology Section

ROB.lB Northern Samar First District Engineering Office


R08.l8.l Planning and Design Section
R08.18.2 Construction Section
R08.18.3 Maintenance Section
R08.18.4 Finance Section
R08.l8.S Administrative Section
R08.18.6 Quality Assurance and Hydrology Section

ROB.l9 Northern Samar Second District Engineering Office


R08.l9.l Planning and Design Section
R08.19.2 Construction Section
R08.19.3 Maintenance Section
R08.19.4 Finance Section
R08.l9.S Administrative Section
ROB.19.6 Quality Assurance and Hydrology Section

ROB.20 Samar First District Engineering Office


R08.20.1 Planning and Design Section
R08.20.2 Construction Section
R08.20.3 Maintenance Section
R08.20.4 Finance Section
ROB.20.S Administrative Section
R08.20.6 Quality Assurance and Hydrology Section

ROB.2l Samar Second District Engineering Office


R08.2l.l Planning and Design Section
R08.21.2 Construction Section
ROB.21.3 Maintenance Section
R08.21.4 Finance Section
R08.21.S Administrative Section
R08.21.6 Quality Assurance and Hydrology Section
D.O. NO:/J.l.. series of 2018
Standard Office "Code Numbering
Page 27 of 34

R09 Office of the Director, Region IX


R09.l Planning and Design Division
R09.2 Construction Division
R09.3 Maintenance Division
R09A Finance Division
R09.S Equipment Management Division
R09.6 Administrative Division
R09.7 Quality Assuranceand Hydrology Division
R09.8 Legal Division

R09.9 Zamboanga City District Engineering Office


R09.9.l Planning and Design Section
R09.9.2 Construction Section
R09.9.3 MaintenanceSection
R09.9.4 FinanceSection
R09.9.S Administrative Section
R09.9.6 Quality Assuranceand Hydrology Section

R09.l0 Isabela City District EngineeringOffice


R09.l0.l Planning and Design Section
R09.l0.2 Construction Section
R09.l0.3 Maintenance Section
R09.l0A FinanceSection
R09.l0.S Administrative Section
R09.l0.6 Quality Assuranceand Hydrology Section

R09.11 Zamboanga del Norte First District EngineeringOffice


R09.11.l Planning and Design Section
R09.l1.2 Construction Section
R09.11.3 Maintenance Section
R09.11.4 FinanceSection
R09.n.S Administrative Section
R09.11.6 Quality Assuranceand Hydrology Section

R09.l2 Zamboanga del Norte Second District EngineeringOffice


R09.l2.l Planning and Design Section
R09.l2.2 Construction Section
R09.l2.3 Maintenance Section
R09.l2A FinanceSection
R09.l2.S Administrative Section
R09.l2.6 Quality Assuranceand Hydrology Section

R09.13 Zamboanga del Norte Third District Engineering Office


R09.13.l Planning and Design Section
R09.l3.2 Construction Section
R09.13.3 Maintenance Section
R09.l3A FinanceSection
R09.13.S Administrative Section
R09.13.6 Quality Assuranceand Hydrology Section
D.O. No: ~ series of 2018
Standard Office tocle Numbering
Page 28 of 34

R09.14 Zamboanga-SibugayFirst District Engineering Office


R09.14.1 Planning and Design Section
R09.14.2 Construction Section
R09.14.3 MaintenanceSection
R09.14.4 FinanceSection
R09.14.5 Administrative Section
R09.14.6 Quality Assuranceand Hydrology Section

R09.15 Zamboanga-SibugaySecond District EngineeringOffice


R09.15.1 Planning and Design Section
R09.15.2 Construction Section
R09.15.3 MaintenanceSection
R09.15.4 FinanceSection
R09.15.5 Administrative Section
R09.15.6 Quality Assuranceand Hydrology Section

R09.16 Zamboanga del Sur First District EngineeringOffice


R09.16.1 Planning and Design Section
R09.16.2 Construction Section
R09.16.3 MaintenanceSection
R09.16.4 FinanceSection
R09.16.5 Administrative Section
R09.16.6 Quality Assuranceand Hydrology Section

R09.17 Zamboanga del Sur SecondDistrict Engineering Office


R09.17.1 Planning and Design Section
R09.17.2 Construction Section
R09.17.3 Maintenance Section
R09.17.4 FinanceSection
R09.17.5 Administrative Section
R09.17.6 Quality Assuranceand Hydrology Section

Rl0 Office of the Director, RegionX


Rl0.l Planning and Design Division
Rl0.2 Construction Division
Rl0.3 Maintenance Division
Rl0.4 Finance Division
Rl0.5 Equipment Management Division
Rl0.6 Administrative Division
Rl0.7 Quality Assuranceand Hydrology Division
RlO.8 Legal Division

RlO.9 Bukidnon First District Engineering Office


Rl0.9.1 Planning and Design Section
Rl0.9.2 Construction Section
Rl0.9.3 Maintenance Section
RlO.9.4 FinanceSection
Ri0.9.S Administrative Section
Rl0.9.6 Quality Assuranceand Hydrology Section
D.O. NO: ~ series of 2018
Standard Office Code Numbering
Page 29 of 34

RI0.I0 Bukidnon Second District Engineering Office


RIO.IO.I Planning and Design Section
RIO.IO.2 Construction Section
RIO.1O.3 Maintenance Section
RIO.IO.4 Finance Section
RIO.IO.S Administrative Section
RIO.IO.6 Quality Assurance and Hydrology Section

RlO.11 Bukidnon Third District Engineering Office


RIO.11.1 Planning and Design Section
RIO.11.2 Construction Section
RIO.11.3 Maintenance Section
RIO.11.4 Finance Section
RlO.11.S Administrative Section
RIO.11.6 Quality Assurance and Hydrology Section

RlO.12 Camiguin District Engineering Office


RlO.12.1 Planning and Design Section
RlO.12.2 Construction Section
RIO.12.3 Maintenance Section
RIO.12.4 Finance Section
RIO.12.S Administrative Section
RlO.12.6 Quality Assurance and Hydrology Section

RlO.13 Lanao del Norte First District Engineering Office


RlO.13.1 Planning and Design Section
RIO.13.2 Construction Section
RIO.13.3 Maintenance Section
RlO.13.4 Finance Section
RlO.13.S Administrative Section
R10.13.6 Quality Assurance and Hydrology Section

RIO.14 Lanao del Norte Second District Engineering Office


RlO.14.1 Planning and Design Section
R10.14.2 Construction Section
RIO.14.3 Maintenance Section
R10.14.4 Finance Section
RIO.14.S Administrative Section
R10.14.6 Quality Assurance and Hydrology Section

RIO.IS Misamis Occidental First District Engineering Office


RIO.1S.1 Planning and Design Section
RlO.1S.2 Construction Section
RIO.IS.3 Maintenance Section
R10.IS.4 Finance Section
RIO.IS.S Administrative Section
RIO.IS.6 Quality Assurance and Hydrology Section

RIO.16 Misamis Occidental Second District Engineering Office


R10.16.1 Planning and Design Section
RIO.16.2 Construction Section
R10.16.3 Maintenance Section
RIO.16.4 Finance Section
RIO.16.S Administrative Section
RlO.16.6 Quality Assurance and Hydrology Section
D.O. NO~&1.... series of 2018
Standard Office" Code Numbering
Page 30 of 34

RlO.l7 Misamis Oriental First District EngineeringOffice


RlO.l7.l Planning and Design Section
RlO.l7.2 Construction Section
RlO.l7.3 MaintenanceSection
RlO.l7A FinanceSection
RlO.l7.S Administrative Section
RlO.l7.6 Quality Assuranceand Hydrology Section

RlO.l8 MisamisOriental Second District EngineeringOffice


RlO.l8.l Planning and Design Section
RlO.l8.2 Construction Section
RlO.l8.3 MaintenanceSection
RlO.l8A FinanceSection
RlO.l8.S Administrative Section
RlO.l8.6 Quality Assuranceand Hydrology Section

RlO.l9 Cagayande Oro City First District EngineeringOffice


RlO.l9.l Planning and Design Section
RlO.l9.2 Construction Section
RlO.l9.3 Maintenance Section
RlO.l9A FinanceSection
RlO.l9.S Administrative Section
RlO.l9.6 Quality Assuranceand Hydrology Section

RlO.20 Cagayande Oro City Second District EngineeringOffice


RlO.20.l Planning and Design Section
RlO.20.2 Construction Section
RlO.20.3 Maintenance Section
RlO.20A FinanceSection
RlO.20.S Administrative Section
RlO.20.6 Quality Assuranceand Hydrology Section

Rll Office of the Director, Region XI


Rl1.l Planning and Design Division
Rll.2 Construction Division
Rll.3 Maintenance Division
Rll.4 Finance Division
Rll.S Equipment Management Division
Rll.6 Administrative Division
Rll.7 Quality Assuranceand Hydrology Division
Rll.8 Legal Division

Rll.9 Davao City First District Engineering Office


Rll.9.l Planning and Design Section
Rl1.9.2 Construction Section
Rll.9.3 Maintenance Section
Rll.9.4 FinanceSection
Rll.9.S Administrative Section
Rll.9.6 Quality Assuranceand Hydrology Section
D.O. NO: {~~ series of 2018
Standard Office "code Numbering
Page 31 of 34

Rll.10 Davao City Second District Engineering Office


Rll.10.l Planning and Design Section
Rll.10.2 Construction Section
Rll.1O.3 Maintenance Section
Rl1.10.4 Finance Section
Rll.1O.5 Administrative Section
Rll.10.6 Quality Assurance and Hydrology Section

Rll.ll Davao del Norte District Engineering Office


Rll.ll.l Planning and Design Section
Rl1.11.2 Construction Section
Rll.ll.3 Maintenance Section
Rl1.11.4 Finance Section
Rll.ll.5 Administrative Section
Rll.ll.6 Quality Assurance and Hydrology Section

Rll.12 Compostela Valley District Engineering Office


Rll.12.1 Planning and Design Section
Rll.12.2 Construction Section
Rll.12.3 Maintenance Section
Rl1.12.4 Finance Section
Rll.12.5 Administrative Section
Rll.12.6 Quality Assurance and Hydrology Section

Rll.13 Davao Oriental First District Engineering Office


Rll.l3.l Planning and Design Section
Rll.13.2 Construction Section
Rll.13.3 Maintenance Section
Rll.13.4 Finance Section
Rll.13.5 Administrative Section
Rll.13.6 Quality Assurance and Hydrology Section

Rll.14 Davao Oriental Second District Engineering Office


Rll.14.l Planning and Design Section
Rll.14.2 Construction Section
Rll.14.3 Maintenance Section
Rll.14.4 Finance Section
Rll.14.5 Administrative Section
Rll.14.6 Quality Assurance and Hydrology Section

Rll.15 Davao del Sur District Engineering Office


Rll.15.l Planning and Design Section
Rl1.l5.2 Construction Section
Rl1.l5.3 Maintenance Section
Rll.15.4 Finance Section
Rl1.l5.5 Administrative Section
Rll.15.6 Quality Assurance and Hydrology Section

Rll.16 Davao Occidental District Engineering Office


Rl1.l6.l Planning and Design Section
Rll.16.2 Construction Section
Rll.16.3 Maintenance Section
Rl1.l6.4 Finance Section
Rll.16.5 Administrative Section
Rll.16.6 Quality Assurance and Hydrology Section
D.O. NO:& series of 2018
Standard Office Code Numbering
Page 32 of 34

R12 Office of the Director, Region XII


R12.1 Planning and Design Division
R12.2 Construction Division
R12.3 Maintenance Division
R12.4 Finance Division
R12.5 Equipment Management Division
R12.6 Administrative Division
R12.7 Quality Assurance and Hydrology Division
R12.8 Legal Division

R12.9 North Cotabato First District Engineering Office


R12.9.1 Planning and Design Section
R12.9.2 Construction Section
R12.9.3 Maintenance Section
R12.9.4 Finance Section
R12.9.5 Administrative Section
R12.9.6 Quality Assurance and Hydrology Section

R12.10 North Cotabato Second District Engineering Office


R12.1O.1 Planning and Design Section
R12.10.2 Construction Section
R12.10.3 Maintenance Section
R12.1O.4 Finance Section
R12.10.5 Administrative Section
R12.1O.6 Quality Assurance and Hydrology Section

R12.11 South Cotabato First District Engineering Office


R12.11.1 Planning and Design Section
R12.11.2 Construction Section
R12.11.3 Maintenance Section
R12.11.4 Finance Section
R12.11.5 Administrative Section
R12.11.6 Quality Assurance and Hydrology Section

R12.12 South Cotabato Second District Engineering Office


R12.12.1 Planning and Design Section
R12.12.2 Construction Section
R12.12.3 Maintenance Section
R12.12.4 Finance Section
R12.12.5 Administrative Section
R12.12.6 Quality Assurance and Hydrology Section

R12.13 Cotabato City District Engineering Office


R12.13.1 Planning and Design Section
R12.13.2 Construction Section
R12.13.3 Maintenance Section
R12.13.4 Finance Section
R12.13.5 Administrative Section
R12.13.6 Quality Assurance and Hydrology Section
D.O. NO~I?J~ series of 2018
Standard Office- COde Numbering
Page 33 of 34

R12.14 Sarangani District Engineering Office


R12.14.1 Planning and Design Section
R12.14.2 Construction Section
R12.14.3 Maintenance Section
R12.14.4 Finance Section
R12.14.5 Administrative Section
R12.14.6 Quality Assurance and Hydrology Section

R12.15 Sultan Kudarat First District Engineering Office


R12.15.1 Planning and Design Section
R12.15.2 Construction Section
R12.15.3 Maintenance Section
R12.15.4 Finance Section
R12.15.5 Administrative Section
R12.15.6 Quality Assurance and Hydrology Section

R12.16 Sultan Kudarat Second District Engineering Office


R12.16.1 Planning and Design Section
R12.16.2 Construction Section
R12.16.3 Maintenance Section
R12.16.4 Finance Section
R12.16.5 Administrative Section
R12.16.6 Quality Assurance and Hydrology Section

R13 Office of the Director, Region XIII


R13.1 Planning and Design Division
R13.2 Construction Division
R13.3 Maintenance Division
R13.4 Finance Division
R13.5 Equipment Management Division
R13.6 Administrative Division
R13.7 Quality Assurance and Hydrology Division
R13.8 Legal Division

R13.9 Agusan del Norte District Engineering Office


R13.9.1 Planning and Design Section
R13.9.2 Construction Section
R13.9.3 Maintenance Section
R13.9.4 Finance Section
R13.9.5 Administrative Section
R13.9.6 Quality Assurance and Hydrology Section

R13.10 Butuan City District Engineering Office


R13.10.1 Planning and Design Section
R13.1O.2 Construction Section
R13.1O.3 Maintenance Section
R13.10.4 Finance Section
R13.1O.5 Administrative Section
R13.10.6 Quality Assurance and Hydrology Section
D.O. NO.JI ~~ series of 2018
Standard Office Code Numbering
Page 34 of 34

R13.11 Agusan del Sur First District Engineering Office


R13.11.1 Planning and Design Section
R13.11.2 Construction Section
R13.11.3 Maintenance Section
R13.11.4 Finance Section
R13.11.5 Administrative Section
R13.11.6 Quality Assurance and Hydrology Section

R13.12 Agusan del Sur Second District Engineering Office


R13.12.1 Planning and Design Section
R13.12.2 Construction Section
R13.12.3 Maintenance Section
R13.12.4 Finance Section
R13.12.5 Administrative Section
R13.12.6 Quality Assurance and Hydrology Section

R13.13 Surigao del Norte First District Engineering Office


R13.13.1 Planning and Design Section
R13.13.2 Construction Section
R13.13.3 Maintenance Section
R13.13.4 Finance Section
R13.13.5 Administrative Section
R13.13.6 Quality Assurance and Hydrology Section

R13.14 Surigao del Norte Second District Engineering Office


R13.14.1 Planning and Design Section
R13.14.2 Construction Section
R13.14.3 Maintenance Section
R13.14.4 Finance Section
R13.14.5 Administrative Section
R13.14.6 Quality Assurance and Hydrology Section

R13.15 Dinagat Island District Engineering Office


R13.15.1 Planning and Design Section
R13.15.2 Construction Section
R13.15.3 Maintenance Section
R13.15.4 Finance Section
R13.15.5 Administrative Section
R13.15.6 Quality Assurance and Hydrology Section

R13.16 Surigao del Sur First District Engineering Office


R13.16.1 Planning and Design Section
R13.16.2 Construction Section
R13.16.3 Maintenance Section
R13.16.4 Finance Section
R13.16.5 Administrative Section
R13.16.6 Quality Assurance and Hydrology Section

R13.17 Surigao del Sur Second District Engineering Office


R13.17.1 Planning and Design Section
R13.17.2 Construction Section
R13.17.3 Maintenance Section
R13.17.4 Finance Section
R13.17.5 Administrative Section
R13.17.6 Quality Assurance and Hydrology Section
t;~q
c9'?~1..3 ,bPiJ8'
Republic of the Philippines CB". JrI ~ J.<>/!
DEPARTMENT OF PUBLIC WORKS AND HIGHWAYS
OFFICE OF THE SECRETARY
Manila

DEPARTMENT ORDER) SUBJECT CRITERIA AND GUIDELINES FOR


ROAD CONVERSION FROM LOCAL

NO.
133 ~
)
TO NATIONAL ROADS AND VICE VERSA

Series of 20~~.~. c(

To provide a set of criteria and guidelines for the evaluation of roads for conversion from local
to national and vice versa relative to Executive Order (EO) No. 124, series of 1987, Section
5(i), which mandates the DPWH to classify roads and highways into national, regional,
provincial, city, municipal, and barangay roads and highways, based on objective criteria it
shall adopt; provide or authorize the conversion of roads and highways from one category to
another that focuses on the functionality of a road in relation to the national road network.

I. The conversion of roads and highways shall be evaluated based on the following road
functional classification criteria:

NATIONAL ROADS:
1.) Primary Roads
1.1 A contiguous length of significant road sections extending linearly without any
breaks or forks that connect major cities (At least around 100,000 population)
comprising the main trunk line or the backbone of the National Road System.

2.) Secondary Roads


2.1 Directly connect cities to national primary roads, except in metropolitan areas
2.2 Directly connect maior ports and major ferry terminals to national primary roads
2.3 Directly connect major airports to national primary roads
2.4 Directly connect tourist service centers to national primary roads
2.5 Directly connect cities (not included in the category of major cities)
2.6 Directly connect provincial capitals within the same region
2.7 Directly connect major national government infrastructure to national primary roads
or other national secondary roads

3.) Applicable only for Primary and Secondary Roads


3.1 Bypass/Diversion Roads
• Roads that divert through traffic away from the City/Municipality Business
Center (with affirmative Feasibility Study).

3.2 Roads that would connect or fill the gap between adjoining national roads
(protruding) to form a continuous national road network.

4.) Tertiary Roads


4.1 Other existing roads under the DPWH which perform local function.
Refer to (Attachment 1) for the definition of underlined terms and (Attachment 2) for the
list of the requirements for bypasses.
LOCAL ROADS:
1.) Provincial Roads
1.1 Connect cities and municipalities without traversing National Roads.
1.2 Connect National Roads to barangays through rural areas.
1.3 Connect to major provincial government infrastructure.

2.) Municipal and City Roads


2.1 Roads within the poblacion.
2.2 Roads that connect to provincial and national roads.
2.3 Roads that provide inter-barangay connections to major municipal and city
infrastructure without traversing provincial roads.

3.) Barangay Roads


3.1 Other public roads (officially turned over) within the barangay and not covered in
the above definitions.

OTHER ROADS
1.) Expressways

1.1 Highways with limited access, normally with interchanges; may include facilities
for levying tolls for passage in an open or closed system.

II. The conversion of a local road into a national road shall be evaluated based on the following
guidelines:

a.) The local road shall comply with at least one of the DPWH Road Functional
Classification Criteria for a national road for it to be meritorious for
conversion; otherwise the conversion is not possible.

b.) If the road is meritorious for conversion, the following technical requirements shall be
submitted/complied before a road can be processed and converted into a national road:

• Proof of acquisition of the required minimum 20-meter road right-oF-way


(RROW) per EO 113, Series of 1955 and minimum of is-meter RROW for cases
within highly urbanized areas per EO 621, s1980 (Absolute Requirement); such
as Deeds of Donation or sale duly notarized indicating the lot number, OCffTCf
number, area acquired including technical description, sketches and Real Property
Tax Declaration Number, and/or certifications from the concerned
Provincial/City/Municipality Register of Deeds in order to ensure the Department
that there will be no expense from its part for any claims for the payment of RROW
that may arise therefrom; and
• Certification from the concerned Registry of Deeds and/or DENR to ensure the
DPWH that there will be no expense from its part for any claims for the payment of
RROWthat may arise therefrom; and

• Certification from the District Engineer concerned that the road is within the DPWH's
standards of at least 20-meter RROW, with at least 6-meter carriageway width
gravel surfacing and in maintainable condition.
III. The request/proposal for conversion of a local road (provincial, municipal, city, or barangay
road) into a national road or vice-versa shall be submitted to the DPWH Secretary, through
the Undersecretary for Planning and PPP, by the concerned DPWH Regional Director
supported by the following documents:

a.) Resolution from the City/Municipal/Provincial Board requesting the conversion of a local
road into a national road (Absolute Requirement)

b.) Endorsement from the DPWH Regional Office (Those initially evaluated meritoriously by
the Regional Planning and Design Division (RPDD) should be endorsed.); and

c.) Map showing the location of the road indicating its start and end limits, network
connectivity and national importance.

IV. Planning Service (PS) through the Statistics ~ivision (SO) evaluate proposed roads for
conversion using the above-mentioned criteria and requirements using the Evaluation Sheet
(Attachment 3); inspect and survey the road configuration using the Inventory Sheet
(Attachment 4), investigate compliance to requirements and make recommendation as to
the merit of the proposal.

The Project Preparation ~ivision (PPD), PS, shall evaluate proposed roads
(bypasses/diversion roads) for conversion that requires a feasibility study that will
determine its viability in satisfying the conditions set forth under (Attachment 2)

This Department Order shall take effect immediately.

~ MARK A. VILLAR
i?----
Secretary

4.1.5INCDR/ATD/EMF

Department of Public Works and Highways


Office of the Secretary

1111111111111111111111111111111111111
WIN8Q45700
ATTACHMENT 1v
DEFINITION OF TERMS

 Major City - is defined as having a population in Year 2015 of at least around 100,000 (see
listing of all cities in Tab 1.a), which shows that there were 114 cities in Year 2015 with
that population size). They are forms of government headed by a City Mayor higher than
municipalities in terms of population. The cities also include Barangays within their
jurisdiction.

 Metropolitan Area - is consist of Metro Manila, Cebu and Davao Cities, which include cities
or contiguous municipalities and districts meeting the criteria for metropolitan integration.
(Note that the Subic Bay Metropolitan Area (SBMA) is not included under this definition)

 Cities - are other forms of government headed by City Mayors higher than municipalities
in terms of population but with less than 100,000 people in year 2015. These cities also
include Barangays within their jurisdiction.

 Major Ports / Major Ferry Terminals - are base ports managed by the Philippine Ports
Authority or the Cebu Port Authority. Listing of the major ports as defined by the Philippine
Ports Authority is in Tab 1.b.

 Major Airports – are the forty-four (44) airports with international or scheduled domestic
commercial flights carrying international and domestic traffic throughput (arrivals and
departures) of at least 20,000 passengers a year. The passenger traffic volumes are the
estimated base flows of an economically viable airport with facilities to accommodate the
envisaged aircraft types. Currently eleven (11) airports are classified as international, (14)
fourteen are classified as principal class 1 and (19) nineteen are classified as principal class
2. Listing of the major airports as defined by Civil Aviation Authority of the Philippines (CAAP)
is in Tab 1.c.

 Tourist Service Centers - are staging areas for tourist destinations or spots. The Centers
should offer a variety of accommodation, restaurants, information centers, shopping and
personal services, airport or seaport or ferry terminal or land transport terminals, etc. The
Centers should also be strategically located and well integrated with an existing urbanized
area such as a city or town. Listing of the Tourist Service Centers (currently 188) as defined
by the Department of Tourism is in Tab 1.d.

 Provincial Capital - is usually the seat of the provincial government.

 Major National Government Infrastructure - includes permanent military installations,


national prisons, proclaimed national parks and special economic zones managed by the
Government. The military installations serve a national requirement or support function
designated by the Department of National Defense. National prisons and special economic
zones are designated by the concerned National Government agencies. Access roads to
hydropower, water-impounding and irrigation dams and power plants and other related
national infrastructure are the responsibility of the respective organizations carrying out the
operations (as also is the case in other countries). Once the schemes are constructed,
always including access roads, the maintenance becomes part of the plant operation budget.
Most of these schemes would be revenue generating.

 Urban Areas – are within the boundaries of a city with a population greater than 500,000.

 Functionality – the purpose of the road in a strategic and inter-regional sense rather than
its use in terms of traffic related to geometric features.

 Bypass Road – is a road intended to avoid or "bypass" a built-up area, town or barangay
to let through traffic flow without interference from local traffic, to reduce congestion in the
built-up area, and to improve road safety.

 Diversion Road – is a road that directly diverts the flow of traffic from an area to another
or to direct the flow of traffic from the usual route to another with the intention of reaching
the same destination at the same time reducing travel time/distance and lessening vehicle
operating costs of road users. Generally it is shorter than a bypass road.

 Backbone – is the main part of the road network system that carries the heaviest traffic
(particularly through traffic)
POPULATION DATA BY CITY
(2015 Census; decreasing figures)

1 Quezon City 2,936,116 42 San Fernando City 306,659


2 Manila City 1,780,148 43 Cabanatuan City 302,231
3 Davao City 1,632,991 44 Cotabato City 299,438
4 Caloocan City 1,583,978 45 Lucena City 266,248
5 Cebu City 922,611 46 San Pablo City 266,068
6 Zamboanga City 861,799 47 Tagum City 259,444
7 Taguig City 804,915 48 Puerto Princesa City 255,116
8 Antipolo City 776,386 49 Malolos City 252,074
9 Pasig City 755,300 50 Mabalacat City 250,799
10 Cagayan De Oro City 675,950 51 Navotas City 249,463
11 Parañaque City 665,822 52 Tacloban City 242,089
12 Dasmariñas City 659,019 53 Olongapo City 233,040
13 Valenzuela City 620,422 54 Talisay City 227,645
14 Bacoor City 600,609 55 Ormoc City 215,031
15 General Santos City 594,446 56 Meycauayan City 209,083
16 Las Piñas City 588,894 57 Marawi City 201,785
17 Makati City 582,602 58 Pagadian City 199,060
18 San Jose Del Monte City 574,089 59 Legazpi City 196,639
19 Bacolod City 561,875 60 Naga City 196,003
20 Muntinlupa City 504,509 61 Valencia City 192,993
21 Calamba City 454,486 62 San Carlos City 188,571
22 Marikina City 450,741 63 Panabo City 184,599
23 Iloilo City 447,992 64 Calbayog City 183,851
24 Pasay City 416,522 65 Kabankalan City 181,977
25 Angeles City 411,634 66 Koronadal City 174,942
26 Lapu-Lapu City 408,112 67 Malaybalay City 174,625
27 Imus City 403,785 68 Tanauan City 173,366
28 Mandaluyong City 386,276 69 Dagupan City 171,271
29 Malabon City 365,525 70 Bago City 170,981
30 Mandaue City 362,654 71 Toledo City 170,335
31 Santa Rosa City 353,767 72 Digos City 169,393
32 Baguio City 345,366 73 Sorsogon City 168,110
33 Iligan City 342,618 74 Roxas City 167,003
34 Tarlac City 342,493 75 Trece Martires City 155,713
35 Butuan City 337,063 76 Cadiz City 154,723
36 Biñan City 333,028 77 Surigao City 154,137
37 Lipa City 332,386 78 Tuguegarao City 153,502
38 Batangas City 329,874 79 Sagay City 146,264
39 San Pedro City 325,809 80 Ilagan City 145,568
40 General Trias City 314,303 81 Ozamiz City 141,828
41 Cabuyao City 308,745 82 Mati City 141,141

Note: Data may change from time to time.


POPULATION DATA BY CITY
(2015 Census; decreasing figures)

83 Kidapawan City 140,195


84 San Jose City 139,738
85 Danao City 136,471
86 Santiago City 134,830
87 Calapan City 133,893
88 Tabaco City 133,868
89 Urdaneta City 132,940
90 San Carlos City 132,536
91 Dumaguete City 131,377
92 Dipolog City 130,759
93 Cauayan City 129,523
94 Silay City 126,930
95 Gingoog City 124,648
96 San Juan City 122,180
97 San Fernando City 121,812
98 Carcar City 119,664
99 Bayawan City 117,900
100 Naga City 115,750
101 Isabela City 112,788
102 Iriga City 111,757
103 Ligao City 111,399
104 Laoag City 111,125
105 Tabuk City 110,642
106 Gapan City 110,303
107 Baybay City 109,432
108 Himamaylan City 106,880
109 Tagbilaran City 105,051
110 Samal City 104,123
111 Catbalogan City 103,879
112 Bayugan City 103,202
113 Cavite City 102,806
114 Talisay City 102,214

Note: Data may change from time to time.


Major Ports
as of December 2017

1
2
3
4
5
6
7 a del Norte
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25

Source: Philippine Ports Authority


List of Airports in the Philippines
as of February 2015

Source: Civil Aviation Authority of the Philippines (CAAP)

NO. CLASSIFICATION AIRPORT NAME LOCATION REGION

1 International Clark Int'l Airport Angeles City, Pampanga III


2 International Francisco Bangoy Int'l Airport Buhangin, Davao City XI
3 International General Santos Int'l Airport General Santos City, South Cotabato XII
4 International Iloilo Int'l Airport Cabatuan, Iloilo VI
5 International Kalibo Int'l Airport Kalibo, Aklan VI
6 International Laoag Int'l Airport Laoag City, Ilocos Norte I
7 International Mactan-Cebu Int'l Airport Mactan, Lapu-Lapu City, Cebu VII
8 International Ninoy Aquino Int'l Airport Authority Pasay City, Metro Manila NCR
9 International Puerto Princesa Int'l Airport Puerto Princesa City, Palawan IV-B
10 International Subic Bay Int'l Airport Subic Bay, Olongapo City III
11 International Zamboanga Int'l Airport Zamboanga City, Zamboanga del Sur IX
12 Principal Class 1 Awang Airport Awang, Maguindanao, Cotabato ARMM
13 Principal Class 1 Bacolod-Silay Int'l Airport Silay City, Negros Occidental VI
14 Principal Class 1 Bancasi Airport Butuan City, Agusan del Norte XIII
15 Principal Class 1 Daniel Z. Romualdez Airport San Jose, Tacloban City VIII
16 Principal Class 1 Dipolog Airport Dipolog City, Zamboanga del Norte IX
17 Principal Class 1 Laguindingan Airport Laguindingan, Misamis Oriental X
18 Principal Class 1 Legazpi Airport Legazpi, Albay V
19 Principal Class 1 Naga Airport San Jose, Pili, Camarines Sur V
20 Principal Class 1 Pagadian Airport Pagadian City, Zamboanga sel Sur IX
21 Principal Class 1 Roxas Airport Roxas City, Capiz VI
22 Principal Class 1 San Jose Airport San Jose, Occidental Mindoro IV-B
23 Principal Class 1 Sibulan Airport Dumaguete, Negros Oriental VII
24 Principal Class 1 Tagbilaran Airport Tagbilaran City, Bohol VII
25 Principal Class 1 Tuguegarao Airport Tuguegarao, Cagayan II
26 Principal Class 2 Basco Airport Basco, Batanes II
27 Principal Class 2 Calbayog Airport Trinidad, Calbayog, Western Samar VIII
28 Principal Class 2 Camiguin Airport Mambajao, Camiguin X
29 Principal Class 2 Catarman Airport Poblacion, Catarman, Northern Samar VIII

30 Principal Class 2 Cuyo Airport Magsaysay, Palawan IV-B


31 Principal Class 2 Evelio B. Javier Airport San Jose de Buenavista, Antique VI
32 Principal Class 2 Francisco B. Reyes Airport Coron Island, Palawan IV-B
33 Principal Class 2 Godofredo P. Ramos Airport Malay, Aklan VI
34 Principal Class 2 Jolo Airport Jolo, Sulu ARMM
35 Principal Class 2 Loakan Airport Brgy. Loakan, Baguio City CAR
36 Principal Class 2 Marinduque Airport Gasan, Marinduque IV-B
37 Principal Class 2 Moises R. Espinosa Airport Masbate City, Masbate V
38 Principal Class 2 Ormoc Airport Ormoc City, Southern Leyte VIII
39 Principal Class 2 Sanga-Sanga Airport Bangao, Tawi-Tawi, Sulu ARMM
40 Principal Class 2 Sayak Airport Siargao Island, Surigao del Norte XIII
41 Principal Class 2 Surigao Airport Surigao City, Surigao del Norte XIII
42 Principal Class 2 Tandag Airport Tandag, Surigao del Sur XIII
43 Principal Class 2 Tugdan Airport Tugdan, Alcantara, Romblon IV-B
44 Principal Class 2 Virac Airport Virac, Catanduanes V

Note: Data may change from time to time.


List of Tourist Service Centers
as of May 2018

NO TOURIST SERVICE CENTER REGION


1 Caloocan NCR
2 Las Piñas NCR
3 Makati City NCR
4 Mandaluyong NCR
5 Manila NCR
6 Marikina NCR
7 Muntinlupa NCR
8 Navotas NCR
9 Parañaque NCR
10 Pasay Cty NCR
11 Pasig City NCR
12 Quezon City NCR
13 San Juan NCR
14 Taguig NCR
15 Valuenzuela NCR
16 Baguio City (Benguet) CAR
17 Banaue (Ifugao) CAR
18 Bauko (Mountain Province) CAR
19 Buguias (Benguet) CAR
20 La Trinidad (Benguet) CAR
21 Lagawe (Ifugao) CAR
22 Luna (Apayao) CAR
23 Sagada (Mountain Province) CAR
24 Tabuk City (Kalinga) CAR
25 Bauang (La Union) I
26 Calasiao (Pangasinan) I
27 Candon (Ilocos Sur) I
28 Currimao (Ilocos Norte) I
29 Dasol (Pangasinan) I
30 Laoag City (Ilocos Norte) I
31 Mangatarem (Pangasinan) I
32 Pagudpud (Ilocos Norte) I
33 San Fernando (La Union) I
34 San Juan (La Union) I
35 Sudepen (La Union) I
36 Vigan (Ilocos Sur) I
37 Abulug (Cagayan) II
38 Alicia (Isabela) II
39 Aparri (Cagayan) II
40 Aritao (Nueva Vizcaya) II
41 Bagabag (Nueva Vizcaya) II
42 Baggao (Cagayan) II
43 Ballesteros (Cagayan) II
44 Basco (Batanes) II
45 Bayombong (Nueva Vizcaya) II
46 Cabarroguis (Quirino) II
47 Cabatuan (Isabela) II
48 Calayan (Cagayan) II
49 Cauayan City (Isabela) II
50 Claveria (Cagayan) II
51 Cordon (Isabela) II
52 Diffun (Quirino) II
53 Gamu (Isabela) II
54 Gonzaga (Cagayan) II
55 Ilagan City (Isabela) II
56 Itbayat (Batanes) II
57 Kasibu (Nueva Vizcaya) II
58 Lal-Lo (Cagayan) II
59 Maddela (Quirino) II
60 Nagtipunan (Quirino) II
61 Penablanca (Cagayan) II
62 Roxas (Isabela) II
63 Sabtang (Batanes) II
64 San Mateo (Isabela) II
65 Santa Ana (Cagayan) II
66 Santiago City (Isabela) II
67 Solano (Nueva Vizcaya) II
68 Sta. Fe (Nueva Vizcaya) II
69 Tuguegarao City (Cagayan) II
70 Angeles City (Pampanga) III
71 Bacolor (Pampanga) III
72 Baliuag (Bulacan) III
73 Bustos (Bulacan) III
74 Cabanatuan City (Nueva Ecija) III
75 Gapan (Nueva Ecija) III
76 Gen. Tinio (Nueva Ecija) III
77 Guagua (Pampanga) III
78 Mabalacat (Pampanga) III
79 Malolos (Bulacan) III
80 Marilao (Bulacan) III
81 Meycauayan (Bulacan) III
82 Olongapo City (Zambales) III
83 Pulilan (Bulacan) III
84 San Fernando (Pampanga) III
85 San Jose City (Nueva Ecija) III
86 San Jose Del Monte (Bulacan) III
87 Santa Maria (Bulacan) III
88 Santa Rita (Pampanga) III
89 Santa Rosa (Nueva Ecija) III
90 Subic (Zambales) III
91 Tarlac (Tarlac) III
92 Alitagtag (Batangas) IV-A
93 Amadeo (Cavite) IV-A
94 Angono (Rizal) IV-A
95 Antipolo (Rizal) IV-A
96 Bacoor (Cavite) IV-A
97 Balayan (Batangas) IV-A
98 Batangas City (Batangas) IV-A
99 Binangonan (Rizal) IV-A
100 Cabuyao (Laguna) IV-A
101 Cainta (Rizal) IV-A
102 Calamba (Laguna) IV-A
103 Candelaria (Quezon) IV-A
104 Carmona (Cavite) IV-A
105 Catanauan (Quezon) IV-A
106 Imus (Cavite) IV-A
107 Laurel (Batangas) IV-A
108 Lemery (Batangas) IV-A
109 Lipa City (Batangas) IV-A
110 Los Baños (Laguna) IV-A
111 Lucban (Quezon) IV-A
112 Lucena City (Quezon) IV-A
113 Mabini (Batangas) IV-A
114 Malvar (Batangas) IV-A
115 Mataas na Kahoy (Batangas) IV-A
116 Mendez (Cavite) IV-A
117 Nagcarlan (Laguna) IV-A
118 Padre Garcia (Batangas) IV-A
119 Pila (Laguna) IV-A
120 Rosario (Batangas) IV-A
121 San Jose (Batangas) IV-A
122 San Juan (Batangas) IV-A
123 San Mateo (Rizal) IV-A
124 San Pablo City (Laguna) IV-A
125 Santa Cruz (Laguna) IV-A
126 Santa Rosa (Laguna) IV-A
127 Santo Tomas (Batangas) IV-A
128 Taal (Batangas) IV-A
129 Tagaytay City (Cavite) IV-A
130 Tanauan (Batangas) IV-A
131 Tayabas (Quezon) IV-A
132 Taytay (Rizal) IV-A
133 Teresa (Rizal) IV-A
134 Tiaong (Quezon) IV-A
135 Boac (Marinduque) IV-B
136 Busuanga (Palawan) IV-B
137 Calapan (Oriental Mindoro) IV-B
138 Calintaan (Occidental Mindoro) IV-B
139 Coron (Palawan) IV-B
140 Cuyo (Palawan) IV-B
141 El Nido (Palawan) IV-B
142 Looc (Romblon) IV-B
143 Narra (Palawan) IV-B
144 Puerto Galera (Oriental Mindoro) IV-B
145 Puerto Princesa City (Palawan) IV-B
146 Romblon (Romblon) IV-B
147 San Jose (Occidental Mindoro) IV-B
148 San Jose (Romblon) IV-B
149 San Vicente (Palawan) IV-B
150 Daraga (Albay) V
151 Donsol (Sorsogon) V
152 Guinobatan (Albay) V
153 Iriga City (Camarines Sur) V
154 Legaspi City (Albay) V
155 Magarao (Camarines Sur) V
156 Naga City (Camarines Sur) V
157 Tabaco (Albay) V
158 Bacolod City (Negros Occidental) VI
159 Culasi (Antique) VI
160 Escalante (Negros Occidental) VI
161 Estancia (Iloilo) VI
162 Ibajay (Aklan) VI
163 Iloilo City (Iloilo) VI
164 Kabangkalan (Negros Occidental) VI
165 Kalibo (Aklan) VI
166 Malay (Aklan) VI
167 Numancia (Aklan) VI
168 Passi (Iloilo) VI
169 Roxas City (Capiz) VI
170 San Carlos City (Negros Occidental) VI
171 Sipalay (Negros Occidental) VI
172 Victorias (Negros Occidental) VI
173 Baclayon (Bohol) VII
174 Cebu City (Cebu) VII
175 Danao (Cebu) VII
176 Dauin (Negros Oriental) VII
177 Dauis (Bohol) VII
178 Lapu-Lapu City (Cebu) VII
179 Mandaue City (Cebu) VII
180 Panglao (Bohol) VII
181 San Juan (Siquijor) VII
182 Santander (Cebu) VII
183 Tagbilaran City (Bohol) VII
184 Ormoc City (Leyte) VIII
185 Dapitan City (Zamboanga del Norte) IX
186 Dipolog City (Zamboanga del Norte) IX
187 Molave (Zamboanga del Sur) IX
188 Pagadian City (Zamboanga del Sur) IX
189 Zamboanga City IX
190 Balinguan (Misamis Oriental) X
191 Cagayan de Oro City (Misamis Oriental) X
192 Iligan Ciity (Lanao del Norte) X
193 Lala (lanao del Norte) X
194 Lantapan, Bukidnon X
195 Mambajao (Camiguin) X
196 Manolo Fortich (Bukidnon) X
197 Opol (Misamis Oriental) X
198 Oroquieta City (Misamis Occidental) X
199 Ozamis City (Misamis Occidental) X
200 Valencia (Bukidnon) X
201 Davao City (Davao del Sur) XI
202 Digos (Davao del Sur) XI
203 Tagum (Davao del Norte) XI
204 Cotabato City XII
205 General Santos City XII
206 Glan (Sarangani) XII
207 Koronadal (South Cotabato) XII
208 Malungon (Sarangani) XII
209 Midsayap (North Cotabato) XII
210 Norala (South Cotabato) XII
211 Polomolok (South Cotabato) XII
212 Surallah (South Cotabato) XII
213 Takurong (Sultan Kudarat) XII
214 Butuan City (Agusan del Norte XIII

Source: Department of Tourism


ATTACHMENT __2__

REQUIREMENTS FOR BYPASSES TO BE CONSIDERED FOR CONVERSION:


1. Feasible Result of Feasibility Study;

2. The bypass terminal points/junction must be situated beyond the existing urbanized
areas along the existing alignment;

3. The selected alignment corridor(s) must be available for acquisition and be largely
free of development;

4. Upgrading of existing alternate routes/roads that have development within the Right
of Way must not be considered as an option for any bypass;

5. Any proposed corridor(s) must connect the same route, or connect to a road with
same road classification;

6. The land along any new corridor must be protected against development to enable
the road to continue to maintain the designed level of service;

7. All bypasses must provide equal or better service standards to the roads they
connect;

8. The existing alignment must be reclassified to an appropriate National Road


Classification upon opening the bypass to traffic. The proposed Road Classification of
the existing alignment must be explicitly defined in the Feasibility Study, subject to
DPWH functional and technical criteria on classifying National Roads;

9. All bypasses must be designed to take through traffic and alleviate congestion along
the existing alignment; and

10. Regional Development Council endorsements must be secured prior to funding the
construction of bypasses.
Department of Public Works and Highways
ROAD CLASSIFICATION/CONVERSION
EVALUATION SHEET

DESCRIPTION
Name of Road Section
Location
Current Road Classification National Road Provincial Road City Road Unclassified Road
Municipal Road Barangay Road Private Road
Requested Type of Classification from Local Road into a National Road
from National Road into a Local Road

ROAD FUNCTIONAL CLASSIFICATION CRITERIA


a.) Primary Roads A contiguous length of significant road sections extending linearly withou any
breaks or forks that connect major cities (At least 100,000 population)
comprising the main trunkline or the backbone of the National Road System

b.) Secondary Roads Directly connect cities to national primary roads, except in metropolitan areas
Directly connect major ports and major ferry terminals to national primary roads
Directly connect major airports to national primary roads
Directly connect tourist service centers to national primary roads
Directly connect cities (not included in the category of major cities)
Directly connect provincial capitals within the same region
Directly connect major national government infrastructures to national primary roads
or other national secondary roads

c.)Applicable only for Bypasses/Diversion Roads


Primary/Secondary
Roads Roads that would connect or fill the gap between the adjoining national roads (protruding) to form
a continuous national road network.
d.) Tertiary Roads Other existing roads under the DPWH which perform local function

TECHNICAL DESCRIPTION OF THE SUBJECT ROAD


1. Road Alignment The whole stretch is already existing
With missing links or gaps
Not yet existing (trail only)

2. Road Right-of-Way Existing ROW is equal to or more than 20 meters


Existing ROW is less than 20 meters
ROW of the whole stretch is already acquired with pertinent acqusiton documents
(i.e. Deed of Sale or Donation)
Certification from concerned officials/offices that RROW is already acquired
ROW partially acquired or not yet acquired

3. Road Standard Carriageway width is equal to or more than 6 meters


Surface type is of gravel or higher level of pavement
Road is generally in maintainable condition
The road is below the standard for a national road

1. Passed the Classification Criteria Yes No


`
2. Complied with technical requirements Yes No Not applicable
3. Conclusion

Evaluated By: Reviewed By:

Signature over printed name Signature over printed name


Department of Public Works and Highways
ROAD CLASSIFICATION/CONVERSION
INVENTORY SURVEY FIELD SHEET
Form No. Date
Classification Assessor
Road Name
Location
KM. STATION CARRIAGEWAY CULVERT BRIDGE TRAF- RIGHT-OF-WAY
Start End Type Width Cond Type Barrels Size Name Type Length FIC Width Status

COMPLIANCE WITH THE CRITERIA


CATEGORY NAME LOCATION DESCRIPTION
Republic of the Philippines
DEPARTMENT OF PUBLIC WORKS AND HIGHWAYS
OFFICE OF THE SECRETARY
Manila

04 SfP 2018
DEPARTMENT ORDER ) SUBJECT: DPWH Enterprise Data Glossary
)

NO. _ 134 )
)
Series of 2010~~'n'

In order to ensure data quality and establish consistent information across all information
systems implemented in the Department, the DPWH Enterprise Data Glossary (EDG) has
undergone revisions and has been republished and is available on the Department's
Intranet website at the link http://dpwhweb/DataGlossaryj.

In view of this, it is reiterated that all Offices and personnel are hereby instructed to refer
and use the terms and definitions prescribed in the Data Glossary when creating manuals,
policies, reports, and applications. Further, the attached Guidelines for the Definition of
Proposed Business Terms of the Department (Annex A) is hereby issued.

The Information Management Service (IMS) is hereby authorized to issue updates, as


needed, and republish said updates with notification through Memorandum only.

This Order supersedes Department Order No. 114, Series of 2016, and shall take effect
immediately.

11,1.1 EBM/ETC/ZDA
Departrrent of Public Works and Highways
Office of the Secretary

1111111111111111111111111111111111111
WIN8P01666
D.O. No. I~t/. Series of 2018
Guidelines on the Definition of Proposed Business Terms of the Department
Page 1 of 4

ANNEX A
GUIDELINES ON THE DEFINmON OF PROPOSED BUSINESS TERMS OF THE
DEPARTMENT

Business Terms are common words, phrases or vocabularies used by the Department in its
day-to-day operation and/or in the conduct of its business.

Definition of business terms are to be coordinated with the Data Administration Section
(DAS), Business Innovation Division (BID), Information Management Service (IMS) by the
respective Business Data Stewards as identified in Special Order No.4, Series of 2017.
Roles, i.e., Project Manager, Project Engineer, Bridge Engineer, etc. are not included in the
Enterprise Data Glossary. All proposed business terms shall be defined using the following
guidelines:

1. Ensure that a business term should have a data category as identified in Special
Order No.4, Series of 2017;

Data Category
Location and Infrastructure (including LRS, Organization (and Administrative
inventory and condition) Boundaries)
Plan and Prooram (Multi-Year) Data Budoet
Annual Program and Project Data Finance
Socia-Economic Data Contract
Environment Staff
Traffic Data Inventorv
Traffic Accident Data

2. Use the word 'Alias' for multiple business terms having the same definition;

Example:
Data
Category
Data Item I Term Definition

Organization Congressional District Alias Electoral constituency pertaining to a member


Legislative District of the House of Representatives.

3. Identify the business term's source of definition;

Example:
Data
Category
Data Item I Term Definition SOurce

Organization Congressional District Alias Electoral constituency Defined thru Data


Legislative District pertaining to a member Glossary Workshop
of the House of dated 4/12/2016
Representatives.

4. Identify the primary information system implemented in the Department where the
business term is used, i.e., MYPS;

Example:
Data Data Item I Definition SOurce
Primary
Category Term Application
Organization Congressional Electoral constituency Defined thru RBIA, MYPS,
District Alias pertaining to a Data Glossary eNGAS
Legislative member of the House Workshop
District of Representatives. dated
4/12/2016
D.O. No.1ai, Series of 2018
Guidelines on the Definition of Proposed Business Terms of the Department
Page 2 of 4

5. Ensure that the term being defined is not used in the definition;

Example:
Data Data Item Definition Primary
Source
Category I Term From To Application
Contract Certificate of A certificate A document Defined PCMA
Acceptance issued after issued after thru
successful successful 5/4/2018
completion of all completion of workshop
contractual all contractual
obligations, obligations,
requirements, requirements,
and and
specifications, specifications,
including any including any
required required
correction of correction of
defects. defects.

6. Place the acronym beside the Term, enclosed in parentheses, if there is an


equivalent acronym of the businessterm;
Example:
Data Data Item I Definition Source
Primary
Category Term Application
Finance Engineering and An estimated amount Defined thru MYPS, PCMA,
Administrative needed to cover Data Glossary I ROW
Overhead (EAO) indirect expenses of Workshop
the project. dated
9/23/2016

7. Differentiate a data element from other data elements through the definition.

Example:
Data Data Definition Source
Category Item/Term
Annual Construction The process of building infrastructure, Defined thru
Program and including but not limited to new Data Glossary
Project Data construction, improvement, upgrading, Workshop
and rehabilitation. dated
4/1/2016
Annual New A grouping of types of work associated Defined thru
Program and Construction with the building of a new Data Glossary
Project Data infrastructure or facility, such as a Workshop
road, bridge, flood control structure or dated
other structures, e.g. School, Hospital, 4/1/2016
etc.

8. Distinguish between description and definition, and when to use description to


support the definition in defining the businessterm; and

A DEFINmON is a short meaning of a concept or a phenomenon. It is free of


embedded rationale, functional usage, domain information, or procedural
information. It serves to only give the general meaning and common, shared
characteristics of a defined term, and often only provides a very general idea of the
term.
D.O. No. ta'l. Series of 2018
Guidelines on the Definition of Proposed Business Terms of the Department
Page 3 of 4

A DESCRIPTION frequently has more details than a definition containing detailed


characteristics of a concept or a phenomenon. It seeks to explain the attributes and
properties of a term.

Definition Description
Warranty Security Warranty Security

The financial instrument submitted by the A formal guarantee from the Contractor to
contractor/supplier/Local Government perform responsibility due to Structural
Unit (LGU) concerned in the form of cash, Defects in the form of:
letter of credit, bank guarantees, surety • Cash of Letter of Credit issued by a
bond callable on demand, to guarantee Universal or Commercial Bank (5% of
against structural defects/failures in the the contract price);
case of works, or against manufacturing • Bank guarantee confirmed by a
defects in the case of goods, during the Universal or Commercial Bank (10% of
applicable warranty period after project the contract price);
acceptance. • Surety bond callable upon demand
issued by GSISor a surety or insurance
company duly certified by the
Insurance Commissionas authorized to
issue such security (30% of the
contract price);

Denominated in Philippine Pesos, remain


effective for one (1) year from the date of
issuance of the Certificate of Final
Acceptance by the procuring entity, and
returned only after the lapse of the said
one (1) year period.

Source: Source:
Adapted from RA 9184, Sec. 62 and Definition from RA9184, Sec. 62.2.3
Appendix 1; Refined thru Data Glossary I
Workshop dated 4/12/2016 I

9. Ensure that the phrase "Refers to" is not used in the definition.

The proposed business terms shall be the basis for the updating of the Enterprise Data
Glossary. Use the attached Proposed Business Term form for all proposed terminologies.
D.O. No. 13r. Series of 2018
Guidelines on the Definition of Proposed Business Terms of the Department
Page 4 of 4

Proposed Business Terms

Data
Business Term Definition Source Primary Application
Category

See Special The source of the The information


Order No. 4, definition, i.e., system implemented in
Series of integration meeting the Department using
2017 dated 1/1/2018 the business term, i.e.,
MYPS

Submitted by: Concurred by:

(Proponent) (Business Data Steward)


t99? /3./)/'';#

Republic of the Philippines II) ~~ -,U)/ I'


DEPARTMENT OF PUBLIC WORKS AND HIGHWAYS
OFFICE OF THE SECRETARY
Manila

o8 OCT 20tS

DEPARTMENT ORDER ) SUBJECT: Strategic and Operational


) Planning Policies and

No. 147 _
)
)
Procedures

Series of 201~tD't·1f

To further institutionalize long-term strategic planning and implement systematically the


DPWH strategic programs, policies and projects consistent with its mandate, and in line with
the thrust on good governance and results-based performance management to achieve
organizational goals, the following guidelines and procedures on strategic and operational
planning are hereby prescribed:

I. DEFINITION OF TERMS

Strategic Planning - is an organizational management activity used to assess and adjust


the organization's direction, set priorities, optimize resources, strengthen operations, and
align units and people toward achieving intended goals, outcomes and results.

Operational Planning - is the process of linking the agency's and offices' long-term
strategic plans into the operations of units and personnel during a given period (semi-annual
or annual).

Balanced Scorecard - is a performance measurement framework that added non-financial


performance measures to traditional financial metrics to give executives a more balanced
view of organizational performance. Originated by Dr. Robert Kaplan and Dr. David Norton,
it connects strategy formulation with strategy execution with a view towards achieving
breakthrough results.

Performance Governance System (PGS) - is a strategic planning and management


system based on the Balanced Scorecard framework adapted to Philippine governance
setting.

PGS Strategy Map - is a visual presentation that describes the process in achieving
organizational goals through a series of cause-and-effect linkages among objectives. It
shows the agency's vision, mission, core values, goals and objectives.

PGS Scorecard - is a matrix showing the strategic performance measures of the agency or
an office, the measure's baseline, targets, accomplishments (when applicable), and the
responsible units/teams for one or group of measures.

PGS Measure - is a key strategic performance indicator used to evaluate how effectively
the agency is in achieving its strategic objective.
Department Order No. 1ft Series of 2018:
Strategic and Operational Planning Policies and Procedures
Page 2 of 4

Measure Profile - is a form that specifies the operational mechanisms (target setting,
reporting and monitoring) and details of a PGS Measure (refer to Appendix A).

Measure Team - is a cross-functional group composed of personnel across the


organization with complementary functional expertise or multidisciplinary skills, responsible
for managing a PGS Measure.

Measure Manager - is a Head of an Office/Division designated to lead a Measure Team in


managing a PGS Measure.

PGS Initiative - is a strategic program or project, outside the organization's day-to-day


operational activities, that is designed to help the organization achieve its targeted
performance in one or more strategic performance measures of the agency or an office.

Initiative Profile - is a form that provides information such as project milestones,


deliverables/outputs, timeline, status and responsible units of a PGS Initiative (refer to
Appendix B).

II. POLICIES AND PROCEDURES

1. The Department shall adopt the Performance Governance System/Balanced


Scorecard framework as its strategic planning and management tool to guide the
participatory strategic planning process (refer to Appendix C).

2. The Executive Committee shall meet at least once every three (3) years, or as the
need arises, to review, reaffirm and/or clarify the agency's purpose (mission), its
aspiration for future results (vision), and its principles that guide its actions (core
values) consistent with its mandate. These charter statements guide the formulation
and execution of the strategic and operational plans.

3. The PGS Steering Committee, Technical Working Group (TWG) and Secretariat (refer
to Department Order No. 141, Series of 2017, or latest issuance) shall spearhead the
strategic planning sessions involving key officials in identifying key result areas and
setting strategic goals and objectives with respect to organizational outcomes, major
final outputs, and core and support processes improvements that will be translated
into a Strategy Map.

3.1 The Corporate Planning and Management Division (CPMD) shall perform
external and internal analysis of the organization's strengths, weaknesses,
opportunities and threats using assessment tools such as, but not limited to,
PESTEL Analysis, Value Chain Analysis, and SWOT Analysis, wherein the
results will serve as inputs into the strategic planning sessions.

3.2 An associated PGS Scorecard with measures (or key performance indicators)
and targets for each of the map's strategic objectives and a Measure Profile
corresponding to each measure shall be established.

3.3 Measure ManagersjTeams shall be designated and must meet at least


quarterly to monitor the progress, identify issues and provide
recommendations on one or a group of PGS Measures. Further, the Measure
ManagersjTeams shall develop and submit a portfolio of agency-wide PGS
Initiatives with corresponding Initiative Profiles and proposed budget.
Department Order No.lf2, Series of 2018:
Strategic and Operational Planning Policies and Procedures
Page 3 of 4

3.4 The following outputs of these strategic planning sessions will form part of
the Department's Strategic Plan:

a) PGSStrategy Map
b) PGSDepartment Scorecard
c) Department Measure Profiles
d) Department Initiative Profiles

3.5 After evaluation of the outputs, the PGS Steering Committee shall
recommend the Department's Strategic Plan to the Secretary for approval.
The approved Department Strategic Plan shall be adopted and enforced
through an issuance of a Department Order (refer to Department Order No. 82,
Series of 2017, or latest issuance).

4. Review meetings for the Department Strategic Plan shall be done at least semi-
annually (midyear and year-end review) while status reporting of Measures'
accomplishments shall be done at least quarterly (refer to Appendix D for the timeline).

4.1 When necessary, incremental changes and updates resulting from the review
meetings of the Department Strategic Plan shall be reflected when
recommended by the PGS Committee Chairperson and approved by the
Secretary. These changes must be clearly disseminatedto all concerned.

4.2 In case of transformational changes and updates, the strategy development


process shall re-commence starting with the Executive Committee who will
review the mission, vision and core values consistent with the mandate.

5. Each Office (Bureau/Service/Cluster/Regional Office) shall conduct its operational


planning session at least annually.

5.1 The objective in the conduct of operational planning sessions is the


formulation/updating of the following:

5.1.1 For Central Offices, PGS Initiatives (Use PGS Form 001. See
Annexes A, Band C for the guidelines in accomplishing this form, or
latest issuance) aligned with the Department Strategic Plan, subject
for approval by the concerned Undersecretary

5.1.2 For Regional Offices, PGS Measures identical with or contributory to


the Department PGS Measures (with Measure Profiles), to be
recommended by the concerned Undersecretary, subject for approval
by the PGSCommittee Chairperson

5.2 Each Office may request assistance and resource persons from the PGS
Committee, TWG and the CPMD in the conduct of its operational planning
sessions.

5.3 Office Measure ManagersjTeams shall be designated and must meet at least
quarterly to monitor the progress, identify issues, and provide
recommendations on one or a group of measures.
Department Order No.l!/1, Series of 2018:
Strategic and Operational Planning Policies and Procedures
Page 4 of 4

6. To operationalize the Strategic Plan of the Department and its Offices, performance
targets and outputs shall be cascaded down to the Division/District Engineering
Office (DEO) and Individual Levels through the Strategic Performance Management
System (SPMS) procedures based on the latest DPWH-SPMS Manual (refer to Appendix
E Cascading Framework).

7. Funding for the strategic programs, projects and initiatives of the Department and
Office must be given priority in the preparation and evaluation of budget proposals
and in the submission of funding requests.

8. Strategic Plans, and subsequent changes, must be communicated to internal and


external stakeholders for improved engagement and increased participation in the
implementation of the strategy. The Stakeholders Relations Service (SRS), in
coordination with the CPMD, shall lead in the development/updating and
implementation of a Strategic Communications Plan and branding (e.g., "Konkreto
2022'1·

9. To further increase transparency and foster multi-stakeholder engagement, the


DPWH Multi-Stakeholder Governance Council (MSGC) composed of representatives
from the national government, academe, construction industry, consulting
organizations, civil society groups, professional associations, business and private
sectors, shall serve as the Department's advisory and support body in the planning,
implementation and monitoring of the strategic policies, programs, and projects.
Upon the recommendation of the DPWH-MSGC and the after the conduct of capacity
building for the Heads of Offices in the regions, Regional MSGCs may be established
to address regional concerns.

The PGS Steering Committee & TWG, and the CPMD shall periodically review these strategic
and operational guidelines to ensure effective and efficient implementation.

This Order supersedes the following issuances and shall take effect immediately:

a. Department Order No. 12, series of 2002: "Agency Performance Indicators"


b. Department Order No. 113, series of 2004: "Agency Performance Indicators"
c. Department Order No. 200, series of 2004: "DPWH Strategic Plan (Strat Plan) and
Preparation of Annual Strategies and Operational Plans"

~~--
MARK A. VILLAR
Secretary

End: (1) Annexes A, B & C - Guidelines in Accomplishing PGS Form 001


(2) Appendices A-Measure Profile; B-Initiative Profile; C-Process Framework; D-Strat Planning Timeline; E-Cascading
Framework

1.3 JCD/CAUrjMCEC

Departrrent of PUblic Works and Highways


Office of the Secretary

1111111111111111111111111111111111111
WIN8H01338
DEPARTMENT OF PUBLIC WORKS AND HIGHWAYS
PERFORMANCE GOVERNANCE SYSTEM

2018 2ND LEVEL SCORECARD


<TEXT 1>

<TEXT 2>
PGS Form 001
Strategy Alignment
Objective: <TEXT 3>

Measure/s: <TEXT 4>

Proposed Strategic Contributions

2017 Baseline 2018 Deliverable

<TEXT 5> <TEXT 6>

Encl: ANNEX A - Guidelines in accomplishing PGS Form 001


ANNEX B - Alignment of Offices to PGS Objectives/Measures
ANNEX C - Criteria for Strategic Initiatives

Prepared by: Noted by:

<TEXT 7> <TEXT 8>


Division Chief Bureau/Service/Cluster Director
ANNEX A

Guidelines in accomplishing PGS Form-001

Entry Instructions

<TEXT 1> Enter the name of the Bureau/Service/UPMO Cluster.

Enter the name of the Division responsible to accomplish the proposed strategic
<TEXT 2> initiatives.

In the currently released DPWH Strategy Map in the Department Order 82 series of
2017: ‘Adoption of DPWH Performance Governance System (PGS) Strategy Map and
Enterprise Scorecard 2017-2022’, identify which objective your office is aligned
<TEXT 3> with. Please see Annex B as reference. It is possible that the Bureau/Service/Cluster
is aligned to various objectives. However, after finalizing entries for <TEXT 6> and
<TEXT 5>, the Division must only include those objectives that the proposed
strategic initiatives are contributing to.
In reference to the assigned objective from the Strategy Map, identify which
measure/s that your proposed strategic initiatives are aligned. Please see Annex B
as reference. It should be noted that objectives have specific underlying measures;
this means that only measures under the objective written in <TEXT 3> can be
<TEXT 4> written in this entry. It is possible that the Bureau/Service/Cluster is aligned to
various measures. However, after finalizing entries for <TEXT 6> and <TEXT 5>,
the Division must only include those measures that the proposed strategic initiatives
are contributing to.
These entries are the most crucial. <TEXT 6> pertains to the identified proposed
strategic initiatives in forms of deliverables. By strategic initiatives, the PGS refers to
results, outputs and actions that can improve the current operations of your unit
which can directly or indirectly contribute to the accomplishment of the aligned
measures/objectives for 2018. It should be noted that offices should resist the
temptation to choose and decide quickly. Experience shows that the more ideas
<TEXT 6> generated, the higher the quality of the ideas. Your offices may have also conducted
previous target planning and setting for 2018 thus, outputs from these sessions can
be utilized.

For additional criteria on determining your offices’ strategic initiatives, please see
Annex C.
In every strategic initiative identified which has to be accomplished for 2018,
determine the situation in 2017 wherein the strategic initiative has not been
implemented. This baseline situation per strategic initiative shall be entered in
<TEXT 5> <TEXT 5>.

This could be the absence of certain systems or current operational tasks that can be
improved by the corresponding initiative, once implemented.

<TEXT 7> Enter the name and signature of the Division Chief

<TEXT 8> Enter the name and signature of the Head of Office

General Notes:

1. If a Bureau/Service/Cluster has ‘n’ number of Divisions, the Head of Office must also
submit ‘n’ number of accomplished PGS Form-001, each pertaining to one (1) division.
2. It is highly encouraged that all Division Chiefs and Section Chief undergo a small group
discussion to be able to come up with substantial proposed Strategic Initiatives.
ANNEX B

Alignment of Offices to PGS Objectives/Measures

OBJECTIVE # MEASURE OPR


Reduce travel time 1 Percent reduction in travel time in every priority corridor Planning Service

Kilometers of national roads along priority corridors widened to at least 4 lanes


2
Increase road network with complete features
Planning Service
capacity Number of bypass/diversion road and grade separation projects along priority
3
corridors completed to at least 4 lanes with complete features

Cumulative length in kilometers of expressways implemented through PPP Public-Private


4
Construct new roads & completed, operated and opened to traffic Partnership Service
bridges to enhance
5 Kilometers of new roads constructed to close gaps in the national road network
national road system Planning Service
7 Long span bridges completed
Number of pertinent regions/UPMO clusters with newly completed road projects
8 in the priority corridors meeting an international roughness index (IRI) of no
Improve road quality & more than 3.00 m/km
safety
Number of fatal accidents prevented per year covered for every countermeasure
9
implemented
Meet international Bureau of Quality and
% of newly completed road projects in the priority corridors meeting an
standard for road surface 10 Safety
international roughness index (IRI) of no more than 3.00 m/km
quality
Number of accident black spots as per traffic accident data along national roads
Provide engineering 11
with technical studies
solutions to road safety
concerns % of critical intersections along national roads in the priority corridors with
12
completed traffic engineering interventions

% of vulnerable bridges retrofitted/replaced passable during and after disasters


13.a
of magnitude within design parameters

% of vulnerable roads with slope protection projects passable during and after Bureau of
13.b
Protect lives & properties disasters of magnitude within design parameters Maintenance
from natural disasters
% of reported closed road sections after disasters cleared and opened to traffic
13.c
within the required response time calibrated to the magnitude of the disasters
Reduced number of municipalities affected by flooding in the core areas of
14 UPMO-FCMC
major and priority principal river basins
Number of completed flood control Master Plans/Feasibility Studies for major
15.a
river basins

Number of major river basins with completed flood control projects as prescribed
15.b
in the Master Plans/ Feasibility Studies
Mitigate flood damage in
UPMO-FCMC
major river basins Number of completed flood control Master Plans/ Feasibility Studies for priority
16.a
principal river basins (except major river basins)

Number of priority principal river basins (except major river basins) with
16.b completed flood control projects in the core areas as prescribed in the Master
Plans/ Feasibility Studies
Number of bridges along the primary roads in the identified vulnerable areas
17 Planning Service
Build disaster-resilient made resilient
structures in calamity Linear meters of slope protection along the primary roads in the identified
prone areas 18 vulnerable areas completed and compliant with the latest DPWH standards and Planning Service
specifications
Number of feasibility studies for inter-island linkage projects (long span bridges)
6
completed
Institutionalize multi-year
% of projects costing more than one (1) Billion pesos identified in the Master Planning Service
planning
19 Plans* for medium-term implementation (2023 – 2028) with completed
Feasibility Studies
20.a % of implementing offices with at least VS rating in the annual Design Audit Bureau of Design
Conform with design
% of implementing offices with at least VS rating in the annual Quality Bureau of Quality and
standards 20.b
Assurance Audit Safety
ANNEX B: Alignment of Offices to PGS Objectives/Measures
Page 2 of 2

% of implementing offices awarding at least 75% of total capital outlay for


21
Expedite procurement regular infrastructure by end of first semester
Procurement Service
process % of total capital outlay for regular infrastructure with releases up to the end of
22
3rd quarter awarded by the end of the funding year
Comply with maintenance % of districts with at least VS rating as to compliance with policy guidelines on Bureau of
23
standards maintenance of roads and bridges Maintenance
Lane kilometers of roads constructed/ improved connecting economic zones to
24
the national road network as identified through the DTI-DPWH convergence
Connect convergence Lane kilometers of roads constructed/ improved connecting tourism areas to the
road projects to the 25 Planning Service
national road network as identified through the DOT-DPWH convergence
national road network Lane kilometers of roads constructed/ improved connecting new major seaports
26 and airports to the national road network as identified through the DOTr-DPWH
convergence
Stakeholders
Nurture a culture of 27 Third-party Net Trust Rating
Relations Service
ethical innovation &
Human Resource and
continuous learning 28 Third-party Internal Stakeholders Approval Rating
Management Service
Bureau of Quality and
Augment personnel & % of civil works contracts handled by accredited DPWH Field Engineers and Safety, Bureau of
29
enhance competencies Materials Engineers (MEs) Research and
Standards
Information
Enable the core processes 30 Number of prioritized applications developed
Management Service
with the appropriate
% of implementing offices meeting the ideal ratio of design office to set of
technology 31 Bureau of Design
licensed design software Regional Office (1:15)District Engineering Office (1:8)
32.a % Equipment fleet utilization
32.b % Equipment fleet availability
Bureau of Equipment
Optimize equipment 33.a % Accomplishment of Equipment Fleet Requirements
utilization and increase % of the 18 Major Rivers Assigned with Minimum Fleet of Dredges and Support
33.b
absorptive capacity Vessels
34 Disbursement rate (disbursement over allotment) for allotment releases
Absorptive capacity including outside infrastructure projects (obligation over Finance Service
35
allotment) for allotment releases

Note: For specialized offices, align your strategic initiatives on the following objectives:

1. Internal Audit Service (IAS) – Monitoring and Validating the PGS Accomplishment
2. Legal Service (LS) – Right-of-Way component of PGS-targeted projects
3. UPMO-Road Management Cluster I (RMC I) and II (RMC II) – Projects along the Priority Corridors
4. UPMO-Bridges Management Cluster (BrMC) – Projects along the Priority Corridors
5. UPMO-Buildings Management Cluster (BuMC) – Convergence projects with other agencies
ANNEX C

Criteria in the identification of Strategic Initiatives

1. Each Division must identify not more than three (3) Strategic Contributions. Limiting it to three
enables them to identify most critical innovations that can be manageable to accomplish (Quality over
Quantity);

2. These initiatives must be:

a. Within the Mandate and sphere of influence of the Office – To be able to ensure that the
initiatives are feasible, it must be bounded by the capabilities of the office. However, this does
not hinder coordination and/or collaboration with other offices within and outside the
Bureau/Service/Cluster.

b. Aligned to the enterprise scorecard – The DPWH Strategy Map and Enterprise Scorecard
stipulates specific measures assigned to different Offices of Primary Responsibility (OPRs). These
offices have varying responsibilities - from monitoring, implementing to validating
accomplishments. The role of every Division with respect to the Bureau/Service/Cluster’s task in
the Enterprise Scorecard as OPR is where the alignment must be established.

c. On top of the regular work – If your office is mandated to, for example, check completeness of
documents or site inspection for validation, then these activities are not strategic initiatives.

d. Not Business-As-Usual – In relation to item c; initiatives are outputs not written in your workflow
matrix or process flows.

e. Formulated in which group/team collaboration is made – Teamwork, as one of the Department’s


Core Values, is encouraged in accomplishing the initiatives.

f. Pass the ‘GMOTB’ Test – The ‘Get-Me-Out-Of-The-Bed’ Test simply suggest that all members in
the team must be involved in the initiative and must give a certain level of participation for its
success. It must enable each member to think creatively and inspire him/her to complete the
tasks assigned every day.

3. These initiatives may:

a. Address Pain Points - What weaknesses or inefficiencies in our operations can we once and for
all cure? What could we do more consistently?
b. Be Pockets of Excellence - Where are our pockets of excellence and how do we bring them to
the next level? What do our best performers do differently?
c. Never been done before - What could we do that we have never done before that might make
all the difference in the identified strategic objective/s?

4. Contributions must NOT be accomplished simply through ‘the tip of the pen’ – This means that the
release of a memorandum or any correspondence is not a strategic initiative. The release of such
document may be part of the mandate of the office. However, this may be a sub-task within a
strategic initiative;

5. The Head of Office must take charge in deciding the level of ‘priority’ of the proposed contributions.
What is the objective? How often is the measure updated/calculated?
What is the measure?
What is the reason behind choosing this measure? What is the unit of measure used?

How is the measure calculated? Clarify the terms in the formula What data is required in calculating the measure? Where/how is
it acquired? (specify document or person)

Is information about the measure


When will this
available?
info be
Currently available
available?
With minor changes 2017 2018 2019 2020 2021 2022
BASELINE
Still to be formulated (2016) TARGET ACTUAL TARGET TARGET TARGET TARGET TARGET

Who is responsible for setting targets?

Who is accountable for targets?

Who is responsible for tracking & reporting targets?

DPWH Cascading © 2011 Institute for Solidarity in Asia


INITIATIVE PROFILE

MEASURES PROJECT OWNER


PROJECT TITLE & DESCRIPTION
AFFECTED

PROJECT MILESTONES TIMELINE BUDGET


AMOUNT, RESPONSIBLE
DELIVERABLES/OUTPUTS PhP
SOURCE
UNITS
STATUS
START FINISH

DPWH Cascading © 2011 Institute for Solidarity in Asia


PGS Process
Framework
The Balanced Scorecard by Kaplan & Norton
APPENDIX D. Strategic Planning Timeline

Previous Next
Current Year
Year Year
ACTIVITY FREQUENCY
Oct Nov Dec Jan Feb Mar Apr May June July Aug Sep Oct Nov Dec Jan Feb Mar
Department
Every milestone
Strategic
year*
Planning
Department
Strategic
Semi-Annually
Plan Review
Sessions

Status
Quarterly
Reporting
Office
Operational
Annually
Planning
Sessions
Office
Operational
Semi-Annually
Plan Review
Sessions
First Semester Second Semester

*During the period where transformational changes in strategy are expected to happen, such as end of milestone year, end of medium-
term, changes in leadership, etc.
Department Strategic Plan
• Strategy Road Map PGS Cascading
• Department PGS Scorecard


(+ Measure Profiles)
Department PGS Initiatives
Framework
(+ Initiative Profiles)

Office Performance and Commitment Review


(OPCR) Form
• Central Offices
• Office PGS Initiatives (PGS Form 001)
• Performance Indicators in the Program Expenditure
Classification (PREXC) of the General Appropriations Act
• Office Mandate & Other Functions
• Regional Office
• Office PGS Measures (+ Measure Profiles)
• Performance Indicators in the Program Expenditure
Classification (PREXC) of the General Appropriations Act Division / DEO
• Office Mandate & Other Functions • Division/DEO PCR
Forms
• Individual PCR
Forms
B9~ L3.J)~".)q
/tJ-// . .:b)/;)
Republic of the Philippines
DEPARTMENT OF PUBLIC WORKS AND HIGHWAYS
OFFICE OF THE SECRETARY
Manila
Of'!'

3 OCT 2018
DEPARTMENTORDER ) SUBJECT: Implementation of the Document
) Tracking System (DoTS) for Civil
NO. 148 _
)
)
Works Projects

Series of 201~i>·1'. r(

In line with the Department's thrust to fast track the completion of projects and to be
transparent in its operations, all offices involved in the processing of documents in the
procurement and implementation of local and foreign-assisted civil works projects undertaken
by Unified Project Management Offices (UPMOs), Bureaus, Region and District Engineering
Offices shall utilize the Document Tracking System (DoTS). The following civil works
documents are covered by the system:

1. As-Built Plans
2. Detailed Engineering Design Plans (Preliminary Plans/Final Plans)
3. As-Staked / Revised Plans
4. Specifications
5. Program-of Work (POW)
6. Approved Budget for Contract (ABC)
7. Award and Signing of Contract (Foreign Assisted)
8. Award and Signing of Contract (Locally Funded)
9. Award and Signing of Negotiated Contract
10. Special Allotment Release Order (SARO) for Sub-allotment
11. Verification of Bond Extension
12. Change Order/Extra Work Order
13. Final Variation Order
14. Contract Time Extension/Work Suspension/Work Resumption Order
15. PERT/CPM/PDM
16. Memorandum of Agreement (MOA)/Memorandum of Understanding (MOU)
17. IROW Payment (For PPP/TRB Projects)
18. IROW Payment (For UPMO Projects)
19. IROW Payment with RAP
20. Advance Payment
21. First Payment/Final Payment
22. Interim Progress Payment
23. Release of Retention
24. Price Escalation Payment

Processing cycle starts in the preparation of these documents until the signing of the approving
official.

All documents covered shall be registered in the DoTS. Consequently, all requesting offices
shall submit their DoTS documents to the designated DoTS Center which shall register the
document into the DoTS and forward the same to the concerned processing office.
D.O. No.l!/1 S. 2018: Implementation of Document Tracking System (DoTS) for Ovil Works Project
Page 2 of 2

All Contractors / ROs / DEOs / UPMOs are advised to inform their respective Liaison Officers
of this submission procedure and documents without the DoTS header will be returned to the
requesting office without action. In the flow of documents from one implementing/processing
office to another, the one sending the document is responsible in ensuring that the said
document is received by the concerned receiving office.

The processing of documents within the Central Office shall be undertaken by the concerned
offices in accordance with the activity and prescribed time contained in Annex A and with the
implementing guidelines contained in Annex B.

Regional documents to be processed within the Central Office shall be undertaken by the
concerned offices in accordance with the activity and prescribed time contained in Annex C
and with the implementing guidelines contained in Annex D.

Documents to be processed within the Regional Office shall observe the prescribed time
contained in Annex E and the implementing procedures contained in Annex F.

DEO documents to be processed within the Regional Office shall be undertaken by the
concerned offices in accordance with the activity and prescribed time contained in Annex G
and with the implementing gUidelines contained in Annex H.

District Engineers shall create a DEO DoTS Center wherein DEOtransactions will be registered.
District Engineering Offices shall be undertaken by the concerned offices in accordance with
the activity and prescribed time contained in Annex I and with the implementing guidelines
contained in Annex J.

The checklist of required supporting documents and attachments for the DoTS is contained in
Annex K.

The Memorandum dated 26 November 2014 which provides for "Additional Guidelines on the
Imposition of Administrative Sanctions on Erring DPWH Officials and Employees Involved in
Project Implementation and Processing of Project Documents" (Annex L) shall be strictly
observed in the implementation of the DoTS.

The DoTS Evaluation Committee created under Special Order No. 100, Series of 2015, is
hereby authorized to make necessary changes in the annexes hereof in coordination with the
implementing offices.

This Order supersedes Department Order No. 142, series of 2017, and takes effect
immediately .

~~-- MARK A. VILLAR


Secretary
••

11.1.1 JPP/BEY
Departrrent of Public Works and Highways
Office of the Secretary

1111111111111111111111111111111111111
WIN8P01727
Annex A
DoTS CO SYSTEM PRESCRIBED TIME Page 1 of 10

As-Built Plans1
Prescribed Time
Activity Office
(wd)
Review and Endorse Implementing Office 15
Approve USEC Concerned 8
Total 23

Detailed Engineering Design Plans (Preliminary)


Prescribed Time
(wd)
Activity Office
Above
P50M P100M P200M
200M
Review and Endorse Implementing Office 5 5 5 5
Review and Approve Bureau of Design 12 17 20 23
Total 17 22 25 28

Detailed Engineering Design Plans (Final)


Prescribed Time
(wd)
Activity Office
Above
P50M P100M P200M
200M
Review and Endorse Implementing Office 5 5 5 5
Review and Endorse /
Bureau of Design 10 14 18 20
Review and Approve
Recommend Approval / ASEC for Technical
N/A 2 2 2
Approve Services
USEC for Technical
Approve N/A N/A 2 2
Services
Total 15 21 27 29

As-Staked Plans2
Prescribed Time
(wd)
Activity Office
Above
P50M P100M P200M
200M
Review and Endorse Implementing Office 5 5 5 5
Review and Endorse /
Bureau of Design 8 12 16 18
Review and Approve
Recommend Approval / ASEC for Technical
N/A 2 2 2
Approve Services
USEC for Technical
Approve N/A N/A 2 2
Services
Total 13 19 25 27

¹ Per DO 38, S. 2016, As-Built Plans shall be submitted by the Contractor upon reaching 95% completion of the
project.

2 For projects undertaken by the Contractor, As-Staked Plans shall be jointly prepared by the Contractor and
Construction Section.
Annex A
DoTS CO SYSTEM PRESCRIBED TIME Page 2 of 10

Revised Plans3
Prescribed Time
(wd)
Activity Office
Above
P50M P100M P200M
200M
Review and Endorse Implementing Office 5 5 5 5
Review and Endorse /
Bureau of Design 10 14 16 18
Review and Approve
Recommend Approval / ASEC for Technical
N/A 2 2 2
Approve Services
USEC for Technical
Approve N/A N/A 2 2
Services
Total 15 21 25 27

Specifications
Prescribed Time
Activity Office
(wd)
Review and Endorse Implementing Office 3
Bureau of Research and
Review and Endorse 10
Standards
Recommend Approval ASEC for Technical Services 1
Recommend Approval USEC for Technical Services 1
Approve Secretary 3
Total 18

Program of Works (POW) and Approved Budget for Contract (ABC)


Prescribed Time
(wd)
Activity Office
P200M
P50M P100M
& Above
Coordinate, Review and
Implementing Office 9 9 9
Endorse
Review and Endorse /
Bureau of Construction 6 5 5
Review and Approve
Recommend Approval / ASEC for Technical
N/A 3 2
Approve Services
USEC for Technical
Approve N/A N/A 3
Services
Total 15 17 19

3
Partial revision, if total revision refers to Detailed Design Plan timeline
Annex A
DoTS CO SYSTEM PRESCRIBED TIME Page 3 of 10

Award and Signing of Contract (Foreign Assisted)


Prescribed Time
Activity Office
(wd)
Evaluate, Post Qualify bids and Bids and Award
19
Deliberate Committee
Prepare Notice of Disqualification Procurement Service 1
Bids and Award
Sign (including initial of members) 2
Committee
Prepare Resolution of Award (ROA) Procurement Service 1
Sign ROA (including signature of Bids and Award
2
members) Committee
HOPE/USEC for UPMO
Approve ROA 2
Operations
Transmit ROA to Lending Institution Implementing Office 1
Concur ROA Lending Institution -
Prepare Notice of Award (NOA) Procurement Service 1
HOPE/USEC for UPMO
Sign NOA 2
Operations
Post to DPWH & PhilGEPS websites Procurement Service 1
• Transmit NOA to Contractor
• Prepare and endorse draft Contract to
Lending Institution
• Verify Project ID
Implementing Office 8
• Prepare Request to Procurement
Service (PrS) for verification of
Performance Security (Surety
Bond/LOC/Bank Guarantee), CARI
Prepare letter request for Confirmation
and transmit to Surety Company/Bank Procurement Service 1
(Main Office)
Confirm authenticity and validity of
Surety Company/Bank -
Performance Security
Verify and Prepare Certification Procurement Service 2
Revie and Endorse Contract Implementing Office 2
Concur Contract Lending Institution -
Issue ORS, Prepare CAF and Sign as
Finance Service 3
witness
Bureau of
Review and Recommend Contract Construction/Bureau of 3
Maintenance
Enter into Contract (including legal USEC for UPMO
2
review) Operations
Prepare Notice to Proceed (NTP) Implementing Office 1
USEC for UPMO
Sign NTP 1
Operations
Transmit NTP to Contractor Implementing Office 1
Total 56
Annex A
DoTS CO SYSTEM PRESCRIBED TIME Page 4 of 10

Award and Signing of Contract (Locally Funded)4


Prescribed Time
Activity Office
(wd)
Evaluate, Post Qualify bids and Bids and Award
19
Deliberate Committee
Prepare Notice of Disqualification Procurement Service 1
Bids and Award
Sign (including initial of members) 2
Committee
Prepare Resolution of Award (ROA) and
Procurement Service 1
Notice of Award (NOA)
Sign ROA (including signature of Bids and Award
2
members) Committee
Approve ROA and Sign NOA HOPE/USEC Concerned 2
Post to DPWH & PhilGEPS websites Procurement Service 1
• Transmit NOA to Contractor
• Prepare and endorse draft Contract to
Lending Institution
• Verify Project ID
Implementing Office 8
• Prepare Request to Procurement
Service (PrS) for verification of
Performance Security (Surety
Bond/LOC/Bank Guarantee), CARI
Prepare letter request for Confirmation
and transmit to Surety Company/Bank Procurement Service 1
(Main Office)
Confirm authenticity and validity of
Surety Company/Bank -
Performance Security
Verify and Prepare Certification Procurement Service 2
Review, Sign and Endorse Contract Implementing Office 2
Issue ORS, Prepare CAF and Sign as
Finance Service 3
witness
Bureau of
Review and Recommend Contract Construction/Bureau of 3
Maintenance
Enter into Contract (including legal
USEC Concerned 2
review)
Prepare Notice to Proceed (NTP) Implementing Office 1
Sign NTP USEC Concerned 1
Transmit NTP to Contractor Implementing Office 1
Total 52

4Applicable to Negotiated Contract due to Two (2) failed bidding or Terminated/Rescind


Annex A
DoTS CO SYSTEM PRESCRIBED TIME Page 5 of 10

Award and Signing of Negotiated Contract5


Prescribed Time
Activity Office
(wd)
Bids and Award
Deliberate 1
Committee
Prepare Resolution of Award (ROA) and
Procurement Service 2
Notice of Award (NOA)
Sign ROA (including signature of Bids and Award
2
members) Committee
Approve ROA and Sign NOA HOPE/USEC Concerned 1
Post to DPWH & PhilGEPS website Procurement Service 1
• Transmit NOA to Contractor
• Prepare and endorse draft Contract to
Lending Institution
• Verify Project ID
Implementing Office 8
• Prepare Request to Procurement
Service (PrS) for verification of
Performance Security/Bond (Surety
Bond/LOC/Bank Guarantee), CARI
Prepare letter request for Confirmation
and transmit to Surety Company/Bank Procurement Service 1
(Main Office)
Confirm authenticity and validity of
Surety Company/Bank -
Performance Security/Bond
Verify and Prepare Certification Procurement Service 2
Review and Endorse Contract Implementing Office 2
Issue ORS, Prepare CAF and Sign as
Finance Service 3
witness
Bureau of
Review and Recommend Contract Construction/Bureau of 3
Maintenance
Enter into Contract (including legal
USEC Concerned 2
review)
Prepare Notice to Proceed (NTP) Implementing Office 1
Sign NTP USEC Concerned 1
Transmit NTP to Contractor Implementing Office 1
Total 31
Annex A
DoTS CO SYSTEM PRESCRIBED TIME Page 6 of 10

Special Allotment Release Order (SARO) for Sub-allotment


Prescribed Time
Activity Office
(wd)
Prepare Memo Finance Service 1
• Receive Memorandum and SARO
• Distribute to RO Coordinators and
Prepare and Recommend Approval of USEC for Planning 4
Memorandum to FS for Release of
SARO
Approve USEC Concerned 2
Receive approved Memo, Generate, Sign
Finance Service 2
and Issue SAA to RO/DEO
Total 9

Note: The FS activity to prepare memo for PS will be tracked by DoTS internally using SARO date of receipt.
5
For Negotiated Contract due to Emergency or Adjacent/Contiguous to an on-going Infra Project

Verification of Bond Extension


Prescribed Time
Activity Office
(wd)
Receive Performance
Security/Bond and Prepare
Request to Procurement
Service (PrS) for verification Implementing Office 1
of Performance Security/Bond
(Surety Bond/LOC/Bank
Guarantee), CARI
Prepare letter of Confirmation
and Transmit to Bonding Procurement Service 1
Company/Bank
Concur Performance
Bonding Company/Bank -
Security/Bond
Verify and Prepare
Procurement Service 1
Certification
Total 3

Change Order/Extra Work Order


Prescribed Time
Activity Office
(wd)
Receive Request from
Contractor/Consultant, Implementing Office 7
Prepare, Review and Endorse
Review and Endorse Bureau of Design 5
Review and Endorse* Bureau of Construction 5
Issue ORS and CAF (for
Finance Service 2
Positive C.O. / E.W.O.)
Recommend Approval ASEC for Technical Services 2
Approve USEC for Technical Services 2
Total 23
*If BOC is not the Implementing Office.
Annex A
DoTS CO SYSTEM PRESCRIBED TIME Page 7 of 10

Final Variation Order


Prescribed Time
Activity Office
(wd)
Receive Request from
Contractor/Consultant, Implementing Office 7
Prepare, Review and Endorse
Review and Endorse Bureau of Design 6
Review and Endorse* Bureau of Construction 6
Issue ORS and CAF (for
Finance Service 2
Positive Variation)
Recommend Approval ASEC for Technical Services 2
Approve USEC for Technical Services 2
Total 25
*If BOC is not the Implementing Office.

Contract Time Extension/Work Suspension Order/Work Resumption Order6


Prescribed Time
(wd)
Activity Office
Up to 61-90 Above
60 cd cd 90 cd
Receive Request from
Contractor/Consultant,
Implementing Office 7 7 7
Prepare, Review and
Endorse/Approve
Review and Endorse* Bureau of Construction N/A 5 5
Recommend
ASEC Concerned N/A 2 2
Approval/Approve
Approve USEC Concerned N/A N/A 2
Total 7 14 16
6Shallbe approved by the Head of Implementing Office as per DO 144, S. 2016
*If BOC is not the Implementing Office.

PERT/CPM/PDM
Prescribed Time
Activity Office
(wd)
Receive, Review and Endorse Implementing Office 3
Review and Endorse Bureau of Construction 3
Recommend Approval ASEC Concerned 1
Approve USEC Concerned 1
Total 8

MOA/MOU
Prescribed Time
Activity Office
(wd)
Receive, Review and Endorse BOC/BOM/PS/UPMO 7
Recommend Approval ASEC Concerned 2
Recommend Approval USEC Concerned 2
Approve (including review of the Legal
Secretary 3
Staff)
Total 14
Annex A
DoTS CO SYSTEM PRESCRIBED TIME Page 8 of 10

IROW Payment (For PPP/TRB Projects)


Prescribed Time
Activity Office
(wd)
Receive and Evaluate documents, and
LS 6
Prepare and Sign as Witness of Deed of Sale
Issue ORS, Prepare CAF and Sign as Witness FS 3
Sign Deed of Sale as Contracting Party PPPS 1
Prepare, Sign and Certify DV (Box A) LS 2
Approve DV PPPS 1
Process, record, and sign FS 5
Prepare check and Sign HRAS 2
Total 20

IROW Payment (For UPMO Projects)


Prescribed Time
Activity Office (wd)
75M & Below Above 75M
Receive and Evaluate
UPMO 1 1
documents
Prepare and Approve Task
Force/ROW Team Resolution,
UPMO 5 5
Prepare and Sign Deed of
Sale
Issue ORS, Prepare CAF and
FS 3 3
Sign as Witness
Prepare and Sign DV UPMO 1 1
Certify DV (Box A) UPMO1 1 1
Approve DV UPMO2 1
Process, record, and sign FS 5 5
Approve DV USEC 1
Prepare check and Sign HRAS 2 2
Total 19 19
1For75M & Below, by Concerned Project Manager; For Above 75M, by Concerned Cluster Director.
2
For 75M & Below, by Concerned Cluster Director; For Above 75M, by Undersecretary for UPMO.

Advance Payment
Prescribed Time
Activity Office
(wd)
Receive Request, Review and Endorse
Implementing Office 3
DV
Process, Record and Sign DV Finance Service 4
Certify DV (Box A) ASEC for Operations 2
Approve DV USEC for Operations 2
Prepare, Process and Sign LDDAP-ADA Finance Service 1
Human Resource and
Sign LDDAP-ADA (ADA portion) 1
Administrative Service
Total 13
Annex A
DoTS CO SYSTEM PRESCRIBED TIME Page 9 of 10

First Payment/Final Payment


Prescribed Time
Activity Office
(wd)
Receive Request, Review, Endorse
Certificate of Monthly Payment,
Statement of Work Accomplished, Implementing Office 3
Prepare DV and other supporting
documents
Recommend Approval ASEC for Operations 1
Approve Certificate of Monthly Payment USEC for Operations 1
Process, Record and Sign DV Finance Service 6
Certify DV (Box A) ASEC for Operations 1
Approve DV USEC for Operations 1
Prepare, Process and Sign LDDAP-ADA Finance Service 1
Human Resource and
Sign LDDAP-ADA (ADA portion) 1
Administrative Service
Total 15

Interim Progress Payment


Prescribed Time
Activity Office
(wd)
Receive Request, Review, Endorse
Certificate of Monthly Payment,
Statement of Work Accomplished, Implementing Office 3
Prepare DV and other supporting
documents
Recommend Approval ASEC for Operations 1
Approve Certificate of Monthly Payment USEC for Operations 1
Process, Record and Sign DV Finance Service 5
Certify DV (Box A) ASEC for Operations 1
Approve DV USEC for Operations 1
Prepare, Process and Sign LDDAP-ADA Finance Service 1
Human Resource and
Sign LDDAP-ADA (ADA portion) 1
Administrative Service
Total 14

Release of Retention
Prescribed Time
Activity Office
(wd)
Review and Endorse Implementing Office 3
Process, Record and Sign DV Finance Service 4
Certify DV (Box A) ASEC for Operations 1
Approve DV USEC for Operations 1
Prepare, Process and Sign LDDAP-ADA Finance Service 1
Human Resource and
Sign LDDAP-ADA (ADA portion) 1
Administrative Service
Total 11
Annex A
DoTS CO SYSTEM PRESCRIBED TIME Page 10 of 10

Price Escalation Payment


Prescribed Time
Activity Office
(wd)
Receive, Review and Endorse Request
for Payment of Approved Price Implementing Office 2
Escalation
Process, Record and Sign DV Finance Section 5
Certify DV (Box A) ASEC for Operations 1
Approve DV USEC for Operations 1
Prepare, Process and Sign LDDAP-ADA Finance Section 1
Human Resource and
Sign LDDAP-ADA (ADA portion) 1
Administrative Service
Total 11
Annex B
CO DoTS IMPLEMENTING GUIDELINES
Processing Offices

Doer Activity
Contractor 1. Use ear tags for each attached supporting document
and arrange sequentially according to checklist.
2. Submit DoTS documents to the DoTS Center.

DoTS Center 3. Check completeness of supporting documents and


other attachments.
4. Return incomplete document to the Contractor/IO
immediately within the day.
5. Otherwise, register document into DoTS.
6. Issue a receipt to the Contractor/IO.
7. Print the DoTS Header and attach to the document.
8. Forward the documents to the Implementing Office
(IO).

Implementing Office (IO) 9. Assign approving officials.


10. Forward the document to the succeeding office.
11. Ensure that document sent was received by the
succeeding processing office within the next 24
hours.

Processing Office/Approving 12. Check for the DoTS Header. For documents with no
Official DoTS Header, return the document to the
implementing office.
13. Return incomplete document to the office concerned
within the day.
14. Otherwise, process document.
15. Forward the document to the succeeding office.
16. Ensure that document sent was received by the
succeeding processing office within the next 24
hours.

Office of the Secretary 17. Record documents with no DoTS Header.


18. Forward list of documents with no DoTS Header to
the DoTS Center every end of the month.

Implementing Office 19. Close the transaction in the DoTS upon completion
of the process.
Annex C
DoTS RO TO CO SYSTEM PRESCRIBED TIME Page 1 of 2

Detailed Engineering Design Plans


Prescribed Time
Activity Office
(wd)
Receive Request, Review and
Bureau of Design 20
Endorse
Recommend Approval ASEC for Technical Services 2
Approve USEC for Technical Services 2
TOTAL 24

As-Staked / Revised Plans


Prescribed Time
Activity Office
(wd)
Receive Request, Review and
Bureau of Design 16
Endorse
Recommend Approval ASEC for Technical Services 2
Approve USEC for Technical Services 2
TOTAL 20

Program of Works (POW) and Approved Budget for Contract (ABC)


Prescribed Time
Activity Office
(wd)
Receive Request, Review and
Bureau of Construction 5
Endorse
Recommend Approval ASEC for Technical Services 2
Approve USEC for Technical Services 2
TOTAL 9

Change Order/Extra Work Order


Prescribed Time
Activity Office
(wd)
Receive Request, Review and
Bureau of Design 5
Endorse
Review and Endorse Bureau of Construction 5
Recommend Approval ASEC for Technical Services 2
Approve USEC for Technical Services 2
TOTAL 14

Final Variation Order


Prescribed Time
Activity Office
(wd)
Receive Request, Review and
Bureau of Design 6
Endorse
Review and Endorse Bureau of Construction 6
Recommend Approval ASEC for Technical Services 2
Approve USEC for Technical Services 2
TOTAL 16
Annex C
DoTS RO TO CO SYSTEM PRESCRIBED TIME Page 2 of 2

Contract Time Extension/Work Suspension Order


Prescribed Time
(wd)
Activity Office
Above
61-90 cd
90 cd
Receive Request, Review and
Bureau of Construction 5 5
Endorse
Recommend
ASEC for Regional Operations 2 2
Approval/Approve
Approve USEC for Regional Operations N/A 2
TOTAL 7 9

PERT/CPM/PDM
Prescribed Time
Activity Office
(wd)
Receive Request, Review and
Bureau of Construction 3
Endorse
Recommend Approval ASEC for Technical Services 1
Approve USEC for Technical Services 1
TOTAL 5

MOA/MOU
Prescribed Time
Activity Office
(wd)
Receive Request, Review and Bureau of Construction/
3
Endorse Bureau of Maintenance
Recommend Approval ASEC for Regional Operations 2
Recommend Approval USEC for Regional Operations 2
Approve (including review of
Secretary 3
the Legal Service)
TOTAL 10

Signing of Contract (Locally Funded)


Prescribed Time
Activity Office
(wd)
Receive Request, Review and Bureau of Construction/
3
Endorse Bureau of Maintenance
Initial ASEC for Regional Operations 2
Enter into Contract (including
USEC for Regional Operations 2
legal review)
Prepare Notice to Proceed
Implementing Office 1
(NTP)
Sign NTP USEC Concerned 1
Transmit NTP to Contractor Implementing Office 1
Total 10
Annex D
RO to CO DoTS IMPLEMENTING GUIDELINES
Processing Offices

Doer Activity
Regional Office 1. Submit DoTS Documents to the Central Office (CO)
DoTS Center (DC).

CO DoTS Center 2. Check completeness of supporting documents and


attachments
3. Return incomplete document to the Regional Office
(RO) immediately within the day.
4. Otherwise, register document into DoTS.
5. Issue a receipt to the RO Liaison Officer.
6. Print the DoTS Header and attach to the document.
7. Forward the document to the Processing Office (PO).

Processing 8. Check for the DoTS Header. For documents with no


Office/Approving Official DoTS Header, forward the document to the CO DC.
9. Forward the document to the succeeding office.
10. Ensure that document sent was received by the
succeeding processing office within the next 24 hours.
11. In case of corrections/modifications, fax transmittal
letter stating the required action to the RO, keep
documents and return DoTS documents to RO DoTS
Center.

Regional Office DoTS 12. For returned documents, comply required action.
Center Submit deficiencies to the Reviewing/Processing Office
within 3 days.

Office of the Secretary 13. Record documents with no DoTS Header.


14. Forward list of documents with no DoTS Header to the
CO DoTS Center every end of the month.

Implementing Office 15. Close the transaction in the DoTS.


Annex E
DoTS RO SYSTEM PRESCRIBED TIME Page 1 of 7

Detailed Engineering Design Plans by Administration/Contract


Prescribed Time
Activity Office
(wd)
Prepare and Review Plans Planning & Design Division
Roads
 First Km 8
 Succeeding Km 4
Per Bridge
 1 span
• New Bridge 16
• Widening of Existing 20
 Additional span +4/span
Per Building
• Standard School Building 5
• with modification 12
• Other Buildings 18
(Multipurpose/Barangay Halls,
Hospitals, Office Buildings,
etc.)
• 1 to 2 Storey (including 22
mezzanine)
• 3 to 4 Storey 30
Flood Control
• Drainage System 15
• Revetment/Slope Protection 15
• Dike 15
• Channel Improvement 10
Recommend Approval Asst. Regional Director 1
Approve Regional Director 1

Detailed Engineering Design Plans by Consultant


Prescribed Time
Activity Office
(wd)
Receive, Review and Endorse Plans Planning & Design Division
Per km of Roads 2
Per Bridge
 1 span 3
 Additional span +2/span
Per Building
• Building (Other than Standard
5
School Building)
Flood Control (per project) 5
Recommend Approval Asst. Regional Director 1
Approve Regional Director 1
Annex E
DoTS RO SYSTEM PRESCRIBED TIME Page 2 of 7

As-Staked Plan1
Prescribed Time
Activity Office
(wd)
Receive, Review and Endorse Plans Construction Division 4
Review and Endorse Plans Planning & Design Division
Per km of Roads 1
Per Bridge
 1 span 2
 Additional span +1/span
Per Building 3
Flood Control (per project) 3
Recommend Approval Asst. Regional Director 1
Approve Regional Director 1

¹For projects undertaken by the Contractor, As-Staked Plans shall be jointly prepared by the Contractor and
Construction Division.

Revised Plan2
Prescribed Time
Activity Office
(wd)
Receive, Review and Endorse Plans Construction Division 3
Review and Endorse Plans Planning & Design Division
Roads (per project) 5
Bridge (per project) 5
Building (per project) 3
Flood Control (per project) 5
Recommend Approval Asst. Regional Director 1
Approve Regional Director 1

As-Built Plan3
Prescribed Time
Activity Office
(wd)
Receive, Review and Endorse Plans Construction Division 7
Recommend Approval Asst. Regional Director 1
Approve Regional Director 1
Total 9

Program of Works (POW) and Approved Budget for Contract (ABC)


Prescribed Time
Activity Office
(wd)
Prepare and Endorse Planning & Design Division 3
Recommend Approval Asst. Regional Director 1
Approve Regional Director 1
Total 5

²Partial revision, if total revision refer to Detailed Design Plan timeline


3
Per DO 38, S. 2016, As-Built Plans shall be submitted by the Contractor upon reaching 95% completion of the
project.
Annex E
DoTS RO SYSTEM PRESCRIBED TIME Page 3 of 7

Award and Signing of Contract4


Prescribed Time
Activity Office
(wd)
Evaluate, Post Qualify bids and Bids and Awards
19
Deliberate Committee
Prepare Notice of Disqualification Procurement Unit 1
Bids and Awards
Sign (including initial of members) 2
Committee
Issue CAA (If bidding is conducted short
Finance Division 1
of award)
Prepare Resolution of Award (ROA) and
Procurement Unit 1
Notice of Award (NOA)
Sign ROA (including signature of Bids and Awards
2
members) Committee
Approve ROA and Sign NOA Regional Director 1
Post to DPWH & PhilGEPS website Procurement Unit 1
• Transmit NOA to Contractor
• Prepare and Endorse draft Contract
after submission by the Contractor
of the documentary requirements
for the execution of the Contract
• Verify Project ID
Implementing Division 10
• Prepare Request for verification of
Performance Security/Bond (Surety
Bond/LOC/Bank Guarantee), CARI
• Require the Contractor to Sign
Contract including his witness

Prepare letter request for Confirmation


and Transmit to Surety Company/Bank Procurement Unit 1
(Main Office)
Confirm authenticity and validity of
Surety Company/Bank -
Performance Security
Verify and Prepare Certification Procurement Unit 1
Issue ORS, Prepare CAF and Sign as
Finance Division 2
witness
Enter into Contract (including legal
Regional Director 1
review)
Prepare Notice to Proceed (NTP) Implementing Division 1
Sign NTP Regional Director 1
Transmit NTP to Contractor Implementing Division 1
Total 46

4Applicable to Negotiated Contract due to Two (2) failed bidding or Terminated/Rescind


Annex E
DoTS RO SYSTEM PRESCRIBED TIME Page 4 of 7

Award and Signing of Negotiated Contract5


Prescribed Time
Activity Office
(wd)
Bids and Awards
Deliberate 1
Committee
Issue CAA Finance Section 1
Prepare Resolution of Award (ROA) and
Procurement Unit 2
Notice of Award (NOA)
Sign ROA (including signature of Bids and Awards
2
members) Committee
Approve ROA and Sign NOA Regional Director 1
• Post to DPWH & PhilGEPS website Procurement Unit 1
• Transmit NOA to Contractor
• Prepare and Endorse draft Contract
after submission by the Contractor
of the documentary requirements
for the execution of the Contract
• Verify Project ID
Implementing Section 10
• Prepare Request for verification of
Performance Security/Bond (Surety
Bond/LOC/Bank Guarantee), CARI
• Require the Contractor to Sign
Contract including his witness

Prepare letter request for Confirmation


and Transmit to Surety Company/Bank Procurement Unit 1
(Main Office)
Confirm authenticity and validity of
Surety Company/Bank -
Performance Security
Prepare Certificate of Authenticity Procurement Unit 1
Request Issuance of ORS Implementing Unit 1
Issue ORS, Prepare CAF and Sign as
Finance Section 2
witness
Enter into Contract (including legal
Regional Director 1
review)
Prepare Notice to Proceed (NTP) Implementing Section 1
Sign NTP Regional Director 1
Transmit NTP to Contractor Implementing Section 1
Total 27

5For Negotiated Contract due to Emergency or Adjacent/Contiguous to an on-going Infra Project


Annex E
DoTS RO SYSTEM PRESCRIBED TIME Page 5 of 7

Award of Contract
Prescribed Time
Activity Office
(wd)
Evaluate, Post Qualify Lowest Bids and Awards
19
Calculated bidder and Deliberate Committee
Prepare Notice of Disqualification Procurement Unit 1
Bids and Awards
Sign (including initial of members) 2
Committee
Issue CAA Finance Division 1
Prepare Resolution of Award (ROA) and
Procurement Unit 1
Notice of Award (NOA)
Sign ROA (including signature of Bids and Awards
2
members) Committee
Approve ROA and Sign NOA Regional Director 1
Post to DPWH & PhilGEPS website Procurement Unit 1
• Transmit NOA to Contractor
• Prepare and Endorse draft Contract
after submission by the Contractor
of the documentary requirements
for the execution of the Contract
• Verify Project ID
Implementing Division 10
• Prepare Request for verification of
Performance Security/Bond (Surety
Bond/LOC/Bank Guarantee), CARI
• Require the Contractor to Sign
Contract including his witness

Prepare letter request for Confirmation


and Transmit to Surety Company/Bank Procurement Unit 1
(Main Office)
Confirm authenticity and validity of
Surety Company / Bank -
Performance Security
Verify and Prepare Certification Procurement Unit 1
Issue ORS, Prepare CAF and Sign as
Finance Division 2
witness
Initial Asst. Regional Director 1
Initial Regional Director 1
Total 44
Change Order/Extra Work Order/Final Variation Order
Prescribed Time
Activity Office
(wd)
Receive Request, Prepare and Endorse Implementing Division 5
Planning & Design
Review and Endorse 2
Division
Issue ORS and CAF (for Positive
Finance Division 2
C.O./E.W.O./F.V.O.)
Recommend Approval Asst. Regional Director 1
Approve Regional Director 1
Total 11
Annex E
DoTS RO SYSTEM PRESCRIBED TIME Page 6 of 7

Contract Time Extension/Work Suspension Order/Work Resumption Order


Prescribed Time
Activity Office
(wd)
Receive Request, Prepare, Review and
Implementing Division 3
Endorse
Recommend Approval Asst. Regional Director 1
Approve Regional Director 1
Total 5

PERT/CPM/PDM
Prescribed Time
Activity Office
(wd)
Receive Request, Review and Endorse Implementing Division 3
Recommend Approval Asst. Regional Director 1
Approve Regional Director 1
Total 5

MOA/MOU
Prescribed Time
Activity Office
(wd)
Receive Request, Review and Endorse Implementing Division 2
Review and Initial Legal Division 1
Issue ORS, Prepare CAF and Sign as
Finance Division 1
witness
Recommend Approval Asst. Regional Director 1
Approve (including review of the Legal
Regional Director 1
Staff)
Total 6

IROW Payment
Prescribed Time
Activity Office
(wd)
Legal Division 1
Receive Request, Prepare and Initial DV
Division Chief/Asst.
(Box A) 1
Regional Director
Process, Record and Sign DV (Box B) Finance Division 1
Approve DV Regional Director 1
Prepare List of Approved DV and
Submit to Cashier for issuance of Finance Division 1
Cheque
Administrative Division
Prepare and Sign Cheque 1
(Cashier Section)
Counter Sign and Return Cheque to
Regional Director 1
Cashier for Releasing
Total 7
Annex E
DoTS RO SYSTEM PRESCRIBED TIME Page 7 of 7

Advance Payment
Prescribed Time
Activity Office
(wd)
Receive Request, Review, Certify DV Division Chief -
3
(Box A) and Endorse DV Implementing Division
Process, Record and Sign DV Finance Division 2
Approve DV Regional Director 1
Prepare, Process and Sign LDDAP-ADA Finance Division 1
Administrative Division
Sign ADA 1
(Cashier Section)
Approve LDDAP-ADA Regional Director 1
Total 9

Progress Payment / Final Payment


Prescribed Time
Activity Office
(wd)
Receive Request, Review, Endorse
Certificate of Monthly Payment,
Division Chief -
Statement of Work Accomplished, 4
Implementing Division
Prepare DV and other supporting
documents and Certify DV (Box A)
Recommend Approval Asst. Regional Director 1
Approve Certificate of Monthly Payment Regional Director 1
Process, Record and Sign DV Finance Division 2
Approve DV Regional Director 1
Prepare, Process and Sign LDDAP-ADA Finance Division 1
Administrative Division
Sign ADA 1
(Cashier Section)
Approve LDDAP-ADA Regional Director 1
Total 12

Release of Retention
Prescribed Time
Activity Office
(wd)
Division Chief -
Review, Certify DV (Box A) and Endorse 2
Implementing Division
Process, Record and Sign DV Finance Division 2
Certify DV (Box A) Division Chief 1
Approve DV Regional Director 1
Prepare, Process and Sign LDDAP-ADA Finance Division 1
Administrative Division
Sign ADA 1
(Cashier Section)
Approve LDDAP-ADA Regional Director 1
Total 9
Annex F
RO DoTS IMPLEMENTING GUIDELINES
Processing Offices

Doer Activity
Contractor 1. Submit DoTS documents to the Regional DoTS
Center

Regional DoTS Center 2. Check completeness of documents


3. Return incomplete document to the Contractor/IO
within the day.
4. Otherwise, register document into DoTS.
5. Issue a receipt to the Contractor/IO.
6. Print the DoTS header and attach to the
document.
7. Forward the document to the succeeding office.
8. Ensure that document sent was received by the
succeeding processing office within the next 24
hours.

Processing Office/Approving 9. Check for the DoTS Header. For documents with
Official no DoTS Header, return the document to the
Regional DoTS Center.
10. Check completeness of documents.
11. Return incomplete document to the office
concerned within the day.
12. Otherwise, process document.
13. Forward the document to the succeeding office.
14. Ensure that document sent was received by the
succeeding processing office within the next 24
hours.

Office of the Director 15. Record documents with no DoTS Header.


16. Forward list of documents with no DoTS Header to
the Regional DoTS Center every end of the
month.

Regional DoTS Center 17. Close the transaction in the DoTS upon completion
of the process.
Annex G
DoTS DEO TO RO SYSTEM PRESCRIBED TIME Page 1 of 2

Detailed Engineering Design Plans


Prescribed Time
Activity Office
(wd)
Receive Request, Review and
Planning & Design Division 6
Endorse
Recommend Approval Asst. Regional Director 1
Approve Regional Director 1
TOTAL 8

As-Staked / Revised Plans


Prescribed Time
Activity Office
(wd)
Receive Request, Review and
Planning & Design Division 5
Endorse
Recommend Approval Asst. Regional Director 1
Approve Regional Director 1
TOTAL 7

Program of Works (POW) and Approved Budget for Contract (ABC)


Prescribed Time
Activity Office
(wd)
Receive Request, Review and
Planning & Design Division 3
Endorse
Recommend Approval Asst. Regional Director 1
Approve Regional Director 1
TOTAL 5

PERT/CPM/PDM
Prescribed Time
Activity Office
(wd)
Receive Request, Review and
Implementing Division 2
Endorse
Recommend Approval Asst. Regional Director 1
Approve Regional Director 1
TOTAL 4

Change Order/Extra Work Order/Final Variation Order


Prescribed Time
Activity Office
(wd)
Receive Request, Review and
Implementing Division 3
Endorse
Review and endorse Planning & Design Division 2
Issue ORS and CAF Finance Division 1
Recommend Approval Asst. Regional Director 1
Approve (including legal review) Regional Director 2
TOTAL 9
Annex G
DoTS DEO TO RO SYSTEM PRESCRIBED TIME Page 2 of 2

Contract Time Extension/Work Suspension Order


Prescribed Time
Activity Office
(wd)
Receive Request, Review and
Implementing Division 2
Endorse
Recommend Approval Asst. Regional Director 1
Approve Regional Director 1
TOTAL 4

MOA/MOU
Prescribed Time
Activity Office
(wd)
Receive Request, Review and
Implementing Division 2
Endorse
Review and Initial Legal Division 1
Recommend Approval Asst. Regional Director 1
Approve (including legal review) Regional Director 1
TOTAL 5

Signing of Contract (Locally Funded, Funds from RO, DEO/Sub-DEO


Implemented)
Prescribed Time
Activity Office
(wd)
Receive Request, Review and
Implementing Division 3
Endorse
Initial Asst. Regional Director 1
Issue ORS and CAF Finance Division 1
Enter into Contract (including legal
2
review) Regional Director
Transmit the Contract to the DEO 1
Total 8
Annex H
DEO to RO DoTS IMPLEMENTING GUIDELINES
Processing Offices

Doer Activity
District Engineering Office 1. Submit DoTS documents to the Regional Office (RO)
(DEO) DoTS Center

RO DoTS Center 2. Check completeness of supporting documents and


attachments.
3. Return incomplete document to the DEO
immediately within the day.
4. Otherwise, register document into DoTS
5. Issue a receipt to the DEO Liaison Officer
6. Print the DoTS Header and attach to the document.
7. Forward the document to the Processing Office.

Processing Office/Approving 8. Check for the DoTS Header. For documents with no
Official DoTS Header, forward the document to the RO
DoTS Center.
9. Forward the document to the succeeding office.
10. Ensure that document sent was received by the
succeeding processing office within the next 24
hours.

RO DoTS Center 11. In case of returned documents, inform the DEO that
their documents have been returned.

Office of the Regional 12. Record documents with no DoTS Header.


Director 13. Forward list of documents with no DoTS Header to
the RO DoTS Center every end of the month.
14. Close the transaction in the DoTS upon completion
of the process.
Annex I
DoTS DEO SYSTEM PRESCRIBED TIME Page 1 of 7

Detailed Engineering Design Plans by Administration


Prescribed Time
Activity Office
(wd)
Prepare and Review Plans Planning & Design Section
Roads
 First Km 8
 Succeeding Km 4
Per Bridge
 1 span
 New Bridge 16
 Widening of Existing 20
 Additional span +4/span
Per Building
 Standard School Building 5
 with modification 10
 Other Buildings
(Multipurpose/Barangay Halls,
Hospitals, Office Buildings,
etc.)
 1 to 2 Storey (including 18
mezzanine)
 3 to 4 Storey 22
 5 or more Storey 30
Flood Control
 Drainage System 10
 Revetment/Slope Protection 10
 Dike 10
 Channel Improvement 5
Recommend Approval Asst. District Engineer 1
Approve District Engineer 1

As-Staked Plan1
Prescribed Time
Activity Office
(wd)
Receive, Review and Endorse Plans Construction Section 5
Review and Endorse Plans Planning & Design Section
Per km of Roads 2
Per Bridge
 1 span 2
 Additional span +1/span
Per Building 2
Flood Control (per project) 2
Recommend Approval Asst. District Engineer 1
Approve District Engineer 1

¹For projects undertaken by the Contractor, As-Staked Plans shall be jointly prepared by the Contractor and
Construction Section.
Annex I
DoTS DEO SYSTEM PRESCRIBED TIME Page 2 of 7

Revised Plan2
Prescribed Time
Activity Office
(wd)
Receive, Review and Endorse Plans Construction Section 4
Review and Endorse Plans Planning & Design Section
Roads (per project) 5
Bridge (per project) 5
Building (per project) 2
Flood Control (per project) 2
Recommend Approval Asst. District Engineer 1
Approve District Engineer 1

As-Built Plan3
Prescribed Time
Activity Office
(wd)
Receive, Review and Endorse Plans Construction Section 5
Recommend Approval Asst. District Engineer 1
Approve District Engineer 1
Total 7

Program of Works (POW) and Approved Budget for Contract (ABC)


Prescribed Time
Activity Office
(wd)
Prepare and Endorse Planning & Design Section 3
Recommend Approval Asst. District Engineer 1
Approve District Engineer 1
Total 5

²Partial revision, if total revision refer to Detailed Design Plan timeline


3Per DO 38, S. 2016, As-Built Plans shall be submitted by the Contractor upon reaching 95% completion of the

project.
Annex I
DoTS DEO SYSTEM PRESCRIBED TIME Page 3 of 7

Award and Signing of Contract4


Prescribed Time
Activity Office
(wd)
Evaluate, Post Qualify bids and Bids and Awards
19
Deliberate Committee
Prepare Notice of Disqualification Procurement Unit 1
Bids and Awards
Sign (including initial of members) 2
Committee
Issue CAA (If bidding is conducted short
Finance Section 1
of award)
Prepare Resolution of Award (ROA) and
Procurement Unit 1
Notice of Award (NOA)
Sign ROA (including signature of Bids and Awards
2
members) Committee
Approve ROA and Sign NOA District Engineer 1
Post to DPWH & PhilGEPS website Procurement Unit 1
• Transmit NOA to Contractor
• Prepare and Endorse draft Contract
after submission by the Contractor
of the documentary requirements
for the execution of the Contract
• Verify Project ID
Implementing Section 10
• Prepare Request for verification of
Performance Security/Bond (Surety
Bond/LOC/Bank Guarantee), CARI
• Require the Contractor to Sign
Contract including his witness

Prepare letter request for Confirmation


and Transmit to Surety Company/Bank Procurement Unit 1
(Main Office)
Confirm authenticity and validity of
Surety Company/Bank -
Performance Security
Verify and Prepare Certification Procurement Unit 1
Issue ORS, Prepare CAF and Sign as
Finance Section 2
witness
Enter into Contract (including legal
District Engineer 1
review)
Prepare Notice to Proceed (NTP) Implementing Section 1
Sign NTP District Engineer 1
Transmit NTP to Contractor Implementing Section 1
Total 46

4
Applicable to Negotiated Contract due to Two (2) failed bidding or Terminated/Rescind
Annex I
DoTS DEO SYSTEM PRESCRIBED TIME Page 4 of 7

Award and Signing of Negotiated Contract5


Prescribed Time
Activity Office
(wd)
Bids and Awards
Deliberate 1
Committee
Issue CAA Finance Section 1
Prepare Resolution of Award (ROA) and
Procurement Unit 2
Notice of Award (NOA)
Sign ROA (including signature of Bids and Awards
2
members) Committee
Approve ROA and Sign NOA District Engineer 1
• Post to DPWH & PhilGEPS website Procurement Unit 1
• Transmit NOA to Contractor
• Prepare and Endorse draft Contract
after submission by the Contractor
of the documentary requirements
for the execution of the Contract
• Verify Project ID
Implementing Section 10
• Prepare Request for verification of
Performance Security/Bond (Surety
Bond/LOC/Bank Guarantee), CARI
• Require the Contractor to Sign
Contract including his witness

Prepare letter request for Confirmation


and Transmit to Surety Company/Bank Procurement Unit 1
(Main Office)
Confirm authenticity and validity of
Surety Company/Bank -
Performance Security
Prepare Certificate of Authenticity Procurement Unit 1
Request Issuance of ORS Implementing Unit 1
Issue ORS, Prepare CAF and Sign as
Finance Section 2
witness
Enter into Contract (including legal
District Engineer 1
review)
Prepare Notice to Proceed (NTP) Implementing Section 1
Sign NTP District Engineer 1
Transmit NTP to Contractor Implementing Section 1
Total 27

5For Negotiated Contract due to Emergency or Adjacent/Contiguous to an on-going Infra Project


Annex I
DoTS DEO SYSTEM PRESCRIBED TIME Page 5 of 7

Award of Contract
Prescribed Time
Activity Office
(wd)
Evaluate, Post Qualify Lowest Bids and Awards
19
Calculated bidder and Deliberate Committee
Prepare Notice of Disqualification Procurement Unit 1
Bids and Awards
Sign (including initial of members) 2
Committee
Issue CAA Finance Section 1
Prepare Resolution of Award (ROA) and
Procurement Unit 1
Notice of Award (NOA)
Sign ROA (including signature of Bids and Awards
2
members) Committee
Approve ROA and Sign NOA District Engineer 1
Post to DPWH & PhilGEPS website Procurement Unit 1
• Transmit NOA to Contractor
• Prepare and Endorse draft Contract
after submission by the Contractor
of the documentary requirements
for the execution of the Contract
• Verify Project ID
Implementing Section 10
• Prepare Request for verification of
Performance Security/Bond (Surety
Bond/LOC/Bank Guarantee), CARI
• Require the Contractor to Sign
Contract including his witness

Prepare letter request for Confirmation


and Transmit to Surety Company/Bank Procurement Unit 1
(Main Office)
Confirm authenticity and validity of
Surety Company / Bank -
Performance Security
Verify and Prepare Certification Procurement Unit 1
Issue ORS, Prepare CAF and Sign as
Finance Section 2
witness
Initial Asst. District Engineer 1
Initial District Engineer 1
Total 44

Notice to Proceed (NTP) Funds from RO Implemented by DEO/Sub-DEO


Prescribed Time
Activity Office
(wd)
Receive Contract Agreement, Prepare
Implementing Section 1
NTP
Asst. District Engineer and
Initial and Sign 1
District Engineer
Total 2
Annex I
DoTS DEO SYSTEM PRESCRIBED TIME Page 6 of 7

Change Order/Extra Work Order/Final Variation Order


Prescribed Time
Activity Office
(wd)
Receive Request, Prepare and Endorse Implementing Section 5
Review and Endorse Planning & Design Section 2
Issue ORS and CAF (for Positive
Finance Section 2
C.O./E.W.O./F.V.O.)
Recommend Approval Asst. District Engineer 1
Approve District Engineer 1
Total 11

Contract Time Extension/Work Suspension Order1


Prescribed Time
Activity Office
(wd)
Receive Request, Prepare, Review and
Implementing Section 3
Endorse
Review and Initial Asst. District Engineer 1
Recommend and Endorse District Engineer 1
Total 6
1Approval by the Regional Director. Refer to Page 6, Annex E for the continuation of activities.

PERT/CPM/PDM
Prescribed Time
Activity Office
(wd)
Receive Request, Review and Endorse Implementing Section 3
Recommend Approval Asst. District Engineer 1
Approve District Engineer 1
Total 5

MOA/MOU
Prescribed Time
Activity Office
(wd)
Receive Request, Review and Endorse Implementing Section 3
Recommend Approval Asst. District Engineer 1
Approve (including legal review) District Engineer 1
Total 5

Advance Payment
Prescribed Time
Activity Office
(wd)
Receive request, Review, Certify DV Section Chief -
3
(Box A) and Endorse DV Implementing Section
Process, Record and Sign DV Finance Section 2
Approve DV District Engineer 1
Prepare, Process and Sign LDDAP-ADA Finance Section 1
Administrative Section
Sign ADA 1
(Cashier Unit)
Approve LDDAP-ADA District Engineer 1
Total 9
Annex I
DoTS DEO SYSTEM PRESCRIBED TIME Page 7 of 7

Progress Billing / Final Payment


Prescribed Time
Activity Office
(wd)
Receive Request, Review, Endorse
Certificate of Monthly Payment,
Statement of Work Accomplished, Implementing Section 4
Prepare DV and other supporting
documents and Certify DV (Box A)
Recommend Approval Asst. District Engineer 1
Approve Certificate of Monthly Payment District Engineer 1
Process, Record and Sign DV Finance Section 2
Approve DV District Engineer 1
Prepare, Process and Sign LDDAP-ADA Finance Section 1
Administrative Section
Sign ADA 1
(Cashier Unit)
Approve LDDAP-ADA District Engineer 1
Total 12

Release of Retention
Prescribed Time
Activity Office
(wd)
Review, Certify DV (Box A) and Endorse Implementing Section 2
Process, Record and Sign DV Finance Section 2
Approve DV District Engineer 1
Prepare, Process and Sign LDDAP-ADA Finance Section 1
Administrative Section
Sign ADA 1
(Cashier Unit)
Approve LDDAP-ADA District Engineer 1
Total 8
Annex J
DEO DoTS IMPLEMENTING GUIDELINES
Processing Offices

Doer Activity
Contractor 1. Submit DoTS documents to the District DoTS
Center

District DoTS Center 2. Check completeness of documents


3. Return incomplete document to the Contractor
within the day.
4. Otherwise, register document into DoTS.
5. Issue a receipt to the Contractor.
6. Print the DoTS header and attach to the
document.
7. Forward the document to the succeeding office.
8. Ensure that document sent was received by the
succeeding processing office within the next 24
hours.

Processing Office/Approving 9. Check for the DoTS Header. For documents with
Official no DoTS Header, return the document to the
District DoTS Center.
10. Check completeness of documents.
11. Return incomplete document to the office
concerned within the day.
12. Otherwise, process document.
13. Forward the document to the succeeding office.
14. Ensure that document sent was received by the
succeeding processing office within the next 24
hours.

Office of the District Engineer 15. Record documents with no DoTS Header.
16. Forward list of documents with no DoTS Header
to the District DoTS Center every end of the
month.
17. Close the transaction in the DoTS upon
completion of the process.
Annex K
Page 1 of 59
CHECKLIST OF SUPPORTING DOCUMENTS AND ATTACHMENTS FOR DoTS

As-Built Plans
1. Copy of the approved plans (Original, “As-staked”, revised and other Plans supporting variation
orders)
2. Copies of Statement of Work Accomplished (SWA) duly signed by the proper authorities concerned
3. Detailed Technical Justifications for all “As-Built” having changes in the quantity of items of work in
the previously approved plan
4. Detailed “As-Built” Quantity Calculations
5. Copies of Inspection Reports (investigation/verification)
6. Copies of all monthly progress reports prepared by Supervision Consultant, if applicable.
7. Copy of previously approved Variation Orders

I hereby certify that the above supporting documents are complete

Print Name: ________________________________


Designation: ________________________________
Date: ________________________________
Annex K
Page 2 of 59
CHECKLIST OF SUPPORTING DOCUMENTS AND ATTACHMENTS FOR DoTS

Detailed Engineering Design Plans (For review)


I. Building Projects (including Field Offices)
A. Architectural
1. Architectural Plans (in accordance with National Building Code of the Philippines (PD 1096))
2. Bill of Quantities and detailed quantity take- off/ calculations
3. Scope of Work
4. If prepared by Consultant:
• General Conditions of Contracts and Technical Specifications (Structural, Architectural,
Electrical, Mechanical, Sanitary/Plumbing)
• Copy of Terms of Reference
B. Structural
1. Structural Plans (in accordance with National Building Code of the Philippines (PD 1096))
2. Structural Design Computations (in accordance with National Structural Code of the Philippines
2015)
3. Geotechnical/Soil Investigation report/data showing plan of borehole locations, boring logs,
laboratory test results including interpretation/recommendations
4. Bill of Quantities and detailed quantity take- off/ calculations
C. Mechanical (if applicable)
1. Mechanical Plans (in accordance with National Building Code of the Philippines (PD 1096))
2. Mechanical Design Analysis (in accordance with Philippine Society of Mechanical Engineers
Mechanical Code)
2.1 Heat Load and ventilation-HVAC
2.2 Hydraulic - FPS
2.3 Total Dynamic Head-WPS

NOTE:
For plans prepared by consultants, a note on the Design Consultant’s liability per D.O. No. 50
series of 2002 should be indicated in the cover sheet as follows:

“Pursuant to Section 4 of Annex “A” of the Revised Implementing Rules & Regulations of R.A 9184,
approval by the Authorized DPWH Officials of Detailed Engineering Surveys and Design undertaken
by Consultants neither diminishes the responsibility of the latter for the technical integrity of the
surveys and design nor transfer any part of that responsibility to the Approving Officials.

The design Consultant shall be held fully responsible for the failure of the facilities/structures due
to faculty design except for the changes made without the conformity of the Consultants”

(Signature over Printed Name)


Project Manager

I hereby certify that the above supporting documents are complete

Print Name: ________________________________


Designation: ________________________________
Date: ________________________________
Annex K
Page 3 of 59
CHECKLIST OF SUPPORTING DOCUMENTS AND ATTACHMENTS FOR DoTS

Detailed Engineering Design Plans (For review)


D. Electrical
1. Electrical Plans (in accordance with National Building Code of the Philippines (PD 1096))
2. Electrical Design and Analysis (Illumination Levels Computation, Short Circuit Current Calculations
and Voltage Drop Calculations) (in accordance with Philippine Electrical Code)
3. Bill of Quantities and detailed quantity take- off/ calculations
E. Sanitary/Plumbing
1. Sanitary/Plumbing Plans (in accordance with National Building Code of the Philippines (PD 1096))
2. Sanitary/Plumbing Design Analysis
3. Bill of Quantities and detailed quantity take- off/ calculations
F. Electronic (if applicable)
1. Electronic Plans showing the following: vicinity/site development plan; location plan; general
notes; legends or symbols; Fire Detection and Alarm System (FDAS), Structured Cabling System
(SCS), Closed Circuit Television (CCTV), Access Control System (ACS), Public
Address/Background Music (PA/BGM) and Building Management System Layouts; riser diagrams
2. Electronic Design Analysis (in accordance with Philippine Electrical Code)
3. Bill of Quantities and detailed quantity take- off/ calculations

NOTE:
For plans prepared by consultants, a note on the Design Consultant’s liability per D.O. No. 50
series of 2002 should be indicated in the cover sheet as follows:

“Pursuant to Section 4 of Annex “A” of the Revised Implementing Rules & Regulations of R.A 9184,
approval by the Authorized DPWH Officials of Detailed Engineering Surveys and Design undertaken
by Consultants neither diminishes the responsibility of the latter for the technical integrity of the
surveys and design nor transfer any part of that responsibility to the Approving Officials.

The design Consultant shall be held fully responsible for the failure of the facilities/structures due to
faculty design except for the changes made without the conformity of the Consultants”

(Signature over Printed Name)


Project Manager

I hereby certify that the above supporting documents are complete

Print Name: ________________________________


Designation: ________________________________
Date: ________________________________
Annex K
Page 4 of 59
CHECKLIST OF SUPPORTING DOCUMENTS AND ATTACHMENTS FOR DoTS

Detailed Engineering Design Plans (For review)


II. Dams, Flood Control, Water Supply, Shore Protection Works and Other related Structures
1. Design Plans (in accordance with DO 77, series of 2018)
2. Design and Analysis
2.1 Hydrologic and Hydraulic Design Analysis (design discharge, scour, water surface profile, etc.)
supported by topographic map showing the watershed area and points of interest
2.2 Structural stability analysis of proposed structures
2.3 Foundation stability, slope stability, settlement and seepage analysis
2.4 Sediment Transport Analysis (if applicable)
2.5 Steel Sheet Pile Analysis (if applicable)
3. Geotechnical/Soil Investigation report/data showing plan of borehole locations, boring logs and
laboratory test results including recommendation
4. Bill of Quantities and Detailed Quantity Calculations
5. Copy of Terms of Reference (if prepared by consultants)

Note:
1. The plans should show but not limited to the following:
1.1 Location Plan showing all proposed works and existing structures
1.2 Schematic Diagram (for water supply)
1.3 Vicinity Map
1.4 Legends and Symbols
1.5 Abbreviations
1.6 General Notes including design criteria and Specifications
1.7 Soil boring logs and location of boreholes
1.8 Profile along both banks and channel centerline; cross-sections indicating the proposed structures;
maximum experienced flood level, ordinary water level and design water level
1.9 Typical sections with complete details of proposed works
1.10 Tabulated summary of quantities
1.11 Complete related electrical & mechanical plans/works

2. For plans prepared by consultants, a note on the Design Consultant’s liability per D.O. No. 50 series of
2002 should be indicated in the cover sheet as follows:

“Pursuant to Section 4 of Annex “A” of the Revised Implementing Rules & Regulations of R.A
9184, approval by the Authorized DPWH Officials of Detailed Engineering Surveys and Design
undertaken by Consultants neither diminishes the responsibility of the latter for the technical
integrity of the surveys and design nor transfer any part of that responsibility to the Approving
Officials.

The design Consultant shall be held fully responsible for the failure of the facilities/structures due
to faculty design except for the changes made without the conformity of the Consultants”

(Signature over Printed Name)


Project Manager

I hereby certify that the above supporting documents are complete

Print Name: ________________________________


Designation: ________________________________
Date: ________________________________
Annex K
Page 5 of 59
CHECKLIST OF SUPPORTING DOCUMENTS AND ATTACHMENTS FOR DoTS

Detailed Engineering Design Plans (For review)


III. Highway Projects
1. Design Plans (in accordance with DO 77, series of 2018)
2. Summary of Quantities and Detailed Quantity Calculations
3. Design and Analysis
3.1 Traffic and pavement analysis - CESAL Computation; Pavement Design
3.2 Drainage Design Analysis (supported by topographic map showing the watershed areas and
points of interest) – Hydrologic Analysis, Hydraulic Analysis, Inter-Outlet Control Analysis
3.3 Slope stability analysis of embankment and cut slopes
3.4 Structural stability analysis of slope protection/retaining structures
3.5 Settlement Analysis for high embankment
4. Geotechnical/Soil Investigation report/data
5. Copy of Terms of Reference (if prepared by the Consultant)

NOTE:
1. The plans should show, but not limited to, the following:
1.1 General Plans showing the following: location plan; vicinity map; legend and symbols; abbreviations;
summary of quantities and general notes including design criteria specifications, and construction
methodologies
1.2 Standard details (geometric design; typical roadway sections and pavement details)
1.3 Plan, profile, cross sections and survey data
1.4 Standard drawings (drainage structures and appurtenances; typical intersection details; pavement
markings; road signs; guardrails and slope protection works)
1.5 Miscellaneous drawings/details (tabulation of bench marks and reference points; drainage schedule;
map/location of material sources and boreholes located by stations along the road and at borrow
areas; slope protection schedule; road signs and guardrail schedule)
1.6 Complete roadway lighting plans/works (street lightings & traffic signals layout; general notes,
legends and symbols; one-line diagram; standard details; schedule of loads and computations; design
analysis & specifications)

2. For plans prepared by consultants, a note on the Design Consultant’s liability per D.O. No. 50 series of
2002, should be indicated in the cover sheet as follows:

“Pursuant to Section 4 of Annex “A” of the Revised Implementing Rules & Regulations of R.A
9184, approval by the Authorized DPWH Officials of Detailed Engineering Surveys and Design
undertaken by Consultants neither diminishes the responsibility of the latter for the technical
integrity of the surveys and design nor transfer any part of that responsibility to the Approving
Officials.

The design Consultant shall be held fully responsible for the failure of the facilities/structures
due to faculty design except for the changes made without the conformity of the Consultants”

(Signature over Printed Name)


Project Manager

I hereby certify that the above supporting documents are complete

Print Name: ________________________________


Designation: ________________________________
Date: ________________________________
Annex K
Page 6 of 59
CHECKLIST OF SUPPORTING DOCUMENTS AND ATTACHMENTS FOR DoTS

Detailed Engineering Design Plans (For review)


IV. Bridge Projects
1. Design Plans (in accordance with DO 77, series of 2018)
2. Bill of Quantities and Detailed Quantity Calculations
3. Design and Analysis
3.1 Complete Structural Analysis (Superstructure, Substructure and foundation)
3.2 Hydrologic and hydraulic analysis (design discharge, scour, water surface profile, etc.) supported
by topographic map showing the watershed area and point of interest
4. Geotechnical/Soil Report/data showing plan of borehole locations, boring logs and laboratory test
results including recommendation
5. Copy of Terms of Reference (if prepared by consultants)

NOTE:
1. The plans should show but not limited to the following:
1.1 General Plan and Elevation
1.2 Location Plan and vicinity map showing existing structures and utilities that may be affected by the
project
1.3 General Notes (design criteria and material/construction specifications)
1.4 Details of piers, abutments and superstructure
1.5 Details of detour, crane way and cofferdams, if any
1.6 Details of abutment and pier protection works including bridge approach protection works
1.7 Soil boring logs and location of boreholes
1.8 Complete bridge lighting plans/works (street lighting layout; legends & symbols; one-line diagram;
standard details; schedule of loads and computations; design analysis and specifications)
1.9 Construction sequence/methodology and traffic management during construction

2. For plans prepared by consultants, a note on the Design Consultant’s liability per D.O. No. 50 series of
2002, should be indicated in the cover sheet as follows:

“Pursuant to Section 4 of Annex “A” of the Revised Implementing Rules & Regulations of R.A
9184, approval by the Authorized DPWH Officials of Detailed Engineering Surveys and Design
undertaken by Consultants neither diminishes the responsibility of the latter for the technical
integrity of the surveys and design nor transfer any part of that responsibility to the Approving
Officials.

The design Consultant shall be held fully responsible for the failure of the facilities/structures
due to faculty design except for the changes made without the conformity of the Consultants”

(Signature over Printed Name)


Project Manager

I hereby certify that the above supporting documents are complete

Print Name: ________________________________


Designation: ________________________________
Date: ________________________________
Annex K
Page 7 of 59
CHECKLIST OF SUPPORTING DOCUMENTS AND ATTACHMENTS FOR DoTS
V.

Detailed Engineering Design Plans (For review)


V. Parcellary Survey Plan (For discussion with BOD)
1. Subdivision/Individual Lot Plans
2. Land Titles (Certified true copies of OCT/TCT)
3. Tax Declaration (for the past 5 years)
4. Copy of Terms of Reference (if prepared by consultants)
5. Copy of Approved Alignment
6. Survey Return/Lot Data Computation

NOTE:
1. The plans should show but not limited to the following:
1.1 Cover Sheet
1.2 Legend, General Notes, Location Map/Vicinity Map
1.3 Name of Geodetic Engineer, PRC License Number, PTR No., Date of Issue, and Date of Issue on the
Title Blocks
1.4 Index Map
1.5 North Arrow Direction
1.6 Tabulation of:
1.6.1 Name of Claimants
1.6.2 Affected lots and survey number
1.6.3 Land Area (total land area, affected area and remaining area)
1.6.4 Original Certificate of Title/Transfer Certificate of Title Numbers
1.6.5 Tax Declaration
1.6.6 Names of Barangays, Municipalities, Province, Island, etc.
1.6.7 Remarks
1.7 Description/Location of Reference Monuments/stations (BLLM, BBM, etc.)
1.8 Technical Descriptions (Lines, Bearings, Distances)
1.9 Grid Coordinates based on PPCS

2. For plans prepared by consultants, a note on the Design Consultant’s liability per D.O. No. 50 series of
2002, should be indicated in the cover sheet as follows:

“Pursuant to Section 4 of Annex “A” of the Revised Implementing Rules & Regulations of R.A
9184, approval by the Authorized DPWH Officials of Detailed Engineering Surveys and Design
undertaken by Consultants neither diminishes the responsibility of the latter for the technical
integrity of the surveys and design nor transfer any part of that responsibility to the
Approving Officials.

The design Consultant shall be held fully responsible for the failure of the facilities/structures
due to faculty design except for the changes made without the conformity of the
Consultants”

(Signature over Printed Name)


Project Manager

I hereby certify that the above supporting documents are complete

Print Name: ________________________________


Designation: ________________________________
Date: ________________________________
Annex K
Page 8 of 59
CHECKLIST OF SUPPORTING DOCUMENTS AND ATTACHMENTS FOR DoTS
VI.

Detailed Engineering Plans (For review)


VI. Right-of-Way (ROW) Survey Plan
1. Tax Declaration for Improvement (for the past 5 years)
2. Resettlement Action Plan (RAP)
3. Copy of Terms of Reference (if prepared by consultants)
4. Copy of Approved Alignment

NOTE:
1. The plans should show but not limited to the following:
1.1 Cover Sheet
1.2 Legend, General Notes, Location Map/Vicinity Map
1.3 Name of Geodetic Engineer, PRC License Number, PTR No., Date of Issue, and Date of Issue on the Title
Blocks
1.4 Index Map
1.5 North Arrow Direction
1.6 Tabulation of:
1.6.1 Lot Number (classification of lot)
1.6.2 Survey Number (PSD/PCS)
1.6.3 Structure Number
1.6.4 Names of Owners/claimants
1.6.5 Structure Type (house, tree, fence, etc)
1.6.6 Area of Structure
1.6.7 Name of Barangays, Municipalities, Province, Island, etc.
1.6.8 Remarks
1.7 Description/Location of Reference Monuments/stations (BLLM, BBM, etc)
1.8 Grid Coordinates based on PPCS

2. For plans prepared by consultants, a note on the Design Consultant’s liability per D.O. No. 50 series of
2002, should be indicated in the cover sheet as follows:

“Pursuant to Section 4 of Annex “A” of the Revised Implementing Rules & Regulations of R.A
9184, approval by the Authorized DPWH Officials of Detailed Engineering Surveys and Design
undertaken by Consultants neither diminishes the responsibility of the latter for the technical
integrity of the surveys and design nor transfer any part of that responsibility to the
Approving Officials.

The design Consultant shall be held fully responsible for the failure of the facilities/structures
due to faculty design except for the changes made without the conformity of the
Consultants”

(Signature over Printed Name)


Project Manager

I hereby certify that the above supporting documents are complete

Print Name: ________________________________


Designation: ________________________________
Date: ________________________________
Annex K
Page 9 of 59
CHECKLIST OF SUPPORTING DOCUMENTS AND ATTACHMENTS FOR DoTS

Revised Plans
General Requirements:
1. Detailed Quantity Calculations and Revised Bill of Quantities
2. Detailed Technical Justifications for the changes in the Original Plans as per “As-Staked” survey
3. Copy of Complete Set of the Approved Original Plans
4. Draft Itemized Cost of Revisions (if applicable)
5. Complete Design Analysis for the changes in the original design (Revised Plans)
6. Copy of Approved Contract and Bill of Quantities
7. Additional Requirements for the following
A. Highway Plan
1. Geotechnical/Soil Materials Test Report (for retaining walls), if any
2. Laboratory/Soil Test Result and Certification from DPWH Materials Engineer RE: Change in Soil
Classification for Excavation, if any
B. Bridge Plan
1. Geotechnical Reports for confirmatory borings, if necessary
C. Water Project Plan
1. Geotechnical/Soil Investigation Report
D. Substitution of materials involved (if any)
1. Certification of non-availability of the specific materials from three (3) leading manufacturers or
suppliers
2. Technical Specifications of the original and substitute materials
3. Design analysis
E. Revised Plan (in accordance with DO 77, series of 2018)

NOTE:
1. As-staked plans should be based on as-stake survey. The plans may show only the changes in the approved
original/detailed engineering plan. The sheets of the original plans which have no changes shall be
reproduced, signed by the contractor and construction supervision consultant and attached as part of the
complete set of the as-staked plans. The original plan/layout, ground profile and/or ground cross-sections
that have changes should be superimposed in broken lines on the as-staked plans.

2. For plans prepared by consultants, a note on the Design Consultant’s liability per D.O. No. 50 series of
2002, should be indicated in the cover sheet as follows:

“Pursuant to Section 4 of Annex “A” of the Revised Implementing Rules & Regulations of R.A
9184, approval by the Authorized DPWH Officials of Detailed Engineering Surveys and Design
undertaken by Consultants neither diminishes the responsibility of the latter for the technical
integrity of the surveys and design nor transfer any part of that responsibility to the Approving
Officials.

The design Consultant shall be held fully responsible for the failure of the facilities/structures due
to faculty design except for the changes made without the conformity of the Consultants”

(Signature over Printed Name)


Project Manager

I hereby certify that the above supporting document is complete

Print Name: ________________________________


Designation: ________________________________
Date: ________________________________
Annex K
Page 10 of 59
CHECKLIST OF SUPPORTING DOCUMENTS AND ATTACHMENTS FOR DoTS

As-Staked Plans
General Requirements:
1. Detailed Quantity Calculations and Bill of Quantities
2. Detailed Technical Justifications for the changes in the Original Plans as per “As-Staked” survey
3. Copy of Complete Set of the Approved Original Plans
4. Draft Itemized Cost of Revisions (if applicable)
5. Copy of Approved Contract and Bill of Quantities
6. Additional Requirements for the following
A. Highway Plan
1. Geotechnical/Soil Materials Test Report (for retaining walls), if any
2. Laboratory/Soil Test Result and Certification from DPWH Materials Engineer re: Chang in Soil
Classification for Excavation, if any
B. Bridge Plan
1. Geotechnical Reports for confirmatory borings, if necessary
C. Water Project Plan
1. Geotechnical/Soil Investigation Report
D. Substitution of materials involved (if any)
1. Certification of non-availability of the specific materials from three (3) leading manufacturers or
suppliers
2. Technical Specifications of the original and substitute materials
3. Design analysis
E. As-Staked Plan (in accordance with DO 77, series of 2018)

NOTE:
1. As-staked plans should be based on as-stake survey. The plans may show only the changes in the approved
original/detailed engineering plan. The sheets of the original plans which have no changes shall be
reproduced, signed by the contractor and construction supervision consultant and attached as part of the
complete set of the as-staked plans. The original plan/layout, ground profile and/or ground cross-sections
that have changes should be superimposed in broken lines on the as-staked plans.

2. For plans prepared by consultants, a note on the Consultant’s liability per D.O. No. 50 series of 2002, should
be indicated in the cover sheet as follows:

“Pursuant to Section 4 of Annex “A” of the Revised Implementing Rules & Regulations of
R.A 9184, approval by the Authorized DPWH Officials of Detailed Engineering Surveys and
Design undertaken by Consultants neither diminishes the responsibility of the latter for the
technical integrity of the surveys and design nor transfer any part of that responsibility to
the Approving Officials.

The design Consultant shall be held fully responsible for the failure of the
facilities/structures due to faculty design except for the changes made without the
conformity of the Consultants”

(Signature over Printed Name)


Project Manager
I hereby certify that the above supporting document is complete

Print Name: ________________________________


Designation: ________________________________
Date: ________________________________
Annex K
Page 11 of 59
CHECKLIST OF SUPPORTING DOCUMENTS AND ATTACHMENTS FOR DoTS

Specifications
I. Approval of Specifications for New Item of Works
1. Memorandum/letter of request from the implementing office
2. Draft proposed specifications
3. Applicable references related to the request
3.1 Brochures
3.2 Journals/literature
3.3 Test Result
3.4 Analysis and justification
4. Samples of proposed material/product, if available

I hereby certify that the above supporting document is complete

Print Name: ________________________________


Designation: ________________________________
Date: ________________________________
Annex K
Page 12 of 59
CHECKLIST OF SUPPORTING DOCUMENTS AND ATTACHMENTS FOR DoTS

Program of Works (POW)/Approved Budget for


Contract (ABC)
1. Executive Summary
2. Detailed Unit Price Analysis (DUPA)
2.1 Canvassed Price and/or derivation of Cost of Materials delivered at site
2.2 Construction Methodology, if applicable
2.3 Location Map showing the road network, District Office, Project Site and Quarry Source/Source of
Materials such as: fine and course aggregates, subbase/base course, aggregate surface course,
common borrow, cement, RCCP, boulders, etc. reflecting the Distances and Station Limits
2.4 Location Map and site diagram showing the disposal site of surplus common/soft rock/hard
rock/unclassified, excavation, etc. which indicate the nearest possible hauling distance together
with the certification from your office to the effect that value engineering was applied in the
determination of this disposal site
3. Approved Plans
4. Computation of the Estimated Project Duration (Bar Chart)
5. Proposal Booklet including Bill of Quantities (For CO)/Bill of Quantities (For RO and DEO)
6. Source of funds
7. Certification that the Right-of-Way Resettlement/Acquisition for the project has been initiated by the
DPWH Planning Division/Section

I hereby certify that the above supporting document is complete

Print Name: ________________________________


Designation: ________________________________
Date: ________________________________
Annex K
Page 13 of 59
CHECKLIST OF SUPPORTING DOCUMENTS AND ATTACHMENTS FOR DoTS

Contract
I. To be submitted by the Contractor
1. Performance Security
2. Credit Line/Cash Deposit Certificate
3. Construction Schedule (PERT/CPM Diagram, Bar Chart with S-Curve and Cash Flow), Equipment and
Manpower Utilization Schedule
4. Latest income tax and business tax returns duly stamped and received by the BIR and duly validated
with the tax payments made thereon (for local contractor only). Tax Clearance (with at least 6 months
validity) from the BIR to prove full and timely payment of taxes (for local contractor only).
5. Certification under oath stating that the Contractor is free and clean of all tax liabilities to the
Government, for local Contractor only
6. Construction Safety and Health Program approved by DPWH and duly received by DOLE
7. One set certified true copy of all the documents submitted for accounting's copy. (Once
signed/approved) - For Central Office

I hereby certify that the above supporting document is complete

Print Name: ________________________________


Designation: ________________________________
Date: ________________________________
Annex K
Page 14 of 59
CHECKLIST OF SUPPORTING DOCUMENTS AND ATTACHMENTS FOR DoTS

Contract
II. To be prepared by the Implementing Office
A. Competitive Bidding/Negotiated
1. Executive Summary
2. Memorandum from the Implementing Office to the Official authorized to enter into Contract
3. Memo request from the Implementing Office for the issuance of the Obligation Request and Status
(ORS)
4. Approved ORS issued by the DPWH Budget Officer
5. Certificate of Availability of Funds (CAF) issued by the Department Chief Accountant / Multi Year
Obligational Authority (MYOA) if it is a Multi-Year Project issued by the Department of Budget and
Management
6. Concurrence of the Lending Institution on the Award (for Foreign Assisted Projects)
7. Notice of Award with Contractor’s Conforme
8. Certification from the Head, Procurement Service/Unit, this Department, that the Notice of Award
was Posted in the PhilGEPS, the website of the procuring entity and any conspicuous place in the
premises of the procuring entity
Posting of the Award of Contract in the website prescribed by the foreign government/foreign or
international financing institution (for Foreign Assisted Projects)
9. Bid Documents/Bid Evaluation Report and Post Qualification Report
10. Approved BAC Resolution Recommending Award of Contract
11. Abstract of Bids
12. Contractor’s Bid Proposal
13. Advertisement/Invitation
Local – Invitation to Bid/Request for Expression of Interest in one (1) newspaper of general nationwide
circulation including Certification from the Head, Procurement Service (PrS), this Department that
the invitation was posted continuously in the DPWH and PhilGEPS Website and Posted at any
conspicuous place reserved for the purpose in the premises of the procuring entity concerned
for seven (7) calendar days, if applicable as required per Section 21.2 of the Revised IRR of R.A.
9184
International – Foreign Newspaper Clippings or Letter of Invitation to Foreign Embassy. Posting in the
website prescribe by the foreign government/foreign or international financing institution, if
applicable.
14. Approved budget for the Contract (ABC), POW and Detailed Estimates
15. Conditions of Contract/Specifications/Instruction to Bidders
16. Approved Plans/Construction Drawings
17. Addenda, if any
18. One set certified true copy of all the documents submitted for accounting's copy. (Once
signed/approved) - For Central Office
B. Additional documents for Negotiated Contract
1. Approved Clearance/Authority to Enter Into Negotiated Contract Procurement
A. Failure of Public Bidding (2nd time) pursuant to Section 53.1 of IRR of R.A. 9184
i. BAC Resolution recommending the use of Alternative Method of Procurement due to Failure of
Public Bidding (2nd time) pursuant to Section 53.1 of the Revised IRR of R.A. 9184
ii. BAC Resolution citing that there has been a failure of bidding for the second time as provided
under Section 35 of R.A. 9184 and its Revised IRR
iii. BAC Resolution that there has been a failure of the First Bidding

I hereby certify that the above supporting document is complete

Print Name: ________________________________


Designation: ________________________________
Date: ________________________________
Annex K
Page 15 of 59
CHECKLIST OF SUPPORTING DOCUMENTS AND ATTACHMENTS FOR DoTS

Contract
B. In case of imminent danger to life, property during a state of calamity/or when time
is of the essence/etc., pursuant to Section 53.2 of the IRR of R.A. 9184
i. BAC Resolution recommending the use of Alternative Method of Procurement due to imminent
danger to life, property during a state of calamity/or when time is of the essence/etc. and
indicating therein justification that the method of procurement for the proposed project for
negotiation as indicated in the Annual Procurement Plan (APP) of the Department cannot be
ultimately pursued
ii. Reason/justification/certification that the conditions cited under Section 53.2 are satisfied
iii. Geotagged pictures/Photographs (with captions, size 3R min.)
C. Takeover of contracts which have been terminated/rescinded pursuant to Section
53.3 of the IRR of R.A. 9184
i. BAC Resolution recommending the use of Alternative Method of Procurement due to takeover
of contracts which have been terminated/rescinded
ii. Copy of approved Termination/Rescission Order
iii. Copy of approved Inventory Report of the Project
iv. Invitation to the Contractor to enter into Negotiated Procurement (starting with the 2nd/3rd
lowest calculated bidder for the project under consideration at the bidder’s original bid price.
If negotiation fails again, a shortlist of at least three (3) eligible contractors shall be invited to
submit their bids, and negotiations shall be made starting with the lowest calculated/highest
rated bidder pursuant to Section of the Revised IRR of R.A. 9184
D. Where the subject contract is adjacent or contiguous to an on-going infrastructure
project pursuant to Section 53.4 of the IRR of R.A. 9184
i. BAC Resolution recommending the use of Alternative Method of Procurement in as much as
the subject contract is adjacent or contiguous to an on-going infrastructure project and
indicating therein justification that the method of procurement for the proposed project for
negotiation as indicated in the Annual Procurement Plan (APP) of the Department cannot be
ultimately pursued
ii. Certification that: (i) the original contract is the result of a competitive bidding; (ii) the subject
contract to be negotiated has similar or related scopes of work; (iii) it is within the contracting
capacity of the contractor (iv) the contractor uses the same prices or lower unit prices as in
the original contract less mobilization cost; (v) the amount involved does not exceed the
amount of the ongoing project and (vi) the contractor has no negative slippage/delay; provided
further, That negotiations for the project are commenced before the expiry of the original
contract
iii. Color coded Diagram showing the proposed project location/items of work involved and the
on-going (original) portion of the project
iv. Copy of the approved Original Contract, Detailed Estimates and Bid Unit Price Analysis
v. Contractual Data (to include the latest Physical Status of the project, such as scheduled
accomplishment, actual accomplishments & slippage, approved variation orders and time
extensions, if there’s any)

NOTE:
1. Clause in the Proposed Contract: 1) That the Contractor (Local) shall pay taxes in full and on time and that
failure to do so will entitle the Government to suspend payment for the services delivered by the private
contracting party, and 2) The Contractor (Local) shall likewise present (to the DPWH Reviewing Offices)
within the duration of the contract a tax clearance from the BIR as well as a copy of its income tax returns
duly stamped and received by the BIR and duly validated with the tax payment made thereon.
2. All photocopied documents should be authenticated.

I hereby certify that the above supporting document is complete

Print Name: ________________________________


Designation: ________________________________
Date: ________________________________
Annex K
Page 16 of 59
CHECKLIST OF SUPPORTING DOCUMENTS AND ATTACHMENTS FOR DoTS

Variation Order (C.O./E.W.O./F.V.O.)


I. To be submitted by the Contractor/Consultant
1. Contractor’s Request
2. If with additional cost, Performance Security (duly verified by PrS/Procurement Unit) (if variance on
the total amount of the contract is above 10% for locally-funded and above 25% or as provided for
in the conditions of contract for Foreign Assisted Projects)
3. Duly signed/approved plans for the proposed design changes
4. Design Analysis & Computations for the proposed changes (if applicable)
5. Copy of the Complete set of the approved plans (As-staked, Original, Revised and As-built)
6. Copy of approved contract including the GCC, COPA and SCC (for applicable clause/s) and previously
approved variation order(s)
7. Detailed Quantity Calculations
8. Where substitution of original specified materials is involved, the following requirements shall be
submitted (if there’s any):
8.1 Certification on the non-availability of the specified materials by 3 leading Manufacturers or
suppliers
8.2 Technical specifications of the original and substitute materials
8.3 Design computations for the substitute material
8.4 Cost Estimate
9. Straight-line Diagram showing the proposed works
10. Derivation of Time Extension for the proposed Variation Order (Change Order/Extra Work Order), if
any
11. Detailed Unit Price Analysis (DUPA) for new items of work
11.1 Detailed Estimate of items of work under the original contract or previous approved V.O.
11.2 Canvass Price and/or Derivation of Materials Cost delivered at site
11.3 Construction Methodology (for items of work which are highly technical or unusual)
12. Copy of previously approved Time Extension (if there’s any)
13. Conformity of Contractor’s Performance Bond, if there is an extension of Contract Time
14. One set certified true copy of all approved Variation Orders (CO/EWO/FVO) documents submitted
for accounting's copy. (Once signed/approved)

I hereby certify that the above supporting document is complete

Print Name: ________________________________


Designation: ________________________________
Date: ________________________________
Annex K
Page 17 of 59
CHECKLIST OF SUPPORTING DOCUMENTS AND ATTACHMENTS FOR DoTS

Variation Order (C.O./E.W.O./F.V.O)


II. To be prepared by the Implementing Office
1. Executive Summary
2. Detailed Technical Justifications and legal basis for the proposed changes (prepared by consultant or
implementing office)
3. Comments/recommendations of DPWH officials (Regional Director, Project Director/Manager,
Inspectorate Team) and Project Consultants concerned (if any)
4. Project Engineer’s Report/Consultant Resident Engineer Report
5. Itemized Cost of Revision
6. Complete Contractual Data with Project Status Report
7. Approved Price Adjustment/Escalation (if there’s any)
8. Request for Obligation and Status (ORS)/Certificate of Availability of Funds (CAF), (if with additional
cost)

I hereby certify that the above supporting document is complete

Print Name: ________________________________


Designation: ________________________________
Date: ________________________________
Annex K
Page 18 of 59
CHECKLIST OF SUPPORTING DOCUMENTS AND ATTACHMENTS FOR DoTS

Contract Time Extension


I. To be submitted by the Contractor
1. Letter request of the Contractor for Contract Time Extension
2. Approved Suspension and Resume Orders
3. Straight Line Diagram showing the critical activities affected (indicate the project limits/stations)
4. Straight Line Diagram showing the contract effectivity, contract expiry and other vital dates of the
project such as previously approved time suspension/resumption/extensions and variation orders etc.
5. Certified Copy and Summary of Previously Approved Time Extensions with; the corresponding
inclusive dates (if there’s any)
6. Certified copy of Original Contract
7. Certified True Copy of original and latest approved PDM Network Diagram Bar Chart prior to the
request for contract time extension
8. Sworn Contractor’s Quit Claim
9. Conformity of Contractor’s Bondsman for the Time Extension
Additional supporting documents for specific conditions:
A. Due to Rainy/Unworkable Days considered unfavorable for the prosecution of the works
at the site:
1. Certification/Monthly Weather Report from PAGASA
2. Geotagged pictures (with caption i.e., location/station, etc.) showing that the site is affected by
unfavorable weather condition
3. Approved Monthly Suspension Report
4. Certified copy of Project Logbook (Suspended Days)
B. Due to Delay in the payment of Contractor’s Claim for Progress Billing/s
1. Written Notice from the Contractor informing the Implementing Office/ Consultant to suspend work
operation due to the delay in the payment of Progress Billing
2. Contractor’s Order to Suspend Work
3. Monthly Accomplishment report affected by the delay in the payment of contractors claim for
progress billing
4. Certified copy of Vouchers/Progress Billings
5. Certification from the Accounting Division of payments made for the Progress Billing/s was received
C. Due to Road Right-of-Way Problem
1. Certification from the Barangay Captain/City or Municipality Mayor that there is RROW problem and
the affected owners do not allow the entry of the contractor to their property
2. Geotagged pictures (with caption) of the site with RROW problem
D. Due to Peace and Order Condition
1. Certification from the PNP station commander concerned and confirmed by the DILG Regional
Director concerned that peace and order condition in the area is already stable
2. Proof/Evidence of peace and order situation (Geotagged pictures/Police Report/Project Engineers
Incident Report)
E. Due to Inaccessibility to Project
1. Exhibit geotagged pictures (with caption i.e., location/station, etc.) before and after the
inaccessibility to the project was resolved
2. Information on the inclusive dates that the project was affected and what activities were affected
3. Straight Line Diagram/Structural Mapping showing the location of the inaccessibility to the project
4. Relevant documents such as permit issued, communication letters, minutes of the meeting, etc.

I hereby certify that the above supporting document is complete

Print Name: ________________________________


Designation: ________________________________
Date: _______________________________
Annex K
Page 19 of 59
CHECKLIST OF SUPPORTING DOCUMENTS AND ATTACHMENTS FOR DoTS

Contract Time Extension


F. Due to Obstruction
1. Exhibit geotagged pictures (with caption i.e., location/station, etc.) before and after the obstruction
was resolved
2. Information on the inclusive dates project was affected and what activities were affected
3. Straight Line Diagram/Structural Mapping showing the location of the obstruction to the project
4. Relevant documents such as permit issued, communication letters, minutes of the meeting, etc.
G. Due to Failure of the Government to provide necessary construction plans and/or
drawings
1. Geotagged pictures (with caption) showing the effect of the absence of construction plan and/or
drawings
H. Due to non-availability of construction materials
1. Geotagged pictures showing the affected portion/structures of the project due to non-availability of
Construction Materials
2. Certification from DTI and the suppliers that the required materials specified in the plans and/or
substitute materials are not available in the market
I. Due to effect of Force Majeure
1. Geotagged pictures (with caption) showing effect of the force majeure on the project
2. Narrative account of force majeure with complete attachment
3. RDRRMC/NDRRMC/PDRRMC Report on Force Majeure
4. PAGASA Certification and Rainfall Data
J. Due to absence of MMDA Permit/Clearance for Road Repair/Excavation/Traffic Clearance
1. Contractor's request duly received by the Implementing Office for Extension of Contract
2. Original MMDA Permit/Clearance for Road Repair/Excavation/Traffic Clearance
3. Copy of Application Form for MMDA Permit/Clearance for Road Repair/Excavation {Traffic Clearance
K. Due to absence of LGU Permit/Clearance/Homeowners Association Clearance/Permit
1. Contractor’s request duly received by the Implementing Office for Extension of Contract
2. Copy of the Original LGU Clearance/Permit/Homeowners Association Clearance/Permit
L. Due to DENR Clearance/Permit to cut/remove trees/Coconut within the Road-Right-
of-Way
1. Contractor’s request duly received by the Implementing Office for the Resumption of Work
2. Copy of the DENR Clearance/Permit to cut/remove trees
3. PCA Clearance (for Coconut)
M. Delayed delivery of Local/Imported Materials due to truck ban and/or port congestion
1. Contractor’s request duly received by the Implementing Office for Extension of Contract
2. Certified true copy of Bill of Lading and Custom Clearance
3. Copy of proof/communication on the lifting of truck ban
4. Certification from the Implementing Office that the delayed delivery of materials due to truck ban
and port congestion has been resolved
5. Certification from other suppliers that the materials is not available

I hereby certify that the above supporting document is complete

Print Name: ________________________________


Designation: ________________________________
Date: _______________________________
Annex K
Page 20 of 59
CHECKLIST OF SUPPORTING DOCUMENTS AND ATTACHMENTS FOR DoTS

Contract Time Extension


N. Due to Revision of Plans
1. Memorandum/letter indicating the date of the approval of the revised plan and the request for the
revision of plan
2. Original Construction Plans approved by authorized DPWH Officials
3. Complete revised plans duly approved by the Authorized DPWH Officials
O. Due to Encountered Hard Strata
1. Actual Bored Piling Data for each Bored Pile
2. Specification of the Bored Piling Equipment Pledged during the bidding
3. Actual Bored Piling Equipment used in the Project
4. Approved Drilling Monitoring Report
5. Approved Original and Actual Bore Log Data
6. Geotagged pictures/Photographs showing the recovered hard strata
7. Project Logbook
P. Due to Meritorious circumstances other than the items mentioned above
1. PE Report
2. Geotagged Photographs
3. Inspectorate Team Report
4. Logbook
5. Copy of the Minutes of the Meeting (including attendance) and letter communication

I hereby certify that the above supporting document is complete

Print Name: ________________________________


Designation: ________________________________
Date: _______________________________
Annex K
Page 21 of 59
CHECKLIST OF SUPPORTING DOCUMENTS AND ATTACHMENTS FOR DoTS

Contract Time Extension


II. To be prepared by Implementing Office
1. Executive Summary
2. Project/Consultant Engineer’s Report relative to the request for contract time extension
3. Evaluation/Recommendation with justification from the Implementing Office/Consultant of the
requested time extension
4. Complete Contractual Data
5. Chronology of events from the start until the resolution of the problem (if there’s any)
6. Letters/Communication/Minutes of the Meeting made between the Implementing Office, Contractor
and Other Concerned Parties
Additional supporting documents for specific conditions:
A. Due to Rainy/Unworkable Days considered unfavorable for the prosecution of the
works at the site:
1. Project Weather Chart duly signed by the Project Engineer
2. Certified Copy of Special Conditions of Contract and/or breakdown of Pre-Determined unworkable
days as provided in the original contract
3. Certification from the Implementing Office/Consultant stating the balance of pre-determined
rainy/unworkable days as provided in the original contract or same has been exhausted
4. Certification from the Implementing Office stating the distance of the PAGASA weather station from
the Project site (signed by the Project Engineer)
B. Due to Delay in the payment of Contractor’s Claim for Progress Billing/s
1. Transmittal Letter from the Implementing Office/Consultant submitting the Progress Billing(s)
and/or Voucher complete with the required documents to the Accounting Division for appropriate
action.
2. Billing Summary/Computation of Allowable Time Extension in the standard format
C. Due to Road Right-of-Way Problem
1. Certified Copy of Payments/Vouchers for RROW acquisition
2. Certified True Copy of Permit to Enter/writ of possession
3. Copy of approved Parcellary Survey/ROW Plan showing the affected lots and improvements
4. List of Properties/Lots/Structures affected by RROW
D. Due to failure of the government to provide necessary construction plans and/or
drawings
1. Certification from the Implementing Office that construction plan and/or drawings were not provided
on time.
2. Explanation from the Implementing Office/Consultant for failure to provide the necessary
Construction Plans
3. Proof on the date of approval of construction plan and/or drawings
E. Due to non-availability of Construction Materials
1. Certification from the Implementing Office that Non-availability of Construction Materials has
occurred
2. Certification from the Other Suppliers that the Materials is unavailable
3. Certification from the Implementing Office stating the distance/location of the nearest available
supplier of the said materials and its cost
F. Due to effect of Force Majeure
1. Certification from Implementing Office that force majeure has occurred

I hereby certify that the above supporting document is complete

Print Name: ________________________________


Designation: ________________________________
Date: ________________________________
Annex K
Page 22 of 59
CHECKLIST OF SUPPORTING DOCUMENTS AND ATTACHMENTS FOR DoTS

Contract Time Extension


G. Due to Peace and Order
1. List of similarly affected projects undertaken by other Contractors within the vicinity of the Projects
H. Due to Obstruction
1. List of Utilities affected by RROW
I. Due to DENR Clearance/Permit to Cut/Remove Trees within the Road-Right-of-Way
1. Letter from the Implementing Office to the Secretary regarding the request for DENR Permit
J. Due to Delayed delivery of Imported Materials due to truck ban and/or port congestion
1. Certification from the Implementing Office that the materials are not locally available and should be
purchased outside the country

I hereby certify that the above supporting document is complete

Print Name: ________________________________


Designation: ________________________________
Date: _______________________________
Annex K
Page 23 of 59
CHECKLIST OF SUPPORTING DOCUMENTS AND ATTACHMENTS FOR DoTS

Contract Time Suspension


I. To be submitted by the Contractor
1. Letter request of the Contractor for Contract Time Suspension
2. Straight Line Diagram showing the critical activities affected (indicate the project limits/stations)
3. Straight Line Diagram showing the contract effectivity, contract expiry and other vital dates of the
project such as previously approved time suspension/extensions and variation orders etc.
4. Certified Copy of the Previously Approved Time Suspension/Resumption/Extension and Variation
Orders (if there’s any)
5. Certified Copy of Original Contract
6. Copy of latest approved PDM Network Diagram Bar Chart prior to the request for contract time
suspension
Additional supporting documents for specific conditions:
A. Due to Rainy/Unworkable Days considered unfavorable for the prosecution of the
works at the site:
1. Certification/Monthly Weather Report from PAGASA
2. Pictures (with caption i.e., location/station, etc.) showing that the site is affected by unworkable
3. Certified Copy of Project Logbook (Date of Suspension)
B. Due to Delay in the payment of Contractor’s Claim for Progress Billing/s
1. Transmittal from the Implementing Office/Consultant submitting the Progress Billing/s and/or
Voucher complete with the required documents to the Accounting Division for appropriate action.
C. Due to Road Right-of-Way Problem
1. Certification from the Barangay Captain/City or Municipality Mayor that there is RROW problem and
the affected owners do not allow the entry of the contractor to their property.
2. Geotagged pictures with caption i.e., location/station, etc. of the site with RROW problem
D. Due to Peace and Order Condition
1. Certification from the PNP station commander concerned and confirmed by the DILG Regional
Director concerned that peace and order condition in the area is not stable
2. Proof/ Evidence of Peace and Order Situation (Pictures/ Police Report/ Project Engineer’s
Incident Report)
E. Due to Inaccessibility to Project
1. Exhibit geotagged pictures (with caption i.e., location/station, etc.) showing the obstruction at the
project
2. Straight Line Diagram/Structural Mapping showing the location of the obstruction to the project
F. Due to Obstruction
1. Exhibit geotagged pictures (with caption i.e., location/station, etc.) showing the obstruction was
resolved
2. Information on the inclusive dates project was affected and what activities were affected
3. Straight Line Diagram/Structure Mapping showing the location of the obstruction to the project
4. Relevant documents such as permit issued, communication letters, minutes of the meeting, etc.
G. Due to Failure of the Government to provide necessary construction plans and/or
drawings
1. Geotagged pictures (with caption i.e., location/station, etc.) showing the effect of the absence of
construction plan and/or drawings
H. Due to non-availability of construction materials
1. Pictures showing effect of the non-availability of Construction Materials
2. Certification from DTI and the suppliers that the required materials specified in the plans and/or
substitute materials are not available in the market

I hereby certify that the above supporting document is complete

Print Name: ________________________________


Designation: ________________________________
Date: ________________________________
Annex K
Page 24 of 59
CHECKLIST OF SUPPORTING DOCUMENTS AND ATTACHMENTS FOR DoTS

Contract Time Suspension


I. Due to effect of Force Majeure
1. Geotagged pictures (with caption i.e., location/station, etc.) showing the effect of force majeure
on the project
2. Narrative account of force majeure with complete attachment
J. Due to absence of MMDA Permit/Clearance for Road Repair/Excavation/Traffic
Clearance
1. Contractor’s request duly received by the Implementing Office for the Suspension of Work
2. Copy of the original letter request of the Contractor duly received by the MMDA to Issue
Clearance/Permit
3. Copy of Application Form for MMDA Permit/Clearance for Road Repair/Excavation/Traffic Clearance
K. Due to absence LGU Permit/Clearance/Homeowners Association Clearance/Permit
1. Contractor’s request duly received by the Implementing Office for the Suspension of Work
2. Copy of the original letter request of the Contractor duly received by the LGU to Issue
Clearance/Permit
L. Due to DENR Clearance/Permit to cut/remove trees/Coconut within the Road-Right-
of-Way
1. Contractor’s request duly received by the Implementing Office for the Suspension of Work
2. Copy of the original DPWH letter request duly received by the DENR to issue Clearance/Permit to
cut/remove trees
3. PCA Clearance (for Coconut)
M. Delayed delivery of Imported Materials due to truck ban and/or port congestion
1. Contractor’s request duly received by the Implementing Office for the Suspension of Work
2. Certified true copy of Bill of Lading
3. Certification from the Implementing Office that the delivery of materials was delayed due to truck
ban and/or port congestion
N. Due to Encountered Hard Strata
1. Approved Drilling Monitoring Report
2. Approved Original and Actual Bore Log Data
3. Geotagged pictures/Photographs showing the encountered hard strata

I hereby certify that the above supporting document is complete

Print Name: ________________________________


Designation: ________________________________
Date: _______________________________
Annex K
Page 25 of 59
CHECKLIST OF SUPPORTING DOCUMENTS AND ATTACHMENTS FOR DoTS

Contract Time Suspension


II. To be submitted by the Implementing Office
1. Executive Summary
2. Proposed Suspension Order in a standard format per existing department order
3. Project/Consultant Engineer’s Report relative to the request for contract time suspension
4. Evaluation/Recommendation with justification from the Implementing Office/Consultant of the
requested time suspension
5. Complete Contractual Data
6. Copy of latest approved PERT/CPM/PDM Network Diagram Bar Chart prior to the request for contract
time suspension
7. Letters/Communications/Minutes of the Meetings made between the Implementing Office,
Contractors and Other Concerned Parties
8. Chronology of Events from the start until the Resolution of the problem (if any). It should contain the
efforts made by the Implementing Office in order to resolve the problem and resume the
implementation of the Projects at the soonest possible time
Additional supporting documents for specific conditions:
A. Due to Rainy/Unworkable Days considered unfavorable for the prosecution of the
works at the site:
1. Project Weather Chart duly signed by the Project Engineer
B. Due to Delay in the payment of Contractor’s Claim for Progress Billing/s
1. Certification from the DPWH Accountant duly noted by the Head of Implementing Office that
payment was not yet paid beyond forty-five (45) calendar days from the time the contractor’s claim
has been certified to by the procuring entity’s representative that the documents are complete.
C. Due to Road Right-of-Way Problem
1. Copy of approved Parcellary Survey/ROW Plan showing the affected lots and improvements
2. Certified copy of Permit to Enter duly received/acknowledged but disapproved/unsigned by the
owner
3. List of Properties/Lots/Structures affected by RROW
D. Due to Failure of the Government to provide necessary construction plans and/or
drawings
1. Certification from the Implementing Office that construction plan and/or drawings were not yet
provided.
2. Explanation from the Implementing Office/Consultant for failure to provide the necessary
Construction Plans
E. Due to non-availability of Construction Materials
1. Certification from the Implementing Office that non-availability of Construction Materials has
occurred
2. Certification from the Implementing Office stating the distance/location of the nearest available
supplier of the said materials and its cost
F. Due to effect of Force Majeure
1. Certification from Implementing Office that force majeure has occurred
G. Due to Peace and Order Condition
1. List of similarly affected projects undertaken by other Contractors within the vicinity of the Project
H. Due to Obstruction
1. List of Utilities affected by RROW

I hereby certify that the above supporting document is complete

Print Name: ________________________________


Designation: ________________________________
Date: ________________________________
Annex K
Page 26 of 59
CHECKLIST OF SUPPORTING DOCUMENTS AND ATTACHMENTS FOR DoTS

Contract Time Suspension


I. Due to DENR Clearance/Permit to Cut/Remove Trees within the Road-Right-of-Way
1. Letter from the Implementing Office to the Secretary regarding the request for DENR Permit
2. DPWH letter to the DENR requesting for the issuance of a tree cutting Permit
J. Due to absence of MMDA Permit /Clearance for Road Repair/Excavation/Traffic
Clearance
1. Contractor’s request duly received by the Implementing Office for the Suspension of Work
2. Copy of the original letter request of the Contractor duly received by the MMDA to Issue
Clearance/Permit
3. Copy of Application Form for MMDA Permit/Clearance for Road Repair/Excavation/Traffic Clearance
K. Due to absence LGU Permit/Clearance/Homeowners Association Clearance/Permit
1. Contractor’s request duly received by the Implementing Office for the Suspension of Work
2. Copy of the original letter request of the Contractor duly received by the LGU to Issue
Clearance/Permit
L. Due to DENR Clearance/Permit to cut/remove trees/Coconut within the Road-Right-
of-Way
1. Contractor’s request duly received by the Implementing Office for the Suspension of Work
2. Copy of the DPWH letter to the DENR requesting for the issuance of a tree cutting Permit
3. PCA Clearance (for Coconut)
4. Letter of the Implementing Office to the Regional Office requesting the DENR for the issuance of
a tree cutting Permit
5. DPWH letter requesting the DENR for the issuance of a tree cutting Permit
M. Delayed delivery of Local/Imported Materials due to truck ban and/or port congestion
1. Contractor’s request duly received by the Implementing Office for the Suspension of Work
2. Certified true copy of Bill of Lading
3. Certification from the Implementing Office that the delivery of materials was delayed due to truck
ban and/or port congestion
N. Due to Revision of Plans
1. Original Construction Plans approved by Authorized DPWH Officials. Proposed revision should be
reflected

I hereby certify that the above supporting document is complete

Print Name: ________________________________


Designation: ________________________________
Date: _______________________________
Annex K
Page 27 of 59
CHECKLIST OF SUPPORTING DOCUMENTS AND ATTACHMENTS FOR DoTS

Contract Time Resumption


General Requirements:
I. To be submitted by the Contractor
1. Letter Request of the Contractor for Contract Time Resumption
2. Approved Suspension Order
3. Certified True Copy of Original Contract
Additional supporting documents for specific conditions:
A. Due to Rainy/Unworkable Days considered unfavorable for the prosecution of the
works at the site:
1. Geotagged pictures (with caption i.e., location/station, etc.) showing that the site is workable
B. Due to Delay in the payment of Contractor’s Claim for Progress Billing/s
1. Certified copy of Vouchers/Progress Billings
2. Certification from the Accounting Division of payments made for the progress billing/s was received
C. Due to Road Right-of-Way Problem
1. Geotagged pictures (with caption i.e., location/station, etc.) of the site before and after the RROW
Problem was resolved Pictures/Photographs of the site with RROW problem
2. Certification from the Barangay Captain/City or Municipality Mayor that the RROW Problem was
resolved
D. Due to Peace and Order Condition
1. Certification from the PNP station commander concerned and confirmed by the DILG Regional
Director concerned that peace and order condition in the area is already stable
E. Due to Inaccessibility to Project
1. Exhibit geotagged pictures (with caption i.e., location/station, etc.) showing proof of resolution of
inaccessibility
2. Relevant document showing the issue of inaccessibility has already been resolved.
F. Due to Obstruction
1. Exhibit geotagged pictures (with caption i.e., location/station, etc.) showing the obstruction was
removed
2. Relevant documents such as permit issued, communication letters, minutes of the meeting, etc.
G. Due to Failure of the Government to provide necessary construction plans and/or
drawings
1. Proof of the date of approval of construction plan and/or drawings
H. Due to non-availability of construction materials
1. Certification from DTI and the suppliers that the required materials specified in the plans and/or
substitute materials are available in the market
I. Due to effect of Force Majeure
1. Pictures (with caption i.e., location/station, etc.) showing the effect of force majeure was already
addressed to effect Resumption Order
2. Relevant documents such as communication letters, minutes of the meeting relative to the measures
undertaken to address the effect of force majeure that necessitates issuance of Resumption Order
J. Due to absence of MMDA Permit/Clearance for Road Repair/Excavation/Traffic
Clearance
1. Contractor’s request duly received by the Implementing Office for the Resumption of Work
2. Copy of the MMDA Permit/Clearance for Road Repair/Excavation/Traffic Clearance issued for the
project

I hereby certify that the above supporting document is complete

Print Name: ________________________________


Designation: ________________________________
Date: ________________________________
Annex K
Page 28 of 59
CHECKLIST OF SUPPORTING DOCUMENTS AND ATTACHMENTS FOR DoTS

Contract Time Resumption


K. Due to absence LGU Permit/Clearance/Homeowners Association Clearance/Permit
1. Contractor’s request duly received by the Implementing Office for the Resumption of Work
2. Copy of the LGU Permit/Clearance/Re-blocking permit/clearance issued for the project
L. Due to DENR Clearance/Permit to cut/remove trees/Coconut within the Road-Right-
of-Way
1. Contractor’s request duly received by the Implementing Office for the Resumption of Work
2. Copy of the DENR Clearance/Permit to cut/remove trees
3. PCA Clearance (for Coconut)
M. Delayed delivery of Imported Materials due to truck ban and/or port congestion
1. Contractor’s request to the Implementing Office for the Resumption of Work
2. Certified true copy of Bill of Lading
3. Original copy of Custom Clearance
4. Certification from the Implementing Office that the delayed delivery of materials due to truck ban
and port congestion has been resolved

I hereby certify that the above supporting document is complete

Print Name: ________________________________


Designation: ________________________________
Date: _______________________________
Annex K
Page 29 of 59
CHECKLIST OF SUPPORTING DOCUMENTS AND ATTACHMENTS FOR DoTS

Contract Time Resumption


General Requirements:
II. To be prepared by the Implementing Office
1. Executive Summary
2. Copy of the proposed Resume Order in accordance with the Format per existing department order
3. Project/Consultant Engineer’s Report relative to the resolution of the problem which caused the
issuance of suspension order
4. Complete Contractual Data
Additional supporting documents for specific conditions:
A. Due to Right-of-way problem
1. Certified True Copy of Payments/Vouchers for RROW acquisition
2. Certified True Copy of Permit to Enter/writ of possession
B. Due to failure of the government to provide necessary construction plans and/or
drawings
1. Certification from the Implementing Office that construction plan and/or drawings were already
provided
C. Due to non-availability of construction materials
1. Certification from the Implementing Office that Construction Materials are already available

I hereby certify that the above supporting document is complete

Print Name: ________________________________


Designation: ________________________________
Date: ________________________________
Annex K
Page 30 of 59
CHECKLIST OF SUPPORTING DOCUMENTS AND ATTACHMENTS FOR DoTS

PERT/CPM/PDM
I. To be submitted by the Contractor
A. Original
1. Notice of Award
2. Breakdown of Contract Cost
3. Construction Methods
4. Monthly Manpower and Equipment Utilization Schedule
B. Revised
1. Copy of the previously approved Construction Schedule together with the Monthly Equipment and
Manpower Utilization Schedule
2. Copy of Approved Original Contract
3. Copy of Notice to Proceed
4. Copy of Approved Variation Orders
5. Copy of approved Time Extensions (if there’s any)
6. Copy of approved latest (PDM, Bar Chart with S-Curve)

I hereby certify that the above supporting document is complete

Print Name: ________________________________


Designation: ________________________________
Date: ________________________________
Annex K
Page 31 of 59
CHECKLIST OF SUPPORTING DOCUMENTS AND ATTACHMENTS FOR DoTS

PERT/CPM/PDM
II. To be submitted by the Implementing Office
1. Executive Summary
2. Proposed Contract Agreement
3. Approved Resolution of Award
4. Forwarding Memorandum from the Implementing Office for the Assistant Secretary / Undersecretary’s
consideration and approval of the Proposed Original PDM Network Diagram, Bar Chart with S-Curve
and Cash Flow, Equipment and Manpower Utilization Schedule
5. Matrix of the Predetermined Unworkable Days (if applicable)
6. Detailed Justification/Explanation of the changes made in the proposed Revised Construction Schedule
compared with the previously approved schedule (if applicable)

I hereby certify that the above supporting document is complete

Print Name: ________________________________


Designation: ________________________________
Date: ________________________________
Annex K
Page 32 of 59
CHECKLIST OF SUPPORTING DOCUMENTS AND ATTACHMENTS FOR DoTS

MOA/MOU
1. To be submitted by the LGU
1. Written request to DPWH to authorize the LGU to implement the DPWH Project by Administration or
by Contract
2. Authority of Signing Official - Board Resolution/Sangguniang Pambayan, Panglungsod and
Panlalawigan
Additional supporting documents for Locally Funded Projects:
1. Liquidation Report from LGU Treasurer/Accountant
2. By Administration
2.1 Reason/justification to support their request to undertake/implement the project by administration
through MOA if project cost is over P20 Million in accordance with of the Special Provision of the
General Appropriation Act
3. By Contract (LGU)
3.1 BAC Composition/Organizational Chart
3.2 Latest Physical and Financial Report

I hereby certify that the above supporting document is complete

Print Name: ________________________________


Designation: ________________________________
Date: ________________________________
Annex K
Page 33 of 59
CHECKLIST OF SUPPORTING DOCUMENTS AND ATTACHMENTS FOR DoTS

MOA/MOU
2. To be prepared by the Implementing Office
1. Executive Summary
2. Source of Funds
3. Indorsement of concerned Official of the DPWH
Additional supporting documents for Locally Funded Projects:
1. Result of the Evaluation of Capability of the LGU to implement DPWH Infrastructure Projects per criteria
prescribed under DO 62, series 2018, to be submitted by the District Engineer and approved by the
Regional Director
2. Clearance from the President (for project costing more than P50 Million)
3. Approved Clearance/Authority to enter into a Memorandum of Agreement (MOA) including supporting
documents
4. By Administration
4.1 Copy of the approved Annual Procurement Plan (APP)
4.2 BAC Resolution on the change in the mode of procurement (if the original mode of procurement
was Public Bidding as indicated in the approved APP)
4.3 Clearance from the President (for project costing more than ₱50 Million)
5. By Contract
5.1 BAC Composition/Organizational Chart

I hereby certify that the above supporting document is complete

Print Name: ________________________________


Designation: ________________________________
Date: ________________________________
Annex K
Page 34 of 59
CHECKLIST OF SUPPORTING DOCUMENTS AND ATTACHMENTS FOR DoTS

Advance Payment
I. To be prepared by the Contractor
1. Letter Request of Contractor
2. Certification that necessary scheduled Equipment for the first two months were mobilized after
issuance of NTP with geotagged pictures
3. Approved Monthly Equipment Utilization Schedule
4. Construction Safety and Health Program approved/concurred by the DOLE
5. Notice to Proceed (Certified true copy by Implementing Office)
6. Copy of approved contract (Certified true copy by Implementing Office)
7. Geotagged pictures of Equipment, Billboards w/ complete information of contract amount, start &
completion date, duration of project, project name & source of fund (locally funded / foreign assisted
projects)
8. One set certified true copy/duplicate copy of all the documents submitted for Accounting
Division/Section/Unit’s copy

I hereby certify that the above supporting documents are complete

Print Name: ________________________________


Designation: ________________________________
Date: ________________________________
Annex K
Page 35 of 59
CHECKLIST OF SUPPORTING DOCUMENTS AND ATTACHMENTS FOR DoTS

Advance Payment
II. To be prepared by the Implementing Office
1. Certified True Copy of Obligation, Request and Status (ORS)
2. Background Information / Executive Summary
3. Disbursement Voucher
4. Certification from Implementing Office that the supporting documents are verified as valid and
complete
5. Certified True Copy of Surety Bond/Bank Guarantee/Irrevocable Standby Letter of Credit duly verified
by PrS/Procurement Unit
6. Foreign portion-Withdrawal Application (if applicable)
7. Photocopy of the Transmittal of contract documents (duly received by COA)
8. One set certified true copy of all the documents submitted for Accounting Division/Section/Unit's copy

I hereby certify that the above supporting documents are complete

Print Name: ________________________________


Designation: ________________________________
Date: ________________________________
Annex K
Page 36 of 59
CHECKLIST OF SUPPORTING DOCUMENTS AND ATTACHMENTS FOR DoTS

First Progress Billing


I. To be prepared by the Contractor
1. Letter Request of Contractor for payment
2. Monthly Certificate of Payment and Statement of Work Accomplished
3. Statement of Time Elapsed (Justification Letter is needed if accomplishment is negative slippage
beyond 10% and calibrated action for slippages in compliance with DO 193, series of 2016)
4. Contractor’s Affidavit - duly notarized
5. Geotagged pictures of Work Accomplished (size 3R min.) – “with proper labelling”
6. Backup Computations
7. Certificate of Materials Quality Test (Materials on Site), if any
8. Materials Test Report/Quality Test
9. Certificate of Materials Quality Control Assurance
10. Construction Safety and Health Program approved by the DPWH and concurred by DOLE (If no
Advance Payment made)
11. BIR Form No. 2307 (Certificate of Creditable Taxes Withheld at Source), if any
12. BIR Form No. 2550 M – VAT Declaration
13. Contractor’s All Risk Insurance duly verified by SAC (1M and above)
14. Copy of Performance Bond duly verified by SAC
15. Copy of Contract / Bill of Quantities
16. Notice to Proceed (Certified true copy by Implementing Office), if no Advance Payment made.
17. Copy of Contract of Lease/Rental Agreement for Facilities to the Engineer/Official Receipt for
Lease/Rent/Purchase – OR and CR for vehicles and proof of purchase
18. Official Receipt and Approved Voucher of the previous payment, if not yet submitted to the Accounting
Division or copy of duly received OR by the Accounting Division (if GOP, FAP Section and if Loan
Proceed, FRS Section)
19. One set certified true copy of approved all the documents submitted for accounting's copy

I hereby certify that the above supporting documents are complete

Print Name: ________________________________


Designation: ________________________________
Date: ________________________________
Annex K
Page 37 of 59
CHECKLIST OF SUPPORTING DOCUMENTS AND ATTACHMENTS FOR DoTS

First Progress Billing


II. To be prepared by the Implementing Office
1. Background Information/Executive Summary
2. Billing Summary
3. Certification from the Project Engineer as to partial and complete As Staked Plan is submitted
4. Disbursement Voucher
5. Certification from Implementing Office that the supporting documents are verified as valid and
complete
6. Certified True Copy of Obligation Request and Status (ORS)
7. Foreign portion-Withdrawal Application (if applicable)
8. Copy of the Transmittal of contract documents (duly stamped received by COA) – if the contractor
did not collect an advance payment
9. Certificate of Payment of Labor, Materials and Equipment by Project Engineer
10. Certificate of Materials Quality Control Assurance by DPWH Materials Engineer
11. Statement of Time Elapsed (Justification Letter (including compliance with calibrated actions) is
needed if accomplishment is negative slippage of 10% and above)
12. One set certified true copy of approved all the documents submitted for accounting's copy

I hereby certify that the above supporting documents are complete

Print Name: ________________________________


Designation: ________________________________
Date: ________________________________
Annex K
Page 38 of 59
CHECKLIST OF SUPPORTING DOCUMENTS AND ATTACHMENTS FOR DoTS

Interim Progress Billing


I. To be prepared by the Contractor
1. Letter request of Contractor for payment
2. Statement of Work Accomplished and Monthly Certificate of Payment
3. BIR Form No. 2307 (Certificate of Creditable Taxes Withheld at Source), if any
4. BIR Form No. 2550 M – VAT Declaration
5. Certificate of Materials Quality Test (Materials on Site), if any
6. Materials Test Report/Quality Test
7. Certification of Clearance for Equipment Rentals and/or Lease
8. Certification of Clearance on Labor and Materials Payment
9. Certificate of Materials Quality Control Assurance
10. Contractor’s Affidavit - duly notarized
11. Statement of Time Elapsed (Justification Letter (including compliance with calibrated actions) is
needed if accomplishment is negative slippage of 10% and above)
12. Backup Computation
13. Geotagged pictures of Work Accomplished (size 3R min.)- “with proper labelling”
14. Change Order/Extra Work Order/Time Extension/Suspension and Resume Order (duly received by
COA), if needed
15. Copy of Contract of Lease/Rental Agreement for Facilities to the Engineer/Official Receipt for
Lease/Rent/Purchase – OR and CR for vehicles and proof of purchase
16. Official Receipt and Approved Voucher of the previous payment, if not yet submitted to the
Accounting Division or copy of duly received OR by the Accounting Division (if GOP, FRS Section and
if Loan Proceed, FAP Section (per billing requirement))
17. One set certified true copy of all the documents submitted for accounting's copy

I hereby certify that the above supporting documents are complete

Print Name: ________________________________


Designation: ________________________________
Date: ________________________________
Annex K
Page 39 of 59
CHECKLIST OF SUPPORTING DOCUMENTS AND ATTACHMENTS FOR DoTS

Interim Progress Billing


II. To be prepared by the Implementing Office
1. Background Information/Executive Summary
2. Billing Summary
3. Disbursement Voucher
4. Certification from Implementing Office that the supporting documents are verified as valid and
complete
5. Certified True Copy of Obligation Request and Status (ORS)
6. Foreign portion-Withdrawal Application (for foreign assisted projects, if applicable)
7. One set certified true copy of all the documents submitted for accounting's copy

I hereby certify that the above supporting documents are complete

Print Name: ________________________________


Designation: ________________________________
Date: ________________________________
Annex K
Page 40 of 59
CHECKLIST OF SUPPORTING DOCUMENTS AND ATTACHMENTS FOR DoTS

Final Billing
I. To be prepared/submitted by the Contractor
1. Letter request of Contractor for payment
2. Statement of Work Accomplished and Monthly Certificate of Payment
3. Statement of Time Elapsed
4. Contractor’s Affidavit – duly notarized
5. Certificate of payment of Labor, materials and equipment
6. Certificate of Materials Quality Control Assurance
7. As Built Quantity/Final Change Order, if any
8. Signed Inventory of Office Equipment, Furniture, Building, Surveying, Instrument and Service Vehicle
(Turnover of Equipment Bought Out of Project Funds) with corresponding Invoice Receipt,
Acknowledgement Receipt for Equipment (ARE) or Property Acknowledgement Receipt (PAR) and
Inventory Custodian Slip (ICS)
9. Certification of BRS/Regional Office of Turnover of Laboratory Equipment - FAPs/RO for Locally
Funded
10. Certificate of Completion
11. Certificate of Acceptance (after 1 year of Completion)
12. Performance Security and CARI in the form of Surety Bond/Bank Guarantee/Irrevocable Standby
Letter of Credit duly verified as valid and genuine by PrS/Procurement Unit, if there is no Certificate
of Acceptance
13. Certified True Copy of DPWH Final Inspection Report (QAU (CO)/Inspectorate Team (RO/DEO))
14. Certification from QAU/Inspectorate Team that defects for final inspection have already been
corrected with pictures (before, during and after, size 3R min)
15. Geotagged pictures of work accomplished (size 3R min.) “with proper labelling”
16. Back-up Computations
17. Approved Time Extensions and/or Suspension and Resume Orders, if any
18. Approved As Built-Plans/Drawings
19. BIR Form 0217, Stamped Received by BIR (indicating the date of receipt, RDO and with documentary
stamp)
20. BIR Form No. 2307 (Certificate of Creditable Taxes Withheld at Source)
21. BIR Form No. 2550 M – VAT Declaration
22. Material Test Report including Core Test for Thickness Determination for Concrete/Asphalt Road, if
applicable
23. Proof of Completeness of Document duly received by COA
24. Official Receipt of the previous payment, if not yet submitted to the Accounting Division or copy of
duly received OR by the Accounting Division (GOP, FRS Section and if Loan Proceed, FAP Section)
25. Copy of Contract of Lease/Rental Agreement for Facilities to the Engineer/Official Receipt for
Lease/Rent/Purchase – OR and CR for vehicles and proof of purchase
26. One set certified true copy of all the documents submitted for accounting's copy (once
signed/approved) except pictures, back-up computations, as built plans and drawing, and material
testing results

I hereby certify that the above supporting documents are complete

Print Name: ________________________________


Designation: ________________________________
Date: ________________________________
Annex K
Page 41 of 59
CHECKLIST OF SUPPORTING DOCUMENTS AND ATTACHMENTS FOR DoTS

Final Billing
II. To be prepared by the Implementing Office
1. Background Information/Executive Summary
2. Billing Summary
3. Disbursement Voucher
4. Property Clearance
5. Certification from Implementing Office that the supporting documents are verified as valid and
complete
6. Certified True Copy of Obligation Request and Status (ORS)
7. Foreign portion-Withdrawal Application (for foreign assisted projects)
8. Statement of Time Elapsed
9. Certificate of Materials Quality Control Assurance
10. One set certified true copy of all the documents submitted for Accounting Division/Section/Unit's copy

I hereby certify that the above supporting documents are complete

Print Name: ________________________________


Designation: ________________________________
Date: ________________________________
Annex K
Page 42 of 59
CHECKLIST OF SUPPORTING DOCUMENTS AND ATTACHMENTS FOR DoTS

Release of Retention
I. To be submitted by the Contractor
1. Letter-request of Contractor for payment
2. Surety Bond / Letter of Credit / Bank Guarantee to guarantee the release of retention money duly
verified by PrS/PU (if retention is released before the issuance of the Certificate of Acceptance and
during progress billing on a positive schedule)
3. Statement of Retention
4. Certified True Copy of Approved Vouchers
5. Official Receipt and Approved Voucher of the previous payment, if not yet submitted to the Accounting
Division or copy of duly received OR by the Accounting Division (if GOP, FRS Section and if Loan
Proceed, FAP Section)
6. One set certified true copy of all the documents submitted for Accounting Division/Section/Unit's copy

I hereby certify that the above supporting documents are complete

Print Name: ________________________________


Designation: ________________________________
Date: ________________________________
Annex K
Page 43 of 59
CHECKLIST OF SUPPORTING DOCUMENTS AND ATTACHMENTS FOR DoTS

Release of Retention
II. To be prepared by the Implementing Office
1. Background Information / Executive Summary
2. Certification from Implementing Office that the supporting documents are verified as valid and
complete
3. Certification that Project is on-schedule (for locally-funded and FAPS) or Certificate of Acceptance if
retention is released after completion of Project
4. Disbursement Voucher
5. Certified True Copy of Certificate of Completion (if retention is being released after completion of the
project)
6. DPWH Final Inspection Report (QAU (CO)/Inspectorate Team (RO/DEO)) – if retention is released
after completion
7. Certification from QAU/Inspectorate Team that defects for Final Inspection Report have already been
rectified and corrected – if retention is released after completion
8. Certification that the project is on-schedule – if retention is released before completion
9. Foreign portion-Withdrawal Application (for foreign assisted projects)
10. One set certified true copy of all the documents submitted for accounting's copy (once
signed/approved) - For Central Office

I hereby certify that the above supporting documents are complete

Print Name: ________________________________


Designation: ________________________________
Date: ________________________________
Annex K
Page 44 of 59
CHECKLIST OF SUPPORTING DOCUMENTS AND ATTACHMENTS FOR DoTS

IROW Payment
I. Negotiated Sale of Lots to be prepared by the Implementing Office
A. Approved Obligation Request and Status (ORS) with the following attached documents:
1. Memorandum from the Head of the IO to the Head of the Budget Unit requesting the issuance
of Obligation Request and Status (ORS).
2. Copy of Special Allotment Release Order (SARO) and the following pages from the Master List of
claimants submitted to the Department of Budget and Management (DBM) or included in the
appropriation for funding where the subject claimant is indicated: (a) first page, (b) last page
where the approval of the List is indicated, and (c) page containing the name of the claimant.
3. In the case of a titled lot, a certified true copy of the electronic copy (blue) of the Lot Title in the
name of the registered Owner/authenticated by the Register of Deeds/Land Registration
Authority (LRA).
4. Current Market Value of lot based on Government Financial Institution (GFI)/ Independent
Property Appraiser (IPA)/Implementing Office (IO) Appraisal Reports.
5. Tax Identification Number (TIN)/Temporary TIN of Owner subject to data change approved by
authorized official.

B. Signed Certificate of Available Funds with the following attachments:


1. Memorandum Request for Certificate of Availability of Funds (CAF) from the Head of the IO to
the Head of the Accounting Unit.
2. ORS approved by the Head of the Budget Unit including all attachments. (See Item I-A)
3. Deed of Absolute Sale (DAS).
4. Updated Tax Declaration of the Lot.
5. One (1) page certification duly approved by the Head of the IO of the following:
4.1 That the lot (or improvement) is totally/partially affected by (name of project).
4.2 That the lot is within the boundaries of the ROW limits per approved Parcellary Plan.
4.3 That there is no other pending claim or payment made yet on the subject claim.
4.4 That all supporting documents are complete, authenticated, validated, and found to be in
order.
6. Certified true copy of two (2) valid Government-issued identification cards of the following
(whichever is applicable):
6.1 Owner/Claimant.
6.2 Attorney-in-Fact, if represented by one.
6.3 Heirs - in the case of extra-judicial settlement.
6.4 Authorized Officer of the Corporation.
7. Signed Letter-Offer, accepted by the Owner.

I hereby certify that the above supporting documents are complete

Print Name: ________________________________


Designation: ________________________________
Date: ________________________________
Annex K
Page 45 of 59
CHECKLIST OF SUPPORTING DOCUMENTS AND ATTACHMENTS FOR DoTS

IROW Payment
C. Disbursement Voucher with the following attachments:
1. First Payment – 50% of the negotiated price of the lot.
1.1 Approved Deed of Absolute Sale (DAS), signed by at least the DPWH signatories.
1.2 Approved CAF with all the attachments (See Item I-B).
1.3 Approved Parcellary Plan.
1.4 Approved Subdivision Plan.
1.5 Environmental Compliance Certificate (ECC)/Certificate of Non-Coverage (CNC) from the
Department of Environment and Natural Resources (DENR).
1.6 For PPP Projects, additional supporting documents for the reimbursement of the advance
payments made by the Contractor/Concessionaire:
1.6.1 Letter-Request by DPWH to the Contractor/Concessionaire to make the advance
payment.
1.6.2 Reimbursement Agreement between DPWH and the Contractor/ Concessionaire.
1.6.3 Certified true copy of the check issued by the Contractor/Concessionaire to the
claimant.
1.6.4 Acknowledgement Receipt of the check by the claimant
1.6.5 Secretary's Certificate/certified true copy of valid ID of the Contractor/
Concessionaire’s Attorney-in-Fact
1.7 One (1) set of certified true copy of all the documents submitted for Accounting Unit’s copy.
2. Final Payment – 50% of the negotiated price of the lot.
2.1. Notarized Deed of Absolute Sale (DAS).
2.2. Original of the Owner’s duplicate Transfer Certificate of Title (TCT), if applicable.
2.3. Titled Lot:
2.3.1 Totally Affected: Lot Title in the name of DPWH/Republic of the Philippines (RP).
2.3.2 Partially Affected: Annotation of Sale to DPWH/RP; or Memorandum of
Encumbrances at the back of the Title for portion of lot acquired by DPWH/ TCT of the
affected portion of the lot prior to registration in the name of RP.
2.4. Tax Clearance/Statement of Account with letter request by the claimant for deduction from
claim/Tax Exemption
2.5. Certified true copy of the paid DV for the first 50% lot payment
2.6. Official Receipts/Proof of Tax Payments made
2.7. For PPP Projects, additional supporting documents for the reimbursement of the advance
payments made by the Contractor/Concessionaire:
2.7.1 Letter-Request by DPWH to the Contractor/Concessionaire to make the advance
payment.
2.7.2 Reimbursement Agreement between DPWH and the Contractor/ Concessionaire.
2.7.3 Certified true copy of the check issued by the Contractor/Concessionaire to the
claimant.
2.7.4 Acknowledgement Receipt of the check by the claimant.
2.7.5 Secretary's Certificate/certified true copy of valid ID of the Contractor/
Concessionaire’s Attorney-in-Fact.
2.8. One (1) set of certified true copy of all the documents submitted for Accounting Unit’s copy.

I hereby certify that the above supporting documents are complete

Print Name: ________________________________


Designation: ________________________________
Date: ________________________________
Annex K
Page 46 of 59
CHECKLIST OF SUPPORTING DOCUMENTS AND ATTACHMENTS FOR DoTS

IROW Payment
II. Negotiated Sale of Improvements to be prepared by the IO
A. Approved Obligation Request and Status with the following attachments
1. Memorandum from the Head of the IO to the Head of the Budget Unit requesting the issuance
of ORS.
2. Copy of SARO and the following pages from the Master List of claimants submitted to the DBM
or included in the appropriation for funding where the subject claimant is indicated: (a) first
page, (b) last page where the approval of the List is indicated, and (c) page containing the name
of the claimant.
3. Replacement Cost of structures/improvements, including all accessory structures.
4. Tax Declaration of the structures/improvements.
5. TIN/Temporary TIN subject to data change approved by authorized official.

Substitute documents for payments of improvements to Informal Settler Families:


1. Memorandum from the Head of the IO to the Head of the Budget Unit requesting the issuance
of ORS.
2. Copy of SARO and the following pages from the Master List of claimants submitted to the DBM
or included in the appropriation for funding where the subject claimant is indicated: (a) first
page, (b) last page where the approval of the List is indicated, and (c) page containing the name
of the claimant.
3. Tax Declaration or, if not applicable, Certification of the Barangay Chairperson, concurred in by
the Urban Poor Affairs Office (UPAO)/Authorized LGU representative, stating that the
structures/improvements are owned by the ISF.
4. Replacement Cost of structures/improvements, including all accessory structures.

B. Signed Certificate of Available Funds with the following attachments:


1. Memorandum Request for CAF from the Head of the IO to the Head of the Accounting Unit.
2. ORS approved by the Head of the Budget Unit including all attachments (See Item II-A).
3. Agreement to Demolish and Remove Improvements (ADRI).
4. One (1) page certification duly approved by the Head of the IO of the following:
4.1 That the lot (or improvement) is totally/partially affected by (name of project).
4.2 That the lot is within the boundaries of the ROW limits per approved Parcellary Plan.
4.3 That there is no other pending claim or payment made yet on the subject claim.
4.4 That all supporting documents are complete, authenticated, validated, and found to be in
order.
5. TCT of the Lot or Tax Declaration of the Lot.
6. Certified true copy of two (2) valid Government-issued identification cards of the following
(whichever is applicable):
6.1 Owner/Claimant.
6.2 Attorney-in-Fact, if represented by one.
6.3 Heirs - in the case of extra judicial settlement.
6.4 Authorized Officer of the Corporation.
7. Signed Letter-Offer, accepted by the Owner.

I hereby certify that the above supporting documents are complete

Print Name: ________________________________


Designation: ________________________________
Date: ________________________________
Annex K
Page 47 of 59
CHECKLIST OF SUPPORTING DOCUMENTS AND ATTACHMENTS FOR DoTS

IROW Payment
Substitute Documents for Informal Settler Families
1. Memorandum Request for CAF from the Head of the IO to the Head of the Accounting Unit.
2. ORS approved by the Head of the Budget Unit including all attachments (See Item II-A).
3. ADRI.
4. One (1) page certification duly approved by Head of IO of the following:
4.1 That the lot (or improvement) is totally/partially affected by (name of project).
4.2 That the lot is within the boundaries of the ROW limits per approved Parcellary Plan.
4.3 That there is no other pending claim or payment made yet on the subject claim.
4.4 That all supporting documents are complete, authenticated, validated, and found to be in
order.
5. Sworn Affidavit of Ownership.
6. Certified true copy of a valid Government-issued ID of the claimant.

C. Disbursement Voucher with the following attachments:


1. First Payment – 70% of the negotiated price of the improvement:
1.1 Approved ADRI, signed by at least the DPWH signatories.
1.2 CAF and all its attachment (See Item II-B)
1.3 Approved Parcellary Plan.
1.4 Structural Mapping with Sketch Plan in Computer-aided Design (CAD) format
1.5 Waiver of the lot owner on the proceeds of improvement if the lot owner and improvement
owner are two (2) different owners with attached photocopy of two (2) valid ID cards of the
lot owner.
1.6 Original copy of Affidavit of Ownership of Improvements if the owner thereof is different
from the owner of lot.
1.7 Pictures taken before, during and after demolition/removal duly certified by Project Engineer,
together with the Certification that salvaged materials are stockpiled and duly secured at an
identified government property.
1.8 For PPP Projects, additional supporting documents for the reimbursement of the advance
payments made by the Contractor/Concessionaire:
1.8.1 Letter-Request by DPWH to the Contractor/Concessionaire to make the advance
payment.
1.8.2 Reimbursement Agreement between DPWH and the Contractor/ Concessionaire.
1.8.3 Certified true copy of the check issued by the Contractor/Concessionaire to the
claimant.
1.8.4 Acknowledgement Receipt of the check by the claimant.
1.8.5 Secretary's Certificate/certified true copy of valid ID of the Contractor/
Concessionaire’s Attorney-in-Fact.
1.9 One (1) set of certified true copy of all the documents submitted for Accounting Unit’s copy

I hereby certify that the above supporting documents are complete

Print Name: ________________________________


Designation: ________________________________
Date: ________________________________
Annex K
Page 48 of 59
CHECKLIST OF SUPPORTING DOCUMENTS AND ATTACHMENTS FOR DoTS

IROW Payment
2. Final Payment – 30% of the negotiated price of the improvement.
2.1 Notarized ADRI
2.2 Tax Clearance/Statement of Account with letter request by the claimant for deduction from
claim/Tax Exemption.
2.3 Certified true copy of the paid DV for the first 70% lot payment
2.4 Official Receipts / Proof of Tax Payments made
2.5 Pictures taken before, during and after demolition/removal duly certified by Project Engineer,
together with the Certification that salvaged materials are stockpiled and duly secured at an
identified government property.
2.6 Certification from IO of total demolition/removal stating that the actual type and kind of
Improvement demolished and removed was the same as the improvement shown in the
attached photos and as stated in the ADRI
2.7 For PPP Projects, additional supporting documents for the reimbursement of the advance
payments made by the Contractor/Concessionaire:
2.7.1 Letter-Request by DPWH to the Contractor/Concessionaire to make the advance
payment.
2.7.2 Reimbursement Agreement between DPWH and the Contractor/ Concessionaire.
2.7.3 Certified true copy of the check issued by the Contractor/Concessionaire to the
claimant.
2.7.4 Acknowledgement Receipt of the check by the claimant
2.7.5 Secretary's Certificate/certified true copy of valid ID of the Contractor/
Concessionaire’s Attorney-in-Fact
2.8 One (1) set of certified true copy of all the documents submitted for Accounting Unit’s copy

Substitute Documents for Informal Settler Families


1. First Payment – 70% of the Replacement Cost.
1.1 Approved ADRI, signed by at least the DPWH signatories.
1.2 CAF (See item II-B)
1.3 Approved Parcellary Plan.
1.4 Structural Mapping with Sketch Plan preferably in CAD format..
1.5 Pictures before demolition / removal duly certified by Project Engineer.
1.6 For PPP Projects, additional supporting documents for the reimbursement of the advance
payments made by the Contractor/Concessionaire:
1.6.1 Letter-Request by DPWH to the Contractor/Concessionaire to make the advance
payment.
1.6.2 Reimbursement Agreement between DPWH and the Contractor/ Concessionaire.
1.6.3 Certified true copy of the check issued by the Contractor/Concessionaire to the
claimant.
1.6.4 Acknowledgement Receipt of the check by the claimant
1.6.5 Secretary's Certificate/certified true copy of valid ID of the Contractor/
Concessionaire’s Attorney-in-Fact.
1.7 One (1) set of certified true copy of all the documents submitted for Accounting Unit’s copy.

I hereby certify that the above supporting documents are complete

Print Name: ________________________________


Designation: ________________________________
Date: ________________________________
Annex K
Page 49 of 59
CHECKLIST OF SUPPORTING DOCUMENTS AND ATTACHMENTS FOR DoTS

IROW Payment
2. Final Payment – 30% of the Replacement Cost.
2.1 Notarized ADRI.
2.2 Certified true copy of the paid DV of the first 70% lot payment.
2.3 Pictures after demolition/removal duly certified by Project Engineer.
2.4 Certification from IO of total demolition/removal, stating that the actual type and kind of
improvement demolished and removed was the same as the improvement shown in the
attached photos and as stated in the ADRI.
2.5 For PPP Projects, additional supporting documents for the reimbursement of the advance
payments made by the Contractor/Concessionaire:
2.5.1 Letter-Request by DPWH to the Contractor/Concessionaire to make the advance
payment.
2.5.2 Reimbursement Agreement between DPWH and the Contractor/ Concessionaire.
2.5.3 Certified true copy of the check issued by the Contractor/Concessionaire to the
claimant.
2.5.4 Acknowledgement Receipt of the check by the claimant.
2.5.5 Secretary's Certificate/certified true copy of valid ID of the Contractor/
Concessionaire’s Attorney-in-Fact.
2.6 One (1) set of certified true copy of all the documents submitted for Accounting Unit’s copy.

I hereby certify that the above supporting documents are complete

Print Name: ________________________________


Designation: ________________________________
Date: ________________________________
Annex K
Page 50 of 59
CHECKLIST OF SUPPORTING DOCUMENTS AND ATTACHMENTS FOR DoTS

IROW Payment
III. Negotiated Sale of Crops and Trees
A. Approved Obligation Request and Status with the following attachments:
1. Memorandum from the Head of the IO to the Head of the Budget Unit requesting the issuance
of ORS.
2. Copy of SARO and the following pages from the Master List of claimants submitted to the DBM
or included in the appropriation for funding where the subject claimant is indicated: (a) first
page, (b) last page where the approval of the List is indicated, and (c) page containing the name
of the claimant.
3. Market Value of crops/trees based on GFI/IPA/IO Appraisal Reports.
4. Certification of Barangay Chairman on the ownership of crops/trees.
5. TIN/Temporary TIN of Owner subject to data change approved by authorized official.

B. Signed Certificate of Available Funds with the following attachments:


1. Memorandum Request for CAF from the Head of the IO to the Head of the Accounting Unit.
2. ORS approved by the Head of the Budget Unit including all attachments. (See item III-A)
3. Agreement to Remove Improvement (ARI)
4. TCT of the Lot.
5. One (1) page certification duly approved by the Head of the IO of the following:
5.1 That the lot (or improvement) is totally / partially affected by (name of project).
5.2 That the lot is within the boundaries of the ROW limits per approved Parcellary Plan.
5.3 That there is no other pending claim or payment made yet on the subject claim.
5.4 That all supporting documents are complete, authenticated, validated, and found to be in
order.
6. Tax Declaration of the Lot.
7. Permit to Cut from DENR.
8. Mapping Plan indicating the location of the crops/trees.
9. Certified true copy of two (2) valid Government-issued identification cards of the following
(whichever is applicable):
8.1 Owner/Claimant.
8.2 Attorney-in-Fact, if represented by one.
8.3 Heirs - in the case of extra judicial settlement.
8.4 Authorized Officer of the Corporation.
10. Signed Letter-Offer, accepted by the Owner.

I hereby certify that the above supporting documents are complete

Print Name: ________________________________


Designation: ________________________________
Date: ________________________________
Annex K
Page 51 of 59
CHECKLIST OF SUPPORTING DOCUMENTS AND ATTACHMENTS FOR DoTS

IROW Payment
C. Disbursement Voucher with the following attachments:
1. First Payment – 70% of the negotiated price of the crops/trees.
1.2 Approved ARI, signed by at least the DPWH signatories.
1.3 CAF including all its attachments (See item III-B).
1.4 Waiver of the lot owner on the proceeds of improvement if the lot owner and crops/trees
owner are two different owners with attached certified true copy of two (2) valid ID cards of
the lot owner.
1.5 Original copy of Affidavit of Ownership of Improvements if the owner thereof is different
from the owner of lot.
1.6 Geotagged pictures before removal duly certified by the ROW Agent/Planning/Project
Engineer.
1.7 For PPP Projects, additional supporting documents for the reimbursement of the advance
payments made by the Contractor/Concessionaire:
1.7.1 Letter-Request by DPWH to the Contractor/Concessionaire to make the advance
payment.
1.7.2 Reimbursement Agreement between DPWH and the Contractor/ Concessionaire.
1.7.3 Certified true copy of the check issued by the Contractor/Concessionaire to the
claimant.
1.7.4 Acknowledgement Receipt of the check by the claimant.
1.7.5 Secretary's Certificate/certified true copy of valid ID of the Contractor/
Concessionaire’s Attorney-in-Fact.
1.8 One (1) set of certified true copy of all the documents submitted for Accounting Unit’s copy.

2. Final Payment – 30% of the negotiated price of the crops/trees.


2.1 Notarized ARI.
2.2 Pictures after removal duly certified by the Project Engineer.
2.3 Certification from IO of Removal of crops/trees.
2.4 Certified true copy of the paid DV of the first 70% lot payment.
2.5 One (1) set of certified true copy of all the documents submitted for Accounting’s copy
2.6 For PPP Projects, additional supporting documents for the reimbursement of the advance
payments made by the Contractor/Concessionaire:
2.6.1 Letter-Request by DPWH to the Contractor/Concessionaire to make the advance
payment.
2.6.2 Reimbursement Agreement between DPWH and the Contractor/ Concessionaire.
2.6.3 Certified true copy of the check issued by the Contractor/Concessionaire to the
claimant.
2.6.4 Acknowledgement Receipt of the check by the claimant.
2.6.5 Secretary's Certificate/certified true copy of valid ID of the Contractor/
Concessionaire’s Attorney-in-Fact.

I hereby certify that the above supporting documents are complete

Print Name: ________________________________


Designation: ________________________________
Date: ________________________________
Annex K
Page 52 of 59
CHECKLIST OF SUPPORTING DOCUMENTS AND ATTACHMENTS FOR DoTS

IROW Payment
IV. Expropriation (Lot)
A. Approved Obligation Request and Status with the following attachments:
1. Memorandum from the Head of the IO to the Head of the Budget Unit requesting the issuance
of ORS.
2. Copy of SARO and the following pages from the Master List of claimants submitted to the DBM
or included in the appropriation for funding where the subject claimant is indicated: (a) first
page, (b) last page where the approval of the List is indicated, and (c) page containing the name
of the claimant.
3. Basis of Obligation Request Amount:
3.1 For initial payment (deposit) based on Bureau of Internal Revenue (BIR) Zonal Valuation:
Applicable Zonal Valuation certified by BIR.
3.2 For final payment based on Just Compensation: Court Decision on the just compensation,
duly certified by the Clerk of Court.
4. In the case of a titled lot, a certified true copy of the electronic copy (blue) of the Lot Title in the
name of the registered Owner which is duly certified as genuine and authentic by the Register
of Deeds/LRA.
5. In the case of an untitled lot:
5.1 Owner’s original Tax Declaration/Tax Declaration certified by the Assessor’s Office
5.2 Certification by the Register of Deeds/LRA of the non-existence of the TCT.
6. Duly received Letter Request of the IO to the Office of the Solicitor General (OSG) to file the
complaint/copy of the complaint.
7. Letter Offer signed by the IO but unserved to the claimant (for BIR Zonal Valuation) or Letter
Offer rejected by the owner (for Just Compensation).

B. Signed Certificate of Available Funds with the following attachments:


1. Deposit to the Court equivalent to BIR Zonal Valuation
1.1 Memorandum Request for CAF from the Head of the IO the Head of the Accounting Unit.
1.2 ORS approved by the Head of the Budget Unit including all attachments (See item IV-A).
1.3 One (1) page certification duly approved by the Head of the IO of the following:
1.3.1 That the lot (or improvement) is totally/partially affected by (name of project).
1.3.2 That the lot is within the boundaries of the ROW limits per approved Parcellary Plan.
1.3.3 That there is no other pending claim or payment made yet on the subject claim.
1.3.4 That all supporting documents are complete, authenticated, validated, and found to
be in order.
1.4 Letter offer rejected by the owner.

I hereby certify that the above supporting documents are complete

Print Name: ________________________________


Designation: ________________________________
Date: ________________________________
Annex K
Page 53 of 59
CHECKLIST OF SUPPORTING DOCUMENTS AND ATTACHMENTS FOR DoTS

IROW Payment
2. Just Compensation
2.1 Memorandum Request for CAF from the Head of the IO the Head of the Accounting Unit.
2.2 ORS approved by the Head of the Budget Unit including all attachments (See item IV-A).
2.3 Deed of Conveyance.
2.4 Tax Declaration of the Lot.
2.5 One (1) page certification duly approved by the Head of the IO of the following:
2.5.1 That the lot (or improvement) is totally/partially affected by (name of project).
2.5.2 That the lot is within the boundaries of the ROW limits per approved Parcellary Plan.
2.5.3 That there is no other pending claim or payment made yet on the subject claim.
2.5.4 That all supporting documents are complete, authenticated, validated, and found to
be in order.
2.6 Copy of the complaint with case number filed by the OSG, received by the Judicial Court
under jurisdiction, and duly certified by the Clerk of Court.
2.7 Certificate of Finality of the Court Decision/Entry of Final Judgement duly certified by the
Clerk of Court.
2.8 One (1) page approved summary computation of Just Compensation, including interest, if
any.
2.9 Certified true copy of the Writ of Possession (WOP).
2.10 Certified true copy of two (2) valid Government-issued identification cards of the following
(whichever is applicable):
2.10.1 Owner/Claimant.
2.10.2 Attorney-in-Fact, if represented by one.
2.10.3 Heirs - in the case of extra judicial settlement.
2.10.4 Authorized Officer of the Corporation.

C. Disbursement Voucher with the following attachments:


1. BIR zonal valuation of the land to be deposited with the Court.
1.1 CAF including all its attachment (See item IV-B).
1.2 Approved Parcellary Plan.
1.3 Approved Subdivision Plan.
1.4 ECC/CNC.
1.5 Totally Affected: Lot Title in the name of DPWH/Republic of the Philippines (RP).
1.6 Partially Affected: Annotation of Sale to DPWH/RP; or Memorandum of Encumbrances at
the back of the Title for portion of lot acquired by DPWH/ TCT of the affected portion of the
lot prior to registration in the name of RP.
1.7 For PPP Projects, additional supporting documents for the reimbursement of the advance
payments made by the Contractor/Concessionaire:
1.7.1 Letter-Request by DPWH to the Contractor/Concessionaire to make the advance
payment.
1.7.2 Reimbursement Agreement between DPWH and the Contractor/ Concessionaire.
1.7.3 Certified true copy of the check issued by the Contractor/Concessionaire to the
claimant.
1.7.4 Acknowledgement Receipt of the check by the claimant.

I hereby certify that the above supporting documents are complete

Print Name: ________________________________


Designation: ________________________________
Date: ________________________________
Annex K
Page 54 of 59
CHECKLIST OF SUPPORTING DOCUMENTS AND ATTACHMENTS FOR DoTS

IROW Payment
1.7.5 Secretary's Certificate/certified true copy of valid ID of the Contractor/
Concessionaire’s Attorney-in-Fact.
1.7.6 One (1) set of certified true copy of all the documents submitted for Accounting Unit’s
copy.
1.8 One (1) set of certified true copy of all the documents submitted for Accounting Unit’s copy.

2. Just compensation determined by the Court, less the First Payment.


2.1 Notarized Deed of Conveyance.
2.2 Official Receipts/Proof of Payment of Taxes.
2.3 Tax Clearance/Statement of Account with letter request by the claimant for deduction from
claim/Tax Exemption.
2.4 Certified true copy of the DV for the first payment / Court Order citing payment of the Zonal
Value.
2.5 TIN
2.6 One (1) set of certified true copy of all the documents submitted for Accounting Unit’s copy.
2.7 Original of the Owner’s duplicate TCT, if applicable.
2.8 For PPP Projects, additional supporting documents for the reimbursement of the advance
payments made by the Contractor/Concessionaire:
2.8.1 Letter-Request by DPWH to the Contractor/Concessionaire to make the advance
payment.
2.8.2 Reimbursement Agreement between DPWH and the Contractor/ Concessionaire.
2.8.3 Certified true copy of the check issued by the Contractor/Concessionaire to the
claimant.
2.8.4 Acknowledgement Receipt of the check by the claimant.
2.8.5 Secretary's Certificate/certified true copy of valid ID of the Contractor/
Concessionaire’s Attorney-in-Fact.
2.9 (a) Titled Lot:
2.9.1 Totally affected – Lot title in the name of DPWH/Republic of the Philippines (RP)
2.9.2 Partially affected – annotation of sale to DPWH/RP; or memorandum of
Encumbrances at the back of the Title for portion of Lot acquired by DPWH
(b) Untitled Lot: TCT of the affected portion in the name of Republic of the Philippines

I hereby certify that the above supporting documents are complete

Print Name: ________________________________


Designation: ________________________________
Date: ________________________________
Annex K
Page 55 of 59
CHECKLIST OF SUPPORTING DOCUMENTS AND ATTACHMENTS FOR DoTS

IROW Payment
V. Expropriation of Improvements
A. Approved Obligation Request and Status with the following attachments:
1. Memorandum from the Head of the IO to the Head of the Budget Unit requesting the issuance
of ORS.
2. Copy of SARO and the following pages from the Master List of claimants submitted to the DBM
or included in the appropriation for funding where the subject claimant is indicated: (a) first
page, (b) last page where the approval of the List is indicated, and (c) page containing the name
of the claimant.
3. Replacement Cost of structures/improvements, including all accessory structures.
4. Letter Offer signed by the IO but unserved to the claimant (for BIR Zonal Valuation) or Letter
Offer rejected by the owner (for Just Compensation).
5. Basis of Obligation Request Amount:
5.1 For first payment: Duly received Letter Request of the IO to the OSG to file the
complaint/copy of the Complaint.
5.2 For final payment based on Just Compensation: Court Decision on the just compensation,
duly certified by the Clerk of Court.

B. Signed Certificate of Available Funds with the following attachments:


1. Replacement Cost of the Improvement to be deposited with the Court.
1.1 Memorandum Request for CAF from the Head of the IO to the Head of the Accounting Unit.
1.2 ORS approved by the Head of the Budget Unit including all attachments (See item V-A)
1.3 Tax Declaration of the structures/improvements.
1.4 TCT of the Lot or Tax Declaration of the Lot.
1.5 One (1) page certification duly approved by Head of the IO of the following:
1.5.1 That the lot (or improvement) is totally/partially affected by (name of project).
1.5.2 That the lot is within the boundaries of the ROW limits per approved Parcellary Plan.
1.5.3 That there is no other pending claim or payment made yet on the subject claim.
1.5.4 That all supporting documents are complete, authenticated, validated, and are found
to be in order.
1.6 Letter Offer rejected by the claimant.

I hereby certify that the above supporting documents are complete

Print Name: ________________________________


Designation: ________________________________
Date: ________________________________
Annex K
Page 56 of 59
CHECKLIST OF SUPPORTING DOCUMENTS AND ATTACHMENTS FOR DoTS

IROW Payment
2. Just compensation determined by the Court, less the First Payment.
2.1 Memorandum Request for Certificate of Availability of Funds (CAF) from the Head of the IO
to the Head of the Accounting Unit.
2.2 ORS approved by the Head of the Budget Unit including all attachments (See item V-A)
2.3 Agreement to Demolish and Remove Improvements (ADRI)
2.4 One (1) page certification duly approved by Head of Implementing Office of the following:
2.4.1 That the lot (or improvement) is totally / partially affected by (name of project)
2.4.2 That the lot is within the boundaries of the ROW limits per attached parcellary plan
and not within the RROW of a converted provincial road
2.4.3 That there is no other pending claim nor payment made yet on the subject claim.
(Describe the status of payments made and the remaining balance)
2.4.4 That all supporting documents are complete, authenticated, validated, and are found
to be in order
2.5 Copy of the complaint with case number filed by the OSG, received by the Judicial Court
under jurisdiction, and duly certified by the Clerk of Court
2.6 Certificate of Finality of the Court Decision/ Entry of Final Judgement duly certified by the
Clerk of Court
2.7 One (1) page approved summary computation of Just Compensation, including interest, if
any
2.8 Certified true copy of two (2) valid Government-issued identification cards of the following
(whichever is applicable):
2.8.1 Owner / Claimant
2.8.2 Attorney-in-Fact, if represented by one
2.8.3 Heirs - in the case of extra judicial settlement
2.8.4 Authorized Officer of the Corporation

C. Disbursement Voucher with the following attachments:


1. First Payment – Replacement Cost.
1.2 Approved CAF including all the attachments (See item V-B).
1.3 Pictures before removal duly certified by Project Engineer.
1.4 Approved Parcellary Plan.
1.5 Structural Mapping with Sketch Plan preferably in CAD format.
1.6 One (1) set of certified true copy of all the documents submitted for Accounting Unit’s copy.
1.7 For PPP Projects, additional supporting documents for the reimbursement of the advance
payments made by the Contractor/Concessionaire:
1.7.1 Letter-Request by DPWH to the Contractor/Concessionaire to make the advance
payment.
1.7.2 Reimbursement Agreement between DPWH and the Contractor/ Concessionaire.
1.7.3 Certified true copy of the check issued by the Contractor/Concessionaire to the
claimant.
1.7.4 Acknowledgement Receipt of the check by the claimant.
1.7.5 Secretary's Certificate/certified true copy of valid ID of the Contractor/
Concessionaire’s Attorney-in-Fact.

I hereby certify that the above supporting documents are complete

Print Name: ________________________________


Designation: ________________________________
Date: ________________________________
Annex K
Page 57 of 59
CHECKLIST OF SUPPORTING DOCUMENTS AND ATTACHMENTS FOR DoTS

IROW Payment
2. Final Payment – Just Compensation.
2.1 Notarized ADRI.
2.2 Tax Clearance/Statement of Account (with letter request for deduction)/Tax Exemption.
2.3 Certified true copy of the DV for the first payment / Court Order citing payment of the Zonal
Value.
2.4 Pictures during and after demolition/removal duly certified by Project Engineer.
2.5 Official Receipts/Proof of Tax Payments made.
2.6 For PPP Projects, additional supporting documents for the reimbursement of the advance
payments made by the Contractor/Concessionaire:
2.6.1 Letter-Request by DPWH to the Contractor/Concessionaire to make the advance
payment.
2.6.2 Reimbursement Agreement between DPWH and the Contractor/ Concessionaire.
2.6.3 Certified true copy of the check issued by the Contractor/Concessionaire to the
claimant.
2.6.4 Acknowledgement Receipt of the check by the claimant.
2.6.5 Secretary's Certificate/certified true copy of valid ID of the Contractor/
Concessionaire’s Attorney-in-Fact.
2.7 TIN.
2.8 One (1) set of certified true copy of all the documents submitted for Accounting Unit’s copy.
2.9 Certified true copy of two (2) valid Government-issued identification cards of the following
(whichever is applicable):
2.9.1 Owner/Claimant.
2.9.2 Attorney-in-Fact, if represented by one.
2.9.3 Heirs - in the case of extra judicial settlement.
2.9.4 Authorized Officer of the Corporation.

I hereby certify that the above supporting documents are complete

Print Name: ________________________________


Designation: ________________________________
Date: ________________________________
Annex K
Page 58 of 59
CHECKLIST OF SUPPORTING DOCUMENTS AND ATTACHMENTS FOR DoTS

IROW Payment
I. Following are the additional documents requirements to be attached to claim(s)
on a case by case basis. This is applicable to all type of IROW Payments
A. When registered owner is deceased:
1. Consolidated of properties through Court proceedings or through an extra-judicial settlement
process with publication
1.1 Copy of Decision on consolidation of ownership or extra-judicial settlement of the estate of
the deceased owner executed by surviving heir(s) (for Negotiation only)
1.2 Copy of Notice of Publication
1.3 Death Certificate of Owner
B. When the affected property is a road lot
1. Court Clearance
C. Property of Corporation
1. Secretary Certificate duly notarized
D. Representation by an Attorney-In-Fact
1. Special Power of Attorney (SPA). If the owner is outside RP, the SPA must be authenticated by
Consular Office Concerned
2. If expropriation, the assignment of the Attorney-In-Fact (AIF) by virtue of the SPA must be
recognized through a Court Order
E. If the land is under administration/guardianship
1. Court Approval when the property is under guardianship or administration
2. If the land is under administration/guardianship because of a Court Order, get a copy of Court
Order

I hereby certify that the above supporting documents are complete

Print Name: ________________________________


Designation: ________________________________
Date: ________________________________
Annex K
Page 59 of 59
CHECKLIST OF SUPPORTING DOCUMENTS AND ATTACHMENTS FOR DoTS

IROW Payment with RAP


I. To be submitted by the Office concerned (DEOs)
1. Listing of PAPs based on the validated RAP for the particular project
2. Copy of Entitlement Matrix as reference to the legality of claim
3. Picture of the PAP with a background of the affected properties
4. Structure map showing the location of the affected property vis-à-vis the road project
5. Detailed Measurement Survey of the affected property being the subject of the claim and the Bill of
Materials and Cost Estimates
6. Notarized Agreement on the estimate of the affected assets and properties
7. Notarized Pledge of Undertaking (similar to ADRI) to be signed by the Project Affected Person

I hereby certify that the above supporting documents are complete

Print Name: ________________________________


Designation: ________________________________
Date: ________________________________

II. To be prepared by the Planning Service


1. Endorsement letter recommending payment

I hereby certify that the above supporting documents are complete

Print Name: ________________________________


Designation: ________________________________
Date: ________________________________

III. To be prepared by the Implementing Office


1. Memorandum to budget – Request for Obligation Request and Status (ORS)
2. Memorandum to Accounting – Request for Certificate of Availability of funds (CAF)
3. Disbursement Voucher
4. RAP concurred by the lending institution for foreign assisted projects and approved RAP for locally
funded projects both duly transmitted to COA (Certified true copy)
5. One (1) set certified true copy of all the documents submitted for accounting's copy. (Once
signed/approved)

I hereby certify that the above supporting documents are complete

Print Name: ________________________________


Designation: ________________________________
Date: ________________________________

IV. To be prepared by the Finance Service/Division/Section


1. Obligation Request and Status signed by the Budget Officer

I hereby certify that the above supporting documents are complete

Print Name: ________________________________


Designation: ________________________________
Date: ________________________________
Annex L
/1J:f 'I. 7 iJ r'tAlI(
Republic of the Philippines 1/- 2tp---4J/;p
DEPARTMENT OF PUBLIC WORKS AND HIGHWAYS
OFFICE OF THE SECRETARY
Manila

MEMORANDUM
TO ALL Undersecretaries
Assistant Secretaries
Bureau Directors/ Asst. Bureau Directors
Service Directors
Project Directors/Project Managers
Regional Directors/Asst. Regional Directors
District Engineers/ Asst. District Engineers
Division/Section Chiefs
Others Concerned
This Department

SUBJECT Additional Guidelines on the Imposition of Administrative Sanctions on


Erring DPWH Officials and Employees Involved in Project Implementation
and Processing of Project Documents

In addition to the administrative offenses with corresponding penalties which are already
defined under existing laws and civil service rules and regulations and in order to have
consistent guidelines for the imposition of administrative sanctions against erring DPWH
officials and employees involved in project implementation and processing of project
documents pending the issuance of a Department Order covering sanctions on irresponsible
actuations in all phases of the project cycle, from planning to implementation, these guidelines
are hereby prescribed.

The guidelines shall cover all DPWH officials and employees involved in project implementation
regardless of employment status, whether or not they hold permanent, temporary,
contractual, casual in hold-over or officer-in-charge capacity.

1.0 Quality Control

1.1 For project Engineers, Project Inspectors and Materials Engineers

The sanctions shall be consistent with the guidelines prescribed in the


memorandum of then Secretary Gregorio R. Vigilar dated 29 January 1999 (Annex
A).

1.2 For Regional Directors, Asst. Regional Directors, Project Directors, Project
Managers, District Engineers, Asst. District Engineers and Chiefs of Construction
Divisions/Sections of Field Offices.
Additional Guidelines on the Imposition of Administrative Sanctions
on Erring DPWH Officials and Employees Involved in Project
Implementation and Processing of Project Documents
Page 2 of 4

The sanctions shall be based on the quarterly ratings of quality control


performance in project implementation pursuant to Memorandum dated 7 April
1989 as amended by Department Order No. 137, series of 1991. Department
Order No.9, series of 2004, further amends Department Order No. 137 shifting
the quality control rating to quarterly.

The following sanctions shall be imposed on the above officials when their
implementing office is rated "Unsatisfactory".

a. An Unsatisfactory rating for a quarter - Reprimand


b. Unsatisfactory rating for two (2) consecutive quarters - Suspension for
three (3) months

The sanction shall be imposed on the Regional Director, Asst. Regional Director
and the Chief of the Construction Division if the implementing office is a Regional
Office.

The sanction shall be imposed on the Project Director and Project Manager as
the case may be, if the implementing office is a Unified Project Management
Office.

The sanction shall be imposed on the District Engineer, Asst. District Engineer
and the Chief of the Construction Section if the implementing office is a District
Office.

Unlike the sanctions for Project Engineers, Project Inspectors and Materials
Engineers, the sanctions on the DPWH officials shall not be cumulative. If a
reprimand was given on any given quarter and no sanction was given on the
succeeding quarter, the sanction for the subsequent quarter will not be
suspension but will still be a reprimand.

2.0 Physical Accomplishment

2.1 For Project Engineers and Project Inspectors

A sanction shall be imposed if in any given reporting period:

a. he fails to initiate calibrated actions (in accordance with D.O. 102, series of
1988) on a projectfs under his supervision with a negative slippage, and

b. he gets ten (10) points or greater based on the values shown in Table 1.

TABLE 1
POINTS
SUPPAGE
1 Project 2 Projects 3 Projects
5% - 10% - 5 10
11% - 15% 5 10 15
> 15% 10 15 20
Additional Guidelines on the Imposition of Administrative Sanctions
on Erring DPWH Officials and Employees Involved in Project
Implementation and Processing of Project Documents
Page 3 of 4

The calibrated sanction shall be as follows:

1st Offense Reprimand


2nd Offense Suspension for six (6) months
3rd Offense Suspension for one (1) year

2.2 For Heads/Deputies of Implementing Office

A sanction shall be imposed on the Regional Directors, Asst. Regional Directors,


Project Directors, Project Managers, District Engineers, Asst. District Engineers and
Chiefs of Construction Divisions/Sections of Field Offices, if in any given reporting
period:

a. he fails to institute calibrated actions (in accordance with D.O. 102, series of
1988) on a project/s with negative slippage under his supervision; and

b. he gets ten (10) points or greater based on the values shown in Table 1.

1st Offense Reprimand


2nd Offense Suspension for three (3) months
3rd Offense Suspension for six (6) months

3.0 Maintenance
The sanctions shall be consistent with the guidelines prescribed in Department Order
No. 31, series of 2000 (Annex B).

4.0 Documents Processing


The documents referred to in this section are those included in the Document Tracking
System (DoTS) as listed in D.O. No. 273, series of 2003. The sanctions are based on the
failure to use DoTS and/or failure to process documents within the prescribed period.

4.1 Non Usage of the DoTS

4.1.1 The calibrated sanction for designated DoTS Officers are as follows:

1st Offense Reprimand


2nd Offense Suspension for one (1) month
3rd Offense Suspension for three (6) months
4th Offense Suspension for one (1) year

4.1.2 The calibrated sanction for heads and deputies of the processing offices
are as follows:

1st Offense Reprimand


2nd Offense Suspension for one (1) month
3rd Offense Suspension for three (6) months
4th Offense Suspension for one (1) year
Additional Guidelines on the Imposition of Administrative Sanctions
on Erring DPWH Officials and Employees Involved in Project
Implementation and Processing of Project Documents
Page 4 of 4

4.2 Processing Exceeded Prescribed Time


The calibrated sanction for failure to process documents within the prescribed time
are shown in Table 2.
TABLE 2
4th Offense
nd
1stOffense 2 Offense 3rd Offense (More than 7
(3 times) (5 times) (7 times) times)

Suspension for Suspension for


Action Officers Reprimand
6 months 1 ear
Divisions Chief /
Suspension for Suspension
Section Chiefs / Chiefs Warning Reprimand
6 months for 1 year
of Staff
Heads of Office
(DE/RD/BD/SD/PD) and Suspension
Suspension for
their Assistants and Warning Reprimand
3 months for 6 months
Action Officers of
Asec Usec Sec

In case a DPWH official or employee was sanctioned simultaneously for quality control,
physical accomplishment, maintenance or processing of documents, the heavier penalty shall
be imposed.

All officials and employees will be required to explain in writing for any violation committed
prior to the imposition of sanction, if their explanations are not acceptable.

For your guidance and compliance.

Department of Public Works and Highways


Office of the Secretary

11111111111111I1111111111111111111111
4.5.1 MNP/BEY WIN4P01096

RcpulJlic of fheJ'hilippincs
DEPARTMENT OF PUBLIC WORKS AND IIlGJlW AYS'
BUREAU 0F RESEARCH AND STANDARDS
EDSA, DiliJll:lI~, QtlCWII Cily

29 Jonuury 1999

MEMORANDUM·

FOR' Secretary GREGOHlO R. VIGILAR


./
THin! Undcr~cc':clnry TEODORo" T. l~NCARNACION .
Asst. Secretory JOSE H. ESPIRITU .
This DcpUltmcnl
SUD.JECT (juhJclillcs COI'the Imposition ofAcJministrntivcSnudiolis on
Erring E~!.gj~~crs.lnvolvct[ In the lJcfecHve Imple1iicll(aUoli
'..of DP\VH~lJ'J'(}Jcds ...

. .~~.~ ~~.
- . -- ••... • po - -~

We me submillhig hcre~Hh the "Guiuolines J()r tbe lJ~)position of Ad.l11illls~ratiYeS1UlClions on


Erring Engincers·l11volycd in the Defective Implcll1cntatlon of DPWH Projects" prepared bytlus
D\Jtcau ....

The guidelincs will :bc used in the evnluallon of written CXpllUlutkHls submitted by lhe concerned
cngincers rclutivc to the defccts/dcficicncies '1I01ed by IhoQunlily Assurml<:e Unit (QAlJs) in the
implemcntation ofprojecls Hml U1CYsupervise and in fccol1l1nendIIlg whalsnnctions arc npproptiatc to
be imposed nguinslthe c'rring Cl1lli.tlcCr~1.

I\UlIchcu to these guidClillcs mc the c1Llssilieuliouor COJillllUn dcfcclsldcficicllcics fur rouus umI
llridgcs (I\nucx UN,') Dud smnpl~ ca;l~ul~tions.(Ant.ICX <CD"J~o determine points :orrcsJ~ld~~ lo 'the
nature findcxtcnl'.O[UC[CClslderrclcnclcs or. proJccls, whIch become Lhe, bnsis/E0l' ullposmg Utc .
approprinte .nnction;, .. c p<,,) •..... ~

For tile Sectelnry's considcrnlioll and approval.


, " .'
f: t' 1*'

GUIDELINES FOR tHE IMPOSITION OF ADMINISTRATIVE SANCTIONS ON


ERRING ENGINEERS INVOLVED IN THE DEFECTIVE IMPLEMENTATION OF DPWH
PROJECTS '.~ .

In order 10 have consislenl guidelines for Ihe imposilibn of


adminislralive sanclions a~ajnsl erring engineers Involved in 1118
defeclive
qualily of work in DPWH projects, as noled in the reporls of Ihe QUdlily
AssurcHlce Unils (QAUs), Ihe following are hereby prescribed for Ihe
guidance of 011concerned:

I. Sonclions shall be applied' 10 all projecl Engineers; I<esidenl,


Engineers and MaleJials.Engineers involved in defeClive work as
noled in, Ihe QAU report and shdll be imposed, if Ihe wrillen
, explanalions 'submillecl relalivelo ihe derecls/deflciencies
noled in Ihe projecls are deemed nol occeploble.

2. Sanclions shall be based on ihe 'nalure and exlent and/or


rrequen'cy of Ihe defecls/deficiencies noled on bolh on-going
and compleled projeels.

'3. The nolure of Ihe def-ecls/deficiencies shall be calegorized as.)


follows: .

a. less serious defects/deflcienctes - lhose associaled


wilh aeslhelics, do nbt affecllhe slabilily of Ihe
slruolure, or are reloled 10 project documenlalion, Le.,
program of 'jv'ork WOW), opproved plans and
specificalto~s,""fest reporls,' qualily conlrol program
(QCP), cerliricales of qualily conlrol assurollce (CQCA),
change/variotion order, and Ihe l.ike.

b. Serious defects/deficiencies - lhose Ihal need


immediale correelive measures bul do not need Ihe
replacemenl of Ihe dereelive pari of the slruclure.
i I .•

S;. Very serious defect4/derlclencles - Ihose Ihal can not


be economically correeled and need fhe, removal
and replacemelll or Ihe dereclive .. part of Ihe slruclure.
IF"
F'
f.':lf
;'01

..
·1I
u·_ ....
,.
":r.- .
I 1_' l'l '1
.... '
, ' .' , ,

LI. The exlenl of, the ,defecls/deficiencies' shall be Classified as


Follows:

0. LocCJlized 'Ihose arrecling less than 1.5%' of Ihe


compleled work

b. Umlled - Ihose affecling 1.5% to 2% of fhe completed


work. /

c. Significant- those affecling more Ihan 2% but not grealer


Ihan 2.5% of the compleled work.

d. Extrerile - fhose affecling more Ihan 2.5% of fhe


compleled Work.· .... .••• . ~-;>-.

5. The nature dnd/or extenl of the defecls/c1eficiencies shall be


quanlified and/or compulecJ on a per projecl basis per
assessmen I..

6. The calibra/ed sanclions 10 be imp.osed agoinsl erring engineers


are as follows:

6.1 For Road Projects Only (HIghways and Bridges)

a. Warning

A warning shall be issued tolheconcerned


engineer, if Ihe QAU reporl on any projecl under his
supervision receives 9 ra ling of 10 or greoler based on
Ihe values showr1fffrTable 1.

. TAULE I

NATlJl<E or EXTEl'1TOF DEFECT


DEFECT lOCAlIZED LIMITED SfGNIFlCAl'1T EXTREME
less Serious .. , 2 5 (} 10 ,/
Serious 5 ,.;0 10 12
,
Very Serious 'L (} \;10 12 15
,
t

'2
· '. ; ..
'
"
, . '.
: ~. r J j' ' .•.•

'.
, \

b. Advice Not to Handle/Supervise 'Projects for a Period of


Six (6) Months

Thisadvice will be issued lathe concerned engineer


jf he has, been Issued a Warning (Seclion 6. La) and'
again receives a QAU raling of 10 or gre"aler in a
subseqkJenl projecl.

c. Advice Not to Handle/Supervise Any Project .for a


Perlod.of One (1) Year

Thisadvice will be issued if Ihe concerned engineer


has been 9d~?ed n6110 handle/supervise any projecls
Jor six (6) rrfbrilhs and again receives a QAU raling of 10
or grealer in a subsequent projed.

d. Perpetual Disqualification from Handling/Supervising


Any Project

An engineer who has been issued an advice nof 10


handle/supervise any projecl for a YE?qr, and who
again receives a QAU raling of 10 or greafer in a
subsequenl project shall be "perpetually disqualifiecr
from handling any projecl.

6.2 F?r DPYVHProjects Olher Than Roads

a .. W'arnlng .:»'
Jl.""..,'J

A warning shall be issued to fhe conc:;erned


engineer iflhe nalure of fhe defects/deficiencies
observed regardless of exlenL· in any of Ihe projects
Ihat he supervised have the following'frecwency.

i. one (1) or m~re very serious defecls/deficiencies.


i.;,
fi
'I ii. four (4) or mpre seri~us defecls/deficiencies
I

iii. eighf (8) or more less serious defects/deficiencies

3
.
! .• " I. '

,
b. Advice Nor to Handle/Supervise 'proJects'tor a Period 01'
Six (6) Months
, ,
Thisadvice will be issued lathe concerned engineer
if Ihe .rrequeilcy oflhe defeels which was used as basis
for lhe issuance of an earlier warning, recurs, in any of
Ihe projects lhal he supervised in the ensuing
~
assessl-nent.

i . 'c. Advice Not to Handle/Supervise Any Project for a


, Period of One (1) Year

!.
Thisadvice will be issued if Ihe concerned engineer
has alreaqy ~ooenddvised nol to- handle/supervise any
project for six (6) monlhs and lhe frequency of
defects/deficiencies occurs again in ,any of lhe
projeds that hesupervised in lhe nex1 assessmenl. .

d. Perpetual Disqualification from Handling/Supervising


Any Project

An engineer' who has been' advised not 10


handle/supervise any, projecJs for a year shall be
perpelually disqualified from handling any project rl
the frequency of defects/deficiencies occurs again in
any of Ihe projectslhal Ihey supervised in the-
subsequenl assE3ssmenl.

7. Concerned engineers ,who fail 10 SUblTlii Ihe required wrillen


explanalions shall~r¥minded 10 submillhe same wilhin Iwo (2)
weeks upon receipt of nolice, olh~rwise an oulrighl warning
shall be issued if Ihey fail 10 comply wilh Ihe inslruction.

,f

f
~., /~./)AiJ//-
Republic of the Philippines /8. ~ OJ ~;
DEPARTMENT OF PUBLIC WORKS AND HIGHWAYS
OFFICE OF THE SECRETAPV
Manila

1 9 NOV 201S

DEPARTMENT ORDER ) SUBJECT: REVISED DESIGN OF STANDARD


DPWH DISTRICT ENGINEERING
NO.
171 ~
)
OFFICE BUILDING AND DESIGN OF
STANDARD DPWH REGIONAL OFFICE
~2..PlJ.{' BUILDING
Series of 201'-f-->

In order to provide a uniform design that will instill the identity of this Department, the
standard design for all Regional Office (RO) and District Engineering Office (DEO) buildings
are hereby prescribed. Henceforth, the following guidelines shall be observed in the
construction/renovation of the said buildings:

1. The attached revised design plan of the Two (2) Storey Standard DPWH DEO Building
with Roof deck (Annex A-1 to A-3) shall be adopted for the construction of a new DEO
building. The new exterior design features and its color scheme as shown in the
elevations (Annex A-4 to AS) and perspective (Annex A-6 to A12) shall be strictly
followed.

2. The attached design plan of the Two (2) Storey Standard DPWH RO Building with Roof
deck (Annex B-1 to B-3) shall be adopted for the construction of a new RO building
wherein the standard exterior design features and its color scheme as shown in the
elevations (Annex B-4 to B-5) and perspective (Annex B-6 to B-12) shall be strictly
followed.

3. The roof deck of the RO and DEO buildings shall be designed as space or area for other
purposes/ functions such as a roof garden (greenery area) and solar panel system
(sustainable electricity source) in compliance with the Green Building Code.

4. For the construction of a new RO and DEO buildings, the concerned implementing office
shall prepare and approve the required Detailed Architectural and Engineering Design
(DAED) plan and its supporting documents (Le. Structural Analysis, Quantity
Calculations, Bill of Quantities, DUPA, etc.).

5. In case the standard plan cannot be accommodated in the proposed site of the new RO
or DEO building, the concerned implementing office shall prepare and approve the
design modification and supporting documents but the design features and its color
scheme shall conform to the revised/standard plan.

6. Existing RO, DEO and other existing DPWH buildings shall be renovated adopting the
exterior design features (glazed aluminum curtain wall system, bush hammered finish
wall, concrete vertical sunbreakers) and color scheme conforming to the standard plans.
D.O. No. J.!U Series of 2018
Revised Design of Standard DPWH Disbid: Engineering Office
Building and Design d Standard DPWH Regional Office Building

Page 2 of 2

7. Landscaping at deck roof (pocket garden) and exterior perimeter side of the building at
ground floor shan be provided.

The approved standard plans for the conceptual design of the DPWH RO and DEO Buildings
can also be accessed in the DPWH Website (http://www.dpwhnetgov.phJdpwh/references/
standaRCdesign).

This Order supersedes Department Order No. 81, series of 2012 and shall take effect
immediately. <.......

~~--
Secretary

5.1.5 fGS/KCM/JPl/LND
Department of Public Works and Highways
Office of the Secretary

1111I11111111111111111111111111111111
WIN8R01493
ANNEX A-1
CL
1 2 3 4 5 6 7 8
CONCRETE WALL (BUSH CONCRETE WALL (BUSH
PLANT BOX
7 EQUAL BAYS @ 5000 = 35000mm
HAMMERED FINISH) (2) HAMMERED FINISH) (2)

1500 2900 5000 10000 5000 5000 1300 3700 5000


1750 3250 1950 3050±
(CLEAR)

PIPE CHASE LINE OF R.C. CANOPY ABOVE 650 3250± 1750 PIPE CHASE
S I D E W A L K 900
UP 900

G R E E N G R E E N
1500

LINE OF MEDIA AGUA ABOVE LINE OF MEDIA AGUA ABOVE

750
1000

1000
W-5 W-5

D SDW-1
W-2 W-2 W-2 W-2 BD-1

2575
MECH'L-ELECT'L TOILET
ELECTRICAL ROOM
2350

STO. FOR PWD BD-1

3175
FL-1 ROOM FINANCIAL

3350
FL-4
FL-7 FL-5
MAINTENANCE MANAGEMENT
G R E E N

COA D-4
5000

SECTION HE

G R E E N
SD-3 SECTION FL-1
(6 PERS.) D-5 FL-4
(13 PERS.) D-4a
6250

FL-1 FL-1
LANDING
2650

FL-2

W-8 LIFT D-5 W-6


FOR BD-1
UP STO. LINE OF FIRE ESCAPE
PWDs
FL-5

3175
ABOVE

2900
BD-1
C
3 EQUAL BAYS @ 5000 = 15000mm

STO. / UTILITY RM. SHE


1250

UP
FL-5 FL-4 BD-1
PIPE CHASE

3 1500 150 1200 150 1500 D-2 D-4a


D-5 DW-4 DW-4 W-9 DW-7
(VERIFY
19 mm DROP

A-5 ENTRY 1300 1200 EMERGENCY EXIT


H A L L W A Y MANUFACTURER'S H A L L W A Y
5000

2500

2500
UP DW-2 D-1 UP

19 mm
DROP
PORCH FL-1 SPECS.) FL-1 ONLY FL- 2
FL- 2
SD-1 DW-4 DW-4 DW-4 DW-4 DW-4

GLAZED ALUM INU M CU RT AIN

1500
W ALL SY ST E M ( 10 m m. T H K . PIPE CHASE
ONE-W AY TEMPERED GLASS) (1)
B
SECURITY / INFO.
S I D E W A L K

S I D E W A L K
G R E E N
2400

2400
W-3 LOBBY W-3
6250

QUALITY ASSURANCE FL-1 DOTS CENTER / PLANT BOX


ADMINISTRATIVE
G R E E N
5000

LABORATORY SD-2 SECTION MONITORING /


FL-1 (10 PERS.)
SECTION
NETWORK (10 PERS.)
FL-1 FL-1
FL-1

2350±
DW-1
4350±

CONCRETE WALL (BUSH


W-1 W-1 W-1 W-1 HAMMERED FINISH) (2)
A 19 mm DROP
GLAZE D ALU M IN U M
LINE OF MEDIA AGUA ABOVE LINE OF MEDIA AGUA ABOVE CURT AIN W ALL SYST EM
2000

2000
W-4 W-4
1056 1056 (10 mm. T HK. ONE-W AY

1950
1056 1056
G R E E N G R E E N T EMPERED GLASS) ( 1)
275

ENTRY
S I D E W A L K GLAZED ALUMINUM CURTAIN WALL SYSTEM
PORCH

1500
I : 12 SLOPE

1200
RAMP UP (10 mm. THK. ONE-WAY TEMPERED GLASS) (1)
CONCRETE WALL (BUSH FL-2 FL-6
HAMMERED FINISH) (2)

150mm X 400 mm CONCRETE


PLANT BOX 1 VERTICAL SUNBREAKERS (3)
LINE OF CANOPY ABOVE
A-6 1750 3250
BRASS METAL CUT OUTS (4) UP
MAIN ENTRANCE CURB CUT-OUT
1500
GLAZED ALUMINUM CURTAIN WALL SYSTEM
(10 mm. THK. ONE-WAY TEMPERED GLASS) (1)
3250 1750 500 500 5700
VERTICAL RAILINGS SPACED AT 633mm O.C.
5000 10000 5000 5000 10000

2
A-6
1 GROUND FLOOR PLAN
SCALE NTS M
-
ANNEX A-2
CL
1 2 3 4 5 6 7 8
CONCRETE WALL (BUSH CONCRETE WALL (BUSH
7 EQUAL BAYS @ 5000 = 35000mm
HAMMERED FINISH) (2) HAMMERED FINISH) (2)

5000 10000 5000 10000 5000


850 1750 3250 3425 6575 1950 3050±
(CLEAR)
550 1000 R.C. MEDIA AGUA W/ ALUM. METAL 3250± 1750 550
LINE OF PARAPET ABOVE CLADDING (TYPICAL OTHER SIDE)
LINE OF ROOF ABOVE 1000 PIPE CHASE
200
LINE OF MEDIA AGUA ABOVE
1000 300

250
1500

W-7 W-5

1000
450
PIPE CHASE

D
1150

W-5 W-2 W-2 W-2 W-2 BD-1


NETWORK AREA LANDING
2350

FL-2 TOILET

3600
FL-1 DOCS.

3350
1200

FOR PWD BD-1


STORAGE CONSTRUCTION FL-4
FL-5 BAC / SECRETARIAT SECTION
5000

5000
D-5 FL-1 (9 PERS.)
HE
SD-2 D-4
D-4a FL-4
GLAZED ALUM IN UM CU RT AIN FL-1
LANDING

W ALL SY S T E M ( 10 m m. T H K .
2400

W-8
2650

FL-2

ONE-W AY TEMPERED GLASS) (1) D-5 LIFT W-6


IT FOR BD-1
PIPE CHASE UP ROOM PWDs

2900
FL-1
BD-1
C
250

CABINET DOWN
3 EQUAL BAYS @ 5000 = 15000mm

1500 150 1200 150 1500 SHE


1250 D-2 DW-4 DW-4 DW-4 FL-4 BD-1
W-3a (VERIFY
2500

2500
H A L L W A Y H A L L W A Y
FL-1
MANUFACTURER'S 1200

3000
FL-1 D-4a

1250
SPECS.)
PANTRY AREA DW-5 DW-5 DW-5 DW-4 FED-1
CANOPY DW-6
4500
5000

FL-1
(W/ ALUM. METAL
CLADDING) FL-7

1200

2500
DW-3
RECEPTION / RECEPTION / (CLEAR)
LINE OF MEDIA AGUA ABOVE

D-2 STAFF
STAFF

LINE OF MEDIA AGUA ABOVE


D-3 FL-1
250

FL-1
B
ASST.
3550
PIPE CHASE 1700 DISTRICT D-3 DISTRICT PLANNING & DESIGN
7500

7500
ENGINEER CONFERENCE
2400

2400
W-3 ENGINEER SECTION W-3
FL-3 ROOM FL-3 (15 PERS.)
D-5 D-5 FL-3 D-5
REST AREA / STUDY RM. D-5 FL-1
5000

W/ KITCHENETTE
T&B

1300

1000
FL-3 FILE / STO.
1200

FL-5 FL-4
GLAZ ED ALUM INU M CU RT AIN D-5 UTILITY
2500
2350

2350
W ALL SY ST E M ( 10 m m. T H K . FL-1
ONE-W AY TEMPERED GLASS) (1)

1350
1200
1150

TOILET D-6 W-1 W-1


W-1 W-1 D-6 W-1
FL-4
A
450

GLAZ E D ALU M I N UM
1500

T&B D-6 CURTAIN WALL SYSTEM


2000

2000
LINE OF R.C. MEDIA AGUA BELOW W-4
2300

FL-4 (10 mm. THK. ONE-W AY


W-4
T EM PERED GLASS) ( 1)
300

300
LINE OF R.C. MEDIA AGUA ABOVE CANOPY LINE OF R.C. MEDIA AGUA ABOVE
CONCRETE WALL (BUSH
CONCRETE WALL (BUSH 1000 (W/ ALUM. 1000 HAMMERED FINISH) (2)
HAMMERED FINISH) (2) METAL CLADDING)
850 3250 1750 2920 2080 1500 1750 3250 850
150mm X 400 mm CONCRETE
VERTICAL SUNBREAKERS (3) GLAZED ALUMINUM CURTAIN WALL SYSTEM
650 650 (10 mm. THK. ONE-WAY TEMPERED GLASS) (1)
2950 5000 5000 5000 5000 5000 10000

GLAZED ALUMINUM CURTAIN WALL SYSTEM


(10 mm. THK. ONE-WAY TEMPERED GLASS) (1)

1 SECOND FLOOR PLAN


- SCALE NTS M
ANNEX A-3
CL

1 2 3 4 5 6 7 8
7- EQUAL BAYS @ 5000 = 35000mm

5000 10000 5000 10000 5000


550
550 5150
CONCRETE WALL (BUSH 500 4500 CONCRETE WALL (BUSH
HAMMERED FINISH) (2) HAMMERED FINISH) (2)

300

1000 300
1250
1500

1000

1150
2350

2350
1200
5000

3850
DOWN
2650

C
3 - EQUAL BAYS @ 5000 = 15000mm

F.E. BALCONY BELOW

3100
5000

CANOPY
(BELOW) DECK ROOF

1200

B
2650

2650
3850
5000

1200

R.C. MEDIA AGUA W/ ALUM. M


(TYPICAL OTHER SIDE)
2350

2350
1150
300

A 600
2000

2000
PAINTED FINISH (5) PAINTED FINISH (5)
1900
300

250 250
CANOPY
CONCRETE WALL (BUSH 650 650 CONCRETE WALL (BUSH
(BELOW)
HAMMERED FINISH) (2) HAMMERED FINISH) (2)
2350 2350
550 2650 2750 2750 2650 550
2800

LINE OF 150mm X 400 mm CONCRETE 5500


VERTICAL SUNBREAKERS (3)
CONCRETE WALL (BUSH
HAMMERED FINISH) (2)

1 DECK ROOF PLAN


- SCALE NTS M
1 2 4
℄ LINE OF SYMMETRY (FOR FACADE DESIGN ONLY)

5 6 7 8
ANNEX A-4
PARAPET WALL WITH PAINTED CONCRETE WALL
FINISH (COLOR: OFF WHITE) (5) (FINISH: BUSH HAMMERED) (2)

R.C. MEDIA AGUA WITH PAINTED R.C. MEDIA AGUA WITH PAINTED
FINISH (COLOR: OFF WHITE) (5)
250 250 400 575 (COLOR: OFF WHITE)
TYPICAL OTHER SIDE (5)
TOP LINE OF STRUCTURE /
UPPER PARAPET

GLAZED ALUM. CURTAIN WALL SYSTEM


LEGEND:
1600

TOP LINE OF ROOF BEAM / (10mm THK. ONE WAY TEMPERED GLASS)
1000

(1)
R.C. ROOF SLAB / GUTTER
1800

1. GLAZED ALUM. CURTAIN WALL SYSTEM


800

CEILING LINE R.C. MEDIA AGUA (COLOR: OFF WHITE)


TYPICAL OTHER SIDE (5)
(10mm THK. ONE WAY TEMPERED GLASS)
3500

CANOPY WITH ALUMINUM METAL


CLADDING (COLOR: NATURAL
ALUMINUM) CHB RAILING WITH PAINTED FINISH
(COLOR: WHITE) (5)
2. CONCRETE WALL (BUSH HAMMERED FINISH)

1900
SECOND FLOOR LINE
3. CONCRETE VERTICAL SUNBREAKERS
750
800

CEILING LINE
4. BRASS METAL CUT-OUT
3500

5. PAINTED FINISH
BRASS METAL CUT - OUTS (4)
STAIR SLAB-ON-FILL W/ TEXTURED
CERAMIC TILES FLOOR FINISH

GROUND FLOOR LINE


100 500

TOP OF SIDEWALK
FINISH GRADE LINE
CONCRETE VERTICAL SUN
BREAKERS @ 8 PCS. BOTH SIDES
CONCRETE WALL REPRESENTING 16 REGIONS)
(FINISH: BUSH HAMMERED) (2) WITH PAINTED FINISH
(COLOR: OFF WHITE) (3)

1 FRONT ELEVATION 5000 500 4500 500 6100 1500 3825

- SCALE NTS M

LINE OF SYMMETRY

8 7 6 5 4 3 2 1
CHB PARAPET WALL WITH CHB PARAPET WALL WITH
ALUMINUM METAL CLADDING PAINTED FINISH
(COLOR: ROYAL BLUE) (COLOR: OFF WHITE) (5)
5000 5000
500 500
TOP LINE OF STRUCTURE /
UPPER PARAPET TOP LINE OF LOWER PARAPET
1600

TOP LINE OF ROOF BEAM /

1000
R.C. ROOF SLAB / GUTTER
800

CEILING LINE CHB RAILING WITH PAINTED FINISH


(COLOR: WHITE) (5)
3500

CHB RAILING WITH PAINTED FINISH 2375


(COLOR: OFF WHITE) (5)

SECOND FLOOR LINE


800

CEILING LINE
3500

1000

GROUND FLOOR LINE


100 500

TOP OF SIDEWALK
FINISH GRADE LINE
CANOPY WITH ALUMINUM METAL CHB WALL WITH PAINTED
CLADDING (COLOR: OFF WHITE) 500 500 (COLOR: OFF WHITE)
(TYPICAL OTHER SIDE)
5500 5500

2 REAR ELEVATION
- SCALE NTS M
ANNEX A-5

LEGEND:
1. GLAZED ALUM. CURTAIN WALL SYSTEM
(10mm THK. ONE WAY TEMPERED GLASS)
2. CONCRETE WALL (BUSH HAMMERED FINISH)
3. CONCRETE VERTICAL SUNBREAKERS
4. BRASS METAL CUT-OUT
5. PAINTED FINISH

D C B A A B C D
℄ ℄
R.C. MEDIA AGUA W/ PAINTED CLADDING (COLOR: OFF WHITE)

TOP LINE OF LOWER PARAPET 1500


1350 1225
TOP LINE OF STRUCTURE / 1025
UPPER PARAPET
1800

TOP LINE OF ROOF BEAM /


R.C. ROOF SLAB / GUTTER
800

CEILING LINE CHB RAILING WITH PAINTED FINISH F.E. BALCONY WITH PAINTED FINISH
(COLOR: OFF WHITE) (5) (COLOR: OFF WHITE) (5)
3500

ALUM. METAL CLADDING (COLOR: CREAM)

CANOPY W/ ALUM. METAL CLADDING (COLOR: NATURAL ALUMINUM)


SECOND FLOOR LINE
800

CEILING LINE
3500

CANOPY W/ ALUM. METAL CLADDING


(COLOR: NATURAL ALUMINUM)

GROUND FLOOR LINE


100 500

TOP OF SIDEWALK

FINISH GRADE LINE 50mm Ø STAINLESS STEEL PIPE HANDRAILS (1 @ 900, 1 @ 700mm HIGH) ON
CHB PLANTERS' BOX W/ PLAIN
50mm Ø STAINLESS STEEL VERTICAL RAILINGS SPACED AS SHOWN (SEE
CEMENT PLASTER PAINTED FIN.
DETAIL)
1200
3375 10300 4375 2375 4375 2400 7900 3375

1 LEFT SIDE ELEVATION 2 RIGHT SIDE ELEVATION


- SCALE 1:200 M - SCALE 1:200 M
ANNEX A-6

AERIAL VIEW
1. GLAZED ALUM. CURTAIN WALL SYSTEM (10mm THK. ONE-WAY TEMPERED GLASS)
2. CONCRETE WALL (BUSH HAMMERED FINISH)
3. CONCRETE VERTICAL SUNBREAKERS
4. BRASS METAL CUT OUTS ANNEX A-7
5. PAINTED FINISH

2
3
2

4
1

FRONT VIEW
1. GLAZED ALUM. CURTAIN WALL SYSTEM (10mm THK. ONE-WAY TEMPERED GLASS)
2. CONCRETE WALL (BUSH HAMMERED FINISH)
3. CONCRETE VERTICAL SUNBREAKERS
4. BRASS METAL CUT OUTS ANNEX A-8
5. PAINTED FINISH

2
5
2

LEFT SIDE VIEW


1. GLAZED ALUM. CURTAIN WALL SYSTEM (10mm THK. ONE-WAY TEMPERED GLASS)
2. CONCRETE WALL (BUSH HAMMERED FINISH)
3. CONCRETE VERTICAL SUNBREAKERS
4. BRASS METAL CUT OUTS ANNEX A-9
5. PAINTED FINISH

2 2

5 5

REAR VIEW
1. GLAZED ALUM. CURTAIN WALL SYSTEM (10mm THK. ONE-WAY TEMPERED GLASS)
2. CONCRETE WALL (BUSH HAMMERED FINISH)
3. CONCRETE VERTICAL SUNBREAKERS
4. BRASS METAL CUT OUTS ANNEX A-10
5. PAINTED FINISH

2
1

REAR – RIGHT SIDE VIEW


1. GLAZED ALUM. CURTAIN WALL SYSTEM (10mm THK. ONE-WAY TEMPERED GLASS)
2. CONCRETE WALL (BUSH HAMMERED FINISH)
3. CONCRETE VERTICAL SUNBREAKERS
4. BRASS METAL CUT OUTS ANNEX A-11
5. PAINTED FINISH

2
5

3 1

FRONT – RIGHT SIDE VIEW


ANNEX A-12

STREET VIEW
1 2 3 4 5 6 7 8 9 10 11
ANNEX B-1
64000

3400 6000 6000 6000 6000 6000 6000 6000 6000 6000 6000 2000

1400 2000 3500 2500

D R I V E W A Y

S I D E W A L K
1500

1500
G R E E N G R E E N G R E E N

S I D E W A L K
S I D E W A L K

R E E N
G
6000

COMPTROLLERSHIP
11000

& FINANCIAL MGT. HE SHE CONSTRUCTION MAINTENANCE CLINIC

9500
RAMP

RAMP
UP
DIVISION DIVISION DIVISION

UP
HALLWAY

12000
B
G

JAN.
R E E N
6000

C
2500

2500
HALLWAY HALLWAY
GLASS WALL DN
D PLANT BOX WITH ARTIFICIAL WATER FALL

1500
D R I V E W A Y

D R I V E W A Y
S I D E W A L K

2750
INTERACTIVE
ENTRANCE

ENTRANCE
OFFICES DIRECTORY

HALLWAY
PORCH

VISITOR'S LOUNGE

PORCH
OPEN COURT

REAR
ENTRANCE LIFT OPEN COURT LIFT
37000

34000
10000

10000
1500
CL FOR FOR STAIR LOBBY
UP LOBBY PWDs PWDs
UP

2750
UP UP

1500

P L A N T B O X
E
GLASS WALL
DN
2500

2500
2000
HALLWAY HALLWAY 3500

F
G
6000

5772

R E E N

HUMAN RESOURCE

S I D E W A L K
HALLWAY

12000
G & ADMINISTRATIVE
300

RAMP
DIVISION
1700

9500
UP
PLANNING & DESIGN DIVISION
6000

G
R E E N
5500

3500
H
1500

G R E E N G R E E N G R E E N

S I D E W A L K

2000
GROUND FLOOR PLAN
SCALE NTS m. D R I V E W A Y
ANNEX B-2
1 2 3 4 5 6 7 8 9 10 11
64000

2000 6000 6000 6000 6000 6000 6000 6000 6000 6000 6000 2000
1500

1500
A T&B

LOUNGE / TOI.
STUDY ROOM
NETWORK
6000

STO.

HE
AREA
CHAPEL MULTI-PURPOSE ROOM

9500
ARD STAFF SHE

12000
B

IT ROOM
3500

ASST. JAN.
6000

C REGIONAL
2000 1400
DIRECTOR HALLWAY HALLWAY

2500
2025 2025

375
1500
TOI. STO.

2750
UP

HALLWAY

BALCONY
CONFERENCE LOBBY LIFT OPEN COURT OPEN COURT LIFT STAIR LOBBY
10000

10000
9250
1500
FOR FOR

ROOM PWDs PWDs

2750
DN DN

1500

375
E

2200 1200

2500
HALLWAY HALLWAY
F REGIONAL
6000

DIRECTOR

12000
G

RD STAFF ROW ACQUISITION EQUIPMENT MANAGEMENT QUALITY ASSURANCE DIVISION

9500
AND LEGAL DIVISION DIVISION
6000

LOUNGE /
TOI.
STUDY ROOM

H T&B
1500

1500
1500 6000 12000 6000 6000 6000 6000 6000 6000 6000 1500

SECOND FLOOR PLAN


SCALE NTS m.
ANNEX B-3.1
1 2 3 4 5 6 7 8 9 10 11
64000

2000 6000 6000 6000 6000 6000 6000 6000 6000 6000 6000 2000
1500

1500
A
6000

9500

12000
B

30800
6000

2500
400
D

ROOF SLAB
10000

10000
9600
OVER
S K Y L I G H T STAIR LOBBY

400

2500
F
6000

DOUBLE GLASS PANES/ POLYCARBONATE SKY LIGHT ROOFING


OVER OPEN COURT AREA

12000
G

9500
6000

H
1500

1500
1500 6000 12000 6000 6000 6000 6000 6000 6000 6000 2000

ROOF PLAN
SCALE NTS m.
ANNEX B-3
1 2 3 4 5 6 7 8 9 10 11
64000

2000 6000 6000 6000 6000 6000 6000 6000 6000 6000 6000 2000
1500

1500
A
6000

9500
D EC K R O O F

12000
B

LINE OF SKY LIGHT ROOFING OVER OPEN


COURT AREA LINE OF ROOF SLAB OVER STAIR LOBBY
6000

2500
D

925
DN

D EC K R O O F
LIFT LIFT STAIR LOBBY
10000

10000
8050
FOR FOR
PWDs PWDs
OPEN

925
E

2500
F
6000

12000
G

9500
D EC K R O O F
6000

H
1500

1500
1500 6000 12000 6000 6000 6000 6000 6000 6000 6000 2000

DECK ROOF FLOOR PLAN


SCALE NTS m.
ANNEX B-4

1 2 3 4 5 6 7 8 9 10 11

1800
PLAIN CEMENT PLASTER WITH
PAINTED FINISH
(COLOR: DIRTY WHITE) (5)
STAIRWELL ROOF SLAB LEVEL

150
CONCRETE WALL BUSH HAMMERED
(LIGTH GREY) WITH VERTICAL AND
HORIZONTAL STAINLESS STEEL STRIPS (2)

3000
1500

TOP LINE OF ROOF BEAM/

850
1200

2400
DECK ROOF LEVEL

1100
800

CEILING LINE GLAZED ALUMINUM CURTAIN WAL


3500

SYSTEM (10 mm THK. ONE-WAY


TEMPERED GLASS ) (1)
ALUMINUM HORIZONTAL
LOUVER BLADES (7)

6600
SECOND FLOOR LINE STEEL I-BEAM CANOPY FRAME
(COLOR: WHITE) WITH 10 mm THK.
SKY LIGHT TEMPERED TINTED GLASS
800

CEILING LINE CONCRETE WALL BUSH HAMMERED


WITH VERTICAL AND HORIZONTAL
3500

STAINLESS STEEL FRAME STAINLESS STEEL STRIPS (2)


150 mm X 400 mm CONCRETE
VERTICAL COLUMN (SUN BREAKER)
WITH CEMENT PLASTER PAINTED
GROUND FLOOR LINE FINISH (COLOR: DIRTY WHITE)
500

SIDE WALK LEVEL


100

NATURAL GRADE LINE


2600 2200 3800 2200 3300 2200 2200 3800 2200 2100 1200
2000 6000 6000 6000 6000 6000 6000 6000 6000 6000 6000 2000
8200 47600 8200

CONCRETE WALL BUSH HAMMERED (LIGTH GREY)


WITH VERTICAL AND HORIZONTAL STAINLESS ALUMINUM HORIZONTAL LOUVER BLADES (7)
STEEL STRIPS (2)
TYPICAL ON ALL COLUMNS

TYPICAL RIGHT & LEFT SIDE ELEVATION


SCALE NTS m.

A B D E G H

REINFORCED CONCRETE MEDIA AGUA/ CANOPY ALUMINUM HORIZONTAL LOUVER BLADES (7)
WITH PAINTED FINISH (COLOR: DIRTY WHITE)
PLAIN CEMENT PLASTER WITH PAINTED FINISH
CONCRETE WALL BUSH HAMMERED (LIGTH GREY) (COLOR: DIRTY WHITE) (5)
WITH VERTICAL AND HORIZONTAL STAINLESS
STEEL STRIPS (2)

LINE OF ROOF SLAB OVER STAIRWELL 150 mm X 400 mm CONCRETE VERTICAL COLUMN
(SUN BREAKER) WITH CEMENT PLASTER PAINTED
2800

FINISH (COLOR: DIRTY WHITE)

1200 300
1500
TOP LINE OF ROOF BEAM/
DECK ROOF LEVEL
800

5450

CEILING LINE
3500

DEPARTMENT OF PUBLIC WORKS STAINLESS STEEL FRAME


AND HIGHWAYS

8500
SECOND FLOOR LINE REGIONAL OFFICE NO. XI
800

CONCRETE WALL BUSH HAMMERED WITH VERTICAL


AND HORIZONTAL STAINLESS STEEL STRIPS (2)
CEILING LINE
3500

BRASS METAL CUT-OUTS


3550

(LETTERINGS) (4) GLAZED ALUMINUM CURTAIN WALL SYSTEM


(10 mm THK. ONE-WAY TEMPERED GLASS ) (1)

GROUND FLOOR LINE


500

SIDE WALK LEVEL


100

100
NATURAL GRADE LINE
SIDE WALK 1200 5500 1700 6300 3133 3000 3133 6300 1700 5500 1200
1500 6000 6000 10000 6000 6000 1500
37000

CONCRETE WALL BUSH HAMMERED (LIGTH GREY)


WITH VERTICAL AND HORIZONTAL STAINLESS
STEEL I-BEAM CANOPY FRAME (COLOR: WHITE)
STEEL STRIPS (2)
WITH 10 mm THK. SKY LIGHT NTEMPERED TINTED
GLASS

FRONT ELEVATION
SCALE NTS m.
ANNEX B-5

H G E D B A

PLAIN CEMENT PLASTER WITH PAINTED FINISH


(COLOR: DIRTY WHITE) (5)

REINFORCED CONCRETE MEDIA


LINE OF ROOF SLAB OVER STAIRWELL AGUA/ CANOPY WITH PAINTED
FINISH (COLOR: DIRTY WHITE)
2800

1200 300
1500

TOP LINE OF ROOF BEAM/

2400
DECK ROOF LEVEL
800

CEILING LINE 150 mm X 400 mm CONCRETE VERTICAL COLUMN


3500

(SUN BREAKER) WITH CEMENT PLASTER PAINTED


FINISH (COLOR: DIRTY WHITE) GLAZED ALUMINUM CURTAIN WALL SYSTEM
(10 mm THK. ONE-WAY TEMPERED GLASS ) (1)
STAINLESS STEEL FRAME

9000
900
SECOND FLOOR LINE

1750
800

6600
CEILING LINE CONCRETE WALL BUSH HAMMERED WITH VERTICAL
150 mm X 400 mm CONCRETE VERTICAL COLUMN
3500

AND HORIZONTAL STAINLESS STEEL STRIPS (2)


(SUN BREAKER) WITH CEMENT PLASTER PAINTED
GLAZED ALUMINUM CURTAIN WALL SYSTEM FINISH (COLOR: DIRTY WHITE)
(10 mm THK. ONE-WAY TEMPERED GLASS ) (1)

GROUND FLOOR LINE


500

100
SIDE WALK LEVEL
100

NATURAL GRADE LINE


1200 5500 1700 6300 3027 3000 3133 6300 1700 5500 1200
1500 6000 6000 10000 6000 6000 1500
37000

STEEL I-BEAM CANOPY FRAME (COLOR: WHITE)


WITH 10 mm THK. SKY LIGHT NTEMPERED TINTED
GLASS

REAR ELEVATION
SCALE NTS m.
ANNEX B-6

AERIAL VIEW
ANNEX B-7

VIEW OF ROOF DECK


1. GLAZED ALUM. CURTAIN WALL SYSTEM (10mm THK. ONE-WAY TEMPERED GLASS) 6. SOLAR PANEL
2. CONCRETE WALL (BUSH HAMMERED FINISH) 7. ALUMINUM HORIZONTAL LOUVERS
3. CONCRETE VERTICAL SUNBREAKERS
4. BRASS METAL CUT OUTS ANNEX B-8
5. PAINTED FINISH

3 4
7 3

FRONT – LEFT SIDE VIEW


1. GLAZED ALUM. CURTAIN WALL SYSTEM (10mm THK. ONE-WAY TEMPERED GLASS) 6. SOLAR PANEL
2. CONCRETE WALL (BUSH HAMMERED FINISH) 7. ALUMINUM HORIZONTAL LOUVERS
3. CONCRETE VERTICAL SUNBREAKERS
4. BRASS METAL CUT OUTS ANNEX B-9
5. PAINTED FINISH

2 3

LEFT SIDE VIEW


1. GLAZED ALUM. CURTAIN WALL SYSTEM (10mm THK. ONE-WAY TEMPERED GLASS) 6. SOLAR PANEL
2. CONCRETE WALL (BUSH HAMMERED FINISH) 7. ALUMINUM HORIZONTAL LOUVERS
3. CONCRETE VERTICAL SUNBREAKERS
4. BRASS METAL CUT OUTS ANNEX B-10
5. PAINTED FINISH

2
3 3
5

REAR – LEFT SIDE VIEW


1. GLAZED ALUM. CURTAIN WALL SYSTEM (10mm THK. ONE-WAY TEMPERED GLASS) 6. SOLAR PANEL
2. CONCRETE WALL (BUSH HAMMERED FINISH) 7. ALUMINUM HORIZONTAL LOUVERS
3. CONCRETE VERTICAL SUNBREAKERS
4. BRASS METAL CUT OUTS ANNEX B-11
5. PAINTED FINISH

7
3 3 7

REAR – RIGHT SIDE VIEW


ANNEX B-12

STREET VIEW
ANNEX C-1

CONCRETE BUSH HAMMERED WITH STAINLESS STEEL STRIPS FINISH


48'. /J tJ I'o.l/t
~. ~_~rp
REPUBLIC OF THE PHILIPPINES
DEPARTMENT OF PUBLIC WORKS AND HIGHWAYS
OFFICE OF THE SECRETARY
MANILA

1 6 MAR2018

DEPARTMENTORDER ) SUBJECT: DPWH Standard Specification for


Item 1729 - Sewage Treatment

NO.
41 ~
)
Plant (STP) - Dynamic Sequential
Batch Reactor (SBR) Process
Series of 201~ oj. "3Q. f(

It has been the thrust of the Department to provide effective standard specifications in the
implementation of various infrastructure projects. As such, there is a need to set a standard
specification for Dynamic Sequential Batch Reactor Process for sewage treatment plant. The
attached DPWH Standard Specification for Sewage Treatment Plant (STP) -
Dynamic Sequential Batch Reactor (SBR) Process, Item 1729 is hereby prescribed
for the guidance and compliance of all concerned.

This specification shall form part of the on-going revision of the DPWH Standard
Specifications for Public Work Structures - Buildings, Ports and Harbors, Flood Control and
Drainage Structure and Water Supply Systems, Volume III, 1995 Edition.

This Order shall take effect immediately.

~~
MARKA. VILLAR'------
Secretary

14.1.2 FET/RGT
Department of Public Works and Highways
Office of the Secretary

1111111111111111111111111111111111111
WIN8U01587
DPWH Standard Specification for
ITEM 1729 - Sewage Treatment Plant (STP)-
Dynamic Sequential Batch Reactor (SBR) Process

1729.1 Description

This Item covers the provision and installation of a complete modular Sewage Treatment Plant
(STP) using Sequential Batch Reactor (SBR) Treatment System.

The proposed treatment is the Sequential Batch Reactor (SBR) aerobic biological system, an
established activated sludge biological cleaning system for all types of Sewage. This treatment
option adapts well to changing and increasing sewage load by changing the cycle periods and
characteristics without the necessity of any new constructions. Ongoing discharge does not
interfere with the settlement of sludge during the liquid/sludge separation process. As a result,
the separation of sludge from cleansed liquid can be achieved at a faster rate, and more
efficiently compared to a settlement tank in a continuous flow system. Treatment system
includes (1) Combined Pre-treatment Process, (2) Secondary Dynamic (SBR) Treatment
Process, (3) Disinfection Process, (4) Aerobic Sludge Digestion Process, (5) Sludge Dewatering
Process.

Minimum performance standards required for (SBR) aerobic biological System are:

(1) Minimum of six (6) hours hydraulic retention time;


(2) Design MLSS of at least 2000 ppm;
(3) Systems using enzymes / bioactive substances by themselves are not acceptable;
(4) Provide proper treatment for sludge management, odor control and disinfection before
discharge

The proposed treatment required with effluent complying with DENR Standards (DAO 2016-
08) for SB (Sec. 1-Fishery Water Class 11, Sec. 2-Tourism Zones, Sec.3-Recreational Water
Class I) for Marine Waters. Also, RA 9275 otherwise known as the Philippine Clean Water Act.

1729.2 Material Requirements

1729.2.1 Combined Pre-Treatment Process

The objective of combined preliminary treatment is the removal of coarse solids, grit, grease
and other large materials often found in raw Sewage. Removal of these materials is necessary
to enhance the operation and maintenance of subsequent treatment units.

Equipment to use shall include: (1) Combined Pre-Treatment Unit with degreasing and grit
removal process, (2) Manual Bar Fine Screen, (3) Influent Non-contact Doppler Flowmeter,
(4) Equalization Submersible Non-Clog Channel Type Transfer Pump with Cutter, (5)
Equalization Wide Band Coarse Bubble Diffusers.
Department Order NO . .!!L-,
Series'of 2018
DPWH Standard Specification for Item 1729 - Sewage Treatment Plant (STP) -
Dynamic Sequential Batch Reactor (SBR) Process
Page 2 of 10

Table 1729.1 - Combined Pre-Treatment Process


Name of Thickness! Valid Values Conforming Standard !
No.
Equipment Sizes Class Others Design Code
This unit shall conform to the following:
Carpentry: Stainless Steel AISI 304 or
316; Bolts: A2 or A4; Screws: Micro
Combined Pre- alloy steel; Liners: Bars in Stainless
Treatment Unit Min. 60 I/s Stainless Steel Steel AISI 304 or 316; Greasy matter
1 2 kW, 220V, 1Ph, 60 Hz
with degreasing Output; with AISI 304 or separation system: Stainless Steel AISI
and grit removal 2mm mesh 316 304 or 316; Flange: Fixing flange in
process aluminum, parts in contact with the
effluent in Stainless Steel AISI 304 or
316; Surface Treatment: pickled and
oassivated.
Manual Bar Fine 3.6 m3/min, Mesh Steel PNS
2 SS AISI 304 or 316.
Screen 2mm slit size Wire

Influent Non- Stainless Steel 0.01 kW, 220V, 1Ph, Certified nonincendive for Class I
As per flow
3 contact Doppler AISI 304 or 60Hz Division 2, Groups A, B, C, D hazardous
requirements
Flowmeter 316 locations
Equalization
Body Cast Cable: VCT; Motor Shaft: Stainless Steel
Submersible Min. 76.2 mm
Iron FC250, 3.7 kW, 440V, 3Ph, (SUS 42OJ2); Pump Housing and
Non-Clog Dia or as per
4 Motor Shaft 60Hz Impeller: Cast iron (FC250); Electric
Channel Type flow design
Stainless Steel Motor Insulation Class: Class F;
Transfer Pump requirements
SUS42OJ2 Enclosure: IP68
with Cutter
Equalization Min. 24 Holes
Stainless Steel
Wide Band or as per flow 10 X 5mm Dia. Holes US Patents 7,674,514; 7,398,499 and
5 AISI 304 or
Coarse Bubble design 6,811,148
316
Diffusers requirements

1729.2.2 Secondary Treatment - Dynamic SBR Process

The objective of secondary treatment process is the further treatment of the effluent from
primary treatment to remove the residual organics and suspended solids. In most cases,
secondary treatment follows primary treatment and involves the removal of biodegradable
dissolved and colloidal organic matter using aerobic biological treatment system. Activated
Sludge System is the biological treatment system employed in the existing sewage treatment
plant.

This process includes Dynamic Sequential Batch Reactor (SBR) Process, the pre-treated
Sewage will now be treated in a biological treatment process called Dynamic SBR. Dynamic
SBR incorporates two (2) hydraulic cycle control features that allow you to operate the system
in two (2) basic process modes: Nitrification and De-nitrification. The simple cycle provides
half the cycle for aeration and treatment of the sewage and total of two (2) hours for settle
and decant. The cycles are staggered so one (1) blower can provide air to a pair of basins
while ensuring that only one (1) basin is aerated at any time. If nutrient removal is required,
the cycle time is extended to provide time for anoxic periods to allow de-nitrification and
Biochemical Oxygen Demand (BOD) removal. The continual feed provides BOD at all times to
provide good de-nitrification rates at all points in the cycles and optimize nitrogen removal.

This process requires the use of (1) SBR Air Motorized Valve, (2) SBR Turbo Air Blower, (3)
SBR Waste Sludge Non-Clog Submersible Pump, (4) SBR Fine Bubble Diffusers, (5) Floating
Decanter wi motorized valve, (6) Decanter Motorized Valve, (7) Decanter Air Solenoid Valve
and (8) Dissolve Oxygen (DO) Meter.
Department Order No. --11-,
Series'of 2018
DPWH Standard Specification forItem 1729 - Sewage Treatment Plant(STP) -
Dynamic Sequential Batch Reactor (SBR) Process
Page 3 of 10

Table 1729.2 - Secondary Treatment - Dynamic SBR Process


Name of Thicknessl Valid Values Conforming Standard I
No. Design Code
Equipment Sizes Class Others

Min. 152.4 Ductile Iron A536- 0.024 kW, 220V, 1P, ISO 12238, Pneumatic fluid power-
SBR Air
1 mmDia., 65-42-15 Epoxy 60Hz Directional Control Valves -
Motorized Valve
DN600,10 bar Painted Measurement of shifting time

Casing Aluminum
ISO 1940, Mechanical vibration -
SBR Turbo Air 21.29 m3/min AL 365, Impeller AL 22.4 kW, 440V, 3P,
2 Balance quality requirements for
Blowers @ 500mbar 7075 Shaft Ti Alloy, 60Hz
rotors in a constant state
Bearing Ni Alloy

SBR Waste Min. 76.2 mm Body Cast Iron


National Electric Code (NEe) or
Sludge Non-Clog Dia Bore or as FC250, Motor Shaft 2.2 kW,
3 National Fire Protection Association
Submersible per design Stainless Steel 440V,3P,60Hz
(NFPA) 70
Pump capacity SUS42OJ2

Min. 304,8
Polytetrafluoro-
SBR Fine Bubble mm DISC or US Patents 7,674,514; 7,398,499 and
4 ethylene (PTFE) n

Diffusers as per design 6,811,148


Coated Membrane
capacity

Floating
As per design Stainless Steel AISI
5 Decanter wi -- SS AISI 304 or 316
requirements 304 or 316
motorized valve

Min. 355.6
Ductile Iron A536- ISO 12238, Pneumatic fluid power-
Decanter mm Dia. or as 0.024kW, 220V, 1P,
6 65-42-15 Epoxy Directional Control Valves -
Motorized Valve per design 60Hz
Painted Measurement of shifting time
requirements

Underwriters Laboratories Inc., NEMA,


Min 25.4 mm IEEE, and other industrial standards
Brass for Body,
Decanter Air Dia. as per 0.OO8kW, ASCO Class B, F and H insulation
7 Stainless for Core
Solenoid Valve design 220V,1P,60Hz systems are UL listed in the
Tube
requirements Recognized Component Index (yellow
book) under Guide No. OBJY2

IEC 61298-2 - Process


measurement and control devices-
Dissolve Oxygen 0-20 mg/L O.01kW,
General methods and procedures
8 PVC
(DO) Meter (1pcjtank) 220V,1P,60Hz
for evaluating performance - Part
2 at nominal operating conditions

1729.2.3 Disinfection Process

The decanted Sewage from the SBR basins will be disinfected using Ultraviolet (UV)
Disinfection Process. This process will instantaneously neutralize microorganisms as they pass
through ultraviolet lamps submerged in the effluent. Treated effluent from the system will be
discharged to the storm drainage or nearest body by gravity. UV Sterilizer and Effluent Flow
meter will be required on this process.

Use Ultraviolet (UV) Disinfection Process or Chlorination Disinfection Process


Department Order No. If! , Series'of 2018
DPWH Standard Specification for Item 1729 - Sewage Treatment Plant(STP) -
Dynamic Sequential Batch Reactor (SBR) Process
Page 4 of 10

Table 1729.3 - Disinfection Process


Name of Thickness/ Valid Values Conforming Standard /
No.
Equipment Sizes Class Others Design Code

Min. 195 m3/h Stainless Steel


@ 254nm, 1cm AISI 304 or 316 2.5 Kw, International Standard
Ultraviolet
1 or as per or High-Density 440V,3P, against NSF/ANSI
(UV) Sterilizer
design Polyethylene 60Hz Standard 61
requirements (HDPE)

With type approval after


OIML R 49 and verified
according to MI-001 - OD
inlet/OD outlet installation;
conform to ISO 4064,
Carbon Steel
Water meter for cold
Effluent Min. 406.4 mm ASTM A 105 for
O.OlkW, potable water and hot
Electro Dia. or as per Housing &
2 220V,lP, water and EN 14154,
Magnetic design Flanges,
60Hz Water meter for
Flowmeter requirements Stainless Steel
mechanical f1owmeters;
AISI 304/1 4301
Built-in length according
to ISO 13359,
Measurement of
conductive liquid flow in
closed conduits

1729.2.4 Aerobic Sludge Digestion Process

The excess sludge requires treatment to reduce its water and organic content and to obtain
a stabilized product suitable for end-use or final disposal. Waste sludge generated from the
SBR tank shall be stored and treated by means of biological process called Aerobic Digestion.
Aerobic digestion is a method of sludge stabilization wherein biodegradable organic matter
decomposed at about 50 percent - 80 percent reduction into a relative stable compound and
oxidized some cellular material into C02, H20, and N03. This process is possible by continuous
mixing and oxygenation/aeration using a blower and stainless-steel bubble diffusers.

Process requires the use of (1) Aerobic Sludge Digester (ASD) Wide Band Coarse Bubble
Diffusers, (2) ASD Non-Clog Submersible Transfer Pump/Screw Press Feed Pump, (3) ASD Air
Blower.

Table 1729.4 - Aerobic Sludge Digester (ASD) Process


Valid Values Conforming Standard /
Name of Thickness/
No. Design Code
Equipment Sizes Class Class
Aerobic Sludge
Min. 24 Holes,
Digester (ASD) Stainless Steel
L=24" or as 10 X 5mm US Patents 7,674,514;
1 Wide Band AISI 304 or
per design Dia. Holes 7,398,499 and 6,811,148
Coarse Bubble 316
requirements
Diffusers
ASD Non-Clog
Body Cast Iron
Submersible Min. 76.2 mm National Electric Code
FC250, Motor
Transfer Dia Bore or as 1.5 Kw,440V, (NEe) or National Fire
2 Shaft Stainless
Pump/Screw per design 3P, 60Hz Protection Association
Steel
Press Feed requirements (NFPA) 70
SUS42OJ2
Pump
Department Order No. --.!EL,
Series'of 2018
DPWH Standard Specification for Item 1729 - Sewage Treatment Plant (STP) -
Dynamic Sequential Batch Reactor (SBR) Process
Page 5 of 10

Table 1729.4 - Aerobic Sludge Digester (ASD) Process


Valid Values Conforming Standard I
Name of Thicknessl
No. Design Code
Equipment Sizes Class Class
Casing
Aluminum AL ISO 1940, Mechanical
Min. 26.33
365, Impeller vibration - Balance
m3fmin or as 30kW,440V,
3 ASD Air Blower AL 7075 Shaft quality requirements for
per design 3P, 60Hz
Ti Alloy, rotors in a constant
requirements
Bearing Ni state
Alloy

1729.2.5 Sludge Dewatering Process

The stabilized and digested sludge from the aerobic sludge digester will be pumped to the
proposed dewatering facility. The dewatering press to be used is combination of thickener
and dewatering press which is known as Volute Screw Press. Volute Dewatering Press
eliminates the need for a thickener, sludge storage, or separate dosing facilities. One (1) duty
unit of Volute Dewatering Press will be provided. The existing Sludge Drying Bed will serve as
standby unit in case the Volute dewatering press is out for maintenance. 2.5 g - 3.0 g
polymer/kg of dry solids will be injected prior to the dewatering press using automatic polymer
preparation unit to aid in the dewatering process. The dewatered sludge cake shall have a
dryness of 20 percent -25 percent. The dewatered sludge can be used as an organic fertilizer
or for landfill used. This process requires (1) Sludge reaction Loop, (2) Volute Dewatering
Press, (3) Polymer Dosing Pump, (4) Polymer Stock Solution Tank and (5) Polymer Stock
Solution Tank Air Mixing.

Table 1729.5 - Sludge Dewatering Process


Valid Values Conforming
Name of Thicknessl
No. Standard I Design
Equipment Sizes Class Others Code
Stainless Steel AISI
Sludge ISO 9001, Quality
1 -- 304 or 316 Ti (1.4571) --
Reaction Loop Management System
or HDPE
Min. 15-20 kgjhr
Volute ISO 9001, Quality
Vol. Cap or as per Stainless Steel AISI 0.55kW,
2 Dewatering Management System
design 304 or 316 Ti (1.4571) 440V,3P,60Hz
Press
requirements
Min. V6, 31.2 L/hr Body Aluminum Die
Polymer @ 2 bar or as per Cast molded reinforced 0.048kW, 220V, EN 31201 (ISO 11201),
3 by GFRPP 1P, 60Hz Acoustics
Dosing Pump design
requirements (Polypropylene)
Republic Act 9003 or the
Polymer Stock As per design "Ecological Solid Waste
4
Solution Tank requirements
Polyethylene -- Management Act of
2000
US Patents 7,674,514;
Min. 304.8 mm
Polymer Polytetrafluoroethylene 7,398,499 and
DISC or as per 6,811,148
5 Solution Tank (PTFE) Coated --
design
Air Mixing Membrane
requirements

1729.2.6 Odor Control Process

The anticipated odor management will comply with government regulations. The facility will
comply with ISO (International) and DIN (German) standards acceptable to even areas in
Department Order No. ~, Series' of 2018
DPWH Standard Specification for Item 1729 - Sewage TreatmentPlant(STP)-
Dynamic Sequential Batch Reactor (SBR) Process
Page 6 of 10

close proximity to residential areas, where odor emissions standards are stricter. Principals of
odor management are: (1) No odor is emitted from operations with natural ventilation;
malodorous Sewage is encapsulated in airtight operations. (2) Reliable equipment and back-
up equipment are provided.

All manufacturing of equipment process, spare parts and related fittings on this Odor Control
process must conform to the specification & standard of ISO 9001:2008 Quality System: ISO
7005-2, 10631, 185, 1083, 5922, 5752. International standard NSFjANSI 61 (NSF-61).

1729.2.7 SBR Process Mechanical Piping, Valve, Fittings &. Supports

For every process of the Sewage treatment plant, there is a corresponding mechanical piping,
valves and fitting & structural/mechanical supports to insure the proper process flow of the
system. All piping materials associated with the pumping unit with its fittings shall flange to
PN 10 or greater in accordance with ISO 7005-2. Disconnection of the major items of plant
shall use sufficient flanges and unions in order not to disturb the main piping works. Adequate
pipe support must be installed to allow for the removal of any section of pipework during
maintenance. Adequate clamping and guides shall be always being designed and available
during construction.

All manufacturing of equipment process, spare parts and related fittings on this SBR
mechanical piping, valves, fittings and supports process must conform to the specification &
standard of ISO 9001:2008 Quality System: ISO 7005-2, 10631, 185, 1083, 5922, 5752.
International standard NSFjANSI 61 (NSF-61), Standard Specification of ASTM: A-48, A-536,
A-36, A-27, A-153, A-234, B-62, 02751, 02661-08, F409-02. Standard Specification of AWWA:
C203, C504.

1729.2.8 SBR Electrical, Programmable Logic Controller (PLC) Programming &.


Instrumentation

SBR sewage treatment control system based on PLC is introduced to put forward the
technological process and control requirements, the system introduces the composition
principle of the system and the PLC selection and allocation of resources, but also gives a flow
chart of PLC program composition and related settings, demonstrates the SBR sewage
treatment method of PLCcontrol advantages compared with the traditional sewage treatment
method 0

The SBR manufacturer creates a plant-specific PLC to operate the SBR within specific
parameters for a specific treatment plant. The PLCoperates all flows, aeration, valves, timers,
lights, in fact, the entire process. The PLC computer tells the SBR when to switch from one
treatment stage to the next. Once the PLC is on-line and properly programmed, the process
requires little outside input.

All manufacturing of equipment process, spare parts and related fittings on this SBR Electrical,
PLC Programming & Instrumentation must conform to the specification & standard of ISO
9001:2008 Quality System: ISO 7005-2, 10631, 185, 1083, 5922, 5752.
Department Order No. -.iL,
Series'of 2018
DPWH Standard Specification for Item 1729 - Sewage Treatment Plant(STP) -
Dynamic Sequential Batch Reactor (SBR) Process
Page 7 of 10

1729.3 Construction Requirements

1729.3.1 Installation Requirements

All components of the sewage treatment system such as tanks, pumps, valves,
motors/controls and other similar equipment and appurtenances shall be located and so
installed to meet the requirements for sanitary protection of water quality, hydraulics of the
system and protection against interruption of service by fire, flood or any other hazard. In this
case, all equipment shall be elevated at least 16 cm above finished grade and all floors shall
drain in such manner that the quality of the treated water will not be endangered. Electrical
controls shall be located above grade.

Plug-and-play of individual parts shall be done in good workmanship. Installation shall be


watertight.

Supervision by a representative of the manufacturer shall be provided as to the assembly of


all mechanical equipment/ appurtenances at the time of installation and initial operation.

All its construction & installations shall be in accordance complying with the specification &
standard set of by ISO 9001:2008 Quality System, National Building Code of the Philippines
(NBCP PD 1096) and its IRR, House Bill 3565-2016.

1729.3.2 Water Quality Output Testing Requirements

The Sewage treatment system shall deliver the required treated sewage quality based on
RA 9275 otherwise known as the Philippine Clean Water Act as described in Water Quality
Guidelines (WQG) and General Effluent Standards (GES) for Water Environment standard
parameters set forth standards devised by the Philippine National Standards (PNS) prescribed
by the Department of Environment and Natural Resources (DENR) regulations.

Table 1729.6 - Water Quality Guidelines for Primary Parameters


Water Body Classification
Parameter Unit
AA A B C 0 SA SB SC SO
Biochemical Oxygen
mg/L 1 3 5 7 15 n/a n/a n/a n/a
Demand (BOD)
Chloride mg/L 250 250 250 350 400 n/a n/a n/a n/a

Color TCU 5 50 50 75 150 5 50 75 150

Dissolved Oxygen (aJ mg/L 5 5 5 5 2 6 6 5 2

(Minimum)

Fecal Coliform MPN/100mL <1.1 <1.1 100 200 400 <1.1 100 200 400

Nitrate as N03-N mg/L 7 7 7 7 15 10 10 10 15

pH (Range) 6.5-8.5 6.5-8.5 6.5-8.5 6.5-9.0 6.0-9.0 7.0-8.5 7.0-8.5 6.5-8.5 6.0-9.0

Phosphate mg/L <0.003 0.5 0.5 0.5 5 0.1 0.5 0.5 5

Temperature (b) °c 26-30 26-30 26-30 25-31 25-32 26-30 26.3 25-31 25-32

Total Suspended 110


mg/L 25 50 65 80 110 25 50 80
Solids
Note: MPNf100mL - Most Probable Number per 100 milliliters
nfa - Not Applicable
TCU - True Color Unit
Department Order No. ~, Series'of 2018
DPWH Standard Specification for Item 1729 - Sewage Treatment Plant(STP) -
Dynamic Sequential Batch Reactor (SBR) Process
Page 8 of 10

(a) Samples shall be taken from 9:00 AM to 4:00 PM


(b) The natural background temperature as determined by Environment Management Bureau (EMB) shall
prevail if the temperature is lower or higher than the WQG; provided that the maximum increase is only up
to 10 percent and that it will not cause any risk to human health and the environment.

Table 1729.7 - Water Quality Guidelines for Secondary Parameters-Inorganics


Water Body Classification
Parameter Unit
AA A B C D SA SB SC SD

Ammonia as NH3-N mg/l 0.05 0.05 0.05 0.05 0.75 0.04 0.05 0.05 0.75

Boron mg/l 0.5 0.5 0.5 0.75 3 0.5 0.5 5 20

Fluoride mg/l 1 1 1 1 2 1.5 1.5 1.5 3

Selenium mg/l 0.01 0.01 0.01 0.02 0.04 0.01 0.01 0.1 0.2

Sulfate mg/l 250 250 250 275 500 250 250 275 500

Table 1729.8 Water Quality Guidelines for Secondary Parameters-Metals (e)

Water Body Classification


Parameter Unit
AA A B C D SA SB SC SD

Arsenic mg/l 0.01 0.01 0.01 0.02 0.04 0.01 0.01 0.02 0.04

Barium mg/l 0.7 0.7 0.7 3 4 0.1 0.7 1 4

Cadmium mg/l 0.003 0.003 0.003 0.005 0.01 0.003 0.003 0.005 0.01

Chromium as mg/l 0.01 0.01 0.01 0.01 0.02 0.05 0.05 0.05 0.1

Hexavalent

Chromium (0.6+)

Copper as Dissolved mg/l 0.02 0.02 0.02 0.02 0.04 0.02 0.02 0.02 0.04

Copper
Iron mg/l 1 1 1 1.5 7.5 1.5 1.5 1.5 7.5

lead mg/l 0.01 0.01 0.01 0.05 0.1 0.01 0.01 0.05 0.1

Manganese mg/l 0.2 0.2 0.2 0.2 2 0.4 0.4 0.4 4

Mercury mg/l 0.001 0.001 0.001 0.002 0.004 0.001 0.001 0.002 0.004

Nickel mg/l 0.02 0.02 0.04 0.2 1 0.02 0.04 0.06 0.3

Zinc mg/l 2 2 2 2 4 0.04 0.05 0.8 1.5

Note: (c) Unless otherwise specified, the above parameters are expressed as total metals.

Table 1729.9 - Water ( ualitv Guidelines for Secondary Parameters-Organics


Parameter Unit
AA A B C D SA SB SC SD
Benzo(a)pvrene moll 0.7 0.7 0.7 1.5 3 0.7 0.7 1.5 3
ETEX
Benzene moll 0.01 0.01 0.01 0.05 0.5 0.01 0.01 0.05 0.5
Toluene moll 0.7 0.7 1 4 5 1 1 4 5
Ethylbenzene mall 0.3 0.3 0.3 1.5 2 0.2 0.2 1.5 2
Xylenes moll 0.5 0.5 0.5 1.5 1.8 0.5 0.5 1.5 1.8
Cyanide as Free Cyanide mall 0.07 0.07 0.07 0.1 0.2 0.02 0.02 0.1 0.2
Organophosphate as 1 1 3 6
mg/l 1 1 1 3 6
Malathion
Oil and Grease moll <1 1 1 2 5 1 2 3 5
Polvchlorinated Biphenvls (d) moll <0.1 <0.1 0.2 0.5 1 0.3 0.3 0.5 1
Phenol & Phenolic 0.5 <0.001 <0.001 0.05 0.5
mg/l <0.001 <0.001 <0.001 0.05
Substances (e>
Surfactants (MBAS) mg/l <0.025 0.2 0.3 1.5 3 0.3 0.3 1.5 3
-.1.L,
Department Order No. Series'of 2018
DPWH Standard Specification for Item 1729 - Sewage Treatment Plant(STP) -
Dynamic Sequential Batch Reactor (SBR) Process
Page 9 of 10

Table 1729.9 - Water ( uality Guidelines for Secondary Parameters-Oraanics


Parameter Unit
AA A 8 C D SA S8 SC SD
Trichloroethylene maiL 0.07 0.07 0.07 0.9 2 0.07 0.07 0.9 2
Total Organochlorine
mgjL nja nja 50 50 50 50 50 50 50
Pesticides (f)
Aldrin majL 0.03 0.03 nja nja nja nja nja nja nja
Chlordane majL 0.2 0.2 nja nja r1Ta nja nja n/a n/a
Oichlorodiphenyltrichloroetha nja nja nja
mgjL 1 1 nja nja nja nja
ne
(DOn
Dieldrin mqjL 0.03 0.03 nja nja nja nja nja nja nja
Endrin majL 0.6 0.6 nja nja nja nja nja nja nja
Heptachlor mq/L 0.03 0.03 n/a nja nja n/a n/a nja nja
Lindane mgjL 2 2 nja nja nja nja nja nja nja
Methoxychlor majL 50 50 nja n/a nja nja rJa nja nja
Toxaphene mq/L 4 4 nja nja nja n/a nja nja n/a
Notes:
CAS - Chemical Abstracts Service
IUPAC - International Union of Pure and Applied Chemistry
MBAS - Methylene Blue Active Substances
mg/L - microgram per liter
(d) Polychlorinated Biphenyls (PCBs) include nine Aroclors and 19 individual PCB congeners described below:
(e) Phenols include 2-chlorophenol, 2,4-dichlorophenol, and 2,4,6 trichlorophenol
(f) When monitoring for Class AA and A waters, the individual organochlorine pesticides shall be monitored. For
Class B, C, 0, SA, SB, SC and SO; Total Organochlorine Pesticides shall be monitored, which refers to the
organochlorine pesticides listed in Table 0.6 plus Benzene Hexachloride (BHe) (a,B,8,y), 4,4'
Dichlorodipheyldichloroethane (ODD), 4,4' Dichlorodiphenyldichloroethylene (DOE), Endosulfan (I,) I, and sulfate).

1729.4 Method of Measurement

The quantity to be paid for will be measured as per individual process detailed below in
tabulation for the complete Sewage Treatment Plant (STP) system as furnished on site and in
accordance with these design standard, specifications and as accepted by the Engineer.

1729.5 Basis of Payment

The accepted quantity, measured as prescribed in Section 1729.4 shall be paid for atthe Contract
Unit Price/set/process for Sewage Treatment Plant System which price and payment shall be
full compensation for furnishing all materials, including i!1I labor, equipment, tools and
incidentals necessary to complete the work prescribed in this !tem.

Payment shall be made under:

Unit of
PayItem Number Description
Measurement
Sewage Treatment Plant (STP)- Dynamic
1729 (1) Lump Sum
SequentialBatch Reactor(SBR)Process

References:

In accordance with DENR AO 34 as revised in DENR AO 35, and DENR AO 2016-08 Water Quality Guidelines (WQG)
and Generaj Effluent Standards (GES) of 2016 ajl criteria should meet prescription for Sec. 68 (b) Coastal and
Marine Waters, S8 classification based on below qualification:
1. Presidential Proclamation 1801, dated November 10, 1978; Presidential Decree 354, dated December
23, 1873;
2. Presidential Decree 705, Revising Presidential Decree No. 389, Otherwise known as the Forestry Code

v
Department Order No. ~, SerieS'of 2018
DPWH Standard Specification for Item 1729 - Sewage Treatment Plant (STP) -
Dynamic Sequential Batch Reactor (SBR) Process
Page 10 of 10

of the Philippines, dated May 19,1975, as amended by Presidential Decree 1159;


3. Executive Order No. 578, dated December 18, 2006, establishing the National Policy on Biological
Diversity, prescribing its Implementation throughout the Country, covering the Verde Island Passage
Marine Corridor and the President declared the Verde Island Passage Marine Corridor as a marine
sanctuary and a national protected area.
4. Philippine Standards prescribed Department of Environment and Natural Resources (DENR) regulations
(DAO 35), DAO 2016-08;
5. Sanitary Engineering Law (Republic Act No 1364);
6. Philippine Mechanical Engineering Code as adopted by the Board of Mechanical Engineering pursuant to
the Mechanical Engineering Law (RA 8495 as amended.);
7. Philippine Electrical Code Part 1 (PEC-l) and Part 2 (PEC-2), as adopted by the Board of Electrical
Engineering pursuant to the Philippine Electrical Engineering Law (RA 7920.);
8. Republic Act 9003 or the "Ecological Solid Waste Management Act of 2000
9. ISO (international standards);
• ISO 9001, ISO 1940, ISO 12238, ISO 11201, ISO 13359
10. American Iron and Steel Institute (AISI) standards;
• AISI304, AISI316
11. United States Patent and Trademark Office (USPTO)
• US Patents 7,674,514; 7,398,499; 6,811,148
t11~43,p/,.}#
"V: t1r/. JAY.r
Republic of the Philippines
DEPARTMENT OF PUBLIC WORKS AND HIGHWAYS
OFFICE OF THE SECRETARY
Manila

o2 MAY 2018
DEPARTMENT ORDER ) SUBJECT: REVISED GUIDELINES FOR THE
) ESTABLISHMENT OF CONSTRUCTION

NO. 72 _
)
)
MATERIALS PRICE,
LABOR AND EQUIPMENT
STANDARD
RENTAL
/A &f bt/. Ij' RATES DATABASE
Series of 2018Kj .

In line with the establishment of a standard database for the prices of construction materials
and labor as well as equipment rental rates for use in the pay items in the preparation of
Program of Work (POW), Approved Budget for the Contract (ABC) and Detailed Unit Price
Analysis for infrastructure projects, the Bureau of Construction and all Regional/District Offices
nationwide shall adopt the attached guidelines.

To ensure its continuous and proper implementation and to institutionalize functions versus
use of committees, the functions of the Central Office Price Monitoring Committee as
stipulated in Department Order No. 71, Series of 2012 are hereby transferred to the Bureau
of Construction.

The Pre-Construction Division of the Bureau of Construction (PCD-BOC) headed by a Division


Chief shall serve as the Central Office Technical Working Group (COTWG) to assist the Bureau
of Construction Director in discharging the tasks stipulated in Annex A. For the
Regional/District Engineering Offices Price Monitoring Committee and Technical Working
Group, hereunder are their compositions.

REGIONAL OFFICE PRICE MONITORING COMMITTEE (ROPMC)

Head Assistant Regional Director


Members Chief, Construction Division
Chief, Planning and Design Division
Chief, Maintenance Division
Chief, Materials Quality Control and Hydrology Division
Chief, Equipment Maintenance Division

The Construction Division headed by the Division Chief shall serve as the Regional
Office Technical Working Group (ROTWG) to assist the ROPMC.

DISTRICT ENGINEERING OFFICE PRICE MONITORING COMMITTEE


(DEOPMC)

Head Assistant District Engineer


Members Chief, Construction Section
Chief, Planning and Design Section
Chief, Maintenance Section
Chief, Materials Quality Control Section
Representative, Area EquipmentSection
D.O. No. ~
Series of >f> tst
Page 2 of 2

The Construction Section headed by the Section Chief shall serve as the District
Engineering Office Technical Working Group (DEOTWG) to assist the DEOPMC.

The Guidelines for the Establishment of Construction Materials Price Data, Standard Labor and
Equipment Rental Rates is attached as Annex A, Procedural Flow for Generating Construction
Materials Price Data as
Annex B of thiS issuante and Annex C Ct'lecklist of supporting
Documents and Attachments for Quarterly Submission of Construction Materials Price Data
including Standard Forms.

The District Engineer, DEOPMC, concerned DEOTWG member and Construction Materials Price
Surveyor (CMPS)in the district level, the ROPMC ~nd (;oncerned ROTWG member in the
regional level, and concerned COTWG member shall be held responsible and accountable to
the correctness and reasonableness of the materials unit price data that they generated,
validated and submitted.

Any designated ROPMCjDEOPMC and all TWG members not complying with the gUidelines
and deadlines Shall be sanctioned pursuant to the exPressed provisiohS of Sectioh 22 c, Rule
XIV, Book V of Executive Order No. 292, Series of 1987, the corresponding penalties for
violation of reasonable office rules and regulations are as follows:

1st Offense Reprimand


2nd Offense Suspension from one (1) to thirty (30) d()ys
3rd Offense Dismissal

This Order takes effect immediately and supersedes D.O. No. 71, Series of 2012, Guidelines
for the Establishment of Construction Materials Price, Standard Labor and Equipment Rental
Rates Database.

~~--
MARK A. VILLAR
Secretary

6.1 WROIEKS
Department of Public Works snd Highways
Office of the Secretary

1111I11 11111111111111111111111111111
WIN8W02068
Annex A

D.O. No. ~s.2018


Page 1 of 12

ANNEX 'A'
GUIDELINES FOR THE ESTABLISHMENT OF CONSTRUCTION MATERIALS PRICE,
STANDARD LABOR AND EQUIPMENT RENTAL RATES DATABASE
-~

OVERALL OBJECTIVE

To establish/provide a standard database for Materials Price, Labor, and Equipment Rental
Rates for use in the pay items in the preparation of the Program of Works (POW), Approved
Budget for the Contract (ABC) and Detailed Unit Price Analysis (DUPA), including new items
of work involved in Variation Order (V.O).

Part I - Standard Pricing of Construction Materials

1.1 Objectives

1.1.1 To provide comprehensive and up-to-date information on the unit prices of materials
that are locally supplied construction items of work/project activities, in accordance
with a given specification considering their variability from one region to another.

1.1.2 To establish a method of control/regulation and monitoring for the unit prices of
construction materials nationwide for all items of construction works.

1.1.3 To provide an updated quarterly publication of construction material prices and other
pertinent cost data relevant to the construction industry with greater emphasis on the
Department of Public Works and Highways' (DPWH's) development, implementation
and maintenance programs for infrastructure/s (roads, bridges, buildings, water supply,
etc. ) .

1.1.4 To serve as take-off point for future construction database requirements/application,


such as project networking, scheduling and control, evaluation of a project's program
of works and other contract documents, cost estimating and engineering design.

1.1.5 To provide DPWH top management with relevant and up-to-date information on cost
of construction materials to serve as database reference in the use of the proposed
standard cost sheets for all pay items, and basis for policy decision-making in the areas
of cost optimization and alternative design selection.

1.2 Definition

. 1.2.1 For locally produced/supplied materials, the prevailing market price shall be the price
of construction materials within the concerned District Engineering Office's (DEO's)
area of responsibility, provided by the suppliers/distributors in current (the quarter
being reported) dealing/business transaction with customers.

1.2.2 For locally produced/supplied materials, the unit price shall be the prevailing market
pick-up price within the concerned DEO's area of responsibility, per unit of measure of
construction materials, as provided by the suppliers/distributors.
"

Annex A

D.O. No. -.1Ls.2018


Page 2 o( 12

1.2.3 For materials of foreign origin, unit price shall be the prevailing market price, per unit
measure of construction materials, actually provided by the manufacturers/suppliers
recommended and/or approved by the al,Jthorized officials of the DPWH or those that
have supplied DPWH projects with the same materials, within the last three years, in
current (the quarter being reported) dealing/business transaction with customers. The
said unit price/s shall be the landed cost of the materials on site, which shall include
sea freight charges, custom duties, hauling cost and other relevant charges.

1.2.4 The Construction Materials Price Surveyor/s (CMPS) of the DEO shall refer to the
designated/authorized personnel coming from any section of the DEO and duly
appointed by the concerned District Engineer, who shall conduct actual field survey,
collect all the accomplished survey form within their jurisdiction.

1.2.5 The TWG of the concerned DEO shall be the designated/authorized personnel of the
Construction Section and shall be headed by the Chief of the Section.

1.2.6 The TWG of the concerned Regional Office shall be the designated/authorized
personnel of the Construction Division and shall be headed by the Division Chief.

1.2.7 The TWG of the Central Office shall be the designated/authorized personnel of the
Pre-Construction Division of Bureau of Construction (PCD-BOC) and shall be headed
by the Division Chief.

1.2.8 Suppliers/distributors shall refer to the wholesalers/retailers engaged in the sale of all
or specific construction materialjs that conform to the DPWH Standard Specifications
(Blue Book) who have complied with the criteria for their selection (refer to item no.
1.5.3).

1.3 Area of Sampling

1.3.1 The suppliers/distributors, for locally produced/supplied materials, who have complied
with the criteria stipulated in item no. 1.5.3, shall be the sampling source of the
construction materials unit price survey.

1.3.2 For the above-stated materials, the area of sampling shall be well represented within
the DEO's area of responsibility to ensure a balanced price data/information gathering.

1.3.3 In cases where in the required materials will be of foreign origin, only those
manufacturers/suppliers recommended and/or approved by the authorized officials of
the DPWH or those who have previously supplied DPWH projects with the same
materials, within the last three (3) years, will be considered as sampling source for the
said materials.

1.3.4 In cases wherein materials are not available at the concerned DEO, the sampling
source shall be the suppliers/distributors in the nearest District/Regional Office.
Annex A

D.O. No. -.2Ls.2018


Page 3 of _12

1.4 Sample Size

For each DEO, the prevailing unit price/s of the materials shall as much as possible be
obtained from at least three suppliers/distributors who shall sign the canvass form and
duly countersigned by the CMPS.

1.5 Methodology

1.5.1 Survey Forms

The construction materials unit price survey form/s of the Regional Office and District
Engineering Offices shall be printed from the Construction Cost Information System
(CCIS). It shall be accomplished and duly signed by the suppliers/distributors and shall
be countersigned by the CMPS. The said forms shall be the basis of the recommended
unit prices of the construction materials pre-numbered consistent with the Blue Book
for control purposes.

1.5.2 Responsibilities

1.5.2.1 The District Engineer Shall:

a. Organize and designate CMPS.

b. Determine and validate not less than three (3) qualified


suppliers/distributors of the construction materials based on the criteria
stipulated in item 1.5.3. In cases wherein the required materials are of
foreign origin, only those manufacturers/distributors recommended
and/or approved by the authorized officials of the DPWH or those that
have supplied DPWH projects with the same materials, within the last
three (3) years, will be considered as sampling source for said materials.

c. Approve the generated report from CCIS and submit it to the RO not
later than the 30th day of the first month of every quarter.

1.5.2.2 The DEO-CMPS shall:

a. Conduct the survey from at least three qualified suppliers per item.

b. Submit the duly signed survey form to the TWG.

c. Provide a copy of supplier's registration with the Department of Trade


and Industry (DT!) and price list/quotations for the quarter being
reported to the TWG.

1.5.2.3 The DEOTWG shall:

a. Collect accomplished Construction Material Price Survey Form (CMPSF),


review for reasonableness and completeness of submitted data and
submit to DEO Price Monitoring Committee (DEOPMC).
Annex A

D.O. No. -ILs.2018


Page 4 0(12

b. Encode data in CCIS.

c. Generate District Report that represents the most reasonable price/s of


the construction materials within the District.

d. Submit approved report and e-copy to Regional Office on or before the


30th day of the first month of the quarter being reported. If a validation
from the submitted CMPSF has been performed, include a detailed
report including all the necessary documentation/so

1.5.2.4 The DEO Price Monitoring Committee shall:

a. Check as to completeness and reasonableness of Materials Unit Price


Data (MUPD).

b. Obtain information from other Suppliers within the District or adjacent


DEO or within the Region if necessary.

c. Recommend to the District Engineer the approval of the generated CCIS


and its submission to the RO.

1.5.2.5 The Regional Director shall:

a. Approve the generated Regional CCIS Report and submit it to BOC not
later than the 15th day of the second month of every quarter.

1.5.2.6 The ROTWG shall:

a. Load the Construction Material Price Data (CMPD) to the CCIS.

b. Generate the Regional CCIS Report that represents the most reasonable
price/s of the construction materials within the Region.

c. Submit report to Regional Office Price Monitoring Committee (ROPMC).

d. Upon the directive of the ROPMC,validate questionable data in the field .

• Conduct inspection of the supplier's store/s and/or warehouse/s


if necessary

• Conduct a separate survey for construction materials prices


from the suppliers where the CMPS conducted the survey, and
other qualified suppliers, not necessarily selected by the DEO,
within the area of jurisdiction of the concerned DEO or from the
nearest DEO. The surveyed data shall be compared with the
recommended unit prices for construction materials by the
concerned DEOTWG. Whichever cost is lower shall be adopted
in the Regional CCIS.
"

Annex A

D.O. No. ~s.2018


Page 5 of_12

• Prepare a separate unit price calculation for major construction


materials of which costs are suspected to be higher than the
ordinary perceive9 cost of such material based on the
manufacturer's production cost (example-plant) plus the
additional handling/hauling cost to the concerned DEO
(reference location), the result of which shall be compared with
the submitted unit prices for construction materials by the
CMPS. Whichever cost is lower shall be adopted in the Regional
CCIS.

• Compare the recommended unit price calculation for


construction materials with the prevailing market prices set by
the Department of Trade and Industry (DT!) within the area, if
any.

• Coordinate/discuss with the DEOPMC of the concerned DEO,


and the District Engineer, the results of their validation. Any
discrepancies between the recommended unit prices for
construction materials and the validated unit price/s shall be
adjusted within the limitations agreed upon by the concerned
DEOTWG, representative of the ROPMC and the District
Engineer, however, subject to the concurrence of the ROPMC
and approval of the RD.

e. Generate Regionwide CMPD from CCIS and submit it to RD.

1.5.2.7 The Regional Office PMC shall:

a. Check completeness and reasonableness of CMPD Report from the DEO


and the validated report from ROTWG.

b. Instruct ROTWG to validate the material prices suspected to be high


and/or with an increase of 10% or more as compared to the previously
approved material prices in CMPD.

c. Recommend to the Regional Director the approval of the generated


Regionwide CCIS report and its submission to the Bureau of
Construction (BOC).

1.5.2.8 The COTWG shall:

a. Load CMPD Reports in the CCIS from the ROs.

b. Check for completeness of submission in accordance with "Annex C"


and reasonableness (if there are no abrupt change in unit price of
materials in the submitted CCIS of more than 5% from the previously
approved CMPD). Submitted prices with more than 10% increase in unit
Annex A

D.O. No. ~s.2018


Page 6 of _12

price from previously approved CMPD shall be prioritized in the


validation to be undertaken by the COlWG.

c. Prepare memorandum for ,signature by the Director of sac calling the


attention of concerned RO with incomplete/incorrect data and late or
non-submission of Regionwide CMPD Report. Non-submission of the
quarterly report and unacceptable price data shall render the material
prices of the particular RO/DEO for the quarter to be vacant in the
CMPD. The prices that will be used in cost estimates in lieu of the vacant
material prices shall be established by the concerned implementing
offices, however, they shall be held solely liable for the reasonableness
of the material prices used. Concerned officials of these non-complying
implementing offices shall still be required to submit the quarterly
Regionwide CMPD Report and required to explain on their non-
compliance with the requirements and deadline of submission.

d. The COlWG shall prepare a list of the material prices having an


increase/decrease of more than 5% per DEO. This list shall be used by
the COlWG in the determination of reasonableness of the submitted
unit prices of materials and will serve as basis as to which unit price are
to be validated. This list together with the Nationwide CMPD Report
shall be presented to the Director of the Sac.

e. Conduct validation of material prices based on the generated list which


are deemed unreasonable.

f. Encode validated data from the field and incorporate to the Nationwide
CMPD Report.

g. Generate Nationwide CMPD Report.

h. Present Nationwide CMPD Report to the Director of the sac not later
than the 15th day of the 3rd month of every quarter.

i. Upon the directive of the Director of the sac, conduct further validation
of questionable data in the field.

j. Provide a copy of the approved Nationwide CMPD Report to IMS for


web posting and Secretary for reference.

k. Disseminate a copy of CMPD to Regional Offices upon approval.


"

Annex A

D.O. No. ~s.2018


Page 7 of 12

I. Maintain a list of erring implementing offices who fail to observe


compliance to the requirements and timeline in the submission of the
quarterly Regional CMPD Report. Issue memorandum requiring
explanation to the non-complying implementing offices and recommend
imposition of the appropriate sanctions as provided in this DO for invalid
justification.

m. Maintain a copy (hard copy and e-file) of each previously approved


quarterly CMPD Report for reference and records purposes.

1.5.2.9 The Director of the BOC shall:

a. Approve the CMPD Report after the presentation and deliberation


together with the COlWG.

1.5.2.10 The IMS shall:

a. Provide technical support for the utilization and updating of the CCIS.

b. Post submitted quarterly report in the DPWH website.

1.5.3 Criteria for the Selection of Distributors/Suppliers

1.5.3.1 The selection of suppliers/distributors for locally produced construction


materials shall be based on the following criteria:

a. Preferably registered with the Government - Electronic Procurement


System and/or accredited by the DTI and validated by the concerned
District Engineer.

b. Great volume of sales or turnover.

c. Consistency/completeness of stocks that conform to the DPWH


Standard Specifications (Blue Book).

d. Types of customers served (refer to private customers as one group


and the government as another group of customers).

e. Willingness to cooperate and provide the prevailing construction


material unit prices.

f. Approved source (i.e., quarry and batching plant) by the Bureau of


Research and Standards (BRS) and consistent with the Naturally
Occurring Source Map submitted by the DEO semi-annually.
"

Annex A

D.O. No. ~s.2018


Page 8 of_12

1.5.4 Frequency of Survey

The survey for construction material prices shall be conducted quarterly. All quarterly
surveys shall be conducted during the 1st,month of the quarter being reported.

1.5.5 Submission of Accomplished Survey Forms

The most reasonable construction materials unit price data shall be submitted by the
District Engineer to their respective Regional Director on the 30th day of the first month
of the quarter being reported. The ROPMC shall consolidate and certify all the
reasonable unit price data by the DEOs and submit the same to Pre-Construction
Division, Bureau of Construction (PCD-BOC) which acts as the COTWG of the BOC on
the 15th day of the second month of the quarter being reported, thru the Regional
Director, in hard and electronic copies. PCD-BOC shall review the accuracy and
completeness of the reasonable construction materials prices and submit findings to
the Director, BOC. The Director, BOC shall send COTWG to the field for
verification/validation if findings are questionable during the deliberation. The
validated report shall be submitted to the Secretary and electronic copy shall be sent
to IMS for web posting.

1.5.6 Data Processing using the CCIS

1.5.6.1 The most reasonable construction materials unit price data are done in the
District level only.

1.5.6.2 The most reasonable price is determined using the following criteria:

a. The median of the data gathered from at least three (3) suppliers.

b. In case of a lone authorized distributor, the single data gathered must


be compared with the prevailing prices in the adjacent DEOs and adopt
when reasonable; if not, adopt the prevailing unit price in the most
adjacent DEO plus the additional handling/hauling cost.

c. Its validated price in case the materials are being supplied by sole
authorized distributor in the country.

1.5.7 Flow Chart for the Establishment of Construction Materials Price Data

Refer to Annex B.
"

Annex A

D.O. No. ~s.2018


Page 9 of 12

Part II - Standard Labor Rates

1.1 Objectives

1.1.1 To establish/provide updated information'on standard labor rates to each DEO and RO
nationwide based on the existing laws and other pertinent rules and regulations that
pertain to the concerns, welfare and benefits of the labor sector.

1.2 Definition

1.2.1 Minimum Wage Rate - the basic wage plus the emergency cost of living allowance
(ECOLA) based on a normal eight (8) hour work per day as determined by the Regional
Tripartite Wages and Productivity Board (RlWPB), National Wages and Productivity
Commission (NWPC) and the Department of labor and Employment (DOLE). The
Minimum Wage rate for each Region, Province or City is based on the latest minimum
wage rates approved by the NWPC.

1.2.2 Workers' Statutory Monetary Benefits - the monetary benefits of workers,


regardless of employment status e.g. probationary, regular, contractual, project basis,
as mandated by law, are Service Incentive leave, Paternity/Parental leave, Thirteenth
Month Pay, Philhealth, Social Security Benefits, Pag-IBIG and other Benefits specified
under the Employees Compensation Program.

1.2.2.1 Service Incentive Leave - a minimum of five (5) days a year for every employee
who has rendered at least one (1) year of service. Ref: Art. 95 of the labor Code
of the Philippines.

1.2.2.2 Paternity Leave - a minimum of seven (7) calendar days a year for every married
male employee, regardless of employment status. Ref: RA 8187.

1.2.2.3 Parental Leave for Solo Parents - a minimum of seven (7) days a year for
every solo parent employee who has rendered at least (1) year of service
regardless of employment status. Ref: RA 8972.

1.2.2.4 Thirteenth Month Pay - monetary benefits for employees provided they have
worked for at least one (1) month in a calendar year. Ref: PO 851.

1.2.2.5 Philhealth - formerly known as Medicare, is a health insurance program for


SSS/GSIS members including their dependents. Ref: RA 7875 as amended by RA
9241.

1.2.2.6 Social Security Benefits - a package of benefits in the event of death, disability,
sickness, maternity and old age for private sector employees, regardless of
employment status. Ref: RA 1661 as amended by RA 8282.

1.2.2.7 Benefits Under the Employees Compensation Program - a package of


benefits for public and private sector employees including their dependents in the
event of work related contingencies such as sickness, injury, disability or death.
Ref: PD 626.
Annex A

D.O. No. ~s.2018


Page 10 of 12

1.2.2.8 Pag-IBIG (pagtutulungan sa Kinabukasan: Ikaw, Bangko, Industriya at


Gobyerno) - conceptualized to address two (2) of the country's basic concerns:
generation of savings and provision of shelter for workers. It is also a mandatory
membership for all SSS and GSIS members earning P 4,000.00 and above in
monthly compensation. Ref: PD 1530 as amended by PD 1752 and RA 7742.

1.2.3 Labor Cost Factor - means the percentage increment from the lowest labor rate
(unskilled labor) to the highest category level of workers. It is also the comparative
percentage ratio of each of the labor force with the lowest labor force category
(unskilled worker).

1.2.4 Labor Category - the designation of any manpower workforce in the construction
industry, such as, but not limited to, Foreman, Leadman, Heavy Equipment Operator,
Highly Skilled Labor, Light Equipment Operator, Driver, Skilled Labor, Semi-Skilled
Labor and Unskilled Labor.

1.3 Composition of Labor rates

The composition of labor rates shall include the Minimum Wage Rate, Workers Statutory
Monetary Benefits and others in accordance with existing laws and government regulations.

1.4 Methodology

1.4.1 Collection of Information - The COTWG shall collect data on prevailing labor rates,
labor categories and labor costs factor from various government agencies/offices such
as the DPWH District/Regional Offices, Construction/Design Consultants, Department
of Budget and Management (DBM), and DOLE etc.

1.4.2 Analysis of Information - The collected data shall be analyzed for applicability,
reasonableness, appropriateness and compliance to existing labor laws. A matrix of
labor rates, categories and cost factor shall be prepared for comparative analysis and
easier reference. The COTWG shall derive/recommend the appropriate and reasonable
cost factor based on available information data collected.

1.4.3 Calculation of Total Labor Rates - Labor rates shall include all component costs
such as basic wage plus ECOLA and worker's statutory monetary benefits and others
in accordance with, existing laws and government regulations.

1.4.3.1 The computation for the standard labor rates shall be based on the sum of the
minimum wage rates as approved by the NWPC, DOLE plus the workers' statutory
monetary benefits including others in accordance with existing laws and government
regulations.

1.4.3.2 The computation of the Estimated Equivalent Monthly Rate (EEMR) for daily paid
employees shall be based on the computed ordinary three hundred thirteen (313)
working days a year.
"

Annex A

D.O. No. ~s.2018


Page 11 o~12

1.4.4 Updating the Computed Labor Rates - the COlWG shall monitor and update the
computed labor rates based on the latest approved issuance/s for new minimum wages
by the NWPC/DOLE and/or any amendments to the monetary benefits of the workers.

1.4.5 Validation - The minimum labor rate data shall be compared to the prevailing
minimum wage rate as approved by the NWPC, the DOLE while the cost data for
statutory benefits, etc. shall be validated based on the required monthly contributions.
The COlWG shall prepare a comparative report every six (6) months or as the need
arises, and submit the same to the Director of the BOC.

1.4.6 Approval - The COlWG shall submit the recommended labor rates to the Director of
the BOC.

Part 111- Standard Equipment Rental Rates

1.1 Objectives

1.1.1 To determine the basic and most commonly used construction and maintenance
equipment with the corresponding specifications, out from the list of equipment in the
latest ACEL Equipment Guidebook.
1.1.2 To adopt the most reasonable rental rates of available equipment with same
specification out from the several makes, models and capacities of equipment listed in
the latest ACEL Equipment Guidebook.

1.2 Definition of Terms

Mode of Rental

1.2.1 Bare Rental - the Lessee shall shoulder all cost of maintenance such as repairs, spare
parts, oil, lubricants and shall provide fuel, operator/driver.
1.2.2 Fully-Maintained Rental - the Lessor shall be fully responsible for the maintenance
of the leased equipment including repairs and spare parts, oil, lubricants, and tires
excluding fuel and operator/driver.
1.2.3 Fully-Operated Rental - the Lessor shall shoulder all costs of maintenance, repair,
spare parts, oil, lubricants including fuel and operator/driver,
1.2.4 Operated Dry Rental - The Lessor shall provide the equipment, operator and
maintenance crew, while the Lessee supplies the fuel and lubricants at the worksite
for the account of the latter.

1.3 Methodology

1.3.1 Collection of Information - The COlWG shall collect the data from various DEOs
and DPWH contractors/equipment suppliers regarding the list, make, model and
capacity of equipment commonly used by their form in the implementation of
infrastructure projects. The COlWG shall also collect data from previous DPWH
contracts.
Annex A

D.O. No. -.2Ls.2018


Page 12 of 12

1.3.2 Analysis of Information - The collected data shall be analyzed for applicability,
reasonableness as well as appropriateness to the project requirements. The COlWG
shall select a shortlist of construction and maintenance equipment and recommend
the appropriate and reasonable rental rates based from the latest ACEL Equipment
Guidebook ..

1.3.3 Validation of the AccuracyI Applicability of Equipment Rental Rates

1.3.3.1 Upon the directive/s of the Director of the BOC, the COlWG members, in
coordination with the concerned Regional/District Office/s shall conduct an
inspection of the mobilized equipment at the project site/so
1.3.3.2 The Validation Team shall perform the following:

a. Verify the mobilized equipment on site including its serial number, motor number, and
other specifications necessary for establishing the correct identification of the property
to ensure appropriate rental rates.
b. Establish proof of ownership/purchase invoice as well as other relevant documents for
computation of rental rates.
c. Determine the actual performance of the equipment relative to its desired output
during operation.
d. Prepare validation report and submit the same to the Director of the BOC.

1.3.4 Approval of the Equipment Rental Rates

The Director of the BOC shall review and approve the recommended shortlist of Construction
and Maintenance Equipment with corresponding rental rates based from the latest ACEL
Equipment Guidebook, as submitted by the COlWG.
District Engineering Office Annex B – Procedural Flow for the Establishment of Construction Material Price Data (CMPD)

Generate Construction Submit the generated District CMPD


Submit the duly signed Collect accomplished CMPSF, Encode Data in Recommend to the
Materials Price Survey Generate Approve the Report with its electronic file including
CMPSF to the District review for reasonableness and Check as to Correct? Construction District Engineer (DE) for
Form (CMPSF) fromPCCIS District generated all the attachments specified in the
Engineering Office completeness, and submit to reasonableness Cost Approval and Submission
and distribute to at least CMPD District CMPD “Annex C” of this DO to the Regional
Technical Working Group District Engineering Price and completeness Information to the RO the generated
three qualified suppliers Report Report Office Price Monitoring Committee
(DEOTWG) Monitoring Committee (DEOPMC) System (CCIS) report
per item. NO (ROPMC) not later than the 30th day of
the 1st month of every quarter.

Obtain information from other


Suppliers within the District or DE
Construction Materials CMPS DEOTWG DEOTWG DEOTWG DEOPMC
DEOPMC adjacent DEO or within the Region
Price Surveyor (CMPS) DE

DEOTWG
Regional Office

Generate Approve the Submit the generated Regionwide


Load the CMPD Check as to Generate Recommend to the
Regional CCIS Encode generated CMPD Report with its electronic file
Reports/ validated reasonableness Correct? Regionwide Regional Director (RD)
Report and Data in Regionwide including all the attachments specified
data from DEO in and completeness CMPD Report for Approval and
Submit to CCIS CMPD Report in the “Annex C” of this DO to the
CCIS of CMPD from CCIS Submission to the CO the
ROPMC Central Office Price Monitoring
generated report
Committee (ROPMC) not later than the
NO
15th day of the 2nd month of every
quarter.
v Regional Office Technical Working Group Coordinate/validate in the field RD
ROTWG ROTWG
ROTWG ROPMC unreasonable data and adjust if
ROPMC
(ROTWG) necessary RD

ROTWG
Central Office
Submit Nationwide CMPD Report
to the Secretary

Check for Prepare a list of the


Load the reasonablene materials having an Correct? Present Nationwide Correct?
Conduct validation of Generate
CMPD ss and increase/decrease CMPD Report to Approve the Disseminate to BOC, ROs and
material prices based Nationwide
Reports/ completeness of more than 5% Director, BOC not later generated DEOs and send electronic copy to
on the generated list CMPD Report
corrected of submission per DEO that will than the 15th day of the Nationwide MIS for website posting
which were deemed NO from CCIS NO
data from in accordance serve as basis as to 3rd month of every CMPD Report
unreasonable
ROs in CCIS with “Annex which unit price are quarter
C” to be validated Prepare memo for
concerned RO to call Conduct further
attention on validation of Keep a hard and electronic copies
incorrect/incomplete questionable data of Nationwide CMPD for reference
on the field and records purposes
v data. Likewise prepare
memo for the late or non- Director, BOC
Central Office COTWG COTWG COTWG COTWG COTWG
submission of Regionwide
Technical Working
CMPD, if there’s any.
Group (COTWG)
COTWG
COTWG
COTWG
“ANNEX C”

CHECKLIST OF SUPPORTING DOCUMENTS AND ATTACHMENTS FOR QUARTERLY


SUBMISSION OF CONSTRUCTION MATERIALS PRICE DATA (CMPD)

I. To be submitted by the District Engineering Office (DEO) to the Regional


Office (RO)
1. Official List of Appointed CMPS, DEO-TWG, and DEOPMC duly signed by the
District Engineer
2. Official List of Qualified Suppliers/Distributors duly signed by the District
Engineer with attached copy of DTI Registration
3. Duly signed and filled-out survey forms
4. Summary of Surveyed Prices (with electronic file)
5. Quarterly CMPD Report (.xml file and hardcopy)
6. Certification of completeness and reasonableness for recommendation on
price adjustment duly signed by the DEOPMC and the District Engineer
7. Forwarding Memorandum from the DEO recommending the construction
material prices for adoption

II. To be submitted by the Regional Office (RO) to the Central Office (CO)
1. Official List of Appointed RO-TWG and ROPMC duly signed by the Regional
Director
2. Cost Comparison of materials with justified recommendation for price
adjustment (previously approved CMPD versus submitted CMPD) per DEO
(with electronic file)
3. Validation Report with complete documentation (geo-tagged photographs,
survey forms, hauling and/or importation computation/calculations with
electronic file), if any
4. Official List of Appointed CMPS, DEO-TWG, and DEOPMC duly signed
by the District Engineer as forwarded by the DEOs
5. Official List of Qualified Suppliers/Distributors duly signed by the
District Engineer with attached copy of DTI Registration as forwarded by the
DEOs
6. Duly signed and filled-out survey forms as forwarded by the DEOs
and/or as per validation
7. Summary of Surveyed Prices (with electronic file) as forwarded by the
DEOs
8. Certification of completeness and reasonableness for request on
price adjustment duly signed by the DEOPMC and the District Engineer as
forwarded by the DEOs
9. Quarterly Region-wide CMPD Report (.xml file and hardcopy)
10. Certification of completeness and reasonableness for recommendation on
price adjustment duly signed by the ROPMC and the Regional Director
11. Forwarding Memorandum from the RO recommending the construction
materials for adoption
Republic of the Philippines
DEPARTMENT OF PUBLIC WORKS AND HIGHWAYS
(REGIONAL OFFICE)
ADDRESS

DATE

MEMORANDUM

FOR : (NAME)
Director, Bureau of Construction
Department of Public Works and Highways
Bonifacio Drive, Port Area, Manila

SUBJECT : Submission of Construction Materials Price Data (CMPD)


for the __ Quarter of CY _____

In compliance with Department Order No. __ Series of ___: Revised Guidelines for the
Establishment of Construction Materials Price, Standard Labor and Equipment Rental Rates
Database, submitted herewith is the Construction Materials Price Data for the ___ Quarter of
CY ___ of Region ___, including other pertinent documents specified in “Annex C” - Checklist
of Supporting Documents and Attachments for Quarterly Submission of Construction Materials
Price Data (CMPD) of the aforementioned DO.

For your evaluation and approval.

(NAME)
Regional Director
Republic of the Philippines
DEPARTMENT OF PUBLIC WORKS AND HIGHWAYS
(REGIONAL OFFICE)
ADDRESS

DATE

CERTIFICATION

This is to certify that the prices of construction materials as reflected in the


Construction Materials Price Data (CMPD) for the ___ Quarter of CY _____, prepared
and submitted by this Office were properly reviewed, evaluated and validated (if
conducted) by the Regional Office - Price Monitoring Committee (ROPMC) and
Technical Working Group (ROTWG).

Likewise, this further certifies that the supporting documents and attachments
submitted by this Office are complete, and the submitted CMPD was found to be
correct and reasonable by this Office and hereby recommend its approval.

(NAME)
Assistant Regional Director
Head, Regional Office Price Monitoring Committee

(NAME)
Regional Director
Republic of the Philippines
DEPARTMENT OF PUBLIC WORKS AND HIGHWAYS
(REGIONAL OFFICE)
(ADDRESS)

OFFICIAL LIST OF APPOINTED PERSONNEL FOR THE SUBMISSION OF THE


CONSTRUCTION MATERIALS PRICE DATA (CMPD)
FOR THE __ QUARTER OF C.Y. __

In compliance with Department Order No. __, series of ___: Revised Guidelines for
the Establishment of Construction Materials Price, Standard Labor and Equipment
Rental Rates Database, listed below are the appointed personnel for the preparation,
review, evaluation, validation, and submission of the CMPD for the __ Quarter of C.Y.
__.

CONTACT
NAME DESIGNATION POSITION OFFICE SIGNATURE
NO.
I. Regional Office - Technical Working Group (RO-TWG)
1. Head, ROTWG
2. Member
3. Member
4. Member
5. Member
6. Member
II. Regional Office Price Monitoring Committee (ROPMC)
1. Head, ROPMC
2. Member
3. Member
4. Member
5. Member
6. Member
Approved by:

(NAME) _
Regional Director
(Regional Office)
Republic of the Philippines
DEPARTMENT OF PUBLIC WORKS AND HIGHWAYS
(REGIONAL OFFICE)
(ADDRESS)

COST COMPARISON OF MATERIALS WITH JUSTIFIED REQUEST FOR


PRICE ADJUSTMENT FOR THE __ QUARTER OF C.Y. __

(District Engineering Office)


Material Approved As Submitted
Material Description Unit Remarks
Code 4th Qtr.
1st Qtr. CMPD
Variance* (%)
CMPD

*VARIANCE = (AS SUBMITTED CMPD – APPROVED CMPD)


(APPROVED CMPD)

Submitted by:

(NAME) _
Chief, Construction Division
(Head, RO-TWG
Republic of the Philippines
DEPARTMENT OF PUBLIC WORKS AND HIGHWAYS
(REGIONAL OFFICE)
(DISTRICT ENGINEERING OFFICE)
ADDRESS

DATE

MEMORANDUM

FOR : (NAME)
Assistant Regional Director
Head, Regional Office Price Monitoring Committee
Address

SUBJECT : Submission of Construction Materials Price Data (CMPD)


for the __ Quarter of CY _____

In compliance with Department Order No. __ Series of ___: Revised Guidelines for the
Establishment of Construction Materials Price, Standard Labor and Equipment Rental Rates
Database, submitted herewith is the Construction Materials Price Data for the ___ Quarter of
CY ___ of ___ District Engineering Office, including other pertinent documents specified in
“Annex C” - Checklist of Supporting Documents and Attachments for Quarterly Submission
of Construction Materials Price Data (CMPD) of the aforementioned DO.

For your evaluation and approval.

(NAME)
District Engineer
Republic of the Philippines
DEPARTMENT OF PUBLIC WORKS AND HIGHWAYS
(REGIONAL OFFICE)
(DISTRICT ENGINEERING OFFICE)
ADDRESS

DATE

CERTIFICATION

This is to certify that the supporting documents and attachments submitted by this
Office are complete, and the prices of construction materials reflected on the
Construction Materials Price Data (CMPD) for the __ Quarter of CY _____ prepared
and submitted by this Office are correct and reasonable. Thus, it is hereby
recommended for approval.

(NAME)
Assistant District Engineer
Head, District Engineering Office Price Monitoring Committee

(NAME)
District Engineer
Republic of the Philippines
DEPARTMENT OF PUBLIC WORKS AND HIGHWAYS
(REGIONAL OFFICE)
(DISTRICT ENGINEERING OFFICE)
(ADDRESS)

OFFICIAL LIST OF APPOINTED PERSONNEL FOR THE SUBMISSION OF THE


CONSTRUCTION MATERIALS PRICE DATA (CMPD)
FOR THE __ QUARTER OF C.Y. ___

In compliance with Department Order No. __, series of __: Guidelines for the
Establishment of Construction Materials Price, Standard Labor and Equipment Rental
Rates Database, listed below are the appointed personnel for the preparation and
submission of the CMPD for the _ Quarter of C.Y. ___.

CONTACT
NAME DESIGNATION POSITION OFFICE SIGNATURE
NO.
I. Construction Materials Price Surveyor (CMPS)
1.
2.
3.
II. District Engineering Office - Technical Working Group (DEO-TWG)
1. Head, DEO-TWG
2. Member
3. Member
4. Member
5. Member
6. Member
III. District Engineering Office Price Monitoring Committee (DEOPMC)
1. Head, DEOPMC
2. Member
3. Member
4. Member
5. Member
6. Member
Approved by:

(NAME) _
District Engineer
(District Engineering Office)
Republic of the Philippines
DEPARTMENT OF PUBLIC WORKS AND HIGHWAYS
(REGIONAL OFFICE)
(DISTRICT ENGINEERING OFFICE)
(ADDRESS)

OFFICIAL LIST OF QUALIFIED SUPPLIERS/DISTRIBUTORS OF


CONSTRUCTION MATERIALS FOR THE __ QUARTER OF C.Y. __

In compliance with Department Order No. __, series of ___: Revised Guidelines for
the Establishment of Construction Materials Price, Standard Labor and Equipment
Rental Rates Database, listed below are the qualified* suppliers/distributors from
which the surveys for construction materials prices were conducted for the __ Quarter
of C.Y. __.

APPROXIMATE
COORDINATES
QUANTITY/ ADDRESS
NAME (LATITUDE, REMARKS
PRODUCTION (MUNICIPALITY/CITY
LONGITUDE)
RATE
I. QUARRY SOURCES
1.
2.
3.
II. BATCHING PLANTS
1.
2.
3.
III. CRUSHING PLANTS
1.
2.
3.
IV. HARDWARE
1. -
2. -
3. -
*Criteria set for qualified suppliers/distributors is stipulated in item 1.5.3 of D.O. __, S. of ___.
Approved by:

(NAME) _
District Engineer
(District Engineering Office)
Republic of the Philippines
DEPARTMENT OF PUBLIC WORKS AND HIGHWAYS
(REGIONAL OFFICE)
(DISTRICT ENGINEERING OFFICE)
(ADDRESS)

SUMMARY OF SURVEYED CONSTRUCTION MATERIAL PRICES FOR THE


__ QUARTER OF C.Y. __

Previously
Name of Median
Material Material Surveyed Approved Variance*
Unit Supplier/ Surveyed Remarks
Code Description Price CMPD (%)
Distributor Price
Price

*VARIANCE = (MEDIAN OF SURVEYED PRICE – PREVIOUSLY APPROVED CMPD PRICE)


(PREVIOUSLY APPROVED CMPD PRICE)

Submitted by:

(NAME) _
Chief, Construction Section
(Head, DEO-TWG)
Implementing Office Hardware/Supplier/Distributor

Region : _____________________ Name of Hardware/Supplier/Distributor : _____________________


District : _____________________ Authorized Representative : _____________________
Construction Materials Price : _____________________ Signature : _____________________
Surveyor
Date of Survey : _____________________ Contact Number : _____________________

You might also like