Professional Documents
Culture Documents
f;I'~/t-
"tr, ;.r, ~-;
Republic of the Philippines
DEPARTMENT OF PUBUC WORKS AND HIGHWAYS
CENTRAL OFFICE
Manila
DEPARTMENT MEMORANDUM )
)
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.
12.1.1 EDY/MVSG
D£"••• tHtltttif
l1tAtlU IIi«lI.OlV
F Ii i t. ~ "'IN Ii
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, 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
[2J
The Board furthermore RESOLVEDthat:
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.
//~
PERICLES P. DAKAY
Chairman
TlllO Jr.
Attested by:
HERBE#A TIENZO
Executive Director
[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
NO. 01 _
)
)
REGIONAL AND
ENGINEERING OFFICE
DISTRICT
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.
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
3.1.1. 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.
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)
3.2.3. 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.
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.
3.3.1.1. Check the consistency between 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).
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.
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.
4.1. CEATComposition
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.
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.
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
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.
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).
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.
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.
4.4.2. Inclusion of the results of the Cost Estimation Audit as reference in rating the
performance of the implementing offices.
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
5.1.1. 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 .
5.2.3.1. 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.
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.
6.2.1. 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
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.
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
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.
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.
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:
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.
Guidelines and Procedures on Cost Estimation Audit of DPWH Regional and District Offices
11 of 14
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):
To determine actual scores for the said rating areas, the following
formula shall be used:
Whereas:
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
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 ..
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:
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.
Performance of the 10 to be audited will have its Overall Rating (OR). It is the
average of the computed scores per project:
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
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.
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
CONTRACT ID :
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
AUDITED BY:
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%)
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
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
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)] %
AUDITED BY:
11 0 JAN 2018
NO.
03 ~
)
Prepainted Metal Sheets
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.
~~
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.
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.
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:
Page 2 of 4
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.
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.
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.
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.
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.
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.
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.
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
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.
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.
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
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.
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
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
Part - A General
B–3 Plans and Specifications for Temporary Road Signs & Barricades . . . . . . 39 – 42
C–1 General Steps in Deriving Cost of Construction Safety and Health . . . . . . 125
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
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
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
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
all projects handled by DPWH. This cost estimation guideline intends to improve the
particularly for road, bridge, and building projects. It targets to serve as a preparatory
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
baseline cost of safety requirements (in percentage) relative to a project’s cost of civil
works.
▪ Specific Objectives
3. To present a matrix of the project’s cost of safety requirements versus the cost of
civil works.
4
Part - A
General
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.
Road sections with traffic approach speed between 60 kph and 80 kph
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.
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.
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.
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.
For General Construction Work, basic PPE for all construction workers are the
following;
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
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
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
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
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.
Posting of signage shall include, but not limited to the following places:
b. Areas where there are risks of falling, slipping, tripping among workers and
the public
h. All places where workers may come in contact with dangerous moving parts
of machinery or equipment
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.
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.
i. Upon work completion, if the hazard is still present, the barricade shall
remain in place.
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
In the preparation of this guideline, the following are the basis and references which
the user may need for more detailed information:
Strict Compliance to the Road Works Safety & Traffic Management and
Construction Safety and Health Requirements during Construction and
Maintenance of Roads and Bridges
o. DPWH Highway Safety Design Standards Part 2: Road Signs and Pavement
Markings Manual
Part - B
Cost of Road Works Safety & Traffic Management
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
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:
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
2D Shoulder
3D
1.20 m clearance
D
10 m
Worksite Area
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
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
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
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
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
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
DIMENSION “D”
A distance expressed in meters
equal to the approach speed of
traffic in kilometers per hour
Shoulder
Hazard
Markers to be
spaced evenly
Traffic cones to along the
be placed 3 to 5 Merge Taper
meters apart. 2D
D
22
LAYOUT 7 (Case 1) – Part Lane Closure – 2 Lane, 2 Way Road, High Speed, Long Term
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)
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
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
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
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
LAYOUT 11 – Detour via the Existing Road Network – Low or High Speed, Short
or Long Term
D
DETOUR
2D
DETOUR
DETOUR
to the site
DETOUR
2D
D
30
2D
DIMENSION “D”
A distance expressed in meters
equal to the approach speed of
traffic in kilometers per hour
2D
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
2D
DIMENSION “D”
A distance expressed in meters
equal to the approach speed of
traffic in kilometers per hour
2D
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
PAVEMENT MARKING
WORKS
(TRAFFIC MANAGEMENT LAYOUTS)
36
Lead Vehicle
To advise oncoming
traffic of line marking
machine
Shoulder
2D
Shoulder
Linemarking
Vehicle
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
Linemarking
Vehicle
2D
Shoulder
Tail Vehicle
To protect the freshly
painted lines
2D-3D
DIMENSION “D”
A distance expressed in meters equal to
the approach speed of traffic in kilometers
per hour
38
Linemarking
Vehicle
2D
Shoulder
Tail Vehicle
To protect the freshly
painted lines
2D-3D
DIMENSION “D”
A distance expressed in meters equal to
the approach speed of traffic in kilometers
per hour
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.
1.50 m vertical
Varies depending height
on the size of the
sign panel
0.30 m
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
(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)
(c)
SECTION DETAILS
Provision to
interlock the
concrete barriers
SIDE VIEW
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.
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
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
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
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
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
Type B-2
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
Type A-2
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
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
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
Type B-3
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
Note: For estimation purposes, approach speed (equal to "D" in meters) is 40 kph.
Sample Computation:
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
Note: For estimation purposes, approach speed (equal to "D" in meters) is 40 kph.
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
Note: For estimation purposes, approach speed (equal to "D" in meters) is 40 kph.
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
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
Note: For estimation purposes, approach speed (equal to "D" in meters) is 40 kph.
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
Note: For estimation purposes, approach speed (equal to "D" in meters) is 40 kph.
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
Note: For estimation purposes, approach speed (equal to "D" in meters) is 40 kph.
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)
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
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
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
Note: For estimation purposes, approach speed (equal to "D" in meters) is 40 kph.
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
Note: For estimation purposes, approach speed (equal to "D" in meters) is 40 kph.
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
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
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
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
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
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
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
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
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
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
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
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
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
• Site Condition:
A proposed 1 kilometer continuous road reconstruction work has the following road
construction and traffic conditions to be considered:
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
DETAILED UNIT
Detailed Unit PRICE ANALYSIS
Price Analysis
(Layout 7 (Case 1) - Part Lane Closure - 2 Lane, 2 Way Road, High Speed, Long Term)
Note: For estimation purposes, approach speed (equal to "D" in meters) is 40 kph.
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
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
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
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
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
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
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
Cost Computation
(Roads)
C – 2.2
132
- - - - -
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
- - - - -
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
- - - - -
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
- - - - -
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
- - - - -
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
- - - - -
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
- - - - -
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
- - - - -
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
- - - - -
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
- - - - -
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
- - - - -
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
- - - - -
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
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: 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
- - - - -
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: 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
- - - - -
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
C-4
170
a.) Tarpaulin
a.) Tarpaulin
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
a.) Tarpaulin
Authorized Personnel Only 3' x 2' 123.68
b.) 1/2 " Plywood (Back Frame)
Temporary Materials
3' x 2' 123.68
Stacking Area
Building Construction Dimension Estimated Cost per
Materials
Safety Signage (Width X Height ,feet) Signage
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
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
Laborer
227
228
Cost Computation
(Buildings)
C – 4.3
230
Duration : 55 C.D.
a. Safety Practitioner/ Officer (Part Time)
b. Health Personnel (Full Time) 1 55 C.D. 280.00 15,400.00
Duration : 80 C.D.
a. Safety Practitioner/ Officer (Part Time)
b. Health Personnel (Full Time) 1 80 C.D. 280.00 22,400.00
Duration : 90 C.D.
a. Safety Practitioner/ Officer (Part Time)
b. Health Personnel (Full Time) 1 90 C.D. 280.00 25,200.00
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)
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)
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)
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.
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
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.
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
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:
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
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
NO.
22 ~
)
Laboratories
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.
1.1 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;
1.2.2 With a known level of accuracy in all tests and measurements (Le., the
uncertainty is known).
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.
2.5 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".
2.12 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.
3.2 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:
3.3.3 Reconsider, after due notice, the accreditation in the light of notified
changes/additions in personnel, equipment and/or system.
3.3.6 Shall collect accreditation fees in accordance with the rules and regulations on
fees.
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.
4.7 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.
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
6.1.5 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.
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.
7.2.4 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.
7.2.9 Satisfactory arrangements for feedback and corrective action whenever testing
discrepancies are detected.
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.
8.4 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.
8.6.1 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
8.6.3 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.
9.1 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:
9.4.2 The contractor's name and type identification and serial number.
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.
10.5 Where relevant, in-service testing equipment shall be subjected to checks between
regular recalibrations.
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".
13.1 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.
13.5 There shall be clear rules for the receipt, retention and disposal of samples.
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.
16.1 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:
16.3.5 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.
••
16.3.8 Description of sampling procedure, where relevant.
16.3.9 Any deviations, additions to or exclusions, and any other information relevant
to a specific test.
16.3.13 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.
17.1 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.
18.1 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
••
The Director
Bureau of Research and Standards
Department of Public Works and Highways
EDSA, Quezon City
Sir:
1. Name of Applicant: _
2. Address: _
3. Telephone Number(s): _
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
••
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.
(Signature)
President/Manager/Duly
Authorized Representative
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
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
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
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:
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.
~ .
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
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.
1726.3.1.1 General
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.
A motor control center shall contain any of the combination of the following equipment such
as:
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.
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.
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.
1726.3.3.1 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.
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.
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.
1726.4.1 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.
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.
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.
••
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.
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.
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.
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.
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.
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.
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.
References:
11 9 FEB 2018
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.
-
~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
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.
CHB shall conform to the applicable requirements of Item 1046 - Masonry Works.
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.
Typhoon style welded wire mesh fence system shall be indicated in the Plans and certified
and approved by the Engineer prior to application.
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.
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
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.
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.
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.
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.
CHB shall conform to the applicable requirements of Item 1046 - Masonry Works.
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:
Splices within continuous unscheduled reinforcing steel shall have a minimum lap of
30 bar diameters.
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
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.
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.
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.
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.
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.
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.
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.
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.
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
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/
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
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.
--~-
1111111111111111111111111111111111111
WIN8W02054
POW Template for DPWH Standard School Buildings
I. Objective
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.
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.
Figure 2 Samples files to be opened in preparing the POW for specific type of school building
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.
Figure 4 Similar data that should be reflected in Price Master List and DUPA
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
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)
Example 1: For a contract with Funding under 2018 GAA to be implemented by the Central
Office
Example 2: For a contract with Funding under 2018 GAA to be implemented by the
Regional Office I
Example 3: For a contract with Funding under 2018 GAA to be implemented by the
Batangas 1st DEO
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
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:
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
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
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
Re ion X K
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
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
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
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
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
Re ion X K
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
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
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)
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.
MARK A. VILLAR
v:::----
Secreta ry
14.1.2 FETjRGT
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.
.-
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).
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.
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
419.2.3 Steel
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.
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)
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.
Gaskets shall conform to ASTM C564, Standard Specification for Rubber Gaskets for Cast
Iron Soil Pipe and Fittings or equivalent.
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.
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.
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.
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•
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.
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.
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
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
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.
For multi span structures, the minimum clear spacing between adjacent conduits shall be
900 mm.
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.
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.
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.
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
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
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
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.
~~
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:
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.
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
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
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
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
Min. 304,8
Polytetrafluoro-
SBR Fine Bubble mm DISC or US Patents 7,674,514; 7,398,499 and
4 ethylene (PTFE) n
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
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.
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.
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.
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).
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.
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
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.
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.
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.
(Minimum)
Fecal Coliform MPN/100mL <1.1 <1.1 100 200 400 <1.1 100 200 400
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
Temperature (b) °c 26-30 26-30 26-30 25-31 25-32 26-30 26.3 25-31 25-32
Ammonia as NH3-N mg/l 0.05 0.05 0.05 0.05 0.75 0.04 0.05 0.05 0.75
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
Arsenic mg/l 0.01 0.01 0.01 0.02 0.04 0.01 0.01 0.02 0.04
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
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
Note: (c) Unless otherwise specified, the above parameters are expressed as total metals.
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.
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.
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
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.
~~-'--
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.
1714.2.1 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.
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.
1714.2.2.3 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:
The PVC coating shall not show cracks or breaks after the wires are twisted in the fabrication
of the mesh.
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
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:
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.
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:
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:
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:
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
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
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%
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.
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
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
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
6 39 3.53
9 98 7.45
12 180 14.6
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.
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
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:
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.
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.
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.
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.
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.
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.
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:
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
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.
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.
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.
~~-""-
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.
1728.2.1.1 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. "
The precasting of concrete blocks may be done at a location, subject to the approval of the
Engineer.
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:
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.
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.
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.
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.
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
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.
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
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.
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.
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.
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
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.
Unless otherwise shown on the Plans or in Special Provisions, materials for expansion joint
filler shall conform to the requirements of the following specifications:
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:
Property Requirement
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.
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
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.
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.
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.
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.
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.
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.
The work under this Item shall be measured by square meter actually furnished and placed
concrete block slope protection as indicated on the Plans.
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.
References:
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.
~~
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.
.
Material Reference Standard
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.
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.
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
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:
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.
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:
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.
Flap gates shall have one (1) standard material combination as listed in Table 1719.6:
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
FRP shall conform to the requirements of the following ASTM standards in Table 1719.7:
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
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.
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.
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.
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.
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.
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
After installation, the Contractor shall carry out the following tests/inspections on all flap
gates:
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.
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.
References:
09 MAR 2018
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:
5.1.4 MC/BSR/ECM/LND
Departrrent of Public Works and Highways
Office of the Secretary
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
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
The following annotated photographs set down the terminology used in this guideline.
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
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:
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
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.
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.
Bridge Aesthetics Guidelines – Chapter 2: The Bridge and Its Setting 5|Page
2.1.2 Aesthetic qualities
Bridge Aesthetics Guidelines – Chapter 2: The Bridge and Its Setting 6|Page
Figure 11. – Ideal slenderness ratio for pier and girder bridges
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
Bridge Aesthetics Guidelines – Chapter 2: The Bridge and Its Setting 7|Page
The relationship between pier thickness Pacific Highway Bridges
and superstructure depth
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.
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
Bridge Aesthetics Guidelines – Chapter 2: The Bridge and Its Setting 9|Page
Figure 23. – Contrast in shape, size, color, and
scale
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.
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.
Golden Gate Bridge. San Francisco, California, USA Tower Bridge. London
These bridges create an impression of the culture, economy and character of the place
Figure 27. – Bridges as Landmarks
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.
Delta frames: Shenandoah River Bridge, Eastern Panhandle, West Virginia, USA
Ls/10
Better
Figure 28. – Ideal no. of haunch
Better
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.
Ordinary
Better
Figure 34. – Actual sample of haunch design A very acute angle provides a deep
shadow nearly all of the time.
Box Girders
Arch Bridges
Banao bridge
Steep arch bridges should maintain separate arch and deck elements
A series of shallow arches can be attractive at a low level, especially over water. At high levels
they become monotonous.
Ordinary
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:
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
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
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
Better
Figure 51. – Span to Pier Height Ratio
Ordinary
Better
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
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)
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
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 Figure 59. – End Pier Cap treatment
superstructure (integral pier cap)
TT pier
(w/ even no.
of stringers)
TT pier
(w/ odd no.
of stringers)
Figure 73. – Semi deep Abutment Guidelines to consider are the following:
Traditional Park
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.
4.1.1 Colors
The application of special color or texture
treatments is not necessary for the creation
of a good-looking bridge.
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.
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.
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
Anzac Bridge
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.
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.
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
“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
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.
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
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.
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:
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 ARCHITECTURE SOURCEBOOK, Practical Ideas for Short and Medium Span
TRB, 2009
FIGURES CREDITS
Bridge Architecture Sourcebook, Practical Ideas for Short and Medium Span
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:
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
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.
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.
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.
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.
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.
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.
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.
Implementing Offices shall use the published Annual Infrastructure Program to obtain Project
Component IDs for eBudget and eNGAS for 2016 projects onwards.
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
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).
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
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.
1.1 The following provisions of existing laws serve as legal bases for the herein
guidelines for the implementation by LGUs of DPWH projects:
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
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.
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.
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).
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.
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.
3.1 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.
If undertaken by Administration:
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.
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
CRITERIA APPLICATION
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):_______________
2.1 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.
3.1 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
5.1 The LGU must commit for the Project the Yes / No
required minimum owned /leased equipment.
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.
_______________________________ ________________________________
DPWH District Engineer DPWH Regional Director
ANNEX B
CRITERIA APPLICATION
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.
2.1 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.
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
4.3 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:
_______________________________ ________________________________
DPWH District Engineer DPWH Regional Director
ANNEX C
and
WITNESSETH
Accountant/Fiscal Comptroller
(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
(c) The amount released to the LGUs shall be recorded as trust funds to be used
for the specific purpose.
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.
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
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.
agreement.
Section 2.2 The LGU shall comply with the DPWH Material Testing
_____________________________
Regional Director/District Engineer
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
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
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.
W I T N E S S E S:
_________________________ _____________________________
Treasurer Accountant/Fiscal Comptroller
APPROVED BY:
Secretary/Regional Director
Republic of the Philippines )
)
)
ACKNOWLEDGEMENT
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.
and
Represented by:
WITNESSETH
Regional Director/District Engineer Accountant/Fiscal Comptroller
(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
_____________________________
(c) The amount released to the LGUs shall be recorded as trust funds to be used
for the specific purpose.
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
Section 1.1 This MOA covers the implementation by the LGU of DPWH
Project hereinafter called the _________________________
Comptroller
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
____________________________
_____________________________
Section 2.4 The LGU shall comply with the DPWH Material Testing
of Public
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
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
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
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.
W I T N E S S E S:
_________________________ _____________________________
Treasurer Accountant/Fiscal Comptroller
APPROVED BY:
Secretary/Regional Director
Republic of the Philippines )
)
)
ACKNOWLEDGEMENT
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.
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 Construction Division headed by the Division Chief shall serve as the Regional
Office Technical Working Group (ROTWG) to assist the ROPMC.
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:
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
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).
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. ) .
1.1.5 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
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).
1.3.1 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
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
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
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.
a. Conduct the survey from at least three qualified suppliers per item.
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.
b. Generate the Regional CCIS Report that represents the most reasonable
price/s of the construction materials within the Region.
Annex A
f. Encode validated data from the field and incorporate to the 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.
Annex A
a. Provide technical support for the utilization and updating of the CCIS.
Annex A
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.
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.
1.5.6.1 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.
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
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.
1.2.2.1 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.
1.2.2.6 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.
1.2.3 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.
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
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.
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.
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
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 ..
1.3.3.1 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.
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)
DEOTWG
Regional Office
ROTWG
Central Office
Submit Nationwide CMPD Report
to the Secretary
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
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.
(NAME)
Regional Director
Republic of the Philippines
DEPARTMENT OF PUBLIC WORKS AND HIGHWAYS
(REGIONAL OFFICE)
ADDRESS
DATE
CERTIFICATION
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)
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)
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
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.
(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)
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)
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)
Previously
Name of Median
Material Material Surveyed Approved Variance*
Unit Supplier/ Surveyed Remarks
Code Description Price CMPD (%)
Distributor Price
Price
Submitted by:
(NAME) _
Chief, Construction Section
(Head, DEO-TWG)
Implementing Office Hardware/Supplier/Distributor
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:
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.
~~-'-
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
- /
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
NO.
77 ~
)
ENGINEERING DESIGN,
"AS-STAKED", REVISED, AND
Series of 201~9IJ'.>1,'f "AS-BUILT" PLANS FOR HIGHWAY,
BRIDGE AND WATER PROJECTS
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
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
PROJECT MANAGER
<Consultant/s>
Plans prepared by District Engineering Offices and approved by respective Regional Offices
Detailed Engineering Design
15 mm from edge of the paper
PROJECT MANAGER
<Consultant/s>
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
PROJECT MANAGER
<Consultant/s>
PROJECT MANAGER
<Consultant/s>
Plans prepared by Consultants, checked by Regional Offices and approved at Central Office
Detailed Engineering Design
15 mm from edge of the paper
PROJECT MANAGER
<Consultant/s>
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
"As-Staked" Plans prepared by Contractor, checked by District Engineering Offices and approved by respective Regional O
15 mm from edge of the paper
"AS-STAKED"PLAN FOR
<NAME OF PROJECT>
<SECTION>
<LOCATION>
<STATION LIMITS>
<NET LENGTH>
<ROAD SECTION / BRIDGE ID>
"As-Staked" Plans prepared by Contractor, checked by Regional Offices and approved at Central Office
15 mm from edge of the paper
"As-Staked" Plans prepared by Contractor, checked by concerned UPMO Clusters and approved at Central Office
15 mm from edge of the paper
PROJECT MANAGER
<Consultant/s>
"As-Staked" Plans for UPMO implemented projects with Construction Supervision Consultant/s prepared by Contracto
15 mm from edge of the paper
CONCURRED BY:
PROJECT MANAGER
<DED Consultant/s>
Revised Plans prepared by Contractor, concurred by Design Consultants and approved by District Engineering Offices
15 mm from edge of the paper
Revised Plans prepared by Contractor, checked by District Engineering Offices and approved by respective Regional Of
15 mm from edge of the paper
CONCURRED BY:
PROJECT MANAGER
<DED Consultant/s>
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
CONCURRED BY:
PROJECT MANAGER
<DED Consultant/s>
Revised Plans prepared by Contractor, concurred by Design Consultants and approved by Regional Offices
15 mm from edge of the paper
Revised Plans prepared by Contractor, checked by Regional Offices and approved at Central Office
15 mm from edge of the paper
CONCURRED BY:
PROJECT MANAGER
<DED Consultant/s>
Revised Plans prepared by Contractor, concurred by Design Consultants, checked by Regional Offices and approved at Cen
15 mm from edge of the paper
Revised Plans prepared by Contractor, checked by concerned UPMO Clusters and approved at Central Office
15 mm from edge of the paper
CONCURRED BY:
PROJECT MANAGER
<DED Consultant/s>
Revised Plans prepared by Contractor, concurred by Design Consultants, checked by concerned UPMO Clusters and approved
15 mm from edge of the paper
<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
PROJECT MANAGER
<Consultant/s>
Revised Plans for UPMO implemented projects with Construction Supervision Consultant/s prepared by Contractor
15 mm from edge of the paper
"As-Built" Plans prepared by Contractor, checked by District Engineering Offices and approved by respective Regional Of
15 mm from edge of the paper
"AS-STAKED"PLAN FOR
<NAME OF PROJECT>
<SECTION>
<LOCATION>
<STATION LIMITS>
<NET LENGTH>
<ROAD SECTION / BRIDGE ID>
"As-Built" Plans prepared by Contractor, checked by Regional Offices and approved at Central Office
15 mm from edge of the paper
"As-Built" Plans prepared by Contractor, Checked by concerned UPMO Clusters and approved at Central Office
15 mm from edge of the paper
PROJECT MANAGER
<Consultant/s>
"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
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
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
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
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
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
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
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
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
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
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
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
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
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:
45.00 mm
.
OFFICIALS
PROJECT MANAGER
<Consultant/s>
75.00 mm
NOTE:
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
NOTE:
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
NOTE:
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
<ADDRESS> 4.50 mm
m
m
40
<ADDRESS> 4.50 mm
m
m
40
<ADDRESS> 4.50 mm
MANILA 4.50 mm
<DED/"AS-STAKED"/ REVISED/"AS-BUILT">
PLAN FOR 4.50 mm
<SECTION> 4.50 mm
<LOCATION> 4.50 mm
62.50 125.00
47.50 70.00
37.50 60.00
<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
51.00
51.00
DRAFTED: 1.25 mm
40.00
REVIEWED: 1.25 mm
35.00
SUBMITTED: 1.25 mm
35.00
RECOMMENDED: 1.25 mm
35.00
APPROVED: 1.25 mm
35.00
11.50
11.50
Annex "J-5"
PREPARED: 1.25 mm
<LOGO/S>
30.00 25.00
SUBMITTED: 1.25 mm
<LOGO/S>
30.00 25.00
PROJECT NAME AND LOCATION: 1.25 mm
57.00
15 mm
30.00 30.00
RECOMMENDED: 1.25 mm
30.00 30.00
APPROVED: 1.25 mm
30.00
11.50
11.50
..8'1?13 pl',Jff
~ MANILA
2 1 MAY 2018
NO.
80 ~
)
Masonry Works
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
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.
1046.2.2 Aggregates
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.
1046.2.4.1 Reinforcing Steel for Concrete Hollow Blocks and Louver Blocks
Reinforcing steel shall conform to the applicable requirements of Item 902, Reinforcing Steel.
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
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.
Quicklime shall conform to the applicable requirements of ASTM C5, Standard Specification
for Quicklime for Structural Purposes.
Gypsum shall conform to the applicable requirements of ASTM C22M, Standard Specification
for Gypsum.
Thin-bed mortar shall conform to the applicable requirements of ASTM C1660, Standard
Specification for Thin-bed Mortar for Autoclaved Aerated Concrete (AAC) Masonry.
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.
Width, height and length of concrete hollow blocks and louver blocks shall be ±3.20 mm from
the specified dimension shown on the Plans.
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.
Non-load bearing concrete hollow blocks shall be clearly marked to prevent their use as load
bearing units.
Avera e of 3 Units
Individual Unit
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.
1046.3.1.1 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
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
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.
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
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.
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
1046.3.2.1 Installation
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.
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.
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).
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.
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.
References:
-2 1 MAY 2018
NO.
83 ~
)
EXCAVATIONS BY PRIVATE AND
PUBLIC UTILmES ON NATIONAL
Series of 201~ ~.23.(1) ROADS
"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.
~---
\
~
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:
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.
~ MARK A. VIU.AR
Y;:_' _DIM~ AS S. SOGUILON
Undersecretary
Secretary °Ofllcer-In-Otarge
12.1.3 HCA/RPT/OBL/MVSG
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
21 MAY 2018
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.
MARK A. VILLAR
Secretary
~----
Departtrent of Public Works and Highways
Office of the Secretary
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.
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).
B. DEFINmON OF TERMS - For the purposes of this DO, the following terms or words
and phrases shall mean or be understood as follows:
C. ACRONYMS
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
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.
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.
NCR, CAR,
West Cities of Manila, Malabon, Intramuros Golf Course, CAR
X*
Quadrant and Navotas Manila City
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
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
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.
-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.
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.
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
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.
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
Undersecretary for
Technical Services
EMD Chief
, Asst. EMD Chief
J
I
QRE, QRT, QRST, QRMT QRE, QRT, QRST, QRMT
NOTE: This organizational structure is subject to change until further revision is issued.
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.
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.
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.
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
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.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
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.S Provision for office, electricity, water, and similar items for working space.
B.7 Financial and banking costs, including interest expenses and handling charges.
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.
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
where:
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:
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.
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.
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.
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.
~ MARK A. VILlAR
J?---
Secretary
12.1.2 FJZD/JABSI.MGNO/MVSG
"111111111111111111111111111111111 111I1
WIN8XS00338
ANNEX A
Summary of Cost
[Name} [Name}
Assistant Secretary for Technical Services Undersecretary for Technical Services
Approved by:
[Name}
Regional Director
Approved Budget for the Contract (ABC) Outline
Page 2 of 3
Approved by:
[Name]
District Engineer
Approved Budget for the Contract (ABC) Outline
Page 3 of 3
Total I
A
No. Unit Unit Price Amount
1.
2.
1 1 JUL 2018
NO.
106 )
)
THE APPROVAL OF
SUSPENSION AND EXTENSION
TIME
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
Page 2 of 7
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.
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.
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:
Z 5 JUL 2018
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.
~~-
MARK A. VILLAR
---
Secretary
6 1 4 PAP/MIP
Ref # \6.4 348-4409
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
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.
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).
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 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
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
10.1.4 KJBF/RPE/RMB
11111111111111111111111111111111" III
WIN8L09406
D.O. No:!..U. series of 2018
Standard Office Code Numbering
Page 1of 34
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
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
Regional Offices
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.
3.2 Roads that would connect or fill the gap between adjoining national roads
(protruding) to form a continuous national road network.
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:
• 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)
~ MARK A. VILLAR
i?----
Secretary
4.1.5INCDR/ATD/EMF
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.
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
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
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;
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
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
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.
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
Example:
Data
Category
Data Item I Term Definition SOurce
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.
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.
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);
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
Data
Business Term Definition Source Primary Application
Category
o8 OCT 20tS
No. 147 _
)
)
Procedures
Series of 201~tD't·1f
I. DEFINITION OF TERMS
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).
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).
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.
3.4 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.
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
5.2 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.
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:
~~--
MARK A. VILLAR
Secretary
1.3 JCD/CAUrjMCEC
1111111111111111111111111111111111111
WIN8H01338
DEPARTMENT OF PUBLIC WORKS AND HIGHWAYS
PERFORMANCE GOVERNANCE SYSTEM
<TEXT 2>
PGS Form 001
Strategy Alignment
Objective: <TEXT 3>
Entry Instructions
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
% 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
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
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);
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.
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.
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)
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)
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 .
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
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
3
Partial revision, if total revision refers to Detailed Design Plan timeline
Annex A
DoTS CO SYSTEM PRESCRIBED TIME Page 3 of 10
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
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
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
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
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.
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.
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
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
Doer Activity
Regional Office 1. Submit DoTS Documents to the Central Office (CO)
DoTS Center (DC).
Regional Office DoTS 12. For returned documents, comply required action.
Center Submit deficiencies to the Reviewing/Processing Office
within 3 days.
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
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
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
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
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.
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
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
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
Doer Activity
District Engineering Office 1. Submit DoTS documents to the Regional Office (RO)
(DEO) DoTS Center
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.
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
project.
Annex I
DoTS DEO SYSTEM PRESCRIBED TIME Page 3 of 7
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 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
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
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
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
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”
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”
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”
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”
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”
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”
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”
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”
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”
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
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
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
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.
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)
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)
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
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
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
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
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
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
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
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
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.
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.
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.
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.
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
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.
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.
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.
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).
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.
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.
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.
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
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.
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
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
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.
1.2 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 following sanctions shall be imposed on the above officials when their
implementing office is rated "Unsatisfactory".
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.
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
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.
3.0 Maintenance
The sanctions shall be consistent with the guidelines prescribed in Department Order
No. 31, series of 2000 (Annex B).
4.1.1 The calibrated sanction for designated DoTS Officers are as follows:
4.1.2 The calibrated sanction for heads and deputies of the processing offices
are as follows:
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.
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·
. .~~.~ ~~.
- . -- ••... • po - -~
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<,,) •..... ~
..
·1I
u·_ ....
,.
":r.- .
I 1_' l'l '1
.... '
, ' .' , ,
a. Warning
. TAULE I
'2
· '. ; ..
'
"
, . '.
: ~. r J j' ' .•.•
'.
, \
a .. W'arnlng .:»'
Jl.""..,'J
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.
!.
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. .
,f
f
~., /~./)AiJ//-
Republic of the Philippines /8. ~ OJ ~;
DEPARTMENT OF PUBLIC WORKS AND HIGHWAYS
OFFICE OF THE SECRETAPV
Manila
1 9 NOV 201S
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)
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
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
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
3175
ABOVE
2900
BD-1
C
3 EQUAL BAYS @ 5000 = 15000mm
UP
FL-5 FL-4 BD-1
PIPE CHASE
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
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
2350±
DW-1
4350±
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)
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)
250
1500
W-7 W-5
1000
450
PIPE CHASE
D
1150
FL-2 TOILET
3600
FL-1 DOCS.
3350
1200
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
2900
FL-1
BD-1
C
250
CABINET DOWN
3 EQUAL BAYS @ 5000 = 15000mm
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
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
GLAZ E D ALU M I N UM
1500
2000
LINE OF R.C. MEDIA AGUA BELOW W-4
2300
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
1 2 3 4 5 6 7 8
7- EQUAL BAYS @ 5000 = 35000mm
300
1000 300
1250
1500
1000
1150
2350
2350
1200
5000
3850
DOWN
2650
C
3 - EQUAL BAYS @ 5000 = 15000mm
3100
5000
CANOPY
(BELOW) DECK ROOF
1200
B
2650
2650
3850
5000
1200
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
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
TOP LINE OF ROOF BEAM / (10mm THK. ONE WAY TEMPERED GLASS)
1000
(1)
R.C. ROOF SLAB / GUTTER
1800
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
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)
- 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
1000
R.C. ROOF SLAB / GUTTER
800
CEILING LINE
3500
1000
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)
CEILING LINE CHB RAILING WITH PAINTED FINISH F.E. BALCONY WITH PAINTED FINISH
(COLOR: OFF WHITE) (5) (COLOR: OFF WHITE) (5)
3500
CEILING LINE
3500
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
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
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
2
5
3 1
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
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
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
2750
DN DN
1500
375
E
2200 1200
2500
HALLWAY HALLWAY
F REGIONAL
6000
DIRECTOR
12000
G
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
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
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
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
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
850
1200
2400
DECK ROOF LEVEL
1100
800
6600
SECOND FLOOR LINE STEEL I-BEAM CANOPY FRAME
(COLOR: WHITE) WITH 10 mm THK.
SKY LIGHT TEMPERED TINTED GLASS
800
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
1200 300
1500
TOP LINE OF ROOF BEAM/
DECK ROOF LEVEL
800
5450
CEILING LINE
3500
8500
SECOND FLOOR LINE REGIONAL OFFICE NO. XI
800
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
FRONT ELEVATION
SCALE NTS m.
ANNEX B-5
H G E D B A
1200 300
1500
2400
DECK ROOF LEVEL
800
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
100
SIDE WALK LEVEL
100
REAR ELEVATION
SCALE NTS m.
ANNEX B-6
AERIAL VIEW
ANNEX B-7
3 4
7 3
2 3
2
3 3
5
7
3 3 7
STREET VIEW
ANNEX C-1
1 6 MAR2018
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.
~~
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:
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.
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
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
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
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
Min. 304,8
Polytetrafluoro-
SBR Fine Bubble mm DISC or US Patents 7,674,514; 7,398,499 and
4 ethylene (PTFE) n
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
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.
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.
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.
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).
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.
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
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.
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.
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.
(Minimum)
Fecal Coliform MPN/100mL <1.1 <1.1 100 200 400 <1.1 100 200 400
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
Temperature (b) °c 26-30 26-30 26-30 25-31 25-32 26-30 26.3 25-31 25-32
Ammonia as NH3-N mg/l 0.05 0.05 0.05 0.05 0.75 0.04 0.05 0.05 0.75
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
Arsenic mg/l 0.01 0.01 0.01 0.02 0.04 0.01 0.01 0.02 0.04
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
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
Note: (c) Unless otherwise specified, the above parameters are expressed as total metals.
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.
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.
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
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 Construction Division headed by the Division Chief shall serve as the Regional
Office Technical Working Group (ROTWG) to assist the ROPMC.
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:
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
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).
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. ) .
1.1.5 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
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).
1.3.1 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
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
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
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.
a. Conduct the survey from at least three qualified suppliers per item.
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.
b. Generate the Regional CCIS Report that represents the most reasonable
price/s of the construction materials within the Region.
Annex A
f. Encode validated data from the field and incorporate to the 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.
Annex A
a. Provide technical support for the utilization and updating of the CCIS.
Annex A
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.
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.
1.5.6.1 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.
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
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.
1.2.2.1 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.
1.2.2.6 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.
1.2.3 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.
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
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.
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.
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
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 ..
1.3.3.1 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.
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)
DEOTWG
Regional Office
ROTWG
Central Office
Submit Nationwide CMPD Report
to the Secretary
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
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.
(NAME)
Regional Director
Republic of the Philippines
DEPARTMENT OF PUBLIC WORKS AND HIGHWAYS
(REGIONAL OFFICE)
ADDRESS
DATE
CERTIFICATION
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)
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)
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
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.
(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)
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)
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)
Previously
Name of Median
Material Material Surveyed Approved Variance*
Unit Supplier/ Surveyed Remarks
Code Description Price CMPD (%)
Distributor Price
Price
Submitted by:
(NAME) _
Chief, Construction Section
(Head, DEO-TWG)
Implementing Office Hardware/Supplier/Distributor