IMPROVEMENT OF QUALITY MANAGEMENT FOR HIGHWAY AND BRIDGE CONSTRUCTION AND MAINTENANCE, PHASE II
ROAD PROJECT MANAGEMENT AND SUPERVISION MANUAL VOLUME I: MAIN TEXT
2014
Department of Public Works and Highways
IMPROVEMENT OF QUALITY MANAGEMENT FOR HIGHWAY AND BRIDGE CONSTRUCTION AND MAINTENANCE, PHASE II
ROAD PROJECT MANAGEMENT AND SUPERVISION MANUAL VOLUME I: MAIN TEXT SECOND EDITION
SEPTEMBER 2014
DEPARTMENT OF PUBLIC WORKS AND HIGHWAYS JAPAN INTERNATIONAL COOPERATION AGENCY
Republic of the Philippines DEPARTMENT OF PUBLIC WORKS AND HIGHWAYS OFFICE OF THE SECRETARY Manila
TABLE OF CONTENTS FOREWORD…………………………………………………………………………
i
TABLE OF CONTENTS..................................................................................
ii
LIST OF TABLES ...........................................................................................
viii
LIST OF FIGURES .........................................................................................
xi
ACKNOWLEDGEMENT .................................................................................
xiv
ACRONYMS .................................................................................................
xv
DEFINITION OF TERMS................................................................................
xxi
Chapter 1
Introduction ...............................................................................
1-1
1.1
Background ..................................................................................................
1-1
1.2
Purpose ........................................................................................................
1-1
1.3
Outline ..........................................................................................................
1-2
Chapter 2
Contracts and Guidelines ..........................................................
2-1
2.1
Locally-funded Contract ...............................................................................
2-1
2.2
Foreign-funded Contract ..............................................................................
2-1
2.2.1
Asset Management Approach .................................................................
2-1
2.2.2
Long-Term Performance Based Maintenance ........................................
2-2
Guidelines, Manuals and Practices ..............................................................
2-7
2.3
2.3.1
Basic Guidelines and Manuals................................................................
2-7
2.3.2
Standard Procurement and Implementation Guidelines .........................
2-8
2.3.3
International Standard Practices .............................................................
2-10
2.3.4
Standard Practices of DPWH..................................................................
2-11
Chapter 3 3.1
Implementing Organizations and Role of Entities .......................
3-1
Organization of Central Office ......................................................................
3-1
3.1.1
Bureau of Construction ...........................................................................
3-3
3.1.2
Bureau of Maintenance ...........................................................................
3-5
3.1.3
Project Management Office ....................................................................
3-6
3.1.4
Planning Service .....................................................................................
3-7
3.1.5
Bureau of Research and Standards........................................................
3-9
Road Project Management and Supervision Manual Vol.1 Main Text
ii
3.1.6
Bureau of Design ....................................................................................
3-10
3.1.7
Bureau of Quality and Safety (BQS) .......................................................
3-12
3.2
Organizations of RO and DEO .....................................................................
3-13
3.3
Organizations for Construction Supervisions ...............................................
3-16
3.3.1
For Foreign-funded Projects through International Competitive Bidding.
3.3.2
For Locally and Foreign-funded Projects through Local Competitive
3-16
Bidding ....................................................................................................
3-20
3.4
Administrative Penalties/Sanctions ..............................................................
3-23
3.5
Authorities of DPWH Officials .......................................................................
3-24
3.7
Reforms in DPWH ........................................................................................
3-25
Chapter 4
Procurement ..............................................................................
4-1
4.1
Bids ..............................................................................................................
4-1
4.2
Contract ........................................................................................................
4-5
4.2.1
Contract Documents ...............................................................................
4-5
4.2.2
Subcontract/Sublease .............................................................................
4-8
Facilities and Land Acquisition .....................................................................
4-8
4.3
4.3.1
Facilities for the Engineer........................................................................
4-8
4.3.2
Right-of-Way Acquisition .........................................................................
4-9
4.3.3
Possession of Site ..................................................................................
4-9
4.3.4
Relocation of Utilities ..............................................................................
4-10
Performance Security and Insurance ...........................................................
4-10
4.4
4.4.1
Performance Security .............................................................................
4-10
4.4.2
Contractor's All Risk Insurance (CARI) ...................................................
4-11
Notice to Proceed (NTP) ..............................................................................
4-11
4.5
Chapter 5
Public Information, Road Safety and Environmental Management
5-1
5.1
Public Information System............................................................................
5-1
5.2
Relations with Local Communities and Road Users.....................................
5-2
5.3
Road Safety..................................................................................................
5-3
iii
5.3.1
Road Safety Program .............................................................................
5-3
5.3.2
Road Safety Manual ...............................................................................
5-4
5.3.3
Provision of Road Safety Devices ...........................................................
5-5
5.3.4
Traffic Management ................................................................................
5-6
Road Project Management and Supervision Manual Vol.1 Main Text
5.3.5 5.4
Safety Officer ..........................................................................................
5-6
Safety and Health Programs ........................................................................
5-6
5.4.1
Obligation of the Contractor ....................................................................
5-6
5.4.2
Load Restriction ......................................................................................
5-7
5.4.3
Coordination during Emergency .............................................................
5-7
Environmental Management ........................................................................
5-8
5.5
5.5.1
Legal Framework and Process ...............................................................
5-8
5.5.2
Environmental Impact Assessment (EIA) ................................................
5-8
5.5.3
Environmental Compliance Certificate (ECC) .........................................
5-10
5.5.4
Environmental Management Plan (EMP)................................................
5-14
5.5.5
Environmental and Social Considerations ..............................................
5-15
Risk Management ........................................................................................
5-17
5.6
Chapter 6 6.1
Construction Management and Supervision ...............................
6-1
Preliminary Activities ....................................................................................
6-1
6.1.1
Study of Design Reports, Design Drawings, Specifications and Contract Documents ...............................................................................
6-1
6.1.2
Study on Meteorological Condition .........................................................
6-3
6.1.3
Pre-construction Survey..........................................................................
6-3
6.1.4
Joint Site Inspection ................................................................................
6-4
6.1.5
Conduct of Pre-construction Meeting ......................................................
6-5
6.1.6
Conduct of Joint As-stake Survey and Preparation of As-staked Plan ....
6-12
6.1.7
Preparation and Processing of Variation Order (VO) ..............................
6-14
Project Management ....................................................................................
6-18
6.2
6.2.1
Mobilization/Demobilization ....................................................................
6-19
6.2.2
Provision of Project Billboard ..................................................................
6-19
6.2.3
Work Program .........................................................................................
6-20
6.2.4
Straight Line Diagram .............................................................................
6-26
6.2.5
Value Engineering ...................................................................................
6-26
6.2.6
Construction Drawings ............................................................................
6-28
6.2.7
Shop Drawings........................................................................................
6-28
6.2.8
Establishment of Communication Network .............................................
6-28
6.2.9
Conduct of Coordination Meetings..........................................................
6-28
6.2.10 Maintenance Work during Contract Period .............................................
6-29
Road Project Management and Supervision Manual Vol.1 Main Text
iv
6.2.11 Delay of Work and Action Plans ..............................................................
6-30
6.2.12 Suspension of Works ..............................................................................
6-34
6.2.13 Extension of Contract Time .....................................................................
6-35
6.2.14 Termination of Contract ...........................................................................
6-37
6.3
Cost Management ........................................................................................
6.3.1
Advance Payment ...................................................................................
6-42
6.3.2
Interim Payment ......................................................................................
6-44
6.3.3
Payment of Materials on Site ..................................................................
6-46
6.3.4
Disbursement Estimate and Monitoring of Payment ...............................
6-46
6.3.5
Cost Reduction .......................................................................................
6-46
6.3.6
Price Adjustments ...................................................................................
6-49
6.3.7
Provisional Sum and Daywork ................................................................
6-50
6.3.8
Claims .....................................................................................................
6-51
Quantity Control ...........................................................................................
6-54
6.4
6.4.1
Objectives ...............................................................................................
6-54
6.4.2
Duties of Quantity Engineer ....................................................................
6-54
6.4.3
Inspection Techniques ............................................................................
6-55
6.4.4
Bill of Quantities (BOQ)...........................................................................
6-55
6.4.5
Measurement and Evaluation .................................................................
6-56
6.4.6
Monitoring and Estimate of Final Quantity ..............................................
6-57
Documentation .............................................................................................
6-57
6.5
6.5.1
Progress Reports ....................................................................................
6-58
6.5.2
Project Logbook ......................................................................................
6-59
6.5.3
Correspondence .....................................................................................
6-62
6.5.4
Progress Photographs ............................................................................
6-62
Chapter 7
Quality Control ...........................................................................
7-1
7.1
General.........................................................................................................
7-1
7.2
Quality Control Program ...............................................................................
7-3
7.3
Quality Control Specifications.......................................................................
7-5
7.4
Project Laboratory ........................................................................................
7-6
7.5
Accreditation of AC and PCC Batching Plants .............................................
7-9
7.6
Quality Control Activities ...............................................................................
7-13
7.6.1
v
6-39
Category of Activities and Frequency of Tests ........................................
7-13
Road Project Management and Supervision Manual Vol.1 Main Text
7.6.2
Quality Control on Construction Materials...............................................
7-17
7.6.3
Production of Aggregates........................................................................
7-18
7.6.4
Submission and Approval of Concrete Pouring Permit ...........................
7-22
7.6.5
Quality Control Logbook .........................................................................
7-24
Design Mix and Trial Construction ................................................................
7-24
7.7
7.7.1
Design Mix and Trial Construction for PCC Pavement ...........................
7-24
7.7.2
Job-Mix Formula and Trial Construction for AC Pavement .....................
7-27
7.7.3
Design Mix and Trial Construction for Other Major Work Items ..............
7-30
7.8
Calibration of Testing Equipment ..................................................................
7-32
7.9
Accreditation of New Product and Technology .............................................
7-32
7.9.1
PCCP Reinforced with Welded Wire Mesh .............................................
7-32
7.10 Recycling of Pavement Materials .................................................................
7-33
7.11 Roller Compacted Concrete Pavement (RCCP) ..........................................
7-33
7.12 Electrical Density Gauge ..............................................................................
7-34
7.13 ISO Accreditation of Large Contractors ........................................................
7-35
Chapter 8
Field Inspections .......................................................................
8-1
8.1
Objectives of Field Inspection.......................................................................
8-1
8.2
Categories of Field Inspection ......................................................................
8-4
8.3
Field Inspection Plan ....................................................................................
8-6
8.4
Standard Inspection Check Sheet ................................................................
8-8
8.5
Request for Inspection .................................................................................
8-10
Chapter 9
Project Completion ....................................................................
9-1
9.1
Pre-final Inspection for Completion ..............................................................
9-1
9.2
Final Inspection for Completion ....................................................................
9-1
9.2.1
Submission of Request for Final Inspection for Completion ...................
9-1
9.2.2
Participants for the Final Inspection for Completion ................................
9-2
9.2.3
Remedial Works......................................................................................
9-4
9.3
Issuance of Certificate of Completion ...........................................................
9-4
9.4
Final Payment ..............................................................................................
9-6
Chapter 10
Defects Liability Period, Final Acceptance and Warranty Period .
10-1
10.1 Defects Liability Period .................................................................................
10-1
Road Project Management and Supervision Manual Vol.1 Main Text
vi
10.2 Pre-final Inspection for Acceptance ..............................................................
10-1
10.3 Final Inspection for Acceptance....................................................................
10-1
10.3.1 Remedial Works......................................................................................
10-1
10.4 Issuance of Certificate of Acceptance ..........................................................
10-1
10.5 Release of Remaining Retention Money ......................................................
10-2
10.6 Release of Performance Security .................................................................
10-2
10.7 Warranty Period............................................................................................
10-2
Chapter 11
Maintenance after Final Acceptance ...........................................
11-1
11.1 Maintenance by DPWH after Final Acceptance............................................
11-1
11.2 Maintenance Inspection and Remedial Measure Design .............................
11-8
11.3 Overloaded Vehicle Control ..........................................................................
11-10
vii
Road Project Management and Supervision Manual Vol.1 Main Text
LIST OF TABLES Table 1.1
Classifications of Projects and Programs ..........................................
1-2
Table 2.1
Scope of LTPBM Contract .................................................................
2-3
Table 2.2
Road Condition Category ..................................................................
2-4
Table 2.3
International Roughness Index and Road Condition Category ..........
2-4
Table 2.4
Typical Intervention Pattern on LTPBM .............................................
2-5
Table 2.5
Advantages and Disadvantages of Design-Built Contract .................
2-6
Table 2.6
Reference Guidelines and Manuals ..................................................
2-8
Table 2.7
DPWH Procurement Manuals ...........................................................
2-9
Table 2.8
Comparison of GCC between FIDIC and DPWH Conditions of Contract .............................................................................................
2-13
Table 3.1
Bureaus' Roles and Functions ...........................................................
3-3
Table 3.2
Limits of Authority ..............................................................................
3-13
Table 3.3
Duties and Responsibilities of Consultants........................................
3-18
Table 3.4
Limits of assignment of Project Engineer and Project Inspector........
3-21
Table 3.5
Limits of Assignment of Materials Engineer .......................................
3-21
Table 3.6
Duties and Responsibilities of Project Engineer ................................
3-22
Table 3.7
Duties and Responsibilities of Project Inspector ................................
3-22
Table 3.8
Duties and Responsibilities of Materials Engineer .............................
3-23
Table 3.9
Points against Negative Slippage ......................................................
3-24
Table 4.1
Bid Documents ..................................................................................
4-1
Table 4.2
List of Contract Documents ...............................................................
4-5
Table 5.1
Safety Programs ................................................................................
5-3
Table 5.2
Road Safety Manual and Handbook ..................................................
5-4
Table 5.3
Project Grouping Matrix for Determination of EIA Report Type - New Single and Co-located Projects (Group I)................................
Table 5.4
5-12
Project Grouping Matrix for Determination of EIA Report Type - New Single and Co-located Projects (Group II)...............................
5-13
Table 6.1
Checklist of Reports for Review.........................................................
6-2
Table 6.2
Participants for Site Inspection ..........................................................
6-4
Table 6.3
Scope of Inspection ...........................................................................
6-5
Table 6.4
Agenda for Pre-construction Meeting ................................................
6-6
Table 6.5
Attendees for Meeting .......................................................................
6-10
Table 6.6
Control Points and Tolerances ...........................................................
6-13
Table 6.7
Agenda for Coordination Meeting ......................................................
6-29
Table 6.8
Stages of Negative Slippage .............................................................
6-31
Table 6.9
Types of Payments ............................................................................
6-41
Road Project Management and Supervision Manual Vol.1 Main Text
viii
Table 6.10
Payment Guidelines ..........................................................................
Table 6.11
Actions and Supporting Documents for Advance Payment
6-41
(Regional and District Offices) ...........................................................
6-43
Table 6.12
Payment Procedure ...........................................................................
6-44
Table 6.13
Actions and Supporting Documents Required for Interim Payment (Regional and District Offices) ............................................
6-45
Table 6.14
Cost Reduction due to Deficiency in Strength ...................................
6-47
Table 6.15
Cost Reduction due to Deficiency in Thickness.................................
6-49
Table 6.16
Contractor’s Claim for Time Extension ..............................................
6-53
Table 6.17
Checklist of Project Documents .........................................................
6-58
Table 6.18
Progress Report ................................................................................
6-59
Table 6.19
Responsible Office for Securing the Documents ...............................
6-62
Table 7.1
Quality Control Activities ....................................................................
7-4
Table 7.2
Specifications/Standards ...................................................................
7-6
Table 7.3
Material Testing Equipment/Apparatus ..............................................
7-8
Table 7.4
Quality Control Categories ................................................................
7-14
Table 7.5
Minimum Test Requirements .............................................................
7-16
Table 7.6
Categories of Materials ......................................................................
7-17
Table 7.7
Types of Aggregates Required for Road Projects..............................
7-19
Table 7.8
Types of Crushers .............................................................................
7-20
Table 7.9
Classes of Concrete ..........................................................................
7-30
Table 7.10
Grading Requirement for Coarse Aggregate .....................................
7-30
Table 7.11
Strength Requirements for Cement Concrete ...................................
7-31
Table 7.12
Composition and Strength of Concrete for Use in Structure ..............
7-31
Table 7.13
Comparison between PCCP and RCCP ...........................................
7-34
Table 8.1
Criteria for acceptance ......................................................................
8-4
Table 9.1
Composition of Inspectorate Team ....................................................
9-2
Table 9.2
Procedures and Supporting Documents for Final Payment (Regional and District Offices) ...........................................................................
9-7
Table 10.1
Warranty Security ..............................................................................
10-3
Table 11.1
Main Goals of Preventive/Periodic and Routine Maintenance ...........
11-2
Table 11.2
Required Maintenance Activities for Road Facilities ..........................
11-3
Table 11.3
Calculation of Maintenance Share .....................................................
11-6
Table 11.4
Monitoring for Maintenance Works ....................................................
11-7
Table 11.5
Pavement Distress, Major Causes and Common Repair Methods for AC Pavement ...............................................................................
ix
11-8
Road Project Management and Supervision Manual Vol.1 Main Text
Table 11.6 Table 11.7
Pavement Distress, Major Causes and Common Repair Methods for PCC Pavement.............................................................................
11-9
Maximum Allowable Gross Vehicle Weight........................................
11-10
Road Project Management and Supervision Manual Vol.1 Main Text
x
LIST OF FIGURES Figure 2.1
Asset Management Approach ...........................................................
2-2
Figure 2.2
Sequence of Project Delivery ............................................................
2-6
Figure 2.3
Procurement and Contract Guidelines...............................................
2-7
Figure 2.4
DPWH Procurement Manuals Cover Pages......................................
2-9
Figure 2.5
FIDIC Conditions of Contract Cover Pages .......................................
2-11
Figure 3.1
Organizational Chart of DPWH CO ...................................................
3-2
Figure 3.2
Organizational Chart of BOC .............................................................
3-4
Figure 3.3
Organizational Chart of BOM ............................................................
3-5
Figure 3.4
Organizational Chart of PS ................................................................
3-8
Figure 3.5
Organizational Chart of BRS .............................................................
3-10
Figure 3.6
Organizational Chart of BOD .............................................................
3-11
Figure 3.7
Organizational Chart of BQS .............................................................
3-12
Figure 3.8
Organizational Chart of RO ...............................................................
3-14
Figure 3.9
Organizational Chart of DEO .............................................................
3-15
Figure 3.10 Typical Assignment Schedules of Consultants ..................................
3-16
Figure 3.11 Typical Organizational Chart of Consultants for Construction Supervision ........................................................................................
3-17
Figure 3.12 Typical Organizational Chart for Construction Supervision of Project conducted thru Force Account ...............................................
3-20
Figure 5.1
Project Information ............................................................................
5-2
Figure 5.2
Traffic Control Information .................................................................
5-2
Figure 5.3
Traffic Accident Recording and Analysis System ...............................
5-3
Figure 5.4
Road Safety Manual and Highway Safety Design Standards Cover Pages ................................................................................................
5-4
Figure 5.5
Road Safety Devices and Signages ..................................................
5-5
Figure 5.6
Summary Flowchart of EIA Process ..................................................
5-9
Figure 5.7
Overview of Stages of the Philippine EIA Process ............................
5-10
Figure 5.6
Risk Management Diagram ...............................................................
5-17
Figure 6.1
Stages of Implementation ..................................................................
6-1
Figure 6.2
Example of Rainfall Record ...............................................................
6-3
Figure 6.3
Typical Organizational Chart of Contractor for Foreign-Funded Project
6-8
Figure 6.4
Typical Organizational Chart of Contractor for Locally-Funded Project
6-9
Figure 6.5
Typical Weekly Work Schedule .........................................................
Figure 6.6
Flowchart of activities for As-stake Survey and Approval of
Figure 6.7
xi
6-11
As-staked Plan ..................................................................................
6-14
Executive Summary...........................................................................
6-17
Road Project Management and Supervision Manual Vol.1 Main Text
Figure 6.8
Project Management .........................................................................
6-18
Figure 6.9
Example of Pert/CPM ........................................................................
6-21
Figure 6.10 Example of Bar Chart with S-Curve ...................................................
6-22
Figure 6.11 Example of Manpower Schedule .......................................................
6-24
Figure 6.12 Example of Equipment Utilization Schedule ......................................
6-25
Figure 6.13 Example of Straight Line Diagram .....................................................
6-27
Figure 6.14 Maintenance Period...........................................................................
6-29
Figure 6.15 Contractor’s Maintenance Activities ...................................................
6-30
Figure 6.16 Catch-up Program .............................................................................
6-32
Figure 6.17 Cost and Financial Management .......................................................
6-40
Figure 6.18 Project Logbook Format ....................................................................
6-61
Figure 6.19 Progress Photographs .......................................................................
6-63
Figure 7.1
Quality Management .........................................................................
7-1
Figure 7.2
Statistical Quality Control (X-R Control Chart) ...................................
7-2
Figure 7.3
Quality Control Procedures ...............................................................
7-5
Figure 7.4
Material Testing Equipment/Apparatus ..............................................
7-9
Figure 7.5
Flowchart for Batching Plant Accreditation ........................................
7-11
Figure 7.6
Assessment of Batching Plant for Accreditation ..............................
7-12
Figure 7.7
Asphalt and Portland Cement Concrete Batching Plants ..................
7-13
Figure 7.8
Common Problems in Aggregate Production (Case of River Gravel)
7-21
Figure 7.9
Flowchart for Approval of Concrete Pouring Permit ...........................
7-22
Figure 7.10 Concrete Pouring Permit Format .......................................................
7-23
Figure 7.11 Materials Quality Control Log Book ...................................................
7-24
Figure 7.12 Flowchart for Preparatory Work to Concrete Paving .........................
7-25
Figure 7.13 Trial Mix for Portland Cement Concrete ............................................
7-25
Figure 7.14 Trial Construction for PCCP ..............................................................
7-26
Figure 7.15 Marshall Stability Testing Equipment .................................................
7-28
Figure 7.16 Determination of Design Asphalt Content ..........................................
7-29
Figure 7.17 PCCP Reinforced with Welded Wire Mesh........................................
7-33
Figure 7.18 Recycling of Concrete Materials ........................................................
7-33
Figure 7.19 Equipment for RCCP .........................................................................
7-34
Figure 7.20 Typical Composition of RCCP ...........................................................
7-34
Figure 8.1
Site Instruction ...................................................................................
8-3
Figure 8.2
Hierarchy of Field Inspection .............................................................
8-6
Figure 8.3
Classification of Pavement by Work Category...................................
8-6
Figure 8.4
Flowchart for Field Inspection ............................................................
8-7
Figure 8.5
Example of Inspection Check Sheet ..................................................
8-9
Road Project Management and Supervision Manual Vol.1 Main Text
xii
Figure 8.6
Flowchart for Inspection Request and Approval ................................
8-10
Figure 8.7
Example of Work/Inspection Request................................................
8-11
Figure 9.1
Activities undertaken during completion stage ..................................
9-3
Figure 9.2
Flowchart of Activities Relative to the Issuances of Certificates of Completion and Acceptance .......................................
9-5
Figure 10.1 Defects Liability and Warranty Periods ..............................................
10-2
Figure 11.1 Asset Management............................................................................
11-1
Figure 11.2 Maintenance Activities on Pavement .................................................
11-3
Figure 11.3 Programming Process (Asset Management System) ........................
11-4
Figure 11.4 Flow of Routine Maintenance Work ...................................................
11-5
Figure 11.5 Budget Allocation Flow ......................................................................
11-8
Figure 11.6 Effects of Overloading on Pavement .................................................
11-11
xiii
Road Project Management and Supervision Manual Vol.1 Main Text
ACKNOWLEDGEMENT In behalf of the CWG on Road Manuals Improvement, The Group Leader would like to thank the TWG members and the regional project managers of pilot regions for their patience, guidance, words of encouragement and useful critiques which really helped us a lot in accomplishing this undertaking. TWG Members: Dr. Judy F. SESE, Chairperson, OIC-Director, Bureau of Research and Standards Ms. Carolina S. CANUEL, Fmr. Vice Chairperson, Fmr. Div. Chief, DPD, P/S Mr. Adriano M. DOROY, Asst. Director, Bureau of Design Mr. Aristarco M. DOROY, OIC-Asst. Director, Bureau of Construction Ms. Edna F. MEÑEZ, OIC-DE, Negros Occidental 4th DEO, DPWH-Region VII Mr. Felipe S. RAMOS, Fmr. Chief, Technical Services and Evaluation Div., BRS Mr. Nestor B. CAOILE, OIC-Division Chief, Materials Testing Division, BRS
Regional Project Managers: Ms. Elsa T. NABOYE, Regional Project Manager, Asst. Chief, QAD, DPWH-CAR Ms. Ramie B. DOROY, Regional Project Manager, DE, Negros Oriental 1st DEO, DPWH-Region VII Ms. Rowena P. JAMITO, Regional Project Manager, Engr. V, MD, RO-XI Thank you also to the CWG Members for their efforts and collaborations. CWG Members: MR. Jay Jenner R. BIARES, Engr. III, CAR; Group Leader Mr. Elmer R. FIGUEROA, Engr. III, BOC Mr. Ernante S. ANTONIO, Engr. III, BOM Ms. Carina B. DIAZ, Engr. III, BOD Ms. Nenita R. VALENCIA, Former Engr. III, BRS Mr. Vicente R. VALLE, JR., Engr. IV, DPWH-Region VII Ms. Aurora M. LACASANDILE, Engr. III, CD, DPWH-Region XI Finally, we wish to thank our Expert, Mr. Ryoichi Yamasaki, Co-Team Leader, JICA TCP II and his Asst. Engineer, Mr. Feliciano P. Carpio, for their support and encouragement throughout this activity.
Road Project Management and Supervision Manual Vol.1 Main Text
xiv
ACRONYMS A AADT
Annual Average Daily Traffic
AASHTO
American Association of State Highway and Transportation Official
ABC
Approved Budget for the Contract
AC
Asphalt Concrete
ACI
American Concrete Institute
ADB
Asian Development Bank
AIP
Annual Investment Program
AMWP
Annual Maintenance Working Program
ASTM
American Society for Testing and Materials
AWP
Annual Working Program
B BAC
Bids and Awards Committee
BMS
Bridge Management System
BOC
Bureau of Construction
BOD
Bureau of Design
BOM
Bureau of Maintenance
BOQ
Bill of Quantities
BOT
Built-Operate-Transfer
BQS
Bureau of Quality and Safety
BRS
Bureau of Research and Standards, DPWH
C
xv
CARBDP
Cotabato Agusan River Basin Development Project
CARP
Comprehensive Agrarian Road Program
CAD
Computer-Aided Design
CARI
Contractor’s All Risk Insurance
CBR
California Bearing Ratio
CDA
Cooperative Development Authority
CMS
Contract Management System
CNC
Certificate of Non-Coverage
CO
Central Office
COA
Commission on Audit
CPES
Contractors' Performance Evaluation System
Road Project Management and Supervision Manual Vol.1 Main Text
CPM
Critical Path Method
CV
Curriculum Vitae
CWG
Counterpart Working Group
D DAO
DENR Administrative Order
DB
Design-Build
DBB
Design-Bid-Build
DE
District Engineer
DENR
Department of Environment and Natural Resources
DEO
District Engineering Office
DILG
Department of Interior and Local Government
DLP
Defects Liability Period
DO
Department Order
DOTC
Department of Transportation and Communications
DoTS
Documents Tracking System
DPD
Development Planning Division
DPM
DPWH Procurement Manual
DPWH
Department of Public Works and Highways
DTI
Department of Trade and Industry
E EA
Executing Agency
ECC
Environmental Compliance Certificate
EIA
Environmental Impact Assessment
EMB
Environmental Management Bureau
EMK
Equivalent Maintenance Kilometer
EMP
Environmental Management Plan
eNGAS
Electronic New Government Accounting System
ESAL
Equivalent Single Axle Load
ESIA
Environmental and Social Impact Analysis
ESS
Environmental and Social Screening/Scoping
ESSO
Environmental and Social Safeguards Office
F FABP
Foreign-Assisted Bridge Program
FCSEC
Flood Control and Sabo Engineering Center
Road Project Management and Supervision Manual Vol.1 Main Text
xvi
FDT
Field Density Test
FHWA
Federal Highway Administration
FIDIC
Fédération Internationale Des Ingénieurs-Conseils (International Federation of Consulting Engineers)
G GAA
General Appropriations Act
GCC
General Conditions of Contract
GOP
Government of the Philippines
GPPB
Government Procurement Policy Board
GPRA
Government Procurement Reform Act
GVW
Gross Vehicle Weight
H HDM-4
Highway Development and Management Version 4
HMA
Hot Mix Asphalt
I ICB
International Competitive Bidding
IEE
Initial Environment Examination
IN
International Expert
IO
Implementing Office
IRI
International Roughness Index
IROW
Infrastructure Right-of-Way
IRR-A
Implementing Rules and Regulations Part A (for locally-funded projects)
ISO
International Organization for Standardization
J JICA
Japan International Cooperation Agency
JMF
Job Mix Formula
JCC
Joint Coordinating Committee
K KAMANAVA
Kalookan Malabon Navotas Valenzuela
KEDCF
Korean Economic Development Cooperative Fund
xvii
Road Project Management and Supervision Manual Vol.1 Main Text
L LCB
Local Competitive Bidding
LGU
Local Government Unit
LTO
Land Transportation Office
LTPBM
Long Term Performance-Based Maintenance
LTPBME
Long Term Performance Based Maintenance-cum-Enhancement
M MBA
Maintenance by Administration (force account)
MBC
Maintenance by Contract-put
MC
Memorandum Circular
MCC
Millennium Challenge Corporation
ME
Materials Engineer
MFCDP
Major Flood Control development Project
MIS
Monitoring and Information Service
MOA
Memorandum of Agreement
MPE
Mount Pinatubo Emergency
MVUC
Motor Vehicle User’s Charge/Cost
MYPSS
Multi-Year Programming and Scheduling System
N N
National Expert
NEDA
National Economic and Development Authority
NGO
Non-Governmental Organization
NRIMP
National Roads Improvement and Management Program
NTP
Notice To Proceed
P PAGASA
Philippine Atmospheric, Geophysical and Astronomical Services Administration
PAMS
Project Advisory and Management System
PBDs
Philippine Bid Documents
PCAB
Philippine Constructors Accreditation Board
PCC
Portland Cement Concrete
PCCP
Portland Cement Concrete Pavement
PE
Project Engineer
Pert/CPM
Program Evaluation and Review Technique / Critical Path Method
PI
Project Inspector
Road Project Management and Supervision Manual Vol.1 Main Text
xviii
PID
Public Information Division
PM
Project Manager
PM/O
Preventive Maintenance/Overlay
PMO
Project Management Office
PNP
Philippine National Police
PPP
Public-Private Partnership
PS
Planning Service
Q QAD
Quality Assurance Division
QAS
Quality Assurance Section
QAU
Quality Assurance Unit
QCP
Quality Control Program
R RA
Republic Act
RA 9184
Government Procurement Reform Act of 2003
RATPLAN
Rationalization Plan
RB
Road Board
RBIA
Road and Bridge Information Application
RE
Resident Engineer
REAPMP
Road Enhancement and Asset Preservation Management Program
RH
Rehabilitation
RM
Routine Maintenance
RMMS
Routine Maintenance Management System
RMP
Routine Maintenance Program
RO
Regional Office
ROCOND
Visual Road Condition Rating System
ROW
Right-of-Way
RRNDP
Rural Road Network Development Project
RUPP
Road Upgrading Preservation Project
RWS
Rural Water System
S SB
Special Buildings
SBD
Standard Bidding Documents
SBP
Special Bridge Project
xix
Road Project Management and Supervision Manual Vol.1 Main Text
SCC
Special Conditions of Contract
SEC
Securities and Exchange Commission
SFD
Saudi Fund for Development
SMS
Short Messaging System
T TARAS
Traffic Accident Recording and Analysis System
TCP
Technical Cooperation Project
TEAM
Traffic Engineering and Management
TOR
Terms of Reference
TWG
Technical Working Group
U URPO
Urban Roads Project Office
USA
United States of America
V VDF
Vehicle Damage Factor
VO
Variation Order
W WB
World Bank
Road Project Management and Supervision Manual Vol.1 Main Text
xx
DEFINITIONS AND TERMS Contract Words (By) Administration The procedure by which the implementation of an infrastructure project is carried out under the administration and supervision of the DPWH through its own personnel. Approved Budget for the Contract (ABC) The budget for the contract duly approved by the Head of the Procuring Entity. BAC The Bids and Awards Committee established in accordance with Article V of R.A.9184. Bidding Documents The documents issued by the DPWH as the basis for Bids, furnishing all information necessary for a prospective bidder to prepare a bid for the Goods, Infrastructure Projects, and Consulting Services to be provided. Bill of Quantities A list of the specific items of Work and their corresponding quantities, unit prices, lump sums, and/or provisional sums. Change Order A written order issued by the Director to the Contractor, covering changes in the plans or quantities or both, within or beyond the scope of the contract and establishing the basis of payment for the work affected by the changes. Contract The contract between the DPWH and the Contractor to execute, completes, and maintain the Works. It consists of the documents listed in the GCC and the SCC. Contract Time Extension The allowable period for the Contractor to complete the Works in addition to the original Completion Date stated in this Contract. Contractor The juridical entity whose proposal has been accepted by the DPWH and to whom the Contract to execute the Work was awarded.
xxi
Road Project Management and Supervision Manual Vol.1 Main Text
Corrupt, Fraudulent, and Coercive Practices "Corrupt Practice" means behavior on the part of officials in the public or private sectors by which they improperly and unlawfully enrich themselves, others, or induce others to do so, by misusing the position in which they are placed, and includes the offering, giving, receiving, or soliciting of anything of value to influence the action of any such official in the procurement process or in contract execution; entering, on behalf of the Government, into any contract or transaction manifestly and grossly disadvantageous to the same, whether or not the public officer profited or will profit thereby, and similar acts as provided in Republic Act 3019. "Fraudulent Practice" means a misrepresentation of facts in order to influence a procurement process or the execution of a contract to the detriment of the PROCURING ENTITY, and includes collusive practices among Bidders (prior to or after bid submission) designed to establish bid prices at artificial, non-competitive levels and to deprive the PROCURING ENTITY of the benefits of free and open competition. “Collusive Practices” means a scheme or arrangement between two or more Bidders, with or without the knowledge of the PROCURING ENTITY, designed to establish bid prices at artificial, non-competitive levels. “Coercive Practices” means harming or threatening to harm, directly or indirectly, persons, or their property to influence their participation in a procurement process, or affect the execution of a contract. Consulting Services The services for Infrastructure Projects and other types of projects or activities of the DPWH requiring adequate external technical and professional expertise to undertake such as, but not limited to: (i) advisory and review services; (ii) pre-investment or feasibility studies; (iii) design; (iv) construction supervision; (v) management and related services; and (vi) other technical services or special studies. Day Calendar days; months are calendar months. Dayworks Varied work inputs subject to payment on a time basis for the Contractor’s Employees and Equipment, in addition to payments for associated Materials and Plant.
Road Project Management and Supervision Manual Vol.1 Main Text
xxii
Defects Liability Certificate The certificate issued by the DPWH’s Representative upon correction of defects by the Contractor. Defects Liability Period The one year period between project completion and final acceptance within which the Contractor assumes the responsibility to undertake the repair of any damage to the Works at his own expenses, aside from his responsibility under warranty of the Civil Code which is 5 years for horizontal, and 15 years for vertical. Drawings (Plans) The plans, profiles, typical cross sections, working drawings and supplemental drawings, approved by the Engineer / the PE, or exact reproductions thereof, which show the location, character, dimensions, and details of the work. They include all supplementary details, shop drawings, calculations, and other information provided or approved for the execution of this Contract. Engineer In this Manual, “Engineer” means a qualified professional appointed or designated by the Employer (DPWH) to render technical and/or administrative decision for the purposes of supervising a project. In DPWH, the hierarchy of command based on delegated authority of officials/officers is being observed, hence the title “Engineer” most likely changes in person of authority depending on the subject matter and its cost limit from the omnibus levels of authority of DPWH officers and officials. Likewise, person appointed by the Contractor to act as Engineer for the purposes of supervising the project and named in the Special Conditions of Contract is also known as “Engineer” of the Contractor. Environment Surrounding air, water (both ground and surface), land, flora, fauna, humans and their interrelations. Environmental Compliance Certificate A certificate of Environmental Compliance Commitment to which the Proponent conforms with, after DENR-EMB explains the ECC conditions, by
signing
the
sworn
undertaking
of
full
responsibility
over
implementation of specified measures which are necessary to comply with existing environmental regulations or to operate within best
xxiii
Road Project Management and Supervision Manual Vol.1 Main Text
environmental practices that are not currently covered by existing laws. It is a document issued by the DENR/EMB after a positive review of an ECC application, certifying that the Proponent has complied with all the requirements of the EIS System and has committed to implement its approved Environmental Management Plan. The ECC also provides guidance to other agencies and to LGUs on EIA findings and recommendations, which need to be considered in their respective decision-making process. Environmentally Critical Area An environmentally sensitive area declared through Proclamation 2146 wherein significant environmental impacts are expected if certain types/thresholds of proposed projects are located, developed or implemented in it. Updating of technical descriptions of ECAs is vested on the DENR-EMB through Section 2-D of AO 42 (2002). Environmentally Critical Project Projects belonging to project types declared through Proclamation No. 2146 and Proclamation No. 803 which may pose significant negative environmental impact at certain thresholds of operation regardless of location. Updating of technical descriptions of ECPs is vested on the DENR-EMB through Section 2-D of AO 42 (2002), in coordination with the DTI as provided for in Section 3-A of AO 42. Environmental Impact Assessment Process that involves evaluating and predicting the likely impacts of a project (including cumulative impacts) on the environment during construction, commissioning, operation and abandonment. It also includes designing appropriate preventive, mitigating and enhancement measures addressing these consequences to protect the environment and the community’s welfare. Environmental Impact Statement Document, prepared and submitted by the project Proponent and/or EIA Consultant that serves as an application for an ECC. It is a comprehensive study of the significant impacts of a project on the environment. It includes an Environmental
Management
Plan/Program
that
the
Proponent will fund and implement to protect the environment. Environmental Management Plan/Program Section in the EIS that details the prevention, mitigation, compensation, contingency and monitoring measures to enhance positive impacts and
Road Project Management and Supervision Manual Vol.1 Main Text
xxiv
minimize negative impacts and risks of a proposed project or undertaking. For operating projects, the EMP can also be derived from an EMS. Environmental Management Systems Refers to the EMB PEPP EMS as provided for under DAO 2003-14, which is a part of the overall management system of a project or organization that includes environmental policy, organizational structure, planning activities,
responsibilities,
practices,
procedures,
processes
and
resources for developing, implementing, achieving, reviewing and maintaining an improved overall environmental performance. Environmental Monitoring Fund Fund that a Proponent shall set up after an ECC is issued for its project or undertaking, to be used to support the activities of the multi-partite monitoring team. It shall be immediately accessible and easily disbursable. Government Procurement Policy Board The Government Procurement Policy Board established in accordance with R.A.9184. Head of the Procuring Entity The head of the agency or his duly authorized official, for national government agencies, or the local chief executive, for local government units stated in the SCC. Provided that in a department, office or agency where the procurement is decentralized, the head of each decentralized unit shall be considered as the Head of the Procuring Entity subject to the limitations and authority delegated by the head of the department, office or agency. IRR The implementing rules and regulations to be promulgated in accordance with Section 75 of R.A.9184. IRR-A "IRR-A" is promulgated pursuant to Section 74 of Republic Act No. 9184 (R.A. 9184), otherwise known as the “Government Procurement Reform Act” (GPRA), for the purpose of prescribing the necessary rules and regulations for the modernization, standardization, and regulation of the procurement activities of the government. IRR-A shall cover all fully domestically funded procurement activities from procurement planning up to contract implementation and termination. Negative Slippage
xxv
Road Project Management and Supervision Manual Vol.1 Main Text
A delay in work execution occurring when actual accomplishment falls below the target as measured by the difference between the scheduled and actual accomplishment of the Work by the Contractor as established from the work schedule. This is actually described as a percentage of the whole Works. Notice to Proceed Written notice issued by the DPWH to the Contractor requiring the latter to begin the commencement of the work not later than the specified of determinable date. Permanent Works All permanent structures and all other project features and facilities required to be constructed and completed in accordance with this Contract which shall be delivered to the DPWH and which shall remain at the Site after the removal of all Temporary Works. Project Engineer In this Manual, “Project Engineer” means an Engineer appointed or designated by the Employer (DPWH) to be responsible for the technical operation and administrative supervision well-being of one or more projects assisted by Resident Engineer in each project. The Project Engineer serves as the link person between project field offices and Employer (DPWH) Implementing Offices (IOs) or PMOs. Special Provisions The specifications prepared for specific terms of work or methods of construction, measurement and payment under each contract, which are not covered by the DPWH Standard Specifications. Specifications The description of Works to be done and the qualities of materials to be used, the equipment to be installed and a method of construction. Subcontractor Any person or organization Who has subcontracted a part of the works of the Contractor, as allowed by the DPWH, but not an assignee of such person/organization. Temporary Works Works designed, constructed, installed, and removed by the Contractor that are needed for construction or installation of the Permanent Works. Tolerance The allowable limits of variation from a specified measurement.
Road Project Management and Supervision Manual Vol.1 Main Text
xxvi
Unit Prices These shall be prepared for each contract using costs based on reasonable approved current prices as projected over the proposed construction period, divided into local and foreign exchange costs, as the case may be. Work(s) The Permanent Works and Temporary Works to be executed by the Contractor in accordance with this Contract, including (i) the furnishing of all labor, materials, equipment and others incidental, necessary or convenient to the complete execution of the Works; (ii) the passing of any tests before acceptance by the DPWH’s Representative; (iii) and the carrying out of all duties and obligations of the Contractor imposed in the Contract. Engineering Words -- Portland Cement Concrete Pavement Admixture A substance other than cement, water or aggregate added to a batch of fresh concrete to alter one of the normal properties of concrete. Batching Plant The plant either on or off the work site where the materials are assembled by batches for the mixer. Water and admixtures usually are added as the batch is introduced into the mixer. Coarse Aggregate Aggregate which is retained on the No.4 (4.75 mm) sieve. Contraction Joint A joint which controls the location of a transverse crack and permits the slab to contract and expand with changes in temperature. Dowel or Dowel Bar A smooth steel bar extending across a concrete joint to transfer the applied load, prevent future misalignment of the slab and permit movement at the joint. Dowel Assembly A cage or basket used to hold dowels in position during placement of concrete. Expansion Joint A joint adjacent to a bridge or intersection to absorb expansion of concrete pavement and prevent expansive pressure on the bridge or intersecting pavement.
xxvii
Road Project Management and Supervision Manual Vol.1 Main Text
Joint Sealer A compound for preventing entrance of water and solid particles into a joint. The sealer may either be performed or liquid. Longitudinal Joint A joint which extends lengthwise in the roadway, parallel to the centerline. Segregation The unintentional separation of the larger pieces of aggregate from the smaller pieces within one size of aggregate or within a mixture of sizes of fresh concrete. Slip-Form Paving Concrete paving by use of a machine carrying its own forms between which low slump concrete is compacted sufficiently to retain its shape after the machine has progressed onward. Tie Bar A deformed dowel or hook-bolt placed across longitudinal joints of concrete pavement near middle depth to tie the slabs together and hold the joint closed. Engineering Words -- Asphalt Concrete Pavement Aggregate Mineral material, such as sand, gravel, crushed stone, slag, or combinations thereof. Asphalt Concrete A mixture of aggregate and asphalt binder (Bitumen). Asphalt Binder (Bitumen) A thermoplastic binding material obtained as a residue in the distillation of petroleum, which may contain additives to enhance performance. Coarse Aggregate Aggregate which is retained on the No.4 (4.75 mm) sieve. Cut Back Asphalt Asphalt binder which has been rendered fluid by fluxing it with a light volatile petroleum distillate. Upon exposure to atmospheric conditions, the volatile distillate evaporates, leaving only the asphalt cement which reverts to its original semi-solid condition. Cut back asphalts are classified as rapid curing (RC), medium curing (MC), or slow curing (SC). Emulsion (Asphalt) A suspension of extremely small droplets of asphalt in water in the
Road Project Management and Supervision Manual Vol.1 Main Text
xxviii
presence of an emulsifying agent, which usually is a type of soap. Upon exposure to atmospheric conditions, the water evaporates, leaving only the asphalt cement which has been modified by the emulsifying agent. Emulsions are classified as rapid setting (RS or CRS), medium setting (MS or CMS), or slow setting (SS or CSS). Job Mix Formula (JMF) The mix composition of an asphalt concrete approved by the Laboratory. The job mix formula (JMF) of a mix can be generally obtained from Marshal Stability Test. Marshall Mix Design Volumetric mix design procedure used to establish the optimum Asphalt binder content for an asphalt concrete. Prime Coat An application of asphalt material made on the surface of a pavement layer for the purpose of binding the surface particles together. Tack Coat An application of asphalt material made on a pavement surface for the purpose of bonding the existing course to the overlying course.
xxix
Road Project Management and Supervision Manual Vol.1 Main Text
Chapter 1 Introduction 1.1 Background The Department of Public Works and Highway, hereinafter referred to as "DPWH" and Japan International Cooperation Agency, hereinafter referred to as "JICA", agreed in 2006 to implement the project for Improvement of Quality Management for Highway and Bridge Construction and Maintenance, hereinafter called as " Phase I", aiming to enhance the engineering knowledge of the Engineers of DPWH. For the implementation of the said project, DPWH organized the Joint Coordinating Committee, hereinafter called as "JCC", Technical Working Group, hereinafter called as "TWG" and Counterpart Working group, hereinafter called as "CWG". On its part, JICA dispatched the JICA Technical Cooperation Project Team, hereinafter referred to as "JICA TCP Team" from February 2007 to February 2010. Under Phase I, the following manuals/guidelines were prepared and issued for road construction and maintenance through the CWG's activities. *
Guidebook for Road Construction and Maintenance Management in the Republic of the Philippines,
*
Road Project Management and Supervision Manual, Volume I: Main Text and
*
Road Project Management and Supervision Manual, Volume II: Appendices (Standard Form, Examples and References)
From October 2011 to September 2014, the DPWH and JICA TCP Team -newly dispatched by JICA - implemented the project for Improvement of Quality Management for Highway and Bridge Construction and Maintenance, Phase II, hereinafter called as " Phase II" to aim further enhancement. This manual, Road Project Management and Supervision Manual, Volume I: Main Text, Second Edition, was prepared under Phase II through the revision work done by CWG based on the Road Project Management and Supervision Manual, Volume I: Main Text, 1st Edition mentioned above. The Volume I 1st Edition was a revision of the Road Construction Manual which was published in 1990 and subject to be updated every 5 to 10 years. Thus, it was reviewed and updated in Phase II.
1.2 Purpose Engineers of the DPWH concerned with road construction and management are the main targets of this Manual. The CWG made efforts to make this Manual 2nd Edition easy to
Road Project Management and Supervision Manual Vol.1 Main Text
1-1
understand by the Engineers, hence, it would be an effective tool related to the above areas.
1.3 Outline This Manual serves as reference in order to achieve quality projects within the scheduled time and budget as specified in the Contract. It includes project management and road construction supervision information and techniques applicable to both development projects and maintenance programs as illustrated below. It covers both locally-funded and foreign-funded projects and programs undertaken by contract and is also useful for maintenance activities undertaken by Administration - Maintenance by Administration (MBA), Design-Bid-Build (DBB) and Design-Build (DB) contracts. Table 1.1
Classifications of Projects and Programs DPWH Implementing Office
Funding
Foreign-Funded Projects (WB, ADB, JICA, etc.)
Locally-Funded Projects (GAA, MVUC, etc.)
Category
Central Office
Development Projects (New Construction/ Upgrading/ Rehabilitation)
PMOs
BOM
ICB Projects
ICB Projects
Maintenance Programs (Preventive & Routine)
BOC
LCB Projects
Development Projects (New Construction/ Upgrading/ Rehabilitation)
LCB Projects
Maintenance Programs (Preventive & Routine)
Legend: ICB: International Competitive Bidding,
ROs
DEOs
LCB Projects LCB Projects
LCB Projects
LCB Projects
LCB Projects
LCB: Local Competitive Bidding
The Manual is composed of two (2) volumes: a) Volume I - Main Text and b) Volume II - Sample Forms and Documents.
1-2
Road Project Management and Supervision Manual Vol.1 Main Text
Chapter 2 Contracts and Guidelines 2.1 Locally-funded Contract The DPWH conducts the project design thru Force Account or employ Consultants and procures civil works through bidding. The Contractor executes the project in accordance with the Contract. This type of contract is called as Design-Bid-Build (DBB) Contract.
2.2 Foreign-funded Contract The Japan International Cooperation Agency (JICA), World Bank (WB) and Asian Development Bank (ADB) are the major partners of the DPWH in its road sector development projects. Likewise, with the assistance of the World Bank, the DPWH has initiated the National Roads Improvement and Management Program (NRIMP) and plans to further enhance/improve the implementation of said program with the assistance and cooperation of JICA and ADB . The following are being adopted in the implementation of the NRIMP: -
Asset Management Approaches
-
Long-Term Performance Based Maintenance (LTPBM)
-
Design-Build (DB) Contract
-
Value Engineering
2.2.1 Asset Management Approach The asset management approach is effective for sustainability of road facilities and services. Asset management can be defined as a “comprehensive and structured approach to the long term management of assets as tools for the efficient and effective delivery of community benefits” or “systematic process of effectively maintaining, upgrading and operating assets, combining engineering principles with sound business practice and economic rationale”. The priority is given to maintenance (preventive and routine maintenance) of the existing facilities rather than new construction as illustrated in the following figure:
Road Project Management and Supervision Manual Vol.1 Main Text
2-1
Figure 2.1
Asset Management Approach
2.2.2 Long-Term Performance Based Maintenance The ongoing LTPBM under NRIMP is a contract implementation method applying performance based specifications. The contractor is responsible for keeping road function and quality through maintenance for multiple years after construction. Performance characteristics may include end-result elements such as product strength, bearing capacity, stability, visibility, and crack-free, as well as more functional requirements such as smoothness, friction, noise reduction, chip retention, splash, and spray. Under NRIMP, the contracts will be predominantly of the hybrid type including rehabilitation and structural overlays with the standard routine and preventive maintenance (both backlog and performance-based) interventions. Shoulder re-grading, side-slope maintenance, side and cross drainage structure cleaning and maintenance, and maintenance of road marking and roadside signs will be part of the performance-based phase. The rehabilitation, structural overlays and other backlog maintenance items to be undertaken in the first year of the contract will be paid on an item-rate basis, and the performance-based component will be paid on a periodic lump-sum basis in relation to specified performance standards and rectification. (1)
Scope of LTPBM Contract The LTPBM projects under the Road Enhancement and Asset Preservation Management Program (REAPMP) are of a hybrid type, which includes a combination of rehabilitation, preventive maintenance, backlog maintenance, routine maintenance and road safety. Scopes of contract are as follows:
2-2
Road Project Management and Supervision Manual Vol.1 Main Text
Table 2.1 Rehabilitation
Scope of LTPBM Contract
Reconstruction will be applied to paved road sections which are assessed to be in bad condition. It also involves restoring them to their original condition as designed and constructed. The major works include partial reconstruction, replacement of shattered concrete pavement slabs and Asphalt Concrete (AC) overlay (single or 2 layers) on the existing pavement. The works also include drainage, improvement and slope and scour protection works.
Preventive
Asphalt overlay on paved road sections in fair and poor condition to
Maintenance
improve surface condition and/or strengthening the existing pavement structures. Thickness of AC overlay will also be planned for roads in good condition as it is expected to deteriorate and subject to fair condition during 5-year contract period.
Backlog Maintenance
Restoration of shoulders, reconditioning or provision of new drainage, and minor improvements such as localized slope protection.
Routine Maintenance
Maintaining the road condition through routine repairs including pothole patching, sealing of cracks on pavement, shoulder grading, drainage cleaning, vegetation control, road markings maintenance and bridge maintenance.
Road Safety
Road safety works include installation of road safety facilities (guard rails, guide posts, warning and information signs), road marking and public information.
(2)
Performance Indicators of LTPBM Performance standards/requirements represent the desired level of performance or output of the of Long Term Performance-Based Maintenace Enhancement (LTPBME) road link, in terms of quality, quantity, timeliness and other aspects of the output and service, against which the actual output will be measured and compared. The objectives of performance standards/requirements are (a) to satisfy the road users in terms of accessibility, comfort, travel speed and safety; (b) to minimize the total road system cost, including cost to road users and the DPWH over the life cycle cost of the assets; and (c) to minimize environmental impacts. The LTPBME roads should aim to achieve good to fair conditions only. The following table indicates road condition categories to be adopted for the LTPBM.
Road Project Management and Supervision Manual Vol.1 Main Text
2-3
Table 2.2 Road
Road Condition Category
General condition
Condition
Treatment Measure
New pavement or with slight minor Little or no maintenance required. defects (pop-outs, map cracking, partial loss of joint
Good
First signs of cracks (all tight); First utility Needs joint and cracking sealing (routine patch; moderate scaling in some locations. maintenance). Moderate to severe scaling/raveling, Needs some partial/full depth repairs spalling or rutting over 25% of the surface. grinding and/or asphalt overlay to correct
Fair
Moderate settlement, several narrow surface defects. cracks Many cracks, open and severely spalled. Needs extensive full depth patching plus Severe faulting, spalling or rutting. some full slab replacement (for concrete).
Poor
Extensive patching in fair to poor condition, Moderate settlement Extensive cracking severely spalled and Needs
Bad
to
rebuild
pavement/total
patched (in poor condition). Severe and reconstruction. extensive settlements/potholes
Table 2.3
International Roughness Index and Road Condition Category Surface
Road Condition
Asphalt Concrete
VIC
Cement Concrete
Gravel
Ranges in
Category
Range
Rep. Value
Range
Rep. Value
Range
Rep. Value
ROCOND
Good
3.0 or less
2.5
4.0 or less
3.5
6.0 or less
5.0
1 to 20
Fair
3.1 to 5.0
4.0
4.1 to 6.0
5.0
6.1 to 9.0
7.5
20.1 to 40
Poor
5.1 to 7.0
6.0
6.1 to 8.0
7.0
9.1 to 12.0
10.0
40.1 to 70
Bad
> 7.0
8.0
> 8.0
9.0
> 12.0
14.0
70.1 to 100
Source: PMS, DPWH
The intervention IRI for the overlay should be defined based on a pavement deterioration curve reflecting the existing pavement strength and soundness, traffic level and function of the road. Even if the current road condition is good, it would require PM if it accommodates heavy truck traffic. The following table shows typical intervention pattern on LTPBM Road.
2-4
Road Project Management and Supervision Manual Vol.1 Main Text
Table 2.4
Typical Intervention Pattern on LTPBM
Year 1 2 3 4 1 Fair Good Good Fair* RM*2 PM RM RM Fair Fair Fair Good Good RM RM PM RM Good Fair Fair Fair RM RM RM PM Fair Good Good Good Fair PM RM RM RM Poor Good Good Good Poor RH RM RM RM Bad Good Good Good Bad RH RM RM RM 1 * : Road Condition Category, Good, Fair, Poor and Bad *2: Corresponding Rehabilitation and Maintenance Work (RH: Rehabilitation, PM/O: Preventive Maintenance/Overlay, RM: Routine Maintenance)
Road Condition
(3)
5 Good RM Good RM Good RM Fair RM Fair RM Fair RM
Design-Build (DB) Contract The DPWH has recently introduced DB contract under the WB-financed NRIMP-I and II
and will be enhanced under the road sector projects financed by JICA and ADB. The above LTPBM is a new project implementation scheme combined with the DB method as it is able to give the design and construction responsibility to the “Design-Build” Contractor. The preliminary design is still required for defining the project concept and cost for the DB contract bidding. Many highway agencies have been experimenting with a wide variety of innovative project delivery strategies aimed at lowering the costs and time to produce highway construction and rehabilitation projects while maintaining or improving project quality. One of these strategies is the DB project delivery. DB is a method of project delivery in which the design and construction phases of a project are combined into one contract, usually awarded on either a low bid or best-value basis. This is in contrast to the more traditional Design-Bid-Build (DBB)1 approach having been used in the DPWH that outsourced project design work, or conducted it by own administrative force. The two different contracting efforts must be undertaken in sequence to procure architecture/engineering services.
1 Design-Bid-Build: The DPWH conducts design of road project by Force Account or employing Consultant at first and procures civil works contractor through bidding. After that, the Contractor executes the project in accordance with the contract.
Road Project Management and Supervision Manual Vol.1 Main Text
2-5
Section 17.6 of the Implementing Rules and Regulations - Part A (IRR-A) of Republic Act 9184 recognizes the use of design and build scheme in the procurement of infrastructure projects. The following table shows the general advantages and disadvantages of Design-Build Contract. Table 2.5
Advantages and Disadvantages of Design-Built Contract Advantages
-
Disadvantages
One Contractor bears all risks and -
Too much discretion given to Contractor
responsibilities
Difficulty in predicting the final cost
-
Reduced design and construction periods -
The end –result may not exactly be in
and final project cost
accordance with what the procuring
Assured quality of the structure
entity required
Source: Government Procurement Policy Board (GPPB)
The following figure shows sequence of project delivery activity by Contract Approaches, DBB and DB. It is generally said that the DB approach could save overall project implementation time compared with conventional DBB approach. Design-Build Scheme Concept Preliminary Select Planning DesignDesign Builder
Final Project Design & Clearances
Construction
Extensive Contractor Input
Minimal to Extensive Contractor Input
Design-Build Associated Time Savings
Design-Bid-Build Scheme Concept Select Preliminary Planning Designer Design
Final Project Design & Clearances
Select Contractor
Minimal Contractor Input
Construction
Extensive Contractor Input
Source: GPPB Figure 2.2 (4)
2-6
Sequence of Project Delivery
Value Engineering
Road Project Management and Supervision Manual Vol.1 Main Text
Value Engineering is defined as the systematic application of recognized techniques by a multi-disciplined team to identify the function of a product or service, establish a worth for that function, generate alternatives through the use of creative thinking, and provide the needed functions to accomplish the original purpose of the project, reliably, and at the lowest life-cycle cost without sacrificing safety, necessary quality, and environmental attributes of the project. More simply, it is defined as
Value = Function / Cost
Value Engineering is a tool applicable in various stages of project development such as functional analysis, feasibility study and evaluation matrix (multi-criteria matrix). This is more effective in large and/or complicated projects but not for simple and small projects.
2.3 Guidelines, Manuals and Practices 2.3.1 Basic Guidelines and Manuals The relations of basic guidelines for procurement and project implementation for the road infrastructures under the DPWH are illustrated in the following figure:
Handbook on Philippine Government Procurement (R.A.9184 and Amended IRR-A of R.A.9184 )_Y2007
Republic Act (R.A.) 9184_Y2003
Implementing Rule and Regulations Part A (IRR-A) of R.A.9184 for Locally-funded Projects_Y2004
Implementing Rule and Regulations Part B (IRR-B) of R.A.9184 for Foreign-funded Proejcts
Philippine Bidding Documents (PBDs) Part II_Y2005 DPWH Procurement Manual (DPM) for Locally-funded projects, Volume III _Y2006
Locally-funded Projects
Figure 2.3
Loan Agreement and Procurement Guide Lines of Funding Bank or Agency
FIDIC Harmonized Edition for the Multilateral Development Banks (MDB)_Y2006
Foreign-funded Projects
Procurement and Contract Guidelines
The category, name of the documents, version (year issued) and issuing agency/organization, to be used for the road and bridge projects of DPWH in this manual are
Road Project Management and Supervision Manual Vol.1 Main Text
2-7
shown in the following table: Table 2.6 Category Procurement
Construction Contract
Design Guidelines and Drawings
Reference Guidelines and Manuals
Name of Documents
Issued by
Year Issued
Remarks
Handbook on Philippine Government Procurement (R.A.9184 and Amended IRR-A of R.A.9184)
GPPB
Sep. 2007
IRR-A is for domesticallyfunded procurement. IRR-B is for foreign- funded procurement but still under draft Included Standard Bidding Forms and Bidding Documents
DPWH Procurement Manual for Locally- Funded Infrastructure Projects through Public Bidding Conditions of Contract for Construction for Building and Engineering Works designed by the Employer (The MDB Construction Contract) Conditions of Contract for Design, Build and Operate Projects GCC-Philippine Bid Documents (PBDs) Standard Specifications 2013, Volume II, Highways, Bridges and Airports (Blue Book) Volume I&II, Design Guidelines, Criteria and Standards (Red Book). Part 1: Survey and Investigation, Part 2: Hydraulic Design, Part 3:Highway Design and Part 4: Bridge Design Technical Standard and Guidelines for Planning and Design, Volume 1-Flood Control, Volume 3-Erosion & Sediments Control, Volume 4-Natural Slope Failure Countermeasures Guide I - Risk Management, Guide II – Inventory Survey and Risk Assessment and Guide III – Road Slope Protection Standard Drawings for Roads and Bridges
DPWH
Jan. 2006
FIDIC
Mar. 2007
World Bank and ADB still use 1987/1992 or 1999 edition Construction Contract (Red Book)
FIDIC
2007 Edition
GPPB
May 2005
Revision to 1999 Design-Build Conditions of Contract Part II, Section III-GCC
DPWH
2013
DPWH
1989
PMO-FCSEC & JICA
2003
JICA
2007
DPWH
1989
Under review by BOD/DPWH
Under Review by BOD/DPWH
2.3.2 Standard Procurement and Implementation Guidelines Republic Act 9184 and the following guidelines shall govern the procurement and implementing contracts for government procurements:
2-8
Road Project Management and Supervision Manual Vol.1 Main Text
Table 2.7 Guidelines 1.
DPWH Procurement Manuals
2
Content
Remarks
Handbook on Philippine
Includes amended IRR-A of R.A. 9184 Subject to
Government Procurement (4th
and Latest GPPB3 issuances
updating. Concerned
Edition)
Office: *BAC 2.
Philippine Bid Documents(PBDs), Bid procedures and practices of R.A.
Subject to
Procurement of Works, 2nd
updating
9184, harmonized with ADB, JICA
Edition
and WB
4
Concerned Office: *BAC
3.
4.
DPWH Procurement Manual for
Procurement Guidelines, Manuals,
Subject to
Locally-funded Infrastructure
Standard Forms, Standard Bid
updating
Project through Public Bidding
Documents in compliance with IRR-A
Concerned
of R.A.9184
Office: *BAC
DPWH Procurement Manual for
Procurement Guidelines for Goods in
Subject to
Goods through Public Bidding
compliance with IRR-A of R.A. 9184
updating Concerned Office: *BAC
*DPWH Bids and Awards Committee (BAC)
Input for Procurement of Goods (Volume II)
Figure 2.4
DPWH Procurement Manuals Cover Pages
The above Philippine Bid Documents (PBDs) include unchanged provisions in Section II - Eligibility Documents of Part I; and Section I - Instructions to Bidders and Section III General Conditions of Contract of Part II. Data and provisions specific to each procurement
2 As defined by Federal Highway Administration (FHA), USA 3 GPPB: Government Procurement Policy Board 4 In case of International Competitive Bidding (ICB) funded by ADB, JICA or WB, the use of the respective standard bid documents of these banks shall be required.
Road Project Management and Supervision Manual Vol.1 Main Text
2-9
and contract should be included in the Section III - Eligibility Data Sheet of Part I, Section II Bid Data Sheet, and Section IV - Special Conditions of Contract of Part II. The DPWH Procurement Manual is the specific manual complying with IRR-A of R.A.9184 but suit the particular needs of the DPWH. The Manual shall be applied to the entire DPWH organizations, including Central, Regional, District Engineering and other offices. Volume 2 shall be used for goods, Volume 3 for infrastructure projects and Volume 4 for consulting services.
2.3.3 International Standard Practices The Construction Contract of International Federation of Consulting Engineers (FIDIC) also known as Red Book - has been adopted as standard contract documents for building and engineering works designed by the Employer or by his representative (the Engineer) for international contracts. The Federation produced the Harmonized Edition for the Multilateral Development Banks (MDB) 5, including Word Bank and Asian Development Bank, in 1999 of which the latest edition was released in March 2006. This MDB Harmonized Edition also includes sample forms for Contract Data, Securities, Bonds, Guarantees and Dispute Board agreements. In general, this harmonized document follows earlier FIDIC risk sharing principles for the type of contract for which they were prepared. In most cases, the amendments which have been made to produce the MDB Harmonized Edition of the FIDIC General Conditions of Contract for Construction are those arising from the requirements of the MDB. For projects, including JICA-financed projects, that are not participating in the MDB, FIDIC Conditions of Contact for Works of Civil Engineering Construction (4th Edition of 1987, reprinted 1992) or FIDIC Conditions of Contract for Construction 1999 (1st Edition) should be used for construction of such works where tenders are invited on an international basis. The 1999 version is based on more equal right and risk sharing between the Employer and the Contractor. The Conditions, subject to minor modifications with the Special Conditions, may also be applicable for domestic contracts financed by WB, ADB and JICA. The FIDIC documents are comprised of Part I - General Conditions with forms and agreement and Part II – Condition of Particular Applications with guidelines for the preparation of Part II clauses. 5 FIDIC Harmonized Edition for the MDB (2006) is downloadable from the Home Page of FIDIC and the World Bank. The MDB members are WB, ADB, African Development Bank, Black Sea Trade and Development Bank, Caribbean Development Bank, European Bank for Reconstruction and Development, Inter-American Development Bank, Islamic Bank for Development Bank and Nordic Development Fund.
2 - 10
Road Project Management and Supervision Manual Vol.1 Main Text
It should be noted that either FIDIC Conditions of Contract for Design, Build and Operate Projects 2007 or MDB Harmonized Edition Conditions for Construction is applicable to design-build contracts.
FIDIC MDB Harmonized Edition Conditions of Contract
Figure 2.5
FIDIC 1987/1992 Conditions of Contract
FIDIC Conditions of Contract Cover Pages
2.3.4 Standard Practices of DPWH (1)
Foreign-funded Projects Procurement methods of Contractors for foreign-funded projects and programs are specified in the Loan Agreement and/or in the Minutes of Discussion between these development partners and DPWH, or in the procurement guideline of each bank or agency. Procurement methods are as follows: *
Procurement through International Competitive Bidding
*
Procurement through Local Competitive Bidding
*
Negotiated contracts
Conditions of Contract for the ICB projects funded by these international banks shall follow FIDIC Contract Conditions as agreed by funding agencies. The General Conditions (GC) of projects is recopying of Clauses in the FIDIC GC but adjustments or modifications shall be made to meet the requirements in R.A.9184 as far as it is not contradicting with the agreement of the funding banks. The GCs is comprised of 20 clauses, sub-clauses and appendices. – Disputed Board in the case of MDB Harmonized Edition March, 2006. Under foreign-funded projects, the Employer is the DPWH represented by the Secretary or Undersecretary (signatory of the subject Contract) in general. The Engineer is the Consultant employed by DPWH and notified in the Contract Data of civil works in
Road Project Management and Supervision Manual Vol.1 Main Text
2 - 11
the bid documents. In general practice of the DPWH, the Employer’s representative is the Director of Project Management Office (PMO) or the Project Manager appointed by the PMO and stationed at site. The Engineer’s representative is the Project Manager (or Resident Engineer) assigned by the Consultant and approved by the Employer. The Contractor’s representative is the Project Manager (or Superintendent) nominated by the Contractor and approved by the Engineer and/or the Employer’s representative. In the FIDIC General Conditions of Contract (GCC), “Subcontractor” means any person named in the Contract as a subcontractor, or any person appointed as a subcontractor, for a part of the Works, and the legal successors of the authorized Contractor. The Conditions of Contract for LCB projects funded by these international banks will be the same or similar to locally-funded projects as long as these are not contradicting loan agreement and procurement guidelines. (2)
Locally-funded Projects All Government procurement shall be governed by principles of transparency, competitiveness, streamlined procurement process, accountability and public monitoring in accordance with R.A.9184 and its Implementing Rules and Regulations - Part A. The IRR-A is promulgated pursuant to Section 75 of R.A. 9184 for the purpose of prescribing the necessary rules and regulations for the modernization, standardization, and regulation of the procurement activities of the government. This IRR-A shall cover all locally funded procurement activities from procurement, planning up to contract implementation and termination. The DPWH Procurement Manual (DPM) for locally-funded infrastructure projects through public bidding was approved by GPPB in January 2006and comprised of: Volume I:
Guidelines on the Establishment of Procurement System and Organizations in the DPWH
Volume II:
Guidelines on Goods
Volume III:
DPWH Manual of Procedures for the Procurement of Locally-funded Infrastructure Projects through Public Bidding
Annex “A”
Standard Forms
Annex “B”
Standard Bid Documents
The following table shows a comparison of the General Conditions of Contract between FIDIC and Section III,Part II of Philippine Bid Documents from which the GCC of DPWH has originated.
2 - 12
Road Project Management and Supervision Manual Vol.1 Main Text
Table 2.8 Comparison of GCC between FIDIC and DPWH Conditions of Contract FIDIC General Conditions (MDB Harmonized Edition 2006) Clause No
Clause Title
1
General Provisions
2
The Employer
3 4
The Engineer The Contractor
5 6 7
Nominated Subcontractors Staff and Labour Plant, Materials and Workmanship Commencement, Delays and Suspension
8
9 10 11
Tests on Completion Employer’s Taking Over Defects Liability
12 13
Measurement and Evaluation Variation and Adjustments
14
Contract Price and Payment
15
Termination by Employer
16
Suspension and Termination by Contractor Risk and Responsibility Insurance Force Majeure Claims, Disputes and Arbitration
17 18 19 20
Philippine Bid Documents , Section III/Part II, GCC* and DPWH GCC* Section No. and Section Title 1. Definitions 4. Communications 2. Interpretation 5. Possession of Site 3. Governing Language and Law 10. Site Investigation Reports 11. Site Investigation Reports 13. PROCURING ENTITY’s Risk 6 22. PROCURING ENTITY’s Representative’s Decisions 23. Approval of Drawings and Temporary Works by the PROCURING ENTITY’s Representative 33. Instructions, Inspections and Audits 6. The Contractor’s Obligations 7. Performance Security 12. Contractor’s Risk and Warranty Security 8. Sub-Contracting
9. Liquidated Damages 24. Acceleration and Delays Ordered by the PROCURING ENTITY’s Representative 25. Extension of the Intended Completion Date
29. Early Warning 30. Program of Work 31. Management Conferences 43. Contract Completion 44. Suspension of Work 46. Extension of Contract Time 48. Completion
49. Taking Over 34. Identifying Defects 35. Cost of Repairs 36. Correction of Defects 37. Uncorrected Defects 26. Right to Vary 28. Dayworks 42. Variation Orders 32. Bill of Quantities 40. Payment Certificates 38. Advance Payment 41. Retention 39. Progress Payments 47. Price Adjustment 16. Termination for Default of PROCURING ENTITY 18. Procedures for Termination of Contracts 45. Payment on Termination 15. Termination for Default of Contractor 17. Termination for Other Causes 14. Insurance 19. Force Majeure, Release from Performance 20. Resolution of Disputes 27. Right to Vary 21. Suspension of Loan, Credit, Grant, or Appropriation 50. Operating and Maintenance Manuals
* The same GCC in PBDs and DPM/DPWH.
6 PROCURING ENTITY is the DPWH in the DPWH contracts.
Road Project Management and Supervision Manual Vol.1 Main Text
2 - 13
(3)
Design-Build Projects The DB Contract for infrastructure projects is a new scheme in the Philippines and should be implemented in accordance with the Guidelines and Standards for the Procurement and Implementation of Contracts for Design and Build Infrastructure Projects under IRR-A of RA 9184.
2 - 14
Road Project Management and Supervision Manual Vol.1 Main Text
Chapter 3
Implementing Organizations and Role of Entities
3.1 Organization of Central Office The DPWH is one of the three departments of the government undertaking major infrastructure projects. The DPWH is mandated to undertake (a) the planning of infrastructure, such as roads and bridges, flood control, water resources projects and other public works, and (b) the design, construction, and maintenance of national roads and bridges, major flood control systems and other infrastructure projects. The DPWH functions as the engineering and construction arm of the Government and responsible for the planning, design, construction and maintenance of infrastructure, especially the national highways, flood control and water resources development system, and other public works in accordance with national development objectives. The DPWH has its Central Office (CO) at Manila and 16 Regional Offices (ROs) and 182 District Engineering Offices (DEOs) throughout the country. Figure 3.1 illustrates the organizational chart of DPWH CO as of October, 2013. The Bureaus and Offices which are directly administrating and implementing projects as representative of the DPWH or which are providing major support services for the project implementation are shown in Table 3.1. The actual implementation of projects shall be done by the concerned DEO including the projects that are bid out and contracted by the ROs in accordance with applicable approved Department orders (DO 24, Series of 2007 Re: Amended Omnibus Levels of Authorities of Official of the DPWH and further amendments).
Road Project Management and Supervision Manual Vol.1 Main Text
3-1
3-2
Road Project Management and Supervision Manual Vol.1 Main Text
Design Management Division
Building Division
Bridge Division
Highways Division
Surveys and Investigation Division Water Project Division
Bureau of Design
Supply and Property Management Division Facilities Maintenance Division
Human Resource Management Division Capacity Development Division Cash Division
Human Resource and Administrative Service
Construction Support Services Division Project Monitoring Division
Pre-Construction Division Claims Review Division
Bureau of Construction
Management Division
Accounting Division
Budget Division
Financial and Management Servise
Figure 3.1
Road Condition Monitoring and Evaluation Division Policies and Standards Division National Building Services Division Safety and Disaster Management Coordination Division
Bureau of Maintenance
Environmental and Social Safeguards Division Statistic Division
Development Planning Division Project Preparation Division Programming Division
Planning Service
Stakeholders Affairs Division Public Informations Division
Equipment Planning Division Equipment Operation and Maintenance Division Floating Equipment Division
Bureau of Equipment
Internal Audit Service Operations Audit Division Management Audit Division
Research and Development Division Standards Development Division Materials Testing Division Technical Services Division
Bureau of Research and Standards
Project Development Division Project Implementation Supervision Division Project Operation and Maintenance Management Division
Public-Private Partnership Service
Consultancy Services Division Goods and Services Division
Civil Works Division
Procurement Service
Quality Systems Analyst Division Quality Compliance Division Road Safety Program Division Traffic Engineering Division
Bureau of Quality and Safety
Project Managers' Pool Road Management Division (Multilateral) Road Management Division (Bilateral) Bridge Management Division Flood Control Management Division Building and Special Projects Management Division
Unified Project Management Office
Stakeholders Relations Service
Organizational Chart of DPWH CO
District Engineering Offices (182)
Application Support Division Technology Support Division Business Innovation Division User Support Division
Information Management Service
Regional Offices (16)
Legislative Affairs and Research Division Right-of-Way Acquisition and Enforcement Division Contract Letting and Litigation Division
Internal Affairs Division
Legal Service
Office of the Secretary
Table 3.1 Project
Bureaus' Roles and Functions
Bureau/Office
Role / Function
Bureau of Construction
Technical Service on Development projects (New
Implementation
Construction, Up-grading and Rehabilitation) and Implementation Bureau of Maintenance
Technical Service on Maintenance projects/programs (Preventive Maintenance, Backlog Maintenance, Routine Maintenance and Emergency Maintenance)
Project Management
Implementation of Foreign-funded development
Office
projects (New Construction, Up-grading and Rehabilitation)*
Bureau of Quality and
Implements policies for the purpose of ensuring
Safety
the safety of all infrastructure facilities, securing the highest quality in construction.
Implementation
Planning Service
Technical services relating to public works and
Support
highways infrastructure, planning, programming
Services
and project development. Bureau of Research and
Identification of the appropriate standards to be
Standards
used and provision of guidelines and standards.
Bureau of Design
Supervises and review the results of field surveys. Review and evaluate the preparation of schemes, designs, specifications, estimates, tender contract documents.
*PMO is currently undertaking some locally-funded projects.
3.1.1 Bureau of Construction (BOC) The BOC reviews, evaluate programs, estimates, contracts, progress reports of the DPWH projects, as well as inspects, checks and monitor construction projects of the DPWH implementing offices and other agencies. The BOC has four (4) divisions per approved RATPLAN, namely: 1) Pre-construction, 2) Claims Review, 3) Construction Support Services, and 4) Project Monitoring. The BOC also implements projects beyond the limit of authority of the Regional Director with prior approval of the Secretary of DPWH.
Road Project Management and Supervision Manual Vol.1 Main Text
3-3
Figure 3.2
Organizational Chart of BOC
The BOC provides technical services on construction works in accordance with DO No. 95, Series of 20031 Re: Responsibilities of BOC and BOM, as follows: *
Formulate policies relating to construction and contract management;
*
Review and evaluate construction programs, estimates and other contract documents;
*
Inspect, check and monitor construction works supervision activities of field implementing offices to ensure that such activities are conducted in accordance with the DPWH standards and guidelines; and
*
Provide special support to implementing field offices on construction management and contract administration.
1
Latest issuance shall prevail.
3-4
Road Project Management and Supervision Manual Vol.1 Main Text
3.1.2 Bureau of Maintenance (BOM) The BOM is primarily tasked with the maintenance of the nation's infrastructures and also engaged in the continuous upgrading of the technical skill of its personnel through the conduct of relevant technical courses and seminars. Field inspections are also conducted to effectively monitor maintenance activities of the Regional and District offices.
Figure 3.3
Organizational Chart of BOM
The BOM provides technical services on the maintenance and repair of infrastructure and facilities in accordance with DO No. 95 Series of 2003 Re: Responsibilities of BOC and BOM, as follows: *
Formulate policies relating to maintenance of infrastructure and facilities;
*
Review and evaluate maintenance programs, estimate and other contract documents;
*
Inspect, check and monitor maintenance activities of field implementing offices to ensure that such activities are conducted in accordance with the DPWH standards and
Road Project Management and Supervision Manual Vol.1 Main Text
3-5
guidelines; and *
Provide special support to implementing field offices on maintenance management and contract administration.
3.1.3 Project Management Office (PMO)* The five (5) specialized clusters and the PMOs to be absorbed by each cluster are as follows: (1)
Bridges Management Cluster -
Foreign-Assisted Bridge Program (FABP-PMO)
-
Special Bridge Project (SBP-PMO)
(2)
Flood Control Management Custer -
Kalookan Malabon Navotas Valenzuela (KAMANAVA-PMO)
-
Major Flood Control Development Project 1 (MFCDP 1-PMO)
-
Major Flood Control Development Project 2 (MFCDP 2-PMO to include Laoag & Agno)
-
Cotabato Agusan River Basin Development Project (CARBDP-PMO)
-
Mt. Pinatubo Emergency (MPE-PMO)
-
Flood Control Sabo and Engineering Center (FCSEC-PMO)
(3)
Roads Management Cluster 1 (Bilateral) -
Road
Upgrading
Preservation
Project
-Philippine
Japan
Highway
Loan
(RUPP/PJHL-PMO -
Saudi Fund for Development (SFD-PMO)
-
Rural Road Network Development Project (RRNDP-PMO)
(4)
Roads Management Cluster 2 (Bilateral) -
Asian Development Bank (ADB-PMO)
-
National Road Improvement and Management (NRIM-PMO)
-
Millenium Challenge Corporation(MCC-PMO)
-
Korean Economic Development Cooperation Fund (KEDCF-PMO)
-
Urban Road Project Office (URPO-PMO)
(5)
Buildings and Special Projects Management Cluster (with National Building Code Development Component) -
Special Buildings (SB-PMO)
-
Comprehensive Agrarian Road Program/Rural Water System (CARP/RWS-PMO)
* As per DO No. 87, Series of 2013.
3-6
Road Project Management and Supervision Manual Vol.1 Main Text
Other PMOs not included in the above clustering are as follows: 1.
The PMO for Build-Operate and Transfer (BOT) is elevated into the Public-Private Partnership (PPP) under the approved RATPLAN.
2.
The functions of the PMO for Traffic Engineering and Management (TEAM) are transferred to the newly created Bureau of Quality and Safety (BQS).
3.
The functions of the PMO for Feasibility Studies are being subsumed under the Project Preparation Division, Planning Service.
3.1.4 Planning Service (PS) The PS provides technical services relating to public works and highways infrastructure, planning, programming and project development. Also provides technical assistance, support and coordination with other offices/agencies on matters relating to public works and highways, planning, programming and project development. The PS has four (4) divisions namely, 1) Programming Division (PD) ;2) Development Planning Division (DPD); 3) Infrastructure, Planning, Research and Statistics Division(IPRSD); and 4) Environmental, Social and Safeguard Office (ESSO).
Road Project Management and Supervision Manual Vol.1 Main Text
3-7
Figure 3.4
3-8
Organizational Chart of PS
Road Project Management and Supervision Manual Vol.1 Main Text
3.1.5 Bureau of Research and Standards (BRS) The BRS functions as follows: *
Conduct or sponsor technical research on conventional and marginal construction materials for roads, bridges, water resources and buildings to advance technology;
*
Coordinate and establish linkages with academe and other institutions on research and development;
*
Generate and souce funds for research and development activities;
*
Evaluate new construction materials/products/technologies introduced to government infranstructure projects including construction of pilot trials;
*
Promote, publish and disseminate technical publications and sponsor technical symposia;
*
Assist all DPWH testing laboratories on their materials testing requirements including assessment and development of their capabilities and laboratory facilities;
*
Formulate and recommend guidelines, standards, criteria and systems on new technologies for construction, rehabilitation, maintenance and improvement of all public works and highways;
*
Provide DPWH and its implementing office with technical assistance related to geotechnical engineering, field test requirements and other related technical services;
*
Accredit DPWH professionals, private testing laboratories, and other private firms and facilities engaged in DPWH projects and monitor compliance with accreditation requirements of Department; and
*
Coordinate with other government agencies relative to the conduct of geologic hazard mapping activities.
Road Project Management and Supervision Manual Vol.1 Main Text
3-9
Figure 3.5
Organizational Chart of BRS
3.1.6 Bureau of Design (BOD) The BOD conducts and supervises and/or review the results of field surveys for highways, bridges, flood control and water resources development systems, and other public works projects, including aerial, hydrographic, topographic, geotechnical and other investigations. It also conducts, supervises and/or reviews and evaluates the preparation of schemes, designs, specifications, estimates, tender contract documents covering architectural, structural, mechanical, electrical and other technical design aspects of highways, bridges, flood control and other public works projects of the DPWH and other agencies in accordance with current design standards, guidelines and specifications. The BOD provides technical assistance in the procurement and selection of firms or entities that shall undertake consultancy services for the conduct of detailed design of public works projects through participation in the technical evaluation aspects of the bidding/award process.
3 - 10
Road Project Management and Supervision Manual Vol.1 Main Text
Road Project Management and Supervision Manual Vol.1 Main Text
3 - 11
Hydrology Section
Flood Control & Urban Drainage Section Water Supply & Coastal Facilities Section
Geotechnical Section
Geology Section
Water Project Division
Engineering Surveys Section
Surveys and Investigation Division
Figure 3.6
Substructure Section
Superstructure Section
Bridge Hydraulics Section
Bridges Division
Organizational Chart of BOD
Pavement Section
Highway Drainage & Slope Protection Section
Geometric Section
Highways Division
Office of the Director
Office of the Director
Mechanical & Electrical Section
Structural Section
Architectural & Sanitary Plumbing Section
Buildings Division
Design Policies & Standards Development Section
Design Compliance Monitoring & Evaluation Section
Design Management Division
3.1.7 Bureau of Quality and Safety (BQS) To formulate and implement policies for the purpose of ensuring the safety of all infrastructure facilities, securing the highest efficiency and quality in construction through checking of compliance with approved plans and specifications, and establish and implement traffic engineering policies through analysis and evaluation of traffic data.
Figure 3.7
3 - 12
Organizational Chart of BQS
Road Project Management and Supervision Manual Vol.1 Main Text
3.2 Organizations of RO and DEO Sixteen (16) ROs and 182 DEOs under four (4) Undersecretaries administrate and manage infrastructure projects of the DPWH throughout the country These ROs and DEOs are responsible for the management, construction supervision and maintenance of the national roads under their administration. The RO is headed by the Regional Director while the DEO by the District Engineer. The RO and the DEO shall be responsible for planning and implementation of the project within the following limit in accordance with DO No. 24, Series of 2007.
Table 3.2
Limits of Authority
Office Regional Director
Limit Approval of program of works and agency estimate, conduct public bidding, approve contracts costing up to P200M*
District Engineer
Approval of program of works and agency estimate, conduct public bidding, approve contracts costing up to P50M*
*As per Memorandum Order dated January 26, 2009
Moreover, the ROs can implement a project exceeding the above limit if there are no appropriate PMOs with prior approval of authority by the Secretary. Figures 3.8 and 3.9 show typical organizational charts of RO and DEO, respectively.
Road Project Management and Supervision Manual Vol.1 Main Text
3 - 13
Organizational Chart of RO Figure 3.8 3 - 14
Road Project Management and Supervision Manual Vol.1 Main Text
Figure 3.9
Organizational Chart of DEO
.
Road Project Management and Supervision Manual Vol.1 Main Text
3 - 15
3.3 Organizations for Construction Supervisions 3.3.1 For Foreign-funded Projects through International Competitive Bidding (ICB) (1)
Employment of Consultants for Construction Supervision The DPWH shall employ Consultants for construction supervision in accordance with the Terms of Reference (TOR) and in consonance with the project appraisal mission of development partners. The DPWH awards contract for consultancy services, including staff assignment, in accordance with the proposal submitted by the Consultant and evaluated by the DPWH. The typical staff assignment schedule and organizational chart for the construction supervision of a a foreign-funded project are shown in Figures 3.9 and 3.10, respectively. POSITION
NAME
FIRM
Man-Months 2005 2006 for A S O N D J F MAM J J A S O N D J F MAM J J A S O 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 Construction Construction Period 720 days (24 months)
Final Acceptance
Supervision Stage
A. International (Key Staff) 1. Project Manager
25.00
2. Sr. Highway Engineer
e pl
am Ex
3. Sr. Structural Engineer 4.
Geotechnical Engineer for Slope Protection Works Sub-Total
11.00 8.00 1.00 45.00
B. National (Key Staff) 1. Deputy Project Manager
25.00
2. Sr. Highway Engineer
10.00
3. Quantity / Sr. Cost Engineer
24.00
4. Materials Engineer
20.00
Sub-Total
79.00
C. National (Support Staff) Civil Engineer / Inspector A (road) Civil Engineer / Inspector B 2. (structures) Civil Engineer / Quantity 3. Surveyor 1.
24.00 16.00 24.00
4. CAD Operator
6.00
5. Secretary
25.00
6. Encoder
12.00
7. Utility-man / Messenger
25.00 132.00 256.00
Sub-Total Total Pre-construction Stage Supervision Stage Assignment of International Consultants Assignment of National Consultants Issuance of Notice to Proceed
LEGEND:
Source: PJHL/DPWH
Figure 3.10
Typical Assignment Schedules of Consultants
The Consultant shall employ technical support staff (Inspectors, Laboratory Technicians, CAD Operators) and administrative staff (Secretary, Encoder and Office
3 - 16
Road Project Management and Supervision Manual Vol.1 Main Text
Road Project Management and Supervision Manual Vol.1 Main Text
)
Source: PJHL/DPWH
Figure 3.11
- Material Engineer - Laboratory Technician A - Laboratory Technician B - Laboratory Aides ( x 4) - Clerk Typist / Encoder ( x 1) - Labor / Utility Man (x 3)
LABORATORY OPERATION TEAM
For: - All materials - Quality control - Field subsoil investigations
(
Materials Engineer
- Secretary - Encoder - CAD Operator - Utility-man / Messenger
ADMINISTRATIVE SUPPORTING STAFF
JICA
)
)
(
)
)
For: Drawings & design check assistance
(
)
(
- Civil Engineer Aide A - CAD Operator
e pl
(
)
- Civil Engineer Aide B
SURVEY STAFF / AIDE
(
Civil Engineer / Quantity Surveyor
)
Sr. Quantity /Cost Eng.
am Ex
)
Sr. Structural Engineer
For: - All cost and quantities - PCCP Construction - Miscellaneous and Minor Structures
SURVEY STAFF / AIDE
Civil Engineer / Inspector B
For: - All bridges - Major Damaged Areas
(
)
For: PCCP, ACP For: Bridges Note: Short-term experts
(
Sr. Highway Engineer
Sr.Engineer In Charge of Bridges/Major Structures
For: - Overall construction supervision - Project safety & EMP
For overall project management
DPWH Regional Office (Region VII)
LEGEND DPWH / PMO Foreign Consultant Local Consultant Local Consultant From Contractor For: Major duties and works in charge ( ) Name to be filled
Typical Organizational Chart of Consultants for Construction Supervision
- Geodetic Engineer - Instrument Man A - Instrument Man B - Survey Aides ( x 4) - Rodman ( x 2) - Labor (x 2)
SURVEY TEAM
(
Civil Engineer / Inspector A
For: - Alignment - Drainages - PCCP, ACP - All formation levels & dimensions check
(
Sr. Highway Engineer
)
Deputy Project Manager / Resident Engineer
(
Project Manager
PM/PE
PJHL-PMO (Director)
DPWH Head Office
Assistant) for the construction supervision and office operation in accordance with the
contract with the Employer. The Consultant will control and utilize survey and laboratory
supplies in accordance with civil works contract.
3 - 17
(2)
Duties and Responsibilities of Consultants The duties and responsibilities Consultants are, but not limited to, the following: Table 3.3
Position
Category
Project
IN
Manager (PM)
Deputy Project
N
Manager (Dep.PM)/ Resident Engineer (RE)
Supervision
IN and/or
Engineer
N
(Highway)
Duties and Responsibilities of Consultants (1/2) Duties and Responsibilities -
Overall project implementation management (cost, progress, quality and safety/environment) - Overall management of construction supervision to ensure that works are implemented in accordance with the Contract and specified quality. - Issue certification, approval, recommendations, instructions and acceptance of works, payment and valuation of claims (time, cost, etc) - Maintain good coordination and harmonious relationship with the DPWH, local authorities and funding institutions. - Monitor and review the schedule as required and prepare guidance for the key staffs and Contractors - Supervise the preparation of required reports for their timely submission - Preparation of disbursement schedule for both foreign and local currencies - Assist the PM in the overall project management - Construction supervision including work progress, quality, quantity, cost and safety - Check and approve Contractor’s work plan and schedule. - Maintain good coordination harmonious relationship with local authorities - Monitor Environmental Management Plan (EMP), public relations and traffic control - Assist the RE in the construction supervision including monitoring of work progress, quality, quantity, cost and safety control - Supervise As-stakesurvey and As-staked Plan preparation - Conduct full-time inspection of road and pavement works - Ensure that the works are in accordance with the plans and Specifications - Assist the RE in the review of Contractor’s working drawings and documents relating to road, pavement, drainage and other works - Review and evaluate Contractor's payment certificates pertaining to road construction - Assist the RE in the evaluation of any claim or variation order relating to road construction - Assist the RE in the preparation of progress and other needed reports
Legend: IN: International Expert, N: National Expert, IN and/or N: International and/or National Expert.
3 - 18
Road Project Management and Supervision Manual Vol.1 Main Text
Table 3.3
Duties and Responsibilities of Consultants (2/2)
Position
Category
Duties and Responsibilities
Supervision
IN and/or
-
Engineer
N
(Bridge/
-
Structures)
-
Quantity
N
Engineer
-
Accredited
N
Materials
-
Engineer -
Inspector
N
-
-
Assist the RE in the construction supervision including monitoring ofwork progress, quality, quantity, cost and safety control Conduct full-time inspection of structural works Assist the RE in the review of Contractor’s working drawings (shop-drawings) and documents relating to structures Ensure that the works are in accordance with the plans and Specifications Review and evaluate Contractor's payment certificates pertaining to structural works Assist the RE in the evaluation of any claim or variation order relating to structural construction Assist the RE in the preparation of progress and other needed reports Conduct quantity measurements for acceptable work Check and review monthly statements to validate actual quantities of acceptable work for payment Check record and evaluate claims (time, cost, etc) and make recommendations Assist the PM and the RE in the review of all payment certificates, claims for extra works and variation orders. Assist the RE in the preparation of progress reports and other reports Assist the PM and the RE for final quantity and payment Supervise the Contractors in setting-up the field laboratory and testing facilities Understand and familiarize with the guidelines and procedures for material testing and quality control guidance Ascertain that all materials incorporated into the work passes the requirements Supervise all samplings and tests at site and laboratory Advise the PM on the acceptance or rejection of construction materials based on test results Recommend corrective measures for unsatisfactory condition of materials Check and certify design mixes prepared by Contractors for concrete and bitumen mixtures Responsible for the proper operation of field laboratory Keep daily record of quality control activities Submit required test and other pertinent reports Assist the RE and other engineers in the construction supervision including monitoring of work progress, quality, quantity, cost and safety control Conduct full-time inspection of construction activities Ensure that the works are in accordance with the plans and Specifications Inform the concerned supervisor in case there are deviations from approved plans and specifications Conduct and monitor daily activities including weather conditions and maintain a dailyrecord of construction activities
Legend: IN: International Expert, N: National Expert, IN and/or N: International and/or National Expert.
Road Project Management and Supervision Manual Vol.1 Main Text
3 - 19
The Consultant shall employ accredited Materials Engineer (ME) as per D.O. No.42, Series of 2006 subject to the limits of assignment described in Table 3.7. The Contractor may assign a non-accredited ME to every DPWH project costing below P1Million. Renewal of Certificate of Accreditation is required for Contractor’s and Consultant’s MEs after three (3) years from the date of issue. The concerned ME shall not be connected with any government office. A certification signed by the Head or Administrative Officer that the concerned ME is no longer connected with the government office is necessary.
3.3.2 For Locally and Foreign-funded Projects through Local Competitive Bidding (LCB) The construction supervision for locally and foreign-funded projects is mostly conducted thru Force Account ( By Administration). The Head of the Implementing Office shall organize the construction supervision team before or upon approval of the Contract and the issuance of Notice to Proceed. The composition of the team will vary depending on the type of construction and size of the project. A typical organizational chart of the team is shown below. DISTRICT ENGINEER
ASSISTANT DISTRICT ENGINEER
CHIEF, CONSTRUCTION
CHIEF MATERIALS QUALITY
SECTION
CONTROL SECTION
PROJECT ENGINEER
M ATERIALS ENGINEER
RESIDENT ENGINEER/PROJECT INSPECTOR
M LT/LAB AIDE UTILITY M AN ENCOER/CLERK
GEOMETRIC CONTROL
UTILITY MAN DRIVER CLERK
Figure 3.12
Typical Organizational Chart for Construction Supervision of Project conducted thru Force Account
3 - 20
Road Project Management and Supervision Manual Vol.1 Main Text
(1) Limits of Assignments of DPWH Engineers Only accredited Project Engineer (PE) and Project Inspector (PI) (as per DO. No. 73, Series of 1998) and Materials Engineer (as per DO 42, Series of 2006) shall be assigned to supervise the project in accordance with the following limitations: Table 3.4
*Limits of assignment of Project Engineer and Project Inspector
Classification
Limit of Assignment
Project Engineer III:
- No limit.
Project Engineer II:
- Projects being implemented simultaneously do not exceed P50.0 M in cost
Project Engineer I:
- Projects being implemented simultaneously do not exceed P20.0 M in cost
Project Inspector II:
- Assist the Project Engineer III or II in the implementation of assigned project
Project Inspector I:
- Assist the Project Engineer I in the implementation of assigned project
*Per DO no.73, Series of 1998
Table 3.5 Classification Materials Engineer II:
*Limits of Assignment of Materials Engineer Limit of Assignment One (1) project, no cost limit, or Two (2) projects located within the same province with an aggregate cost of P10Million, but not more than P30Million
Materials Engineer I:
One (1) project costing not more than P100Million, or Three (3) projects located within the same province with an aggregate cost of P1Million, but not more than P3Million
*Per DO No. 42, Series of 2006
(2)
Duties and Responsibilities of Project Engineer, Materials Engineer and Project Inspector Their duties and responsibilities are as follows:
Road Project Management and Supervision Manual Vol.1 Main Text
3 - 21
Table 3.6
*Duties and Responsibilities of Project Engineer
Classification Project Engineer
Duties and Responsibilities a. In charge of the overall planning and control of the project. b. Ensure that materials and workmanship are at all times in accordance with plans and specifications. c. Ensure that inspections and tests are carried out promptly and timely. d. Witnesses critical activities of the project. e. Check and verify physical and financial status of the project. f. Check and verify statement of work accomplished. g. Approve concrete pouring permit. h. Issue work suspension orders and other site instructions. i. Prepare proposed Change Order, Extra Work Order or Supplemental Work Agreement, when necessary. j. Maintain and/or update field documentation such as log book, plans and programs of work, schedules, S-curve, laboratory test results, etc. k. Resolve problems encountered in the implementation of the project l. Coordinate with the Project Directors/District Officer/Local Government Units/ NGOs and other coordinating officers in the project implementation. m. Submit monthly physical and financial report.
*Per DO No. 73, Series of 1998
Table 3.7
*Duties and Responsibilities of Project Inspector
Classification
Duties and Responsibilities
Project Inspector
a. Assist the PE in the overall direction and supervision of the field operation. b. Ensure that the works being inspected are in accordance with the plans and specifications. c. Witness critical activities of the project. d. Notify the Project Engineer in case there are deviations from the approved plans and specifications. e. Conduct and monitor daily activities including weather conditions and maintain a logbook to record such activities. f. Prepares and submit statement of work accomplished g. Prepare and submit physical/financial status to the Project Engineer. h. Carry out instructions/orders of the Project Engineer.
*Per DO No. 73, Series of 1998
3 - 22
Road Project Management and Supervision Manual Vol.1 Main Text
Table 3.8
*Duties and Responsibilities of Materials Engineer
Classification
Duties and Responsibilities
Materials Engineer
a. Ascertain that all materials incorporated into the work pass the requirements of the DPWH Standard Specifications for Highways, Bridges and Airports Vol. II and to strictly comply with the schedule of Minimum Testing Requirements. b. Advice the Project Engineer on the acceptance or rejection of construction materials intended for use in the project based on test results. c. Responsible for the sampling, testing, inspection and submission of data and to fully acquaint himself with the standard procedures of the same. d. Recommend to the Project Engineer remedial measures for the correction of unsatisfactory conditions of materials. e. Prepare design mixes for concrete and bituminous mixtures. f. Ensure that the field laboratory is adequately equipped so that the progress of the work will not be impeded to laboratory testing and that non-performance of tests should not be a cause of delay in the prosecution of the work. g. Keep record of the daily activities ready for inspection anytime. h. Submit within the required time frame test reports and other pertinent papers to the Regional/District Engineering Office concerned. i. Recommend corrective measures to improve the quality of completed works. j. Recommend acceptance of completed works.
*As per DO No. 42, Series of 2006
3.4 Administrative Penalties/Sanctions In accordance with DO No. 193, Series of 1992 regarding “Liability of Contractors and Sub-Contractors including Public Officials for violations of Presidential Decree (PD) No. 1759”, any public official who, by reason of the duties of his office, shall consent, or through abandonment or negligence, permit the Contractor or Sub-Contractor to violate any material provisions of contracts involving public works projects, either as to materials, quality and quantity of work, resulting to the prejudice of the government, shall suffer the penalty of from twelve (12) years to life imprisonment and perpetual disqualification to hold office. In accordance with the Department Memorandum dated January 19, 2004 regarding “Additional Guidelines on the Imposition of Administrative Sanctions on Erring DPWH Officials and Employees Involved in Project Implementation and Processing of Project
Road Project Management and Supervision Manual Vol.1 Main Text
3 - 23
Documents”, sanction shall be imposed on the PE and PI if in any of the given reporting period: (a) He fails to initiate calibrated actions (in accordance with DO 102, Series of 1988) on a project/projects under his supervision with a negative slippage; and (b) He gets ten (10) points or greater based on the values shown below. Table 3.9
Points against Negative Slippage
Slippage
Points 1 Project
2 Projects
3 Projects
5%-10%
-
5
10
11% - 15%
5
10
15
>15%
10
15
20
The calibrated actions shall be as follows: 1st Offense:
Reprimand
2nd Offense:
Suspension for six (6) months
3rd Offense:
Suspension for one (1) year
3.5 Authorities of DPWH Officials It is the Government’s policy that the exercise of authorities with corresponding accountabilities in the DPWH shall be decentralized to the extent possible, especially in the implementation of infrastructure projects and the delivery of frontline services. The levels of authorities are grouped based on the DPWH project cycle and functions and services of the offices in DO No.24, Series of 2007 “Amended Omnibus Levels of Authorities of Official of the DPWH, as follows: i)
Planning
ii)
Environmental and Social Aspects
iii) Design iv) Land Acquisition and Infrastructure Right of-Way v)
Procurement
vi) Contract Management vii) Infrastructure Maintenance viii) Quality Control ix) Human Resources
3 - 24
Road Project Management and Supervision Manual Vol.1 Main Text
x)
Financial Resources
xi) Equipment and Properties (Other than Real Estate). The authorities being delegated to the DEO engineers shall also apply to Heads of Sub-District Engineering Offices who have been designated as such by the Secretary.
3.7 Reforms in DPWH The DPWH has faced institutional challenges in carrying out its mission on good governance supported by high moral and ethical standards. In line with this, the DPWH has implemented Anti-Corruption Program to address corruption and institutionalize reforms as follows: (1)
Quality Assurance 1.
Quarterly assessment or quality audit by the Quality Assurance Unit (QAU) of on-going and completed construction and maintenance projects to check compliance with the approved plans and specifications.
2.
Quarterly assessment by the Performance Evaluators accredited by Construction Industry Authority of the Philippines (CIAP) to evaluate performance of a contractor’s specific kind of projects using the Constructors’ Performance Evaluation System (CPES) guidelines.
3.
The DPWH through the Bureau of Research and Standards (BRS) is continuously undertaking the accreditation of DPWH Project Engineers and Inspectors including the Materials Engineers of Contractors and Consultants in order to ensure that only competent engineers will be assigned to DPWH projects.
4.
The BRS-DPWH is continuously undertaking the accreditation of private testing laboratories to augment the testing capability of its Regional and District Offices.
5.
Accreditation of concrete and asphalt batching plants by the BRS/DPWH to ensure that only concrete and asphalt mixes of the highest quality will be used in the DPWH project.
6.
Compliance to the provisions of pertinent Department Orders and Administrative Issuances by all implementing offices of the DPWH relative to materials and construction quality control.
7.
A sanction mechanism was put in place to penalize the project implementors noted with unsatisfactory performance; and the contractors were encouraged to report to the DPWH Integrity Board any corrupt practices in project implementation.
Road Project Management and Supervision Manual Vol.1 Main Text
3 - 25
(2)
Project Implementation 1.
Project monitoring system to track slippages of project accomplishment was strengthened.
2.
Project Advisory and Management System (PAMS), an inter-agency group to ensure the immediate resolution of problems and issues in project implementation was created.
3.
Documents Tracking System (DoTS) to track status of all contract related documents was put in place.
4.
Executive Information System to provide instant information that needs urgent attention by top management was put in place.
5.
Guidelines to check the performance of implementing offices and the corresponding sanction mechanism for unacceptable performance was developed.
6.
Payment System through the use of the electronic New Government Accounting System (eNGAS) was adopted.
7.
Job rotation of personnel to avoid camaraderie with Contractors shall be a continuing process.
(3)
Document Tracking System (DoTS) In line with the Department’s thrust to fast track the completion of projects and to be transparent in its operation, all offices involved in the processing of documents on the procurement and implementation of local anf foreign-assisted civil works undertaken shall utilize the DoTS (per DO No. 273, Series of 2003, DO No. 32, Series of 2004 and DO No. 159, Series of 20042.
2
Latest issuance shall prevail
3 - 26
Road Project Management and Supervision Manual Vol.1 Main Text
Chapter 4 Procurement 4.1 Bids The bid documents are documents issued by the DPWH to provide the prospective bidders all necessary information to prepare their bids. These bid documents are prepared in accordance with Volume III-DPWH Manual of Procedures for the Procurement of Locally-funded Infrastructure Projects through public bid of DPWH Procurement Manual (DPM) together with procurement guidelines of the funding institutions in case of foreign-funded projects. The bid documents shall consist of the following: Table 4.1 Part Part I:
Part II:
Bid Documents
Section
Section Title
Section I
Invitation to Apply Eligibility and to Bid
Section II
Eligibility Requirements
Section I
Instruction to Bidders including documents comprising the Bid
Section II
Bid Data Sheets
Section III
General Conditions of Contract
Section IV
Special Conditions of Contract
Section V
Specifications (Standard Specifications and Special Provisions)
Section VI
Plans and Drawings
Section VII
Bill of Quantities and Unit Price Analysis
Section VIII
Forms
The bid documents become part of the contract documents. As such, these should be well kept and handed over to the Engineer. A checklist of bid documents is shown below:
Road Project Management and Supervision Manual Vol.1 Main Text
4-1
Checklist of Bid Documents (1/3)
4-2
Road Project Management and Supervision Manual Vol.1 Main Text
Checklist of Bid Documents (2/3)
Road Project Management and Supervision Manual Vol.1 Main Text
4-3
Checklist of Bid Documents (3/3)
Note: Entries on appropriate spaces provided, e.g. costs, percentages and other information that may be required are subject to change in the light of official issuances such as Department Orders, Office Orders etc.
4-4
Road Project Management and Supervision Manual Vol.1 Main Text
4.2 Contract 4.2.1
Contract Documents
The contract documents are legal documents on which the project management and construction supervision are relied. The Contract is the agreement between the DPWH and the Contractor to execute, complete, and maintain the Works. It consists of the Agreement itself and all documents that form part as written in the GCC. Among others are the following: Table 4.2
List of Contract Documents
Category A. The Contract:
Title of Documents 1) Contract Agreement 2) Documents forming part of Contract Agreement a) Bidding
1. General Conditions of Contract
Documents for
2. Special Conditions of Contract
the Contract
3. Drawings/Plans 4. Specifications 5. Invitation for Apply Eligibility and to Bid 6. Instruction to Bidders 7. Bid Data Sheet 8. Bid Bulletins (Addenda)
b) CONTRACTOR’s Calculated Bid in the Form of Bid including its Technical and Financial Proposals c) CONTRACTOR’s Letter of Intent for Eligibility and Contractor’s Information from the DPWH Registry d) Notice of Award of Contract and the CONTRACTOR’s “Conforme” e) Performance Security f) Credit Line or Cash Deposit Certificate g) PERT/CPM diagram and bar chart with S-curve B. Supporting
1) Approved Program of Work
Documents for the
2) Obligation Slip
Contract
3) Certificate of Availability of Fund 4) Abstract to Bid as Calculated 5) Approved BAC Resolution declaring the LCRB and Recommending Award
The documents in items (1) and (2)-a) to (2)-c) above shall be provided by the DPWH and those in items (2)-d to (2)-g shall be submitted by the winning bidder within ten (10) calendar days from the date of its receipt of the Notice of Award.
Road Project Management and Supervision Manual Vol.1 Main Text
4-5
The documents forming the Contract are to be taken as mutually explanatory of one another. For the purpose of interpretation, the Contract documents shall be interpreted in the following order of priority: (a) Contract Agreement (if any) (b) The Letter of Acceptance (c) The Tender (d) The Particular Conditions (e) The General Conditions (f)
Specifications1
(g) Drawings (h) Any other document listed in the SCC as forming part of this Contract. There are many other documents which are part of Contract documents as listed in the next page and those documents should be compiled in a file or book to avoid lost or misplacement. If an ambiguity or discrepancy is found in the documents, the Engineer shall issue any clarification or instruction.
1
The Specification means the DPWH Standard Specifications for Highways, Bridges and Airports Vol. II 2013 Edition. Modifications to Standard Specifications shall be in the form of Special Specifications to be mentioned in the Special Provisions which is part of the Bid Documents.
4-6
Road Project Management and Supervision Manual Vol.1 Main Text
Checklist of Contract Documents and Supporting Documents
Road Project Management and Supervision Manual Vol.1 Main Text
4-7
4.2.2
Subcontract/Sublease
A Subcontractor is any person or organization who has subcontracted a part of the work from the main Contractor as approved by the Employer. No Contractor shall subcontract any portion of work without prior approval of the Secretary in accordance with DO No. 70, Series of 2004 2. In no case, shall subcontracting be allowed for more than fifty percent (50%) of the value of project. Subcontracting of any portion of the Works does not relieve the Contractor of any liability or obligation under the Contract. The Contractor shall be responsible for the acts, defaults, and negligence of any subcontractor, its agents, servants or workmen as fully as if these were the Contractor’s own acts, defaults, or negligence, or those of its agents, servants or workmen.
4.3 Facilities and Land Acquisition 4.3.1 (1)
Facilities for the Engineer Field Office and Laboratory In general, the Contractor shall provide facilities for the Engineer as specified in
the Special Provisions Part A of the Special Specifications. Facilities shall include: *
Temporary Field Office, Laboratory, Living Quarter
*
Combined Field Office, Living Quarters and Laboratory Building
*
Furniture, Fixtures and Appliance for these facilities
The Implementing Office shall identify a site intended for the construction of buildings and facilities such as combined field office, laboratory, living quarter buildings and other facilities in accordance with DO No. 08, Series of 20063. The construction of buildings on a property other than DPWH-owned should be covered by a Memorandum of Agreement (MOA) to be approved by the DPWH Secretary or Undersecretary for Administration. The MOA shall provide a provision allowing the DPWH the use their property free of charge until the completion of the project and shall be turned over to the lot owner without cost after completion of the project. If it is more economical and reasonable, the Contract would provide the Engineer’s office on a rental basis. The Contractor shall rent, operate and maintain one (1) unit of combined field office building and materials testing laboratory and a separate building 2 3
Latest issuance shall prevail. Latest issuance shall prevail
4-8
Road Project Management and Supervision Manual Vol.1 Main Text
for the living quarter, including all necessary electricity, water, drainage, sanitary facilities and telephone services for the use of the Engineer and his staff. (2)
Vehicles and Other Equipment The Contractor shall provide, operate and maintain the following: -
Service Vehicles
-
Communication Equipment and Cellular Phones
-
Laboratory Testing Equipment, Apparatus and Publications
-
Progress Photographs
-
Survey Equipment and Apparatus
-
Office Computers
-
Survey and Laboratory Operation Aids.
The specified facilities provided by the Contractor and paid by the Government shall be turned over to the Government upon completion of the project.
4.3.2
Right-of-Way Acquisition
Acquisition of real property shall be governed by Republic Act (RA) No. 8974, entitled "An Act to Facilitate the Acquisition of Right-of-Way Site or Location for National Government Infrastructure Projects and for Other Purposes". "Right-Of-Way (ROW)" refers to the overall width along the road alignment of proposed works with regard to the area of land that must be cleared before the works are commenced. Parcellary survey will be conducted to identify the specified area, land title, land owners and cost required for ROW acquisition and resettlement. The Implementing Office is responsible for ROW acquisition before commencement of the Works. Unless otherwise specified in the Contract, the Implementing Office shall provide access to and possession of the site including special and/or temporary right-of-way which are necessary for the Works. The Contractor shall obtain, at his own risk and cost, any additional rights of way or facilities outside the site which he may require for the purposes of the Works.
4.3.3
Possession of Site
Prior to commencement of works, the implementing Office shall issue the Contractor in writing the possession of site, specifying the relevant stations of the project as maybe required to enable him to proceed with the execution of the works. If the Contractor suffers delays or incurs delay or incurs cost from failures on the part of the Implementing Office to give possession of such site, it shall give the Contractor a contract
Road Project Management and Supervision Manual Vol.1 Main Text
4-9
time extension and certify such reasonable sum to cover the cost incurred.
4.3.4
Relocation of Utilities
Though the Contractor is responsible for identifying utilities affected by the Works, the Engineer should confirm the locations of these utilities, if such are not shown in the contract documents. These include: *
Electricity Authority (power lines, cables, pylons, etc.)
*
Water (pipes, irrigation channels, etc.)
*
Sanitation and
*
Telecommunication.
The Engineer shall coordinate and assist the Contractor and the concerned agencies in the relocation of these utilities prior to commencement of any works.
4.4 Performance Security and Insurance 4.4.1
Performance Security
The Contractor shall obtain at his own cost a Performance Security to guarantee his faithful performance performance to complete the project on time. This shall be submitted to the Implementing Office not later than the date specified in the Letter of Acceptance and shall be issued in an amount and form as specified in the Special Conditions of Contract, and denominated in the currency in which the contract price is payable. The Performance Security shall be valid up to the date of acceptance of the project. The validity of the Performance Security shall be from the date of Contract signing up to the final acceptance of the project wherein the warranty period shall have commenced. At the Contractor’s option, the Performance Security is to be in any of the following forms: *
Cash, Cashier’s Check, Bank Draft or Irrevocable Letter of Credit in the amount equivalent to five percent (5%) of the contract price
*
Bank guarantee in the amount equivalent to ten percent (10%) of the contract price.
*
Surety bond in the amount equivalent to thirty percent (30%) of the contract price callable upon demand issued by any reputable Surety or Insurance company; and
*
Any combination of the above
The Performance Security shall be released by the Implementing Office after issuance of the Certificate of Acceptance, provided that there are no claims for labor and materials filed against the Contractor or the Surety company and provided further that the Contractor should have submitted the warranty security.
4 - 10
Road Project Management and Supervision Manual Vol.1 Main Text
The Performance Security shall bear the provision: “The right to institute action on the penal bond pursuant to RA No. 3688 of any individual firm, partnership, corporation and association supplying the contract with labor and materials for the prosecution of the work is hereby acknowledged and confirmed.”
4.4.2
Contractor's All Risk Insurance (CARI)
The Contractor shall, under DPWH name and at his own expense, obtain and maintain for the duration of the Contract. The Contractor shall provide evidences to the Engineer that the insurance required under the Contract has been effected and shall, within a reasonable time, provide copies of the insurance policies to the Engineer. The Contractor shall notify the Insurers of changes in the nature, extent, or program for the execution of the Works and ensure the adequacy of the insurance at all times in accordance with the terms of the Contract and shall submit to the Implementing Office the insurance policy in-force including receipts for payment of current premiums. If the Contractor fails to obtain and keep in-force any insurance and pay such premiums as maybe necessary for the purpose, the Implementing Office shall obtain and keep in-force the same and shall be deductable from the Contractor’s collection(including extra expenses in securing insurance coverage).
4.5 Notice to Proceed (NTP) The Implementing Office shall issue the NTP together with a copy or copies of the approved Contract to the successful bidder within three (3) calendar days from the date of approval of the Contract by the appropriate government approving authority. However, for infrastructure projects with an Approved Budget for the Contract (ABC) of fifty (50) million and below, the maximum period is two (2) calendar days. All notices called for by the terms of the Contract shall be effective only at the time of receipt thereof by the successful bidder. If the effectivity date is provided in the Notice to Proceed by the Implementing Office concerned, such date shall not be later than seven (7) calendar days from issuance thereof4.
4
As per amended GPPB Resolution No. 014-2006 dated 20 July 2006.
Road Project Management and Supervision Manual Vol.1 Main Text
4 - 11
Chapter 5 Public Information, Road Safety and Environmental Management 5.1 Public Information System Since 2007, the DPWH has launched the "Bantay Lansangan" (Roadwatch), a partnership that seeks to mobilize a multi-sectoral group composed of private stakeholders, non-government organizations and development partners to work with the DPWH and other government stakeholder agencies. This is aimed at enhancing the delivery of quality national road services responsive to user's needs and satisfaction, through more efficient and transparent use of public resources. For excellent service delivery and total public satisfaction, the Public Information Division (PID) of DPWH responds to queries, complaints, concerns, and other needs of external stakeholders to include road users, civil society groups, non-governmental organizations, development partners, the academe, other government agencies, etc. The PID is mandated to develop and implement the DPWH development communication program to ensure that policies, plans, programs, and activities be known to the public. Likewise, it is the office responsible in providing information and quick-response action to the issues, concerns, problems, and queries regarding the DPWH. The major functions of Public Information Officer in relation with project implementation are: *
Develop a communications program to ensure that policies, plans and activities of the DPWH be known to the public;
*
Supervise the preparation of information materials, reports, briefing materials, photo exhibits in line with the communication program;
*
Act or provide answers to issues/problems brought about by the media;
*
Receive public complaints, problems, and queries and provides direct and quick-response to the general public needs;
*
Establish a data bank for all the relevant data and information to the media, researchers, non-governmental organizations and the general public about the plans / on-going activities and accomplishments; and
*
Provides information on projects, road infrastructure, travel conditions, administration.
Road Project Management and Supervision Manual Vol.1 Main Text
5-1
The DPWH has been improving its continuing feedback monitoring system on matters concerning the DPWH projects and others through its webpage and the Short Messaging System (SMS) technology in reaching out to citizens and communities for feedback and resources mobilization.
5.2 Relations with Local Communities and Road Users The Engineer shall monitor the Contractor’s relations with local communities and road users. In setting up and during operation of his plant and facilities, the Contractor shall at all times bear in mind and to the extent practicable minimize the impact of his activities on the existing communities. Where communities are likely to be affected by major activities such as road widening or the establishment of a camp, quarry, extensive road closure or detour, he shall liaise closely with the concerned communities and their representatives. The Contractor should organize periodic or at-required basis meetings to provide project information, resolve issues and claims and minimize impacts on local communities. The Engineer should enhance communication capacity with local communities and public. For the safety and convenience of the public and road users, the Contractor shall erect and maintain as required by conditions prevailing at the site and progress of the works, all reasonable safeguards for safety and protection. It shall include all danger signs and other warnings against hazards. The Contractor shall install and maintain traffic
control
information
boards
bearing
location of detours and one-way control, type of work, period of traffic control at several strategic points as approved by the Engineer for public and road users. Figure 5.1
Figure 5.2
5-2
Project Information
Traffic Control Information
Road Project Management and Supervision Manual Vol.1 Main Text
5.3 Road Safety 5.3.1 Road Safety Program Road safety is one of the primary concerns of the government. The DPWH implements road safety program to develop technical standard, policies and procedures for the safety of road users and minimize traffic accident. Table 5.1
Safety Programs
Safety Output 1.
Safety Projects
Activities Installation and operation of traffic signals, advanced traffic management systems, surveillance devices and vehicle weighing devices, etc.
2.
Road Safety Education Public information dissemination. and Training
3.
Road Management
Safety Professional services necessary to undertake accident reduction studies design and implement remedial treatments including design of traffic safety devices.
The DPWH has developed a computerized accident data system called as the Traffic Accident Recording and Analysis System (TARAS). It incorporates the collection, storage, retrieval and analysis of traffic accident data. TARAS is a text and graphic data entry and statistical query system that provides access to accumulated traffic accident information occurring on national roads throughout the country. TARAS Reporting and Analysis Module are used to query and report on traffic accident information stored within the TARAS database. Reporting and Analysis is the core module that makes TARAS a powerful tool in Traffic Accident Analysis.
Figure 5.3
Traffic Accident Recording and Analysis System (TARAS)
Road Project Management and Supervision Manual Vol.1 Main Text
5-3
TARAS identifies blackspots and the concerned office conducts Accident Blackspot Investigation and recommends treatment or proposals. The Engineer should obtain this information and utilize it for the safety in the project.
5.3.2 Road Safety Manual The DPWH has four (4) technical manuals and two (2) handbooks 1 on road infrastructure safety as listed below: Table 5.2
Road Safety Manual and Handbook
1. Road Safety Audit Manual 2. Road Works Safety Manual Road Safety Manual
3. Highway Safety Design Standards Manual - Part 1: Road Safety Design Manual 4. Highway Safety Design Standards Manual - Part 2: Road Signs and Pavement Marking Manual
Road Safety Handbook
Figure 5.4
1. Accident Blackspot Investigation Handbook 2. Project Evaluation Handbook
Road Safety Manual and Highway Safety Design Standards Cover Pages
The Road Works Safety Manual shall be used as a reference for defining temporary signage, traffic devices and traffic management for maintenance and construction works on roads and bridges. The manual also defines the circumstance under which the devices should be arranged to provide warning for various types of works and environments. The Accident Blackspot Investigation Handbook contains information on the use of 1 These manuals and handbooks were prepared under Road Infrastructure Safety Project (Capacity Building Component of the 6th ADB Road Project) and covered by DO No.09, Series of 2006.
5-4
Road Project Management and Supervision Manual Vol.1 Main Text
accident data, reports and maps from the Traffic Accident and Analysis System (TARAS) to identify hazardous locations and assist with the analysis of accident patterns and casual factors at particular sites. The Handbooks provide guidance on the critical steps required to investigate and develop a project comprising engineering countermeasures that will have a high probability of improving road safety at an accident blackspot location.
5.3.3 Provision of Road Safety Devices To enhance road safety and guide motorists, road safety devices such as guardrails or protective barriers including warning or directional signs shall be installed along critical sections of all DPWH projects in accordance with DO No. 36,Series of 2007. The safety and convenience of the road users and the public in general public are of prime importance in the project implementation. At all times during the Works, the Contractor shall ensure smooth flow of traffic, safe condition at temporary approaches, intersections and private entrances. The Contractor shall provide, erect and maintain at all times suitable barricades, fences, signs, and watchmen as necessary or as directed by the Engineer.
Example
Installation of concrete barriers Figure 5.5
Provision of precautionary signages
Road Safety Devices and Signages
This provision on road safety shall be considered in the detailed engineering design and in the preparation of program of work. To preclude excessive provision on road safety devices, the total cost shall not be more than 10% of the total project cost. All works under this item shall be in accordance with Items 603 Guardrail and 605 Road Sign of the DPWH Standard Specifications for Highways, Bridges and Airports, Vol. II 2013 Edition.
Road Project Management and Supervision Manual Vol.1 Main Text
5-5
5.3.4 Traffic Management (1)
Closure of Road The Contractor shall submit a traffic management and control plan at least two (2) weeks before commencement of any work for approval of the Engineer. No road shall be closed by the Contractor to the public except when permitted by the Engineer in writing. When the road under construction is to be used, special attention shall be exercised such that the public can safely travel without undue delay.
(2)
Detour The Contractor shall provide, construct and maintain detours wherever the work interferes with traffic on existing roads, footways or other ways within a road right-of-way. No detours shall be constructed and no traffic diverted until the Contractor’s proposal thereof has been approved by the Engineer. Prior to the commencement of the construction and of the use of detours, the Contractor shall provide the Engineer with a full photographic record of the existing roads, pathways, etc. The Contractor shall furnish and erect all detour and traffic control signs required in the Plans and Specifications and at the direction of the Engineer. All detour roads shall be maintained in good condition at all times by the Contractor. All detours shall be kept graded, compacted and sprinkled with water for dust control.Where public or private roads are used as detours, such roads shall be restored back to its original state.
5.3.5 Safety Officer The Contractor shall designate a competent Safety Officer who will be responsible for maintaining safety in the site.
5.4 Safety and Health Programs 5.4.1 Obligation of the Contractor The Contractor shall prepare a program covering all items on safety, health and traffic management for approval of the Engineer. The Engineer and the Contractor shall conduct joint periodic inspection based on the approved program. The Contractor shall submit the required report indicating, among others, the findings and respective actions to be undertaken. The Contractor shall: *
5-6
comply with all applicable safety regulations;
Road Project Management and Supervision Manual Vol.1 Main Text
*
take care of the safety of all persons entitled to be on the Site;
*
use reasonable efforts to keep the Site and Works clear of unnecessary obstruction so as to avoid danger to these persons;
*
provide fencing, lighting, guards and watchers of the Works until completion and turning over; and
*
provide any Temporary Works which may be necessary, because of the execution of the Works, for the use and protection of the public and of owners and occupants of land and properties adjacent to the project/works’ site.
The Contractor shall take all reasonable precautions to maintain the health and safety of his personnel. In collaboration with local health authorities, the Contractor shall ensure that medical staff, first aid facilities, sick bay and ambulance service are available at all times at the site. The Contractor shall maintain records and make reports concerning health, safety and welfare of personnel and damage to property as the Engineer may reasonably require. The Contractor shall be responsible for keeping unauthorized persons off the site. Authorized persons shall be limited to the Engineer’s and Contractor’s personnel and any other personnel notified to the Contractor by the Engineer.
5.4.2 Load Restriction The Contractor shall comply with the legal load restrictions in the transportation of contruction materials on public roads and shall use every reasonable means to prevent the road from being damaged. The Contractor shall bear all the responsibility and liability for damages or injuries resulting from his failure to abide by relevant provisions.
5.4.3 Coordination during Emergency The Contractor shall establish and maintain at all time emergency communication lines with the Engineer and all concerned authorities including government agencies and facilities. The Contractor shall inform the Engineer details of any accident as soon as practicable.
Road Project Management and Supervision Manual Vol.1 Main Text
5-7
5.5 Environmental Management Revised Procedural Manual for DENR Administrative Order No. 30, Series of 2003 (DAO 03-30) was issued on August, 2007.
5.5.1
Legal Framework and Process
The basic national policy governing environmental functions of DPWH is stated in Presidential Decree 1586 also known as the Philippine Environmental Impact Assessment Law, which requires the DPWH to undertake environmental impact assessments for all its major projects. Since international and bilateral donor agencies have their own guidelines on environmental and social considerations, the projects funded by these agencies should be referred to the respective guidelines.
5.5.2 Environmental Impact Assessment (EIA) An EIA is a “process that involves predicting and evaluating the likely impacts of a project (including cumulative impacts) on the environment during construction, commissioning, operation and abandonment. It also includes designing appropriate preventive, mitigating and enhancement measures addressing these consequences to protect the environment and the community’s welfare”. The objectives are: *
To present a clear assessment of potential impacts on environment;
*
To apply appropriate methodology which assesses and predicts impacts and provides a) means for impact prevention and mitigation, b) the enhancement of project benefits, and c) the minimization of long-term impacts; and
*
To provide specific forum for consultation for allowing stakeholders to have direct input to the environmental management process.
EIA is used to enhance planning and guide decision-making. It is primarily presented in the context of a requirement to integrate environmental concerns in the planning process of projects at the feasibility stage. Through the EIA process, adverse environmental impacts of proposed actions are considerably reduced through a reiterative review process of project siting, design and other alternatives, and the subsequent formulation of environmental management and monitoring plans. A positive determination by the Department of Environment and Natural Resources-Environment Management Bureau (DENR-EMB) results to the issuance of an Environmental Compliance Commitment (ECC) document, to be conformed to by the Proponent and represents the project’s Environmental Compliance Certificate. The release of the ECC allows the project to proceed to the next stage of project
5-8
Road Project Management and Supervision Manual Vol.1 Main Text
planning, which is the acquisition of approvals from other government agencies and LGUs, after which the project can start implementation. A summary flowchart of the complete process is presented in Figure 5.5 while a descriptive overview is provided in Figure 5.6. The Philippine EIA Process has six (6) sequential stages – Screening, Scoping, EIA Study andReport Preparation, EIA Review and Evaluation, Decision Making, and Post-ECC Monitoring, Validation and Evaluation/Audit stage. Stages 1, 2, 3 and 6a are all Proponent-driven while Stages 4, 5 and 6b are DENR-EMB driven stages. The first five (5) stages are those involved when a Proponent applies for ECC or CNC.
Figure 5.6
Summary Flowchart of EIA Process
Road Project Management and Supervision Manual Vol.1 Main Text
5-9
Figure 5.7
Overview of Stages of the Philippine EIA Process
5.5.3 Environmental Compliance Certificate (ECC) No person, partnership or corporation shall undertake or operate any in part such declared Environmentally Critical Projects or project in Environmentally Critical Areas without first securing ECC. Table 5.3 and 5.4 show the matrix for determination of EIA report type - New Single and Co-located Projects. The Engineer shall make a thorough study on the conditions given in the ECC including the following: 1)
All applicable requirements/ permits from other concerned agencies should be complied before the project implementation;
2)
Careful construction planning and work scheduling/ phasing should be made to avoid nuisance and public inconvenience;
5 - 10
Road Project Management and Supervision Manual Vol.1 Main Text
3)
Systematic traffic management and operation should be implemented to maintain smooth flow of public traffic;
4)
Site should be kept free from obstructions like spoiled materials, construction debris/ materials and scattered stones to prevent any untoward accidents;
5)
Water sprinkling on exposed soil for dust control;
6)
Overburden and/or excess materials should be disposed of at designated areas and should not block a natural drainage;
7)
Construction camps should be provided with adequately designed and maintained sanitary systems;
8)
Supply of aggregates for the project should be legalized by an ECC;
9)
Trees to be cut should be covered by cutting permit and replaced with appropriate species;
10) Proper disturbance compensation affected by the road right of way should be effected; and 11) Philippine Occupational Safety and Health Standards requirements applicable during construction phase of the project should be properly observed. Once a project is implemented, the ECC remains valid and active for the lifetime of the project. ECC conditions and commitments are permanently relieved from compliance by the Proponent only upon validation by EMB of the successful implementation of the environmental
aspects/component
of
the
Proponent’s
Abandonment/Rehabilitation/
Decommissioning Plan. This pre-condition for ECC validity applies to all projects including those wherein ECC expiry dates have been specified in the ECC. However, the ECC automatically expires if a project has not been implemented within five (5) years from ECC issuance, or if the ECC was not requested for extension within three (3) months from the expiration of its validity. If the baseline characteristics have significantly changed to the extent that the impact assessment as embodied in the Environmental Management Plan (EMP) is no longer appropriate, the EMB office concerned shall require the Proponent to submit a new application. The EIA Report on the new application shall focus only on the assessment of the environmental component, which significantly changed. ECCs may be suspended for violation of Proponents to comply with ECC conditions. It is noted that ECC suspension does not necessarily mean the Proponent is absolved of its responsibility in implementing its approved EMP. PD 1586 does not preclude the fact that DENR may require the Proponent to institute environmental safeguards/measures to prevent further threat or actual damage to the environment.
Road Project Management and Supervision Manual Vol.1 Main Text
5 - 11
5 - 12
Road Project Management and Supervision Manual Vol.1 Main Text
D.4.a.
MAJOR POWER PLANTS (Proc. No. 2146 declared types: fossil-fueled, nuclear fueled, hydroelectric or geothermal)
D.4.
33.
Tunnels and sub-grade roads and railways
D.3.d.
32.
Fuel Cell
(including RO-RO facilities)
≥ 100 MW
≥ 1.0 km
≥ 10.0 km
Source: Revised Procedural Manual for DENR Administrative Order No. 30, Series of 2003 (DAO 03-30) Annex 2-1b
total power production capacity
length
critical slope
≥ 20.0 km OR
length with no critical slope OR length with
Roads, new construction, widening
D.3.c.
Regardless of length and width
On-grade railway system, new
31.
≥ 10.0 km
D.3.b.
length
≥ 50 hectares
30.
Bridges and viaducts, new construction
D.3.
area reclaimed
≥ 20 million m3
≥ 25 hectares OR
Environmental Impact Statement (EIS) / ECC
D.3.a.
MAJOR ROADS AND BRIDGES
D.2.
28.
capacity
Reservoir flooded area OR water storage
Parameter
Document
EIA Report Type Required / Decision
29.
MJOR RECLAMATION PROJECTS
D.1.
MAJOR DAMS
INSFRASTRUCTURE PROJECTS
27.
D.
Project Type
Project Size
Proclamation No. 803 (1996) for Gold Courses, and Presidential Proclamation No. 2146 (1981) for Heavy and Resource Extractive Industries & Infrastructure Projects
Project Grouping Matrix for Determination of EIA Report Type - New Single and Co-located Projects (Group I)
Group I: ENVIRONMENTALLY CRITICAL PROJECTS (ECPs)2 in both Environmentally Critical Areas (ECAs) and Non-ECAs, as declared in and Presidential
Table 5.3
Road Project Management and Supervision Manual Vol.1 Main Text
5 - 13
C.4.c.
C.4.b.
78.
79.
C.4.a.
C.4.
77.
MINOR ROADS & BRIDGES
C.3.
76.
Regardless of length and width
< 10.0 km ©
OR length with critical slope
≥ 2 km but < 20.0 km. OR ≥ 2km but
≥ 80 m but < 10.0 km ©
< 50 hectares
≥ 5.0 MW but < 30.0 MW
/ ECC
(IEE Report: IEER Checklist: IEEC)
Initial Environment Examination3
critical slope,
length with no
length
area reclaimed
capacity
production
total power
Parameter
Report12 / CNC
Project Description
< 2 km
other bridges
foot bridges <80 m for
Regardless of length for
< 5.0 MW
Decision Document
Source: Revised Procedural Manual for DENR Administrative Order No. 30, Series of 2003 (DAO 03-30) Annex 2-1b
Elevated roads, flyover/cloverleaf/interchanges
Roads, new construction, widening (including RO-RO facilities)
Bridges and viaduct, new construction
PROJECTS
MINOR RECLAMATION
C.2.f.
75.
Other thermal power plants (e.g., diesel, bunker, coal, etc.)
Project Type
Projects Size
First Set of Group II Projects under similar Project Types as declared in Presidential Proclamation No. 2146 EIA Report Type for Corresponding Projects Size/Threshold
Project Grouping Matrix for Determination of EIA Report Type - New Single and Co-located Projects (Group II)
Group II – Non-ECPs in Environmentally Critical Areas (ECAs)
Table 5.4
5.5.4 Environmental Management Plan (EMP) EMP is a framework comprised of environmental commitments outlined in the EIA report, environmental mitigation measures, standards and plans, and monitoring requirements throughout the project implementation. It is the project specific activity plan designed to minimize the negative impacts identified in the EIA process. The objectives are: *
To provide a detailed action plan for the implementation of the recommendations made in the impact assessment report;
*
To provide goals and targets for environmental control that are measurable and auditable;
*
To provide a basis on which the prospective contractor can accurately price for environmental management in his tender document;
*
To specify particular roles, responsibilities and time scales;
*
To provide a basis for monitoring compliance;
*
To provide a site management tool;
*
To form part of the construction specifications;
*
To go beyond the construction phase and cover the whole project cycle including operation;
*
To develop the detailed design in an interacted process to form a coherent and consistent operational tool; and
*
To see to it that a dynamic plan will be able to incorporate and interpret new and improved measures.
The Contractor shall take all reasonable steps to protect the environment on and off the site and to avoid damage or nuisance to persons or properties. The Contractor shall comply with the measures given in the ECC issued by the Environmental Management Bureau (EMB) and shall take all reasonable precautions to avoid harm to the living and work environment in accordance with the Environmental Management Plan prepared based on the EIA. The Contractor shall strictly comply with the conditions stipulated in the ECC issued to the project. The Contractor shall submit an overall EMP to meet those conditions within fourteen (14) days after the receipt of Notice to Proceed for approval of the Engineer taking those conditions into account. The Contractor shall also submit monthly EMP status report to the Engineer. Categories of Environmentally Critical Areas Sanctuaries: 1.
5 - 14
Areas declared as parks, watershed and wildlife reserves
Road Project Management and Supervision Manual Vol.1 Main Text
2.
Areas set aside as aesthetic, potential tourist spot
3.
Areas which contributes habitat for any endangered or threatened species of indigenous Philippine wildlife (flora or fauna)
4.
Areas of unique historic, archeological, geological and scientific interest
5.
Areas which are traditionally occupied by cultural communities or tribes
6.
Areas frequently visited or hard hit by natural calamities
7.
Areas with critical slope
8.
Areas classified as prime agricultural lands
9.
Water bodies
10. Mangrove areas 11. Coral reefs 12. Recharged areas of aquifers
5.5.5 Environmental and Social Considerations Projects financed by foreign funding agencies must comply with their general guidelines on social and environmental enhancement. (1)
Japan International Cooperation Agency The agency requires the following: *
Compliance with environmental pollution standards;
*
The natural environment in regard to conservation of endangered species and biodiversity;
*
Plans for involuntary resettlement must restore living income for project affected people;
*
The costs to conserve the environment must be included in the project cost;
*
Pollution control equipment and financial monitoring must be covered in operations and maintenance; and
*
A third party other than the executing agency is desirable in the interests of objectivity, in the evaluation and monitoring of project-related environmental measures.
(2)
World Bank Environmental Assessment (EA) is to ensure its environmental soundness and sustainability and it; *
evaluates a project's potential environmental risks and impacts in its area of influence;
Road Project Management and Supervision Manual Vol.1 Main Text
5 - 15
*
examines project alternatives;
*
identifies ways of improving project selection, siting, planning, design. and implementation by preventing, minimizing, mitigating, or compensating for adverse environmental impacts and enhancing positive impacts; and
*
includes the process of mitigating and managing adverse environmental impacts throughout the project implementation.
The EA takes into account the natural environment (air, water and land), human health and safety, social aspects (involuntary resettlement, indigenous people and cultural property) and transboundary and global environmental aspects. The EA should be initiated as early as possible in project planning and is integrated closely with the economic, financial, institutional, social and technical analyses of a proposed project.
(3)
Asian Development Bank It sets environmental assessment requirements and review procedures to ensure that appropriate environmental considerations are properly integrated into and monitored in each stage of the project cycle. Initial Environmental Examinations (lEEs) and Environmental Impact Assessments (EIAs) are among the main tools for complying with its requirements.
5 - 16
Road Project Management and Supervision Manual Vol.1 Main Text
5.6 Risk Management There are many potential risks, such as financial, contractual, weather (heavy rain), floods, environmental/safeguard, etc, which may endanger viability of the project or cause substantial cost and time increase though the degrees of their impacts differ. A risk management approach should be adopted for a large and/or complicated project to mitigate or reduce fatal incidents. All risks should be identified at the beginning of construction stage and the Engineer shall analyze the nature and probability of risks and prepare measures as illustrated in the following figure employing the latest risk management methodology.
Major Risks antipated in Road Projects Financial Capacity of GOP
R
(Typhoon, Floods, etc.) Source: JICA TCP Team
Figure 5.8
Risk Management Diagram
The Engineer should adopt appropriate actions to reduce or mitigate the risks, especially those which may endanger the project or cause serious adverse impacts on the residents at the earliest possible time. The risks are monitored continuously during implementation and respective report (including risk status, assessment and recommendations) should be prepared at quarterly basis.
Road Project Management and Supervision Manual Vol.1 Main Text
5 - 17
Chapter 6
Construction Management and Supervision
6.1 Preliminary Activities The activities to be undertaken by the Implementing Office are, but not limited to, the following as illustrated in Figure 6.1.
Figure 6.1
6.1.1
Stages of Implementation
Study of Design Reports, Design Drawings, Specifications and Contract Documents
The Engineer shall undertake a comprehensive review of the design reports, original plans and contract documents in order for him to be familiar with the basic information of the project. (1)
Design Reports and Drawings Important points to be studied are summarized below.
Road Project Management and Supervision Manual Vol.1 Main Text
6-1
Table 6.1 Report Design
Geotechnical and Materials
-
-
Earthworks Pavement
-
-
Bridge
-
Drainage
-
-
Slope and scouring protection
-
Miscellaneous structure and road facilities Type of soil
-
Original Plan
Checklist of Reports for Review
Category Geometric
-
-
-
Bridge Site Boring Data Slope stability and/or weak ground Construction Materials Plan and Profile
-
-
Quantity / Cost Estimate Report Environmental Report ROW
Others (Road Safety Audit Report)
6-2
-
Typical Roadway Sections Detailed Cross Sections
-
Bridge and structures
-
Drainage Schedule
-
Other Structures Summary of Quantity Quantity Calculation Cost Estimate Environmental Impact Assessment Parcellary Survey Land Acquisition and Resettlement Traffic Control Road Safety Structures, Road Signage, Markings
-
-
Points to study Design speed, standard roadway width (cross section, carriageway, shoulder), horizontal and vertical alignment, design grade, sight distance, etc. Slope and extent of cut and fill; soil classification/type AADT (Current and future vehicle types) Design Parameters (ESAL, CESAL, Design Methods, Design CBR, Materials, Structural Layer Thickness, S’c, fc’, etc.) Design parameters (design load, dimensions, bearing system, etc) Flood elevation and scouring depth Structural analysis and reinforcing design Discharge and flow analysis Location and sizes of drainage structures (RC Box culverts and pipes) and road side drains Slope stability analysis, countermeasure design, retaining wall design Scouring analysis and protection design Location and type Dimensions (length, height, etc) Sub-soil classifications, CBR, PI Soft ground, rock Boring log (soil classification, SPT, depth of bearing layer) Location, topographic and geotechnical condition, countermeasure design and/or structures Specifications, availability and sustainability, sources Location of control points and coordinates, bench marks and elevation Location of curves, structures and road facilities (existing and proposed) Elevation of existing ground and finished grade Extent of cut and fill Location of cross pipes, ditches Road width and pavement thickness Location of cut and fill (especially high cut or fill), extent of cut and fill slopes Position of earth retaining structures/ slope protections Plan, profile, elevation, structural details Reinforcement schedule Type, dimensions and locations Reinforcement schedule Road signs, guard rails, guide posts, Km posts, ROW posts, etc. Bills of Quantity with quantity estimation reports Any calculation errors Project cost and unit price analysis Environmental Management Plan(EMP) Environmental Compliance Certificate (ECC) Parcellary Survey Drawings Status of Land Acquisition and Resettlement Existence of traffic diversion road and its capability Villages and shops near ROW Verify accident prone areas and sections that require additional road signs and alignment improvement, etc.
Road Project Management and Supervision Manual Vol.1 Main Text
(2)
Specifications The DPWH Standard Specifications for Highways, Bridges and Airports, Vol. II, 2013 Edition and other special provisions shall be used.
(3)
Contract Documents This shall include the following: (a)
Contract Agreement -
Contract ID Number, Contract Name and Location of the Contract
-
Description of the Project, Limits, Scope of Work and Quantities
-
Contract Amount and Duration
(b)
(c)
Conditions of the Contract -
Advance and Progress Payments
-
Liquidated Damages, Retention, Price Escalation Others If an ambiguity or discrepancy is found in the documents, the implementing
official shall issue any clarification or instruction.
6.1.2
Study on Meteorological Condition
The meteorological condition influences not only the work progress but also quality and cost. The Engineer should collect climate records including rainfall, typhoon, floods and other hydrology conditions from the nearest PAGASA office and incorporate such conditions in the implementation management plan. 2,400 2,200 2,000 1,800 1,600 1,400 1,200
Rainfall (mm
1,000 800 600 400 200 1992 1993 1994 1995 1996 1997 1998 1999 2000 2001 2002 2003 2004
Monthly Rainfall Variation (1992-2005)
Figure 6.2
6.1.3
Yearly Rainfall Variation (1992-2004)
Example of Rainfall Record
Pre-construction Survey
The Engineer shall conduct detailed pre-construction survey to verify the following:
Road Project Management and Supervision Manual Vol.1 Main Text
6-3
*
The location and limits of the project;
*
Current road conditions;
*
Towns and villages situated within the project including public facilities such as schools, hospitals, churches etc.;
6.1.4
*
Progress of ROW acquisition and resettlement;
*
Proposed disposal areas and quarry sites;
*
Possible access and detour roads; and
*
Others
Joint Site Inspection
A joint site inspection shall be conducted in order to be familiar with the project site. Project briefing shall also be made during the inspection. The participants and the scope of inspection are tabulated in Tables 6.2 and 6.3, respectively. Table 6.2 Entity The Implementing Office
Participants for Site Inspection Foreign-funded Project
Locally-funded Project
Consultants:
Project Engineer
Project Manager(PM)
Project Inspector
Other key staffs
Materials Engineer
Employer:
Other key staffs
Project Manager Project Engineer Other key staffs The Contractor
6-4
Project Manager
Project Manager
Other key staffs
Other key staffs
Road Project Management and Supervision Manual Vol.1 Main Text
Table 6.3
Scope of Inspection
Category The Project itself
Scope -
Start and end points(Limits)
-
Towns, villages and public facilities
-
Access road to the project site
-
Major items of work involved such as earthworks, pavement, bridge etc.
Quarry sites and
-
Locations
-
Proposed locations
ROW Acquisition and
-
ROW status (land acquisition and resettlement)
Utility Relocation
-
Lot for Contractor’s temporary facilities
Environmental
-
Major Environmental issues stated in the ECC/EMP
Traffic Control
-
Existing traffic condition and road safety measures
-
Possible detour road
disposal areas Planned Camp Site and Plant Yard
6.1.5
Conduct of Pre-construction Meeting
The Engineershall conduct a pre-construction meeting with the Contractor to discuss, among others, the following:
Road Project Management and Supervision Manual Vol.1 Main Text
6-5
Table 6.4
Agenda for Pre-construction Meeting
Agenda 1
Officials and Personnel involved and their respective assignments/functions, duties and responsibilities. A)
Matters for Discussion -
-
Information about the personnel involved namely: Heads of Implementing Office and Contractor’s representatives. Project Engineers, Quantity Engineers, Materials Engineers, Project Inspectors and Administrative staffs Functions/responsilbilities shall be clearly defined such as: preparation of letters/memoranda, quantification of work accomplished, preparation/submission of construction drawings and others. Facilities for the Engineer including vehicles, office equipment, supplies, furniture etc. as stipulated in the Contract Set up operational and maintenance rules Bar Chart/S-Curve and PERT/CPM Payment (disbursement) schedule Equipment and material schedule Weekly and monthly schedule and progress monitoring Confirm the required manpower/equipment to be provided
-
Work and inspection request and approval Work days and working hours Instruction and recording Measurement and billing preparation Contractor will explain any proposed deviations
-
-
Proposed sources Quality tests and approval Project laboratory and testing equipment Preparation of Quality Control Program Accredited Materials Engineer and testing laboratories Proposed locations of Engineer’s and Contractor’s offices and project laboratory Batching Plant yards Borrow and disposal sites Supply of contract drawings Control points and as-stake survey Shop drawings preparation and approval Maintenance and traffic management plans Coordination with concerned agencies Re-routing plan (if necessary) Provision of suitable safety and health program in accordance with the Department of Labor and Employment rules and regulations. ROW acquisition including resettlement
-
Monthly Progress Report Preparation Monthly Materials Quality Control Report preparation To be submitted by the Contractor prior to mobilization
-
Coordination meetings with ROs and DEOs Preparation of minutes of meeting Project Bill Board Labour Welfare and Safety Utility Relocation
-
Approval of Contractor’s
Organizational Chart 2
Program of Work
3
Weekly/Monthly schedules and progress meeting B)
4
Equipment and Manpower
-
Utilization 5
Work procedures
6
Methodologies
7
Material sources and borrow areas
8
Quality Control
9
Base camp, plant yard and disposal areas
10
Preparatory Works
11
Existing road maintenance and traffic control
12
Environmental Compliance
-
Certificate ,Environmental Management and Safety Plans 13
Reports
14
Contractor’s All Risk Insurance (CARI)
15
6-6
Others
Road Project Management and Supervision Manual Vol.1 Main Text
(A)
Approval of Contractor's Organizational Chart The Contractor shall submit his organizational chart for approval of the Engineer. The
organizational chart shall include the names of the PM, PE, Highway Engineer, Bridge Engineer, ME and other key staffs. The Contractor shall likewise submit their respective Curricula Vitae for approval of the Engineer. (a)
For Foreign-Funded Projects: The PM shall be the head of the project and the delegated authority by his Head office for the management of the project. A typical organizational chart is shown in Figure 6.3.
(b)
For Locally-Funded Projects The Contractor’s organization will vary depending on the contract size and complexity. If large, it will be similar to the foreign-funded projects. The PM shall be the head of the project and delegated the authority by his head office for operation and management of the project. A typical organizational chart for medium size contract is shown in Figure 6.4.
Road Project Management and Supervision Manual Vol.1 Main Text
6-7
6-8
Road Project Management and Supervision Manual Vol.1 Main Text
** BRIDGE ENGINEER
SUPPORT STAFF: JR. ENGINEER LABORERS
5. ** HIGHWAY ENGINEER
PROJECT MANAGER TO BE ASSIGNED SHALL BE THE SAME PERSON AS INDICATED IN THE PQ DOCUMENT.
SUPPORT STAFF: JR. ENGINEER LABORERS
4. DRAINAGE & SLOPE ENGINEER
Source: PJHL/DPWH
Figure 6.3
6.
1 2 3 4 5 6 7 8 9 10 11 12 13
NO
SITE ENGINEERS/ FOREMAN
7. ** CONSTRUCTION SUPERINTENDENT
NAME OF KEY STAFF
LABORATORY TECH. LABORATORY AIDES CLERK / TYPIST
** MATERIALS & QUALITY CONTROL ENGINEER SAFETY SUPERINTENDENT
ENVIRONMENTAL SUPERVISOR
SAFETY SUPERVISOR
8.
NATIONALITY
PROJECT ENGINEER
* PROJECT MANAGER
14 15 16 17 18 19 20 21 22 23
NO
11.
FINANCE OFFICER
Example
NATIONALITY
SUPPORT STAFF
10. ADMINISTRATIVE OFFICER
NAME OF KEY STAFF
SUPPORT PERSONNEL
9. PLANT / EQUIPMENT MANAGER
Typical Organizational Chart of Contractor for Foreign-Funded Project
(2) ** THE POSITION NAME OF KEY PERSONNEL SHALL BE DEEMED TO BE SAME AS INDICATED IN PQ DOCUMENT
(1) *
NOTES:
SUPPORT STAFF: JR. ENGINEER LABORERS
3.
2.
1.
CONTRACTOR'S ORGANIZATIONAL CHART
Case 1
Proprietress Liaison Officer Construction Safety and Health Personnel Project Manager
Project Engineer
Material Quality Control Engineer
Foreman
Laboratory Head
Labors, Masons, Steelmen, Welders, Carpenters
Laboratory Technicians/Aids
Case 2
Head Office Purchasing / Accounting Project Manager Project Engineer
Quality Control Engineer (ME)
Civil Engineer
Mechanical Engineer
- Surveyor - Foreman - Leadman - Steelman - Mason
- Mechanic - H.E.Operator - Rigger - Driver - Helper
- Laboratory Technician - Aid - Laboratory Head
Safety Engineer - Company Nurse - Electrician - Skilled Personnel
- Carpenter - Labourer
Source: DPW H
Case1: Single Proprietorship,
Figure 6.4
Case 2: Corporation
Typical Organizational Chart of Contractor for Locally-Funded Project
(B)
Weekly/Monthly Schedules and Progress Meetings The Engineer shall be the organizer and the chairperson for these meetings. The attendees shall be as shown in Table 5.4 and matters to be discussed are, but not limited to, the following: *
Appoval of the Minutes;
*
Work schedules and progresses (physical and financial);
Road Project Management and Supervision Manual Vol.1 Main Text
6-9
*
Discussion on various problems and issues to draw action plans;
*
Guidance on project implementation and/or technical clarification; and
*
Other matters
In special circumstances, invitations may be extended to other parties such as the local government units, utility companies, ROW committee and other concerned. The secretary, who will be from the Implementing Office, Consultant or the Contractor, shall be responsible for the preparation of the Minutes. The Minutes shall contain points of interest and importance only. The following shall be clearly stated: *
Time and place of meeting;
*
Names of participants and who they represent;
*
Issues raised by whom;
*
What decisions were taken; and
*
Actions to be taken by whom and when.
The Minutes is a formal record and therefore, it must be duly signed. Table 6.5 Entity The
Attendees for Meeting
Foreign-funded Projects Implementing Consultants:
Office
Locally-funded Projects Project Engineer*
Project Manager*
Project Inspector
Resident Engineer
Materials Engineer
Site Engineers
Other key staffs
Quantity Engineer Materials Engineers Other key staffs Employer: Project Manager Project Engineer Other key staffs The Contractor
Project Manager
Project Manager
Deputy Project Manager / PE
Deputy Project Manager / PE
Site Engineer
Site Engineer
Materials Engineer
Materials Engineer
Plant Engineer
Plant Engineer
Safety Officer
Safety Officer
Other key staffs
Other key staffs
* Chairperson
6 - 10
Road Project Management and Supervision Manual Vol.1 Main Text
Road Project Management and Supervision Manual Vol.1 Main Text
6 - 11
Aggregate Base Course
201
Steel Sheet Pile Type II
Stone Masonry
Structural Excavation
Foundation fill
Reinforcing steel
Concrete Class A
Lean Concrete
1702(2)
1702(2)
1712(1)
1712(2)
1712(4)
D.A.No.4
D.A.No.5
27.35 27.35
594.72 594.72 671.40 671.40
985.08 985.70
m2 2
m3 m3 3
m m3
m2 m2
Sta.4+200 - 5+200 Sta.12+800 - 13+200 Sta.4+200 - 5+200 Sta.12+800 - 13+200
(Sta.1+980-2+184)
No.7-10, No.2, 4,
Sta.1+120-1+210(L)
Sta.1+120-1+210(L)
Sta.12+470 - 12+527
Sta.12+800 - 13+200
Sta.4+500 - 5+500
Source: PJHL / DPWH
Figure 6.5
(Name) Contractor
Plant modification/improvement Fabrication of reinforcement
Concrete Plant at Magdugo Asphalt Plant at Magdugo RCP at Base Camp
Prepared by
Pavement concrete for PCC t=200mm
Concrete Plant at Talisay
(Sta.16+140-16+540)
PRODUCTION
Aggregate Subbase
Foundation Conc.
Foundation Conc.
Foundation Conc.
(Sta.4+476-4+514)
(Sta.3+348-3+388)
(Sta.3+010-3+045)
Adjustment of Plant
200
207.66
m2
Sta.13+700 - 14+070
Crushing Plant at Magdugo
D.A.No.11
SPL105(4) Subgrade Improvement
Foundation fill
1711(1)
D.A.No.3
207.66
m2
Sta.8+000 - 8+800
3
771.00
m3 kg 3901.03 456.00 594.72
m3 m3
l.m.
m
3
To be Filled
(Peso)
AMOUNT
To be Filled
ESTIMATED QUANTITY 9 MON
11 WED
MAY 12 THU 13 FRI
(Name) Project Manager, Contractor
Submitted by
10 TUE
Typical Weekly Work Schedule
7095.00
m3
m
3
56.55
10350.00
3
m
771.00 2690.20
m3
4148.78
m3
l.m.
231.01 13475.62
5091.10
m3 m l.m. each
562.11 3865.96
m3
m
m
196.74
Sta.5+200 - 6+500
Sta.5+200 - 6+500 205.92
UNIT PRICE (Peso)
3
UNIT
m3
LOCATION
Steel sheet piling preparation (Sta.2+620-2+940) works
1717(1)
1702(2)
D.A.No.2
D.A.No.1
Cleaning RCPC Cleaning RCBC
503(3) 503(3)
Concrete Class B
405(2)
Drainage
Foundation Fill
Lean Concrete
103(2)
PCC Supporting Blocks
PCCP t=200mm
Aggregate Subbase
200
Removal of PCCP
101(3)
Subgrade Preparation
Surplus Unclassified Exc.
102(4)
105
Surplus Common Exc.
102(2)
Drainage & Slope Protection Slope Protection 103(1)
Surface Course
Subbase / Base
Earth Works
DESCRIPTION
ITEM NO.
MATERIALS
FLOOD CONTROL
ROADWAY
CATEGORY
WEEKLY WORK SCHEDULPERIOD MAY 9TH - 15TH, 2005
(NAME OF CONTRACTOR) (PROJECT NAME)
14 SAT
15 SUN
(Date)
(Foreman)
To be Filled
To be Filled
(Engineer)
Supervisor in Charge
6.1.6
Conduct of Joint As-stake Survey and Preparation of As-staked Plan
The Engineer shall monitor the conduct of joint as-stake survey in accordance with the original plan. The Contractor shall then prepare and submit as-staked plans based on the as-stake survey for review of the Engineer and approval of the implementing official. The as-staked plans and the corresponding back-up quantity calculations must be completed within a reasonable period from the commencement of the project. These shall reflect the modifications, including changes in road alignment, types or main components of structures, introduction of new work items and others. The Contractor shall promptly notify the Engineer of any error, omission or defects such that these are reported to and decided by the implementing official on whether a Variation Order is necessary. The Engineer shall furnish the Contractor the horizontal and vertical control points and other reference data for each element of the work. The Contractor shall be responsible for the true setting of the works or improvements, correctness of positions, levels, dimensions, alignments and preservation of all stakes and marks. Established control points shall be within the tolerances as prescribed in the DPWH Standard Design Guidelines, Criteria and Standards and DPWH Standard Specifications for Highways, Bridges and Airports, Vol. II 2013 Edition. For supplemental reference, refer to Table 6.6.
6 - 12
Road Project Management and Supervision Manual Vol.1 Main Text
Table 6.6
Control Points and Tolerances Tolerance
Control Point Existing Government network Local supplemental control points set from exisiting Government network points (4) Centerline points -(PC), (PT), (POT), and (POC) including references Other centerline points (5) Cross section points and slope stakes (5) Slope stakes references Culverts, diches and minor drainage structures Retaining walls, curb and gutter Bridge substructures Bridge superstructures Cleaning and grubbing limits (7) Roadway subgrade finish stakes (7) Roadway finish grade stakes
Horizontal ± 10 mm ± 10 mm
Vertical (2) ± 8 mm × √K ± 3 mm × √N
± 10 mm
± 10 mm
± 50 mm ± 50 mm ± 50 mm ± 50 mm ± 20 mm ± 10 mm ± 10 mm ± 500 mm ± 50 mm ± 50 mm
± 50 mm ± 50 mm ± 50 mm ± 20 mm ± 10 mm ± 10 mm ± 10 mm --± 50 mm ± 50 mm
(3)
(1) At 95% confidence level, tolerances are relative to existing Government network control points. (2) K is the distance in kilometers. (3) N is the number of instrument setups. (4) Centerline points: PC - point of curve, PT - point of tangent, POT - point on tangent, POC - point on curve. (5) Take the cross-sections normal to the centerline + 1 degree. (6) Bridge control is established as a local network and the tolerances are relative to that network. (7) Include paved ditches. Source: Japan Standard
The approval of the As-staked plan does not relieve the Contractor of responsibility for correcting errors discovered during the work and for bearing all additional costs associated with the error, unless such error is based on incorrect data supplied in writing by the Engineer. If there will be changes in the survey, the Contractor shall coordinate with the Engineer to facilitate prompt reestablishment of field controls. Shown below is a sample flowchart of activities for as-stake survey and as-staked plan.
Road Project Management and Supervision Manual Vol.1 Main Text
6 - 13
As-stake Survey and As-staked Plan Preparation Period:May 1 – June, 30,20___
Location: Sta.___________ Sta.____________
(2 months)
Schedule
The Contractor
The Project Engineer (One Survey Team)
(Two Survey Teams) Start May 1, Control Points Survey
May 5
Road Centerline Survey
Inventory / PCCP Condition Survey including Sta. of each panels
Road Cross Section Survey
May 20
Inventory of Cross and Roadside Drainages
May 25
Measurement of Quantities for PCCP Replacement
As-staked Plan Preparation
June 15
Quantity and Cost Comparison
Review and evaluation of the Project Engineer
June 15
Clarification Approval for Implementation
June 30
Figure 6.6
Flowchart of activities for As-stake Survey and Approval of As-staked Plan
6.1.7
Preparation and Processing of Variation Order (VO)
Variations may be initiated by the Engineer either by an instruction or by a request for the Contractor to submit a proposal. The Contractor shall execute and be bound by each Variation, unless he promptly gives notice to the Engineer stating that (i) He cannot readily obtain the goods required for the Variation, or (ii) Variation triggers a substantial change in the sequence or progress of the Works. Upon receiving the notice, the Engineer shall cancel, confirm or vary the instruction.
6 - 14
Road Project Management and Supervision Manual Vol.1 Main Text
Each Variation may include: (a) Changes in the quantities of any item of work included in the Contract; (b) Changes in the quality and other characteristics of any item of work; (c) Changes in the elevations, positions and/or dimensions of any part of the Works; (d) Omission of any work unless it is to be carried out by others; (e) Any additional work, plant, materials or services necessary for the Permanent Works, including any associated tests on completion, boreholes and other testing and exploratory work; and (f)
Changes in the sequence or timing of the execution of the Works.
The Contractor shall not make any alteration and/or modification of the Permanent Works, unless and until the Engineer instructs or approves a Variation. The cumulative amount of the VO should not exceed ten percent (10%) of the original project cost. The addition or deletion of works should be within the general scope of the project as bid and awarded. A VO may either be in the form of a Change Order or Extra Work Order. A Change Order is issued by the Engineer to cover any increase or decrease in quantities of original work items in the contract. An Extra Work Order is issued by the Engineer to cover the introduction of new work necessary for the completion, improvement or protection of the project which were not included as items of work in the original contract Any cumulative VO beyond ten percent (10%) shall be subject of another contract to be bid out if the works are separable from the original contract in principle. In exceptional cases where it is urgently necessary to complete the original scope of work, the Implementing Office may authorize the Variation Order beyond ten percent (10%) but not more than twenty percent (20%) subject to the guidelines to be determined by the Government Procurement Policy Board (GPPB). In claiming for any VO, the Contractor shall, within seven (7) calendar days after such work has been commenced or after the circumstances leading to the extra cost, and within twenty-eight (28) calendar days, deliver a written notice to the Engineer. The notice should include full and detailed particulars of any extra cost. Failure to provide either of such notices in the time stipulated shall constitute a waiver by the Contractor for any claim. The preparation and submission of VOs are as follows: (a) If the Engineer believes that a Change Order or Extra Work Order should be issued, he shall immediately instruct his technical staff to conduct an on-the-spot investigation to verify the need for the work;
Road Project Management and Supervision Manual Vol.1 Main Text
6 - 15
(b) The Engineer, after being satisfied that such Change Order or Extra Work Order is justified and necessary, shall review the estimated quantities and prices and forward the proposal with the supporting documentation to the Implementing Office for consideration; and (c) After review of the plans, quantities and estimated unit cost of the items of work involved, the DPWH will review and evaluate Change Orders or Extra Work Orders for approval. Prior clearance is required to provide for efficient implementation and management. All requests for Prior Clearance to Issue Variation Order on Civil Works and/or Consultancy Services Contracts shall be submitted by the Implementing Office(IO) directly to the Office of the Assistant Secretary for Operations concerned, for review and recommendation in accordance with DO No. 12, Series of 2009. Prior clearance to issue variation order should not be taken as an outright approval for the variation order itself. A "request for prior clearance" should only be for the approving official to establish the need for additional works/variations. As such, the request need not be supported by voluminous supporting documents normally required for the review/evaluation of plans and proposed variation orders. Only the basic documents required under the Memorandum of the Secretary dated 25 August 2003 shall be submitted. To facilitate the review process, the IO shall provide a corresponding Executive Summary using the standard format as shown in Figure 6.7. A routine slip which includes a checklist of required supporting documents shall likewise be prepared by the IO.
6 - 16
Road Project Management and Supervision Manual Vol.1 Main Text
Figure 6.7
Executive Summary
After the review of the request by the concerned Assistant Secretary for Operations, the same shall be forwarded to the Office of the Undersecretary for Operations concerned, prior to
Road Project Management and Supervision Manual Vol.1 Main Text
6 - 17
the approval/disapproval of the Secretary. If the request involves additional funding, then it shall be referred to the Planning Service for evaluation and recommendation. DO No.03, Series of 2005 must be noted in line with DO No. 17, Series of 2007 that: *
No work shall be commenced covering any Variation Order (Change Order/ Extra Work Order) of foreign or locally funded projects without the Request for Prior Clearance being first approved by the Secretary;
*
No Services pertaining to any Addendum/ Re-alignment/ Supplemental Agreement of foreign or local consultant shall be commenced without first securing approval of the Request for Prior Clearance to Issue Addendum / Realignment/ Supplemental Agreement;
*
Works undertaken by the Contractor or Services performed by the Consultant in violation of the above shall not be paid by the DPWH (Implementing Office) and shall be deemed personal liability of the person who authorized the commencement of the work; and
*
All officials and employees who allowed the commencement of such work shall be liable administratively after hearing, pursuant to existing Civil Service Laws, Rules and Regulations.
6.2 Project Management Project Management is a control system designed to accomplish a project within the prescribed quality, cost and duration. It is one of the advanced approaches for project implementation in order to attain minimum life cycle cost and maximum benefit for the public on long-term aspects. It is comprised of time (schedule), cost (finance), quality assurance and safety/environment management as illustrated in the following figure. PLAN (Design)
REVIEW (Evaluation)
Minimum Life Cycle Cost & Maximum Benefit for Public
Time (Schedule)
DO (Construction)
Cost (Finance)
Quality Project Management Assurance
Safety & EMP OPERATION (Maintenance)
Project Cycle Management Approach
Figure 6.8
6 - 18
Components of Project Management
Project Management
Road Project Management and Supervision Manual Vol.1 Main Text
In pursuing not only a road project, effective control of resources and proper time management without compromising the quality is of utmost concern. DPWH has its existing policies/requirements/acceptable practices taken from different management approaches that could be used by the Engineer to manage projects and discover their own approach later on. The Engineer should learn to organize a group that can function productively with optimum resources under minimum supervision. A thorough study of the project needs must be done so that the framework of workforce could be set in diagram or chart to analyze and realize a good organization set up.
6.2.1
Mobilization/Demobilization
The Contractor shall mobilize the required minimum plants, equipment, temporary facilities and personnel for implementation of the project as stipulated in the Contract. The work and activities shall include the following: *
The purchase and/or rental of all land required for the Contractor’s base camps and construction activities. The location of base camps shall be subject to the approval of the Engineer. The Contractor shall provide sufficient area required for scheduled operations of rock/gravel crushing plant, asphalt and concrete production plants, and other requirements for the completion of the Works;
*
Mobilization and installation of construction plant from existing locations or port of unloading to the project sites;
*
The construction and maintenance of the Contractor’s base camps including offices, living quarters, workshops, stores, etc.;
*
Mobilization and demobilization of the Contractor’s Equipment and work forces; and
*
Demobilization of the sites occupied by the Contractor at the end of the Contract including the removal of all installations, construction plants and equipment.
Only the equipment and plants appropriate to produce the required quality of work and materials shall be permitted to operate on the project. The Contractor shall provide appropriate equipment and plants to meet the construction requirements, and when ordered by the Engineer, shall remove unsuitable equipment from the work or stop the operation. The Contractor shall not demobilize and/or use the mobilized equipment for other projects without prior written approval of the Engineer.
6.2.2
Provision of Project Billboard
The Contractor shall install Project Billboards at least one (1) at the beginning and another one (1) at the end of the project at locations designated by the Engineer prior or upon
Road Project Management and Supervision Manual Vol.1 Main Text
6 - 19
commencement of the Works. It shall be fabricated in conformity with the DO No.83, Series of 2005 Installation of Revised Project Billboard Requirements.
6.2.3
Work Program
The Contractor shall, within ten (10) calendar days from receipt of the Notice of Award, submit to the Implementing Office, for approval, complete documentary requirements to include work program that contains the following: (1)
Construction Schedule The Contractor shall submit to the Engineer an approved construction schedule indicating the sequences of works to be implemented, the planned rates of progress and the estimated periods of time for execution andcompletion as well as the corresponding cash flow. (a)
Pert/CPM Is a network diagram showing all activities or events for the completion of the project within the contract period. It gives emphasis on the activities along the critical path. The Engineer shall review and provide comments as follows: *
Whether the quantities of the works to be executed agree with the construction period, construction plant/equipment, materials and manpower schedule.
*
Whether the basic sequence of works meets the requirements of the Contract.
*
Whether the program makes opportunities available for other Contractors and the requirements of other authorities such as utility owners in relation to service lines relocation.
*
Whether the program is realistic in relation to the seasons and other constraints, including financial capacity of the Contractor.
6 - 20
Road Project Management and Supervision Manual Vol.1 Main Text
(b) Bar Chart with S-curve
A time-sequenced Bar Chart based on the Pert/CPM diagram with the progress
S-curve, indicating the monthly progress estimates of accomplishments in every major
Road Project Management and Supervision Manual Vol.1 Main Text
6 - 21
Source: PJHL/DPWH
2.5 Separate “Landslide Movement Observation” in Activity 4->14 from others since this shall be a continuous activity up to the end of construction period.
2.4 Do not connect Activity 3>15, Activity 15->25 (bridge) and Activity 25-> 39 since those are not related each
Add a separate activity for Seal Coat for Damaged PCCP, etc. for a duration of 3-months.
2.7 Earliest Start and Latest Start Date computation in some activities are wrong, please calculate again and correct accordingly
0
2.2
1 0
2.5
2.4
01
6 0 C.D.
M ove -in
02
60
60
60
4
3
2
60
60
60
04
7
120
8
9 0 C.D.
120
120
9
150 150
10
12
13
14
15
16 17
2.6
1 5 0 C.D.
7 2 0 C.D.
300
17
19
3 0 0 C.D.
480
22
1 5 0 C.D.
Gab io n Bo x & Ga bion Mattress
1 5 0 C.D.
14 200 210
230
240
15
1 8 0 C.D.
F LOOD C ONT R OL & DRAINAGE S te el S he et Piles
330
4 8 0 C.D.
Gab io n Bo x & Ga bion Mattress
3 0 0 C.D.
R EP AI R OF S IX ( 6) BRIDGES
2 1 0 C.D.
Example of Pert/CPM
320
20
21
F LOOD C ONT R OL & DRAINAGE S tr uctu ra l Co ncre te , Gr outed Riprap & S to ne M asonry
440 450
1 8 0 C.D.
3 3 0 C.D.
530 540
25
530 540
24
1 8 0 C.D.
6 0 C.D.
32
590
590
600
28
600
27
690
30
630
31
29
24
Example 23
9 0 C.D.
I nsta lat io n of R oad Signs
660
33
3 0 C.D.
C omp lete S ubbase ( Sho uld er)
660 660
34
37
38
1 5 0 C.D.
680
690
40
680 690
39
680 690
3 0 C.D.
M ove -out
690 690
35
680 690
36
680 690
41 720
720
Note: Comments in red color
630
630 660
9 0 C.D.
P avem en t Ma rkings & R ef le ct or ized P ave men t S tuds
1 2 0 C.D.
630
620
630
I nsta lat o i n of M et al Guardrail
S od ding & T ree Plant ing
F LOOD C ONT R OL & DRAINAGE S eed -Mu d S pra yo n S lopes
620
22
2.6 Activity 19->30 “Cleaning/Reconditioning of Pipe Culvert & Box Culvert” should be completed before the next rainy season (June – July 2005) as much as practical
21
2.3 Activity 18->34, “Start AC Pavement & Continue PCC C oncret e C urb , R igh t-o f-Way Mon ume nt, Pavement (200mm & 300mm)” M ain t. Dra ina ge Mar ker Po st & K M P ost be separated to two (2) activities
20
C om plet e Ma so nr y Lined Canal
S ta rt A C Pa ve me nt & C on tinu e PC C Pa ve me nt ( 200 mm & 300 mm thick)
16
F LOOD C ONT R OL & DRAINAGE Dre dg in g of R iverbed & E mb an kment
330 330
18
260 270
1 5 0 C.D.
S ta rt P CC P avem en t (2 00 m m & 300 mm thick)
4 5 0 C.D.
C ont inu e Laying of Agg reg ate Su bba se & B ase Co urse
4 8 0 C.D.
S tar t E xca vat ion , E mba nkm ent , S ubg rad e P rep ara tio n & Su bgr ade Im provement
2.3 AC Pavement (Binder, Wearing Course, Crack Relief Layer)
3 6 0 C.D.
C on tinu e Re mo va l of E xist in g PC CP , ACP & RCPC
330 330
470
C le an in g / Re co nd ti o i ning o f Pipe C ulve rt & BoxCulvert
1 8 0 C.D.
Grou ted Ripra p, Sto ne Masonry & Ru bble C oncrete
23 470 480
19
26
290
3 0 0 C.D.
C on cr et e Line d Ca na l & Ma so nr y Ln i ed Canal
18
560 570
Figure 6.9
1 5 0 C.D.
Obser va tion & I nvestiga tion
T op og ra ph ic , Ge olog ic al, Su bsoilStrata S ur ve y, Lan dslide M ovement
11
13
C le ar in g & Gr ub bing , Removalof T re es & E xcavation
1 8 0 C.D.
10
200 210
2 1 0 C.D.
F LOOD C ONT R OL & DRAINAGE
180 180
120 120
6 0 C.D.
11
S ta rt Laying of S ubba se & B ase Co urse
1 8 0 C.D.
C on tinu e La ying of RCPC
180
09
R CP C Co ncre te C at ch B asin & M ason ryCatch Basin
180
12
08
P ro vide , Op er at e an d Ma in ta in F acilit ie s fo r th e En gine er , Ge ne ra l Ro ad M aint en an ce , Co nt in ue s De live ry o f Construction Materials, Stake-out Survey
07
S ta rt R em oval o f Existing P CCP , A CP & R CPC C on tinu e Clea ring & Grubbing & R em oval o f Trees
06
5
120 120
6
120 120
110
05
Deto ur Roa d f or Dam age d A rea s Nos. 11 , 1 2, 13 & 14 and R em oval & S to ck o f Exis ting T em po ra ry S teelBridge
6 0 C.D.
Gru bb in g & Re moval o f T rees
S tar t C lea rin g &
E AR THWORKS
6 0 C.D.
S ta rt Laying o f R CPC ( In it ia l De l. of R CP C Ma te rials)
03
PERT / CPM OF NAGA - TOLEDO ROAD PROJECT Assume that the UNDER ARTERIAL ROAD LINKS DEVELOPMENT PROJECT, PHASE IV1st month will 2.1 be October 2004 and show rainy seasons of the project PROVINCE OF CEBU
L
6.797
5 4,750, 354.64
R em oval o f Exis ting P CC P, A C Pa ve me nt & R C Pipe Culvert
E xcavat o i n (Unsuita ble, C om mo n, Har d Ro ck, Un classified, etc.)
2.802
2.637
2 2,571, 859.24 2 1,242, 563.16
C on cr et e Line d Canal
M ason ry Lin ed Canal
0.105
8 43,954.25
T ota l f or Par t J
S eed -Mu d S pra yo n S lopes
Dra in ag e & Re mo va l & St ock of E xist in g Te mp or ar ySteelBridge
T OT AL
S CHEDULED C AS H FLOW
P ROGR ES S SC HE DULE
Daywo rk / P ro vision al S um
Source: PJHL/DPWH
P AR T K
0 .0 36
0 .3 13
0 .1 84
0 .2 89 0 .1 64
0 .2 81 0 .1 10
0 .2 31 0 .0 56
0 .3 87
0 .6 48
0 .3 78
0 .4 67
0 .3 60
0 .0 35
5 .0 99 9 3 .8 16
Figure 6.10
C UM ULAT IVE
M ONTHLY
1 6 .7 11
8 8 .7 17
8 3 .3 13
7 7 .1 05 2 1 .0 87
7 0 .0 57 6 3 .0 39
5 6 .0 18 1 7 .9 17
5 0 .0 21
4 4 .0 35
3 8 .1 01
QUA RT ER LY
1 7 .6 38
3 2 .1 92 2 6 .3 20
2 0 .4 63 1 5 .1 40
1 0 .5 08
6 .3 66
4 .1 48
2 .5 64
1 .8 00
1 .2 78
0 .6 39
C UM ULAT IVE
1 00.00
1 4 .0 97
5 .4 04
6 .2 08
7 .0 48
7 .0 18 7 .0 21
5 .9 97 5 .9 86
5 .9 34
5 .9 09
5 .8 72 5 .8 57
5 .3 23 4 .6 32
4 .1 42
2 .2 18
1 .5 84
0 .7 64
0 .5 22
0 .6 39
0 .6 39
M ONTHLY
8 05,600 ,004.69
4 .5 66
0 .0 88
0 .0 88
0 .0 88
0 .0 88
0 .0 88
0 .0 88
1 .8 00
0 .0 32
0 .0 40
0 .0 43
0 .0 41
0 .0 39
0 .0 35
0 .0 88
0 .0 88
0 .0 88
0 .0 88 0 .0 88
0 .0 88 0 .0 88
0 .0 88
0 .0 88
2.110
1 2.207 0 .0 88
1 7,000, 000.00
9 8,339, 611.03 0 .0 88
0 .5 33
0 .0 88
0 .0 61
0 .0 69
0 .0 81
0 .0 70
0 .0 55
0 .1 12
0 .1 35 0 .1 55
0 .2 26 0 .2 19
0 .2 25
0 .3 11
0 .3 67
0 .3 43 0 .2 72
0 .2 60
0 .3 55 0 .4 02
0 .0 53
0 .0 52
0 .0 88
0 .0 50
0 .0 53
0 .0 66
0 .0 56
0 .4 15
0 .5 61
0 .6 25
0 .6 98
0 .1 02
0 .1 47
0 .2 20
0 .2 10
0 .3 01
0 .2 50
0 .1 62
0 .1 82
0 .1 44
0 .1 86
0 .1 06
0 .1 42
0 .1 34
0 .3 31
0 .3 48
0 .5 09
0 .0 99
0 .1 26
0 .0 81
0 .3 95
0 .1 20
0 .0 98
0 .1 50
0 .1 87 0 .2 32
0 .2 39
0 .2 78
0 .2 01
0 .2 19
0 .2 20
0 .2 18
0 .2 14
0 .2 06
0 .0 06
0 .2 34
1 .6 99
1 .1 81
0 .1 95
0 .0 11
1 .9 51
1 .6 46
0 .2 18
0 .0 06
0 .2 28
2 .1 75
2 .0 30
0 .1 15
21 0 .1 07
0 .0 17
0 .2 43
0 .2 81
0 .4 05
0 .3 39
0 .0 97
0 .2 46
0 .0 06
Example
0 .1 14
0 .3 22
0 .2 11
0 .0 06
20 0 .1 07
0 .1 40
0 .4 61
1 .9 83
2 .3 25
0 .1 08
0 .1 42
0 .5 76
0 .2 26
0 .0 06
19 0 .1 07
0 .0 23
0 .4 78
1 .9 40
2 .0 93
0 .1 55
0 .1 48
0 .6 47
0 .2 31
0 .0 06
18 0 .1 07
0 .1 36
0 .2 80
17 0 .1 07
0 .0 26
0 .0 24
0 .4 87
1 .6 51
1 .6 46
0 .3 04
0 .1 72
0 .9 40
0 .2 40
0 .0 06
0 .3 45
0 .5 08
1 .0 08
0 .9 99
0 .5 63
0 .1 88
0 .7 29
0 .2 48
0 .0 06
16 0 .1 07
0 .0 21
0 .5 47
0 .8 64
0 .9 90
0 .4 61
0 .1 72
0 .1 73
0 .6 47
0 .2 54
0 .0 06
15 0 .1 07
0 .3 87
0 .2 88
14 0 .1 07
0 .0 18
0 .0 12
0 .1 04
0 .0 54
0 .4 79
1 .0 27
1 .2 88
0 .4 19
0 .1 68
0 .1 97
0 .4 04
0 .2 66
0 .0 06
0 .1 08
0 .2 65
0 .3 71
0 .0 52
0 .5 04
0 .8 98
1 .2 48
0 .3 79
0 .1 76
0 .2 62
0 .3 94
0 .3 08
0 .0 07
0 .1 08
(month)
0 .0 11
0 .4 56
1.3(2)
1.3(2)
0 .0 53
0 .0 43
0 .0 48
0 .4 65
1 .6 01
1 .1 20
0 .1 68
0 .3 41
0 .3 53
0 .2 96
0 .0 07
0 .1 08
13
1.3 Avoid some major works in the mid-rainy season
0 .0 81
0 .1 17
0 .1 54 0 .0 35
0 .0 34
1.4 0 .1 80
0 .4 31
1 .7 42
0 .9 98
0 .1 72
0 .2 96
0 .3 32
0 .2 88
0 .0 07
0 .0 27
0 .3 59
1 .1 09
1.3(1)
0 .9 31
0 .1 60
0 .2 38
0 .0 28
0 .3 12
0 .2 76
0 .0 07
0 .1 08
0 .1 60
1 .0 66
0 .7 45
0 .1 47
0 .0 48
0 .3 00
0 .2 59
0 .0 07
0 .1 08
12
D U R A T I O N
0 .0 88
0.230
0.386
0.281
0 .1 25
1 .0 42
0 .5 02
0 .1 10
0 .0 61
0 .2 55
0 .2 26
0 .1 18
0 .0 07
0 .1 08
11
0 .0 87
1 ,848, 552.50
3 ,111, 166.39
Deto ur Roa d f or Dam age d A rea s No. 11, 12 , 1 3 & 14 , Late ral Underground
Obser va tion & S ub so il I nvestigation
2 ,262, 540.02
3.414
2 7,506, 411.40
S te el S he et Piles
T op og ra hic, Geo lo gica l & Su bsoil St ra ta S ur ve y, Lan dslide Movement
2.772
2 2,332, 795.85
0.843
1.952
Gab io n Bo x & Ga bion Mattress
6 ,788, 280.10 2.329
1 5,723, 749.87
1 8,766, 114.90
Dre dg in g of R v i er be d, F ou nd at io n Fill& Embankment
4 .957
S tr uctu ra l Co ncre te , Gr ou te d Ripr ap C la ss A & Stone Masonry
C le ar in g & Gr ub bing , Re mo va l of T re es & Excavation
F loo d C ont rol an d Drainage
T ota l f or Par t H
3 9,936, 007.28
1.460
1 1,763, 819.25
P avem en t Ma rkin gs & R ef le to rize d Pavement Studs
S odd ing & Tre e P a l n ting
1.649
1 1,228, 883.12
1.394
0.349
2 ,813, 069.16 1 3,286, 281.50
War ning , Re gu la to ry & P ro je ct I nformation Sign
9 .219
M et al Gua rdrail
C on cr et e Cu rb , Righ t- of -Way M on um en t, M aint . Dr ain Marker Post & KM Post
M is ce lan eo us S tr uctures
T ota l f or Par t G
7 4,268, 962.84
0.858
6 ,915, 151.80
Gab io n Bo x & Ga bion Mattress
Note: Comments in red color
P AR T J
P AR T H
1.565
1 2,611, 013.24
Gro ut ed R ip ra p Class A, S to ne M ason ry & Rubble Concrete
0.169
1 ,359, 056.06
C le an in g / Re co nd ti io ning o f Pipe C ulve rt & BoxCulvert
0 .0 60
1.4 Work to be completed by the coming rainy season
0.258
2 ,081, 445.47
R CP C Co ncre te C at ch B asin & M ason ryCatch Basin
0.930
7 ,487, 873.87
Layin g of P ip e Cu lver t & Un de rd ra in P erforated PVC Pipe
Dra in ag e & Slop e Pr ot ection Structures
4 .719
Example of Bar Chart with S-Curve
5 ,1 4 7 ,7 8 4.03 5 ,1 4 7 ,7 8 4.03
P AR T G
3 8,016, 454.23
5 ,1 4 7 ,7 8 4.03 1 0 ,2 9 5 ,5 6 8.06
B ridg e Co nstr uction
2 3.381 3 9.882
4 ,2 0 5 ,2 3 2.02 1 4 ,5 0 0 ,8 0 0.08
P ART F
1 88,354 ,461.35 3 21,287 ,716.15
P CC P avem en t (2 00 m m & 300 mm thick)
1 6.501
0 .1 44
0 .0 65
6 ,1 5 4 ,7 8 4.04 2 0 ,6 5 5 ,5 8 4.12
T ota l f or Par t E
1 32,933 ,254.80
A sp ha lt P avem en t (B in de r, Wea ring C ou rse & Cr ackRelief Layer)
0 .1 38
0 .0 53
1 2 ,7 6 0 ,7 0 4.07 3 3 ,4 1 6 ,2 8 8.19
S urf ace Co urse
7 .495
1 5.230
0 .0 52
1 7 ,8 6 8 ,2 0 8.10 5 1 ,2 8 4 ,4 9 6.30
P ART E
6 0,376, 294.44
0 .0 44
0 .2 11
0 .2 17
0 .1 32
0 .0 07
0 .1 08
3 3 ,3 6 7 ,9 5 2.19 8 4 ,6 5 2 ,4 4 8.49
S ubb ase & Base C ourse
2.252
1 8,144, 589.50
S ubg rad e P rep ara tio n & Su bgr ade Im provement
0 .0 38
0 .1 29
0 .1 55
0 .1 56
0 .0 29
0 .1 08
10
3 7 ,3 1 5 ,3 9 2.22 1 2 1 ,9 6 7 ,8 40.71
P AR T D
1 22,691 ,788.80
1.507
1 2,144, 013.99
E mb an km en t (f ro m Ro ad wa y Exca va tion & S elected Borrow)
0 .0 32
0 .1 41
0 .1 40
0 .1 08
09
1 6 4 ,8 4 9 ,9 28.96
T ota l f or Par t C
0.303
2 ,443, 010.10
0 .1 21
0 .0 06
0 .1 08
08
2 1 2 ,0 3 3 ,9 21.23
F ou nd at io n Fill, Sh or in g of P an gd an B ridg e & Pipe Culvert & Drain Exc.
0.668 3.703
5 ,379, 838.54 2 9,829, 982.03
C le ar in g & Gr ub bing , Re mo va l of T re es/E xist in g Structures
0 .0 06
0 .4 37
0 .1 08
07
4 7 ,3 0 4 ,8 3 2.28 2 5 9 ,3 3 8 ,7 53.51
E ar th wo rks
0 .0 06
0 .4 36
0 .1 08
06
4 7 ,6 0 2 ,9 0 4.28 3 0 6 ,9 4 1 ,6 57.79
P AR T C
1.094 0.506
4 ,076, 068.55 1 .600
8 ,815, 000.00
1 2,891, 068.55
Gene ral Ro ad Mainte nan ce, Se al Coa t f or Dam age d P CCP, etc.
0 .1 08
05
4 7 ,8 0 4 ,3 0 4.28 3 5 4 ,7 4 5 ,9 62.07
T ota l f or Par t B
M ob iliz at io n an d De mo bilization
1 .689
04
4 8 ,2 2 3 ,2 1 6.28 4 0 2 ,9 6 9 ,1 78.35
1.2
2 0,792, 101.37
03
4 8 ,3 1 1 ,8 3 2.28 4 5 1 ,2 8 1 ,0 10.63
F acilit ie s fo r th e Engineer
02
5 6 ,5 6 1 ,1 7 6.33 5 0 7 ,8 4 2 ,1 86.96
Oth er Gen er al R eq uirements
01
5 6 ,5 3 7 ,0 0 8.33 5 6 4 ,3 7 9 ,1 95.29
P AR T A
OK % WT.
5 6 ,7 7 8 ,6 8 8.33 6 2 1 ,1 5 7 ,8 83.62
P AR T B
AMOUNT
5 0 ,0 1 1 ,6 4 8.29 6 7 1 ,1 6 9 ,5 31.91
D E S C R I P TI O N
4 2 ,8 8 2 ,0 8 8.25
4 3 ,5 3 4 ,6 2 4.25 7 1 4 ,7 0 4 ,1 56.16
ITEM NO.
Assume that the 1st month will
UNDER ARTERIAL ROAD LINKS DEVELOPMENT PROJECT, PHASE be October 2004 IV and the rainy season is from June to PROVINCE OF CEBU
1.1 CONSTRUCTION SCHEDULE OF NAGA - TOLEDO ROAD PROJECT
4 7 ,1 8 3 ,9 9 2.27
4 1 ,0 7 7 ,5 4 4.24
6 - 22 7 5 5 ,7 8 1 ,7 00.40
1.2 Divide General Road Maintenance, Seal Coat for Damaged PCCP,etc. to two sub-items by pay item
pay item in terms of percentages or quantities.It is used to determine whether the
project is ahead or behind schedule.
Road Project Management and Supervision Manual Vol.1 Main Text
(c)
Construction Methodology This shall embody a narrative description of the order of procedure in which the Contractor proposes to carry out each main item of work. This shall conform to the approved Pert/CPM.
(d)
Contractor's Organizational Chart This is a structural chart showing the hierarchical order of personnel the Contractor shall assign for superintendence on the execution of the Works and the respective duties, roles, etc., of every component of the chart.
(e)
Manpower and Equipment Utilization Schedules The Engineer shall ensure that the Contractor complies with the number of manpower at site based on the submitted Manpower Schedule. Likewise, he shall ensure that the Contractor is maintaining the required number, good working condition equipment until completion of the project.
Road Project Management and Supervision Manual Vol.1 Main Text
6 - 23
6 - 24
Road Project Management and Supervision Manual Vol.1 Main Text
Aurora Fabro Jasmin Salandanan Jose Leonides David Salvador Meriel Eugene Torralba Santos Lucila Rolando Jimenez Bernabe Quitoriano
Sr. Struct Engr (2)
Sr. Struct Engr (3)
Sr. Struct Engr (4)
Sr. Highway Engr
Struc/Br Insp (1)
Struc/Br Insp (2)
Struc/Br Insp (3)
Struc/Br Insp (4)
Eugene Torralba Marianne Molina Liza Gonzales Glory Grace Quebral Jonas Marasigan Pablo Joya Janet Ferrer Josie Adame Alexander Villafuerte Nancy Catapusan Violeta Mallorca Josephine Angeles Maricel Mendoza Sammy Kamad Joselito Arciaga
Jr. Struct Engr (2)
Jr. Struct Engr (3)
Jr. Struct Engr (4)
Jr. Highway Engr
Jr. Geotech Engr
Jr. Drainage Engr
Jr. Cost Engr
Jr. Specs Doc Writer
Draftsman/CADD (1)
Draftsman/CADD (2)
Admin/Secretary
Typist/Encoder (1)
Typist/Encoder (2)
Utility/Janitor
Driver
1999
2000
2001
Example of Manpower Schedule
J AS OND J FMAM J ND J FMAMOND J FMAM J J AS OND
1998
Figure 6.11
Rhonda Amores
Jr. Struct Engr (1)
SCHEDULE ACTUAL ACTUAL (ON-CALL)
Dionisio Tandingan
Sr. Survey Engr
LEGEND:
Helen Difuntorum
Cost/Doc Engr
Hydro/Drain Engr
Venancio Buenconsejo
Melodina Tuaño
Geotech/Found Engr
Benjamin A. Domingo, Jr.
Sr. Struct Engr (1)
NAME
Chief Engineer
POSITION
37.00
33.00
24.00
30.50
36.00
32.50
32.50
27.00
12.00
6.00
12.00
19.00
29.50
31.00
24.00
15.50
6.00
33.50
15.00
9.00
8.00
8.00
9.50
6.50
6.00
24.00
28.50
35.00
37.00
MAN MOS.
45.00
40.19
32.27
40.58
28.11
38.75
41.01
34.79
16.10
10.53
10.50
30.20
36.94
39.49
20.45
26.28
3.77
41.84
26.54
8.77
8.73
10.50
7.16
5.53
16.77
36.94
37.45
40.61
36.77
MM USED (CUMM)
-8.00
-7.19
-8.27
-10.08
7.89
-6.25
-8.51
-7.79
-4.10
-4.53
1.50
-11.20
-7.44
-8.49
3.55
-10.78
2.23
-8.34
-11.54
-0.77
-0.73
-1.00
-0.66
0.47
7.23
-36.94
-8.95
-5.61
0.23
MM REMAINING
Road Project Management and Supervision Manual Vol.1 Main Text
6 - 25
Source: CAR/DPWH
Figure 6.12
Example of Equipment Utilization Schedule
Example
(f)
Cash Flow and Payment Schedule This shall show a cash flow estimate, in monthly and quarterly periods, of all payments the Contractor will be entitled to receive under the Contract. The Engineer shall have the right to reject any part of the original programs submitted with the Bid even if the Bid is accepted and to require the Contractor to revise the original programs to the satisfaction of the Engineer prior to the award and signing of the Contract Agreement. The Contractor shall not commence the execution of the Works without such requirements. The construction schedule shall be revised and resubmitted at intervals as required by the Engineer. In addition, the Contractor shall immediately advise the PE any proposed changes in the construction schedule. Any changes in the construction schedule shall show construction operations for each item of work from the time of Notice to Proceed to the anticipated completion date, thereby indicating the periods where works were delayed as well as estimated future periods of construction operations to negate the delay. Each revised construction schedule shall be related to the original construction schedule and shall show months ahead or behind the schedule for both completed activities and future activities.
6.2.4
Straight Line Diagram
A straight line diagram is a visual monitoring method showing the work plan and accomplishment on a diagram as shown in Figure 6.13. It will give information on where work is planned, ongoing and completed.
6.2.5
Value Engineering
The Contractor may, at any time, submit to the Engineer a written proposal which in the Contractor’s opinion, if adopted, will i) accelerate completion, ii) reduce the cost to the Employer in executing, maintaining or operating the Works, iii) improve the efficiency or value to the Employer of the completed Works, or iv) otherwise be of benefit to the Employer. The proposal shall be prepared at the cost of the Contractor, if a proposal, which is approved by the Engineer, includes a change in the design of part of the Permanent Works.
6 - 26
Road Project Management and Supervision Manual Vol.1 Main Text
Road Project Management and Supervision Manual Vol.1 Main Text
6 - 27
A
2.0m
6.7m
2.0m
1
2
Source: PJHL/DPWH
L = 40.00m.
L = 237.00m.
4
Damaged No.3 Sta.3+010.00 Sta.3+050.00
3
L = 40.00m.
5
L=17.649km
Lutak Bridge
Sta.12+302.216
12
L = 39.00m.
Damaged No.5 Sta.4+475.00 Sta.4+514.00
6
L = 50.00m.
Sta.5+520.00
Sta.5+470.00 -
ACP T=200m m
L=3.965km
L=1.501km
Uling 1 Bridge
L= 27.00m.
ACP
Overlay
AC
Sta.17+640.000
PAVEMENT WORKS
L = 84.00m.
L = 400.00m.
11 Damaged No.11 Sta.16+080.00 Sta.16+480.00
12
L=1.923km
T=150m m
Sta.19+070.00 -
L = 300.00m.
14
L = 230.00m.
Sta.19+300.00
21
L=0.124km
Section 3
Example of Straight Line Diagram
32
33
34
& Drainage
Shoulder Pavement
Section 4
Slope Protection Works
35 km
City Hall
Toledo
Toledo City Hall
Toledo City Hall
2.0m
6.1m
2.0m
Toledo City Hall
Sta.34+440.000
Shoulder Pavement (ACP) (Town Area)
L=2.374km
Section 4
Drainage Improvement
Scouring Protection Works
LEGEND
Jct.Sangi
Sta.32+066.000
31
LEGEND Work completed by Last Month Work Accomplished in this Month Work under construction
Sta.25+076.628-25+103.628 L= 27.00m.
Sub Base (T=250mm)
Balud Bridge
L=11.562km
Section 3
Base (T=200mm)
T=60m m
ACP
22 Miscellaneous Works
AC Overlay on Existing AC
Jct.Poog
Damaged No.14
13 Damaged No.13 Sta.17+280.00 Sta.17+580.00
L = 220.00m.
Sta.16+940.00
Sta.16+720.00 -
Damaged No.12
BRIDGE REHABILITATION WORKS
L=0.821km
20
Sta.20+504.000
ACP
AC Const.
Section 2
ACP
L=3.229km
T=150m m T=200m m
ACP
AC Const.
Sta.16+140.000
19
Section 2
18
Jct.Lutopan
Sta.17+280.000
17
PROFILE (SECTION A-A)
Damaged No.10 Sta.10+926.00 Sta.11+010.00
10
PLAN
ACP
AC Overlay on Exsit.PCCP
Sta.12+252.761-12+302.761 L= 50.00m.
10
16
SLOPE AND SCOURING PROTECTION WORKS FOR MAJOR DAMAGED AREAS
L = 120.00m.
Sta.10+380.00 Sta.10+500.00
9 4 Damaged No.9
Figure 6.13
L = 35.00m.
Damaged No.7 4 Sta.6+825.00 Sta.6+860.00
7
Damaged No.6
Sta.8+841.590-8+868.590 L= 27.00m.
15
Project Road L=34.814km
14
Replacement of Damaged PCCP
13
Uling 2 Bridge
Section 1
11
Sta.12+753.873-12+780.873
L= 27.00m.
Sta.5+637.219-5+702.219 L= 65.00m.
Sta.3+390.00
10
Jaguimit Bridge
Pangdan Bridge
Sta.3+350.00 -
9
Major Works
Section 1
8
STRAIGHT LINE DIAGRAM FOR _WORK ACCOMPLISHMENT OF JUNE 2005 (Example) 7
Sta.5+965.308-5+992.308
BASE T=200m m
Damaged No.4
1
6
Shoulder pavement (ACP), Slope > 4% OR Se>7%
PCCP T=300m m
L= 12.543km
Sta.2+890.00
L=290.00M
5
Reconstruction by PCCP
PCCP
4
Sta.2+600.00 -
3
Damaged No.2
2
Damaged No.1 Sta.1+953.00 Sta.2+190.00
Jct.Naga
Jct.Naga
Jct.Naga
Sta.0+056.000
Jct.Naga
Sta.0+056.000
Km
A
6.2.6
Construction Drawings
This shall form part of the contract documents, any revision shall be duly approved prior to implementation of work. In case of discrepancy or ambiguity on the plans, specifications and special provisions, the following rules shall govern: a)
Supplemental specifications shall govern over original specifications;
b)
Plans shall govern over specifications;
c)
Special provisions shall govern over plans and specifications;
d)
Figure dimension, unless obviously incorrect, shall govern in case of any discrepancy between figured dimensions and scaled dimension.
6.2.7
Shop Drawings
The Contractor shall prepare shop drawings if required by the Engineer. Shop drawings are prepared to supplement the construction drawings and where there is a need of more details of the works to be implemented. These shall be deemed to include design drawings, fabrication drawings, catalogue, brochures, illustrations, materials lists, design calculations, reference standards and performance data which may be required by the Specifications for the proper execution of the Work. The Contractor shall submit shop drawings in sufficient lead time to prevent delays in delivery of materials or in the progress or completion of the work. The shop drawings shall be complete in all respects and shall show clear compliance with the Specifications. The Engineer will review these drawings within a reasonable time and return them with comments. The Contractor shall resubmit the revised shop drawings, if required, for further review and approval.
6.2.8
Establishment of Communication Network
The Engineer shall furnish the Implementing Office of his contact numbers (landline and mobile), facsimile, mail and e-mail addresses. He shall establish a communication network for all concerned entities such as the Contractor (Head and Site Offices), the Consultants, Police, Hospital, Fire Department, Public Utility Companies and others. In addition, the Engineer should also establish an emergency hotline.
6.2.9
Conduct of Coordination Meetings
The Engineer shall hold a coordination meeting at least once a month to discuss the following:
6 - 28
Road Project Management and Supervision Manual Vol.1 Main Text
Table 6.7
Agenda for Coordination Meeting
Meeting/Venue
Agenda
Monthly Coordination
-
Meeting/Implementing
Monthly project
-
acccomplishment(phy
Office -
The Head of Implementing Office*
sical and financial
-
The PEs
progress)
-
Consultants
Monthly work plan
-
Contractor
and schedule
-
Other key staffs
Problems and Action Plan
-
Construction methods
-
Environmental and traffic managements
-
Other matters
*Chairperson
6.2.10 Maintenance Work during Contract Period The Contractor shall be responsible for the maintenance of the accomplished items of work during construction and until acceptance of the project.
General Maintenance during the Contract Period
Maintenance by DEO/DPWH
Maintenance by
CONTRACTOR
CONTRACTOR
Construction Period
Maintenance Liability Period
Possession of Site
Figure 6.14
Completion of Works
DEO/DPWH Maintenance
Final Taking Over
Maintenance Period
The Contractor shall maintain the pavement, shoulders, drainage systems, structures and road fixture provided in the Special Specifications and paid as “General Maintenance”, as follows: Pavement: *
Repair of potholes by bituminous mixtures
*
Grading and compaction of gravel surface
*
Crack sealing
Road Project Management and Supervision Manual Vol.1 Main Text
6 - 29
*
Watering on the existing road surface for dust control
*
Other work
Drainage: *
Removal of silted soil and debris from RC pipes and Box culverts
*
Removal of silted soil and debris from road side ditches and catch pits
*
Other works
Shoulder: *
Repair of potholes and grading
*
Vegetation control (grass cutting)
Road fixture: *
Temporary installation or repair of sign boards (warning and information)
*
Guard rails and blocks
*
Other fixtures
A road maintenance work, in general, should be performed for the comfort and safety of road users and minimizing further deterioration of the present road and/or keeping the road in good condition until acceptance of the project. TheMaintenance Engineer shall instruct, inspect and record the Contractor's maintenance activities. The Contractor shall also be obliged to maintain the project road during the maintenance liability period, which is one (1) year in general 1. For this purpose, the Maintenance Engineer or his representative shall conduct a joint periodic inspection with the Contractor.
Installation of Guide Blocks at Accident- Grading and Watering on the Existing Prone Section by Slope failure Project Road for Dust Control
Figure 6.15
Removal of A Overturned Truck from the Project Road for Public Safety
Contractor’s Maintenance Activities
6.2.11 Delay of Work and Action Plans (1)
Delay of Work The Contractor shall promptly give notice to the Engineer of probable future events
1
The Contractor has multi year maintenance responsibility in the case of Long-Term Performance Based Maintenance (LTPBM).
6 - 30
Road Project Management and Supervision Manual Vol.1 Main Text
or circumstances which may adversely affect or delay the Works. The Engineer shall give notice to the Contractor to submit a revised program if; *
The actual progress is too slow to be completed within the time of completion, and/or
*
The progress has fallen (or will fall) behind the current program/schedule.
The revised program and supporting report shall include the revised methods which the Contractor proposes to adopt to increase work progress and complete within the time of completion. The Contractor shall adopt these revised methods, which may require the increased working hours and/or mobilization of additional resources including manpower, equipment and/or goods at his own risk and expense.
(2)
Slow Progress When there is a slow progress at a given point of time, the Contractor is to be reminded of DO No.102, Series of 1988 regarding the courses of actions to be taken by the Engineer whenever the Contract reaches a level of negative slippage as described below. Table 6.8 Stage
a.
Early Earning
Condition
The Contractor shall be given a warning and submit a “catch-up” program to eliminate the negative slippage. The Engineer shall provide close supervision and monitoring. The Contractor shall be given a second warning and submit detailed action program on two weeks basis to accelerate the execution of the Works. Furthermore, the Contractor shall be instructed to mobilize the additional inputs. The Engineer shall exercise closer supervision at every other week. The Contractor shall be issued a final warning. He shall provide a more detailed program of activities with weekly physical targets together with additional inputs. The Engineer shall intensity and evaluate the project performance at least once a week. The Employer shall initiate termination/rescission of the Contract or take-over of the remaining Works by administration or assignment to another Contractor/appropriate agency.
b.
ICU Stage
For negative slippage of ten (10%) percent
c.
Make or
For negative slippage of fifteen (15%) percent
Stage d.
Terminal Stage
Required Actions
For negative slippage of five (5%) percent
Stage
Break
Stages of Negative Slippage
For negative slippage beyond fifteen (15%) percent
The Engineer shall instruct the Contractor to submit a Catch-up program at the early warning stage. The catch up program must be supported by additional working hours (Sunday work, holiday work, night work, two shift work, etc), equipment and cash flows.
Road Project Management and Supervision Manual Vol.1 Main Text
6 - 31
6 - 32
Station 5+000 - 12+275, Sta 12+302 - 16+140
Base Course
Sta 12+302 - 16+140
Sta 0+056 - 10+000
Sta 12+302 - 16+140
Sta 12+302 - 16+140
Bit. Binder Course
PCCP, t = 300 mm thick
PCCP, t = 200 mm thick
Supporting Blocks
RCBC (17 Locations)
RCBC (17 Locations)
RCBC (17 Locations)
Reinforcing Steel, Grade 40
Structural Conc. Class A for Minor Structures
Lean Concrete
RCPC - 910mm diameter
Section 1
Section 1
Section 1
Section 1
Section 1
Section 1
Section 1
Catch Basin
Cleaning RCPC
Cleaning RCBC
Grouted Riprap - Minor Damaged & Roadway
Stone Masonry - Minor Damage & Roadway
Underdrain
Geotextile Filter Fabric
Masonry Lined Canal (Reblocking Area)
Dredging of Riverbed
Earthworks at Damaged Area No.1 & No.2 and Lutak Bridge
Source : PJHL / DPWH
250
150
7000
500
10000
200
4000
25,691,301.62
336,275.00
594,606.00
403,530.00
131,819.80
363,177.00
1,866,951.00
538,040.00
354,750.00
3,484,975.20
1,494,507.63
103,300.00
569,030.00
2,028,562.50
435,170.75
1,051,098.36
69,303.00
215,073.24
523,354.50
32,860.66
602,572.65
623,662.00
719,875.02
1,064,556.00
2,376,012.96
1,409,940.00
666,086.40
341,419.17
156,668.69
146,354.70
25,827.30
983,700.00
1,029,600.00
50,838.80
897,803.30
JUN
19.867% 5.625%
5.225% -4.581%
PROJECTED WORK SLIPPAGE (%)
Catch-up Program
-2.883%
22.750%
12.544% 17.125%
SCHEDULED MONTHLY ACCOMPLISHMENT (%)
7.323%
58,994,280.99
776,323.33
336,275.00
1,101,040.00
672,550.00
329,549.50
242,118.00
336,275.00
425,700.00
1,866,951.00
538,040.00
354,750.00
1,494,507.63
103,300.00
569,030.00
2,028,562.50
435,170.75
215,073.24
523,354.50
32,860.66
602,572.65
623,662.00
1,079,812.54
2,129,112.00
4,752,025.92
21,984,710.00
4,190,400.00
2,357,680.00
1,409,940.00
666,086.40
341,419.17
156,668.69
146,354.70
25,827.30
1,967,400.00
1,029,600.00
2,200,936.43
50,838.80
897,803.30
JUL
SCHEDULED CUMULATIVE ACCOMPLISHMENT (%)
*PROJECTED CUMULATIVE ACCOMPLISHMENT (%)
300,107,851.92
2,328,970.00
1,345,100.00
4,529,600.00
594,606.00
1,101,040.00
672,550.00
403,530.00
659,099.00
605,295.00
1,345,100.00
851,400.00
12,446,340.00
2,152,160.00
709,500.00
11,616,584.00
5,978,030.50
206,600.00
1,138,060.00
8,114,250.00
1,740,683.00
1,051,098.36
69,303.00
860,292.96
2,093,418.00
131,442.64
2,410,290.60
2,494,648.00
1,799,687.56
5,322,780.00
11,880,064.80
109,923,550.00
41,904,000.00
23,576,800.00
7,049,700.00
3,330,432.00
2,048,515.00
626,674.75
585,418.80
51,654.60
4,918,500.00
10,296,000.00
4,401,872.85
254,194.00
4,489,016.50
( Ph. Peso )
ESTIMATED AMOUNT
3.189%
Figure 6.16
m3
m3
m3
m3
m3
245
225
500
120
3000
800
100
2800
3965
1000
2000
3000
700
78
300
24
600
34
340
44200
388
5400
12060
67000
80000
40000
10500
5600
74900
2665
2040
180
25000
50000
21197.5
5
5
QUANTITY
PROJECTED MONTHLY ACCOMPLISHMENT (%)
TOTAL ESTIMATED AMOUNT
Stone Masonry, Riprap & Gabions
Gabions, Masonry & Underdrain
Embankment from Borrow
Crushed Agg. Base Course
Damaged Area No. 11
Other Damaged Areas
m3
Stone Masonry, Riprap & Gabions
Damaged Area No. 6
Damaged Area No.12
m3
Stone Masonry, Riprap & Gabions
Damaged Area No. 5
m3
m3
Stone Masonry, Riprap & Gabions
m3
Stone Masonry, Riprap & Gabions
Stone Masonry, Riprap & Gabions
Damaged Area No. 4
m3
Conc. Class A
m3
Stone Masonry, Riprap & Gabions l.m.
m3
Conc. Class A
Sheet Piles
l.m.
Sheet Piles
l.m.
m2
l.m.
m3
m3
ea.
l.m.
ea.
l.m.
m3
m3
kg
l.m
m2
m2
m2
m2
m2
m3
m3
m2
m3
Damaged Area No. 3
Damaged Area No. 2
Damaged Area No. 1
FLOOD CONTROL AND DRAINAGE
RCPC - 910mm diameter (26 Locations)
RCPC
DRAINAGE & SLOPE PROTECTION
Lutak Bridge
Steel Sheet Piles
BRIDGE CONSTRUCTION
Sta 12+302 - 16+140
Bit. Crack Relief Layer
SURFACE COURSES
Station 5+000 - 12+275, Sta 12+302 - 16+140
Subbase Course
SUBBASE AND BASE COURSE
Station 5+000 - 10+000, Sta 12+302 - 16+140
m3
RCBC (17 Locations)
Subgrade Preparation
m3
Station 1+100 - 1+220 (Riprap)
Structure Excavation - Roadway
RCPC - 910mm diameter (26 Locations)
m3
Pipe & Drain Excavation
m2
Station 5+000 - 8+800,Sta 8+800-12+275, DA 9 m3
Station 8+800 - 12+275
Station 5+000 - 8+800,Sta 8+800 - 12+275
mo.
mo.
UNIT
ESTIMATED QUANTITY
PROGRESS CATCH-UP PROGRAM, JUNE - OCTOBER 2007 (EXAMPLE)
Surplus Common Excavation - Roadway & DA 9
Removal of Existing Pavement
STATION LOCATION
Surplus Unclassified Excavat Surplus Unclassified
EARTHWORKS
General Road Maintenance
GENERAL REQUIREMENTS
Facilities for the Engineer
FACILITIES FOR THE ENGINEER
DESCRIPTION
Note: Computation based on major items only.
PART J
PART G
PART F
PART E
PART D
PART C
PART B
PART A
ITEM
-0.225%
28.646%
5.896%
28.421%
8.554%
68,908,362.36
776,323.33
336,275.00
905,920.00
197,729.70
336,275.00
425,700.00
538,040.00
1,494,507.63
2,028,562.50
435,170.75
215,073.24
523,354.50
32,860.66
602,572.65
623,662.00
2,129,112.00
4,752,025.92
21,984,710.00
12,571,200.00
7,073,040.00
1,409,940.00
666,086.40
341,419.17
156,668.69
146,354.70
1,967,400.00
3,088,800.00
2,200,936.43
50,838.80
897,803.30
AUG
2007
2.138%
33.500%
4.854%
35.638%
7.217%
58,141,378.31
776,323.33
336,275.00
1,811,840.00
336,275.00
538,040.00
1,494,507.63
2,028,562.50
435,170.75
215,073.24
523,354.50
32,860.66
602,572.65
623,662.00
21,984,710.00
12,571,200.00
7,073,040.00
1,409,940.00
666,086.40
341,419.17
156,668.69
146,354.70
3,088,800.00
50,838.80
897,803.30
SEPT
Most Critical Activity
37.25%
REMARKS
3.192%
38.553%
5.053%
Normal
Semi-critical
Critical
6.108% Legend: * Base on Actual Accomplishment 41.745%
49,202,352.67
1,811,840.00
336,275.00
21,984,710.00 Most Critical Activity
12,571,200.00 Most Critical Activity
7,073,040.00 Most Critical Activity
1,409,940.00
666,086.40
341,419.17
Most Critical Activity
2,059,200.00 Most Critical Activity
50,838.80
897,803.30
OCT
The Engineer shall assess the Contractor’s proposal and provide further advice and
instructions to assure that such program works well. The Engineer needs to establish a
closer inspection and quality control system for the catch-up program. Any extra cost for
the construction supervision, including overtime and holiday work allowances, shall be charged to the Contractor.
Road Project Management and Supervision Manual Vol.1 Main Text
(3)
Liquidated Damages If the Contractor fails to comply with the time for completion, he shall pay liquidated damages to the Implementing Office for this default. These damages shall not relieve the Contractor from his obligation to complete the Works, or from any other duties, obligations or responsibilities which he may have under the Contract. The Contractor shall pay liquidated damages to the Implementing Office at the rate stated in the Special Conditions of Contract for each day of delay. The total amount shall not exceed the amount defined in the SCC and this may be deducted from payments due to the Contractor. Once the cumulative amount reaches ten percent (10%) of the contract amount, the Implementing Office shall rescind the Contract, without prejudice to other courses of action and remedies open to it. (a)
For locally-funded project A liquidated damage is equivalent to an amount to be determined in accordance with the following formula until the work is completed and accepted or taken over by the Employer: n
TLD = VUUP = where: TLD VUUP
VUUP x [ (1+ OCC) - 1] x K TCP – VCUP = =
TCP VCUP
= =
OCC
=
n
=
K
= =
Total Liquidated Damages, in pesos value of the uncompleted and unusable portions of the contract work, as of the expiry date of the contract, in pesos Total Contract Price, in pesos value of the completed and usable portion of the contract work, as of the expiry date of the contract, in pesos prevailing opportunity cost of capital for government projects set by NEDA, which is currently pegged at 15% total number of days that the contract work is delayed after the expiry date of the contract adjustment factor to cover additional losses 1 + C + ( i x n)
where: C
=
I
=
cost of construction supervision as a percentage, not exceeding 10%, of construction cost annual inflation rate as defined by NEDA
Road Project Management and Supervision Manual Vol.1 Main Text
6 - 33
To be entitled to such liquidated damages, the Implementing Office does not have to prove that it has incurred actual damages. Such amount shall be deducted from any money due or which may become due the contractor under the contract and/or collect such liquidated damages from the retention money or other securities posted by the Contractor whichever is convenient to the Implementing Office. In case that the delay in the completion of the work exceeds a time duration equivalent to ten percent (10%) of the specified contract time plus any time extension duly granted to the Contractor, the Implementing Office may rescind the Contract, forfeit the Performance Security and takeover the prosecution of the project or award the same to a qualified Contractor through negotiated contract. In no case however, shall the total sum of liquidated damages exceed ten percent (10%) of the total contract price, in which event the Contract shall automatically be taken over by the DPWH or award the same to a qualified contractor through negotiation and the erring Contractor’s Performance Security shall be forfeited. (b)
For foreign-funded project The applicable liquidated damages is at least one tenth (1/10) of a percent of the cost of the unperformed portion for every day of delay in accordance with the GCC and the SCC. The maximum deduction shall be ten percent (10%) of the amount of the contract and the Implementing Office shall rescind the contract, without prejudice to other courses of action and remedies open to it.
6.2.12 Suspension of Works The Implementing Office shall have the authority to suspend the work wholly or partly by written order for such period as may be deemed necessary due to force majeure or any fortuitous events or for failure on the part of the Contractor to correct bad conditions which are unsafe for workers or for the general public, to carry out valid orders given by the Implementing Office or to perform any provisions of the Contract, or due to adjustment of plans to suit field conditions as found necessary during construction. The Contractor shall immediately comply with such order to suspend the work wholly or partly. The Contractor or its duly authorized representative shall have the right to suspend work operation on any or all projects/activities along the critical path of activities after fifteen (15) calendar days from date of receipt of written notice from the Engineer or equivalent officials, due to the following:
6 - 34
Road Project Management and Supervision Manual Vol.1 Main Text
1)
There exist right-of-way problems which prohibit the Contractor from performing work in accordance with the approved construction schedule;
2)
Requisite construction plans which must be owner-furnished are not issued to the contractor precluding any work called for by such plans;
3)
Peace and order conditions make it extremely dangerous, if not possible, to work. However, this condition must be certified in writing by the Philippine National Police (PNP) station which has responsibility over the affected area and confirmed by the Department of Interior and Local Government (DILG) Regional Director;
4)
There is failure on the part of the Employer to deliver government-furnished materials and equipment as stipulated in the contract; and
5)
Delay in the payment of Contractor’s claim for progress billing beyond forty-five (45) calendar days from the time the Contractor’s claim has been certified to by Employer’s Representative.
6.2.13 Extension of Contract Time (1)
For Foreign-funded Projects through ICB Contract Time Extension is the allowable period for the Contractor to complete the Works in addition to the original completion date stated in the Contract. The Contractor shall be entitled subject to Contractor’s Claims, to an extension of the time for completion if that completion is or will be delayed by any of the following causes: (a) A variation or other substantial change in the quantity of an item of work included in the Contract; (b) A cause of delay giving an entitlement to extension of time; (c) Exceptionally adverse climatic conditions; (d) Unforeseeable shortages in the availability of personnel or goods caused by epidemic or governmental actions; and (e) Any delay, impediment or prevention caused by or attributable to the Implementing Office, its personnel or other Contractors. Delays caused by authorities will be applied in case of the following conditions: (a) The Contractor has diligently followed the procedures laid down by the relevant legally constituted public authorities in the country; (b) These authorities delay or disrupt the Contractor’s work; and (c) The delay or disruption was unforeseeable.
Road Project Management and Supervision Manual Vol.1 Main Text
6 - 35
If the Contractor considers himself to be entitled to an extension of the time for completion, he shall give notice to the Engineer in accordance with the Contractor’s Claims. When determining each extension of time under Contractor’s Claims, the Engineer shall review previous determinations and may increase, but shall not decrease, the total extension of time. (2)
For Locally-funded project thru LCB Should the amount of additional work of any kind or other special circumstances of any kind whatsoever occur to fairly entitle the Contractor to an extension of contract time, the Engineer shall evaluate and determine the amount of such extension on the Contractor’s claim. Upon receipt of full and detailed particulars, the Engineer shall examine the facts and extent of the delay and shall extend the contract time of completing the contract work when, in the Engineer’s opinion, the findings of facts justify an extension. No extension of contract time shall be granted the Contractor due to (a) ordinary unfavorable weather conditions and (b) inexcusable failure or negligence of the Contractor to provide the required equipment, supplies or materials. Extension of contract time may be granted only when the affected activities fall on the critical path of the Pert/CPM network. No extension of contract time shall be granted when the reason given to support the request for extension was already considered in the original contract time. Extension of contract time shall be granted for: *
rainy/unworkable days considered unfavorable for the prosecution of the works at the site based on the actual conditions obtained at the site, in excess of the number of rainy/unworkable days pre-determined by the Engineer in relation to the original contract time;
*
equivalent period of delay due to major calamities such as exceptionally destructive typhoons, floods,earthquakes and epidemics;
*
causes such as non-delivery on time of materials, working drawings, or written information to be furnished by the Engineer;
*
non-acquisition of permit to enter private properties within the right-of-way resulting in complete construction activities; and
*
other meritorious causes as determined by the Engineer and approved by the Implementing Office.
6 - 36
Road Project Management and Supervision Manual Vol.1 Main Text
Shortage of construction materials, general labor strikes, and peace and order problems that disrupt construction operations through no fault of the Contractor may be considered as additional grounds for extension of contract time provided they are publicly felt and certified by appropriate government agencies.
6.2.14 Termination of Contract (1)
Termination for Default of Contractor The Employer shall terminate the Contract for default when any of the following conditions attend its implementation: *
Due to the Contractor’s fault and while the project is on-going, it has incurred negative slippage of fifteen percent (15%) or more in accordance with Presidential Decree 1870 regardless of whether or not previous warnings and notices have been issued for the Contractor to improve his performance;
*
Due to his own fault and after the Contract time has expired, the Contractor incurs delay of ten percent (10%) or more in the completion of the Work after the Contract has expired; and
*
The Contractor: 1)
abandons the contract Works, refuses or fails to comply with a valid instruction of the Engineer or fails to proceed expeditiously and without delay despite a written notice by the Engineer;
2)
does not actually have on the project site the minimum essential equipment listed on the Bid necessary to prosecute the Works in accordance with the approved Program of Work and equipment deployment schedule as required for the project;
3)
does not execute the Works in accordance with the Contract or persistently or flagrantly neglects to carry out its obligations under the Contract;
4)
neglects or refuses to remove materials or to perform a new work that has been rejected as defective or unsuitable; and
5)
sublets any part of the Contract without approval by the authorized DPWH officials.
All materials on site, plant, equipment and works shall be deemed to be the property of the Implementing Office if the Contract is rescinded because of the Contractor’s default. (2)
Termination for Default of the Employer The Contractor may terminate the Contract with the Implementing Office (IO) if the works are completely stopped for a continuous period of at least sixty (60) calendar
Road Project Management and Supervision Manual Vol.1 Main Text
6 - 37
days ,through no fault of his own, due to any of the following reasons: 1)
Failure of the IO to deliver, within a reasonable time, supplies materials, right-of-way, or other items it is obligated to furnish under the terms of the Contract; and
2)
The prosecution of the Work is disrupted by adverse peace and order situation as certified by the Armed Forces of the Philippines Provincial Commander and approved by the Secretary of National Defense.
(3)
Termination for Other Causes The IO may terminate the Contract, in whole or in part, at any time for its convenience. The Implementing Office or the Contractor may terminate the Contract if the other party causes a fundamental breach of Contract, including: 1)
The Contractor stops work for twenty eight (28) days when no stoppage of work is shown on the Program of Work and the stoppage has not been authorized by the ;
2)
The Engineer instructs the Contractor to delay the progress of the Works and the instruction is not withdrawn within twenty eight (28) days;
3)
The IO shall terminate the Contract if the Contractor is declared bankrupt or insolvent as determined with finality by a court of competent jurisdiction;
4)
A payment certified by the Engineer is not paid to the Contractor within eighty four (84) days from the date of the certificate;
5)
The Engineer gives notice that failure to correct a particular defect is a fundamental breach of Contract and the Contractor fails to correct it within a reasonable period of time determined;
6)
The Contractor does not maintain a Security, which is required;
7)
The Contractor has delayed the completion of the Works by the number of days for which the maximum amount of liquidated damages can be paid; and
8)
In case it is determined prima facie by the IO that the Contractor has engaged, before or during the implementation of the contract, in unlawful deeds and behaviors relative to contract acquisition and implementation, such as, but not limited to, the following: *
corrupt, fraudulent, collusive and coercive practices
*
drawing up or using forged documents
*
using adulterated materials, means or methods, or engaging in production contrary to rules of science or the trade
* (4)
any other act analogous to the foregoing.
Termination for Convenience (RA 9184 Section 3.1) The funding source or the IO, as appropriate, will seek to impose the maximum civil, administrative and/or criminal penalties available under the applicable law on
6 - 38
Road Project Management and Supervision Manual Vol.1 Main Text
individuals and organizations deemed to be involved with corrupt, fraudulent, or coercive practices. If the Contract is terminated, the Contractor shall stop work immediately, make the site safe, secure and leave as soon as reasonably possible.
6.3 Cost Management (1)
Outline Cost management is the management process and efforts of the Engineer for increasing the values (quality) of the works and completion of the project within the budget. Cost management, as one of the key elements for the project management, is a series of activities through planning, detailed engineering, bidding and implementation (See Figure 5.7). As cost overrun is very common, every effort should be made through good project implementation. The cost management is a non-compromised routine work carried out on a daily, weekly and monthly basis with the cooperation of all involved in the project. The Engineer shall carry out the following activities: *
Control or see to it that works are executed in accordance with the plans and specifications;
*
Check interim (monthly) statement on financial aspects (budget);
*
Monitor scope of work, quantities and cost which may increase by item, especially for major pay items;
*
Take appropriate precautions and actions to avoid cost overrun;
*
Conduct value engineering techniques to reduce the cost; and
*
Evaluate the Contractor’s Claims at earliest time and identify effect on the project cost.
Road Project Management and Supervision Manual Vol.1 Main Text
6 - 39
C 1.50m 0.50m 0.50m
0.50m
6.70m 6.10m (Existing Road Width)
0.30m Widening
3.0%
2.0%
0.30m Widening 2.0%
2.00m
3.0%
MFWL
1.0 5.00m
1.5
1.00m 0.60m
W=6.0-7.0m
2.00 3.00m
2.00m
Selected Embankment (River Gravel)
Grouted Riprap T=300mm
RC Class A
Stone Masonry
River Bed 2.00m Gabion 0.5 x 1.0 x 3.0m
Steel Sheet Pile L=6m Type II
Geotextile Fabric
N o C o s t O ve rru n
Planning & Budgeting
Quantity & Finance Management
Bidding
Detailed Engineering Design
Establishment of Approved Budget for Contract
Work Volume (Bills of Quantities) Price Negotiation & Contract
Establishment of Unit Prices
C o m p le tio n w ith in th e B u d g e t or Le a s t C o s t O ve rru n
Cost, Price & Productivity Database
P Currency Factor (FC & LC)
Equipment
Materials
Labor
Project Implementation (Cost Management)
Figure 6.17 (2)
Project Completion
Cost and Financial Management
Types of Payment Payments are classified as follows: *
Advance Payment;
*
Monthly Progress Payment;
*
Final Payment;
*
Release of Retention; and
*
Others.
The Contractor shall submit a statement of payment in accordance with the conditions of the Contract. The Implementing Office shall verify and pay the Contractor within the specified time.
6 - 40
Road Project Management and Supervision Manual Vol.1 Main Text
Table 6.9
Types of Payments
FIDIC GCC (MDG Edition) Clause
DPWH GCC (Annex B, Volume 3)
Title
Clause
Title
14
Contract Price and Payment
38
Advance payment
14.2
Advance Payment
39
Progress Payment (Monthly Payment)
14.3
Application for Interim Payment
40
Payment Certificate
14.4
Schedule of Payment
41
Retention
14.5
Plant and Materials for the Works
45
Payment on Termination
14.6
Issue of Interim Payment Certificate
14.7
Payment
14.8
Delayed Payment
14.9
Payment of Retention Money
14.10
Statement of Completion
14.11
Application for Final Payment Certificate
14.12
Discharge
14.13
Issue of Final Payment Certificate
14.14
Cessation of Employer’s Liability
14.15 (3)
Currencies of Payment
Guidelines for Payments The following guidelines shall be referred to for verification and processing of claim and payment of civil works. Table 6.10
Payment Guidelines
Title - Guidelines to Implementing Office for Processing Claims for
Date Issued January 5, 2001
Payment (District and Regional Offices) for Civil Works Contract - Guidelines to Implementing Office for Processing Claims for
January 5, 2001
Payment (Project Management Offices) for Civil Works Contract
Road Project Management and Supervision Manual Vol.1 Main Text
6 - 41
(4)
Financing Schedule The Engineer shall request the Contractor to submit a payment schedule at quarterly basis for disbursement estimate by funding source and currency. The payment schedule shall correspond to the work schedule and taking into account payment for advance mobilization and retention deduction. The financing schedule shall be reviewed at every quarter taking the latest progress into account.
6.3.1
Advance Payment
At the request of the Contractor, the Implementing Office will make an interest-free advance payment and to the Contractor in a lump sum amount not exceeding 15% of the total contract price, or as stipulated in the Conditions of Contract. The Engineer will issue an Interim Payment Certificate for advance payment or its first installment after receiving: *
Performance Security;
*
A bank guarantee or surety bond, acceptable to the Implementing Office in amounts and currencies equal to the advance payment; and
*
Such guarantee remains effective until the advance payment has been completely repaid by the Contractor.
In DPWH’s practice, advance payment is divided into two installments; the first 7.5% as mentioned above and the remaining 7.5% at the completion of mobilization of minimum required equipment. The advance mobilization payment shall be repaid by way of deduction from the interim payments in consonance with the method stipulated in the Contract. Table 6.12 illustrates the necessary actions and supporting documents for advance payment.
6 - 42
Road Project Management and Supervision Manual Vol.1 Main Text
Table 6.11
Actions and Supporting Documents for Advance Payment (Regional and District Offices)
Step
Necessary Actions and Supporting Documents First Release
Second Release
1
Check the following: 1. Background Information / Executive Summary 2. Billing Summary 3. Letter-Request of Contractor 4. Disbursement Voucher 5. Irrevocable standby letter of credit, bank guarantee or a surety bond plus verification from SAC 6. Copy of approved contract 7. Notice to Proceed 8. Resolution of Award 9. Transmittal of contract documents to COA 10. Certificate of Availability of Fund
Check the following: 1. Pictures 2. List of Minimum Required Equipment 3 Certification of Full Mobilization of Required Minimum Equipment
2
Verify Letter-Request of Contractor
3
If the above documents are incomplete and/or inaccurate, return the billing to the Contractor for correction If all documents are complete and accurate, the Implementing Office recommends for the processing of the payment Implementing Office provide Certified True Copy of the following documents: Special Action Committee Verification of List of Minimum Advance Payment Security or Performance Required Equipment Security Resolution of Award Transmittal of contract documents to COA Certificate of Availability of Fund Copy of Approved Contract Copy of Notice to Proceed
4 5
6
The billing documents must have appropriate approvals before submitting them to Accounting for processing of payment
Source: Guidelines to Implementing Office for Processing Claims for Payment (District and Regional Offices) for Civil Works Contract.
Road Project Management and Supervision Manual Vol.1 Main Text
6 - 43
6.3.2
Interim Payment
The Contractor shall submit a monthly request for payment for work accomplished. The request for payment shall be verified and certified by the Engineer. The procedure, necessary actions and supporting documents are described below. Table 6.12
Payment Procedure
Foreign-funded Projects -
-
Locally-funded Projects
The Contractor shall submit each month
-
to the Engineer a billing statement
submit a request for payment for Work
supported with documents.
accomplished
The Statement shall include the
-
estimated value of the accomplished Work, Plant and materials on site ( if -
Once a month, the Contractor may
The Implementing Office shall verify and certify it.
-
Materials and equipment delivered on the
stipulated in the SCC).
site but not completely put in place shall
The Engineer shall verify and submit to
not be included for payment, except as
the Implementing Office for payment
otherwise stipulated in the SCC.
within 28 days from receipt. -
The payment shall be made within 56 days from receipt of the Engineer.
-
In the event of the failure of the Employer to make payment within the said period, the Employer needs to pay interest to the Contractor. Table 6.14 illustrates the necessary actions and supporting documents for interim
payment.
6 - 44
Road Project Management and Supervision Manual Vol.1 Main Text
Table 6.13
Actions and Supporting Documents Required for Interim Payment (Regional and District Offices)
Step 1
2
3 4 5
Action and Support Documents for Progress Payment Check the following submitted billing and documents: 1. Background Information / Executive Summary 2. Billing Summary 3. Letter-Request of Contractor 4. Certification 5. Disbursement Voucher 6. Monthly Certification of Payment 7. Statement of Work Accomplished 8. Statement of Time Elapsed 9. Contractor’s Affidavit 10. Certificate of Clearance on Labour and Materials Payment 11. Certification of Clearance for Equipment Rentals and/or Lease 12. Support Pictures 13. Request of Payment of Contractors (Material on Site) 14. Certification of Materials Quality Test (Materials on Site) 15. Manufacture’s Certificate (Materials on Site) 16. Official Receipts 17. Change Order/Supplemental Agreement/Time Extensions/Suspension and Resume Orders, if applicable 18. Back-up Computations 19. Statement of Materials on Site 20. Security to cover the Release of Materials on Hand in the Form of Letter of Credit/Bank Guarantee (Materials on Site) plus verification from SAC 21. Performance Security in the form of Letter of Credit, Bank Guarantee or Surety Bond (Materials on Site) plus verification from SAC 22. BIR Form No. 2550 M – VAT Declaration 23. BIR Form No. 750-V-1 (Certificate of VAT withheld on Government Payment (RA 7649) 24. BIR Form No. 1743 - 750 (Certificate of Creditable Taxes withheld at Source) Verify the following documents for accuracy Statement of Materials on Site Request for Payment of Contractor Back-up Computation Statement of Work Accomplished Monthly Certificate of Payment Statement of Time Elapsed Contractor’s Affidavit If the above documents are incomplete and/or inaccurate, return the billing to the Contractor for correction If all documents are complete and accurate, the Implementing Office prepares forms for processing forward Implementing Office provide Certified True Copy of the following documents: Special Action Committee Verification of Surety Bond (Materials on Site) Special Action Committee Verification of Security to cover the Release of Materials on Site Special Action Committee Verification of Performance Bond Special Action Committee Verification of All Risk Insurance Comment of DBM Re; purchase of vehicles and equipment
6
The billing documents must have appropriate approvals before submitting them to the Accounting for processing of payment Source: Guidelines to Implementing Office for Processing Claims for Payment (District and Regional Offices) for Civil Works Contract
Road Project Management and Supervision Manual Vol.1 Main Text
6 - 45
The details of procedures and required documents together with examples are given in the DPWH payment guidelines.
6.3.3
Payment of Materials on Site
Materials delivered on site but not completely put in place can be paid so as to help the financial condition of the Contractor. However, payment of such can only be made if this is specified in the Contract. The Contractor shall request in writing for the evaluation and approval of the Implementing Office. The materials shall have satisfactorily passed the required quality tests. The payment shall be up to a maximum of seventy percent (70%) of the invoiced cost of materials or seventy percent (70%) of the Bid price of the work item which these materials shall be incorporated, whichever is lower, and the quantity shall not exceed the requirements of the Contract. The Contractor shall post an Irrevocable Letter of Credit in favor of the Implementing Office or Bank Guarantee from a reputable bank acceptable to the Implementing Office in the amount equivalent to the partial payment applied for. The partial payment shall be fully deducted from the Contractor’s next interim payment without prejudice to his submitting another written request for partial payment with similar conditions mentioned above.
6.3.4
Disbursement Estimate and Monitoring of Payment
The Engineer shall make disbursement schedule for the whole contract period which shall include advance payment, progress payment and release of retention. The schedule should be reviewed every quarter. The progress of the payment shall be monitored in order that the Contractor can receive such payment within the specified time since any delay in the payment will cause cash flow problems and delay of works especially for small and medium category Contractors. The Contractor shall be entitled to receive interest on the unpaid amount in accordance with the Contract.
6.3.5
Cost Reduction
For PCCP not meeting the criteria for acceptance for strength and/or thickness (Taken from the DPWH Standard Specifications for Highways, Bridges and Airports, Vol. II 2013 Edtion) (1)
Strength Deficiency The PCCP is considered to have met the minimum strength requirements if the flexural strength obtained after fourteen (14) days is not less than 3.58 MPa (550psi) when tested by third point method or 4.5 MPa (650 psi) when tested by mid-point
6 - 46
Road Project Management and Supervision Manual Vol.1 Main Text
method in accordance with AASHTO T97 and T177, respectively; or a compressive strength of 24.1MPa (3500psi) for cores taken at fourteen (14) days and tested in accordance with AASHTO T24. The strength level of the concrete will be considered satisfactory if the averages of all sets of three (3) consecutive test results equal or exceed the specified strength, f'c and no individual test result is deficient by more than 15% of the specified strength, f'c. Concrete deemed to be not acceptable using the above criteria maybe rejected unless the Contractor can provide evidence, by means of core tests, that the quality of concrete represented by failed test results is acceptable in place. At least three (3) representative cores shall be taken from each member or area of concrete in place that is considered deficient. The location of core shall be determined by the Engineer so that there will be a least impairment of strength of the structure. The obtaining and testing of drilled cores shall be in accordance with AASHTO T24. Concrete in the area represented by the cores will be considered adequate if the average strength of the cores is equal to at least 85% of, and if no single core is less than 75%, the specified strength, fc. If the strength of control specimens does not meet the requirement of this subsection, and it not feasible or not advisable to obtain cores from the structure due to structural considerations, payment of the concrete will be made at an adjusted price due to strength deficiency of concrete specimens as specified hereunder: Table 6.14
(2)
Cost Reduction due to Deficiency in Strength
Deficiency in strength of concrete
Percent (%) of Contract
specimens, Percent (%)
Price Allowed
Less than 5
100
5 to less than 10
80
10 to less than 15
70
15 to less than 20
60
20 to less than 25
50
25 or more
0
Thickness Deficiency The thickness of the pavement will be determined by measurement of cores from the completed pavement in accordance with AASHTO T 148. The completed pavement shall be accepted on a lot basis. A lot shall be considered as 1000 linear meters of pavement when a single traffic lane is poured or 500 linear
Road Project Management and Supervision Manual Vol.1 Main Text
6 - 47
meters when two (2) lanes are poured concurrently. The last unit in each slab constitutes a lot in itself when its length is at least ½ of the normal lot length. If the length of the last unit is shorter than ½ of the normal lot length, it shall be included in the previous lot. Other areas such as intersections, entrances, crossovers, ramps, etc., will be grouped together to form a lot. Small irregular areas may be included with other unit area to form a lot. Each lot will be divided into five (5) equal segments and one, core will be obtained from each segment in accordance with AASHTO T 24.
It is the intent of the Specification that the pavement has a uniform thickness as called for in the Plans for the average of each lot as defined. After the pavement has met all surface smoothness requirements, cores for thickness measurements will be taken. In calculating the average thickness of the pavement, individual measurements which are in excess of the specified thickness by more than 5 mm will be considered as the specified thickness plus 5 mm and measurement which are less than the specified thickness by more than 25 mm shall not be included in the average. When the average thickness for the lot is deficient, the contract unit price will be adjusted for thickness. Individual areas within a segment found deficient in thickness by more than 25 mm shall be evaluated by the Engineer, and if in his judgment, the deficient areas warrant removal, they shall be removed and replaced by the contractor with payment of the specified thickness at his entire expense. However, if the evaluation of the Engineer is that the deficient area should not be removed and replaced such area will not be paid. When the measurement of any core is less than the specified thickness by more than 25 mm, the actual thickness of the pavement in this area will be determined by taking additional cores at no less than 5m intervals parallel to the center line in each direction from the affected location until a core is found in each direction, which is not deficient in thickness by more than 25 mm. The area of slab for which no pavement will be made shall be the product of the paving width multiplied by the distant along the center of the road between transverse sections found not deficient in thickness by more than25 mm. The thickness of the remainder of the segment to be used to get the average thickness of each lot shall be determined by taking the average thickness of additional cores which are not deficient by more than 25 mm.
When the average thickness of the pavement per lot is deficient, payment for the lot
6 - 48
Road Project Management and Supervision Manual Vol.1 Main Text
shall be adjusted as follows: Table 6.15
6.3.6 (1)
Cost Reduction due to Deficiency in Thickness
Deficiency in Average
Percent (%) of Contract
Thickness per Lot (mm)
Price per Lot
0 to 5
100% payment
6 to 10
95% payment
11 to 15
85% payment
16 to 20
70% payment
21 to 25
50% payment
More than 25
Remove and replace/no payment
Price Adjustments Locally-funded Projects Except for extraordinary circumstances as determined by National Economic and
Development Authority (NEDA) and approved by the GPPB, no price adjustment shall be allowed unless otherwise specified in the SCC. (2)
Foreign-funded Projects "Adjustments for Changes in Cost" of the GCC shall be applied, if provided in the Contract, with its details as indicated in the SCC. The amounts payable to the Contractor shall be adjusted per rise or fall in the cost of labour, goods and other inputs to the Works, by the addition or deduction of the amounts determined by the hereunder listed formula as prescribed in the Contract.
where, Pn
is the adjustment multiplier to be applied to the estimated contract value in the relevant currency of the work carried out in period “n”, this period being a month unless otherwise stated in the SCC.
a
is a fixed coefficient, stated in the relevant table of adjustment data, representing the non-adjustable portion in contractual payments.
b, c, d
are coefficients representing the estimated proportion of each cost element related to the execution of the Works, as stated in the relevant table of adjustment data; such tabulated cost elements may be indicative of resources such as labour, equipment and materials.
Road Project Management and Supervision Manual Vol.1 Main Text
6 - 49
Ln, En, Mn are the current cost indices or reference prices for period “n”, expressed in the relevant currency of payment, each of which is applicable to the relevant tabulated cost element on the date 49 days prior to the last day of the period (to which the particular Payment Certificate relates). Lo, Eo, Mo are the base cost indices or reference prices, expressed in the relevant currency of payment, each of which is applicable to the relevant tabulated cost element on the Base Date. If the Contractor fails to complete the Works within the Time for Completion, adjustment of prices thereafter shall be made using either (i) each index or price applicable on the date 49 days prior to the expiry of the Time for Completion of the Works, or (ii) the current index or price: whichever is more favorable to the Employer. The Contract Price shall be adjusted to take account of any increase or decrease in Cost resulting from a change in the Laws of the Country (including the introduction of new Laws and the repeal or modification of existing Laws) or in the judicial or official governmental interpretation of such Laws, made after the Base Date, which affect the Contractor in the performance of obligations under the Contract. The Implementing Office shall adjust the Contract Price if taxes, duties, and other levies are changed within the period between twenty eight (28) days before the submission of Bids for the Contract and the date of the last Completion certificate. The adjustment shall be the change in the amount of tax payable by the Contractor, provided such changes are not already reflected in the Contract Price.
6.3.7 (1)
Provisional Sum and Daywork Provisional Sum Provisional Sum means a sum included in the Contract and so designated in the
BOQ for the execution of any part of the Works or for the supply of goods, materials, plant or services. Each Provisional Sum shall only be used, in whole or in part, in accordance with the Engineer’s instructions and the Contract Price shall be adjusted accordingly. The total sum paid to the Contractor shall include only such amounts, for the work, supplies or services to which the Provisional Sum relates, as the Engineer shall have instructed. Provisional Sum may be used to facilitate budgetary approval of Variation Orders without need to seek additional budget. Provisional Sum shall not exceed 3% of the project cost in general. The Provisional Sum may be also used for the execution of additional works beyond the limit of Dayworks.
6 - 50
Road Project Management and Supervision Manual Vol.1 Main Text
Works executed under the Provisional Sum shall be valued at the rates or prices set out at the BOQ or as determined by the Engineer. The Contractor shall submit, when required by the Engineer, produce quotations, invoices, vouchers and accounts or receipts in substantiation. (2)
Daywork For work of a minor or incidental nature, The Engineer may instruct that a Variation shall be executed on a daywork basis. The work shall then be valued in accordance with the Daywork Schedule (unit price of labour by classification, material and equipment) included in the Contract. Before ordering goods for the work, the Contractor shall submit quotations to the Engineer. When applying for payment, the Contractor shall submit invoices, vouchers and accounts or receipts for any goods. The Contractor shall deliver each day to the Engineer accurate statements in duplicate which shall include the following details of the resources used in executing the previous day’s work: (a) The names, occupations and time of Contractor’s personnel; (b) The identification, type and time of Contractor’s equipment and temporary Works; and (c) The quantities and types of plant and materials used. One copy of each statement will be signed by the Engineer and returned to the Contractor. The Contractor shall then submit priced statements of these resources to the Engineer, prior to their inclusion in the next statement. Daywork shall not be executed without written order of the Engineer.
The
Contractor will be paid for daywork at the rates set down in the schedule. All profits, overheads and other costs must be included in the rates as incidental to the performance of daywork.
6.3.8
Claims
The word “Claim” is defined in the context of FIDIC Conditions of Contract as “the Contractor makes formal demands for his due in writing”. The demands are either claim for additional payment or time extension. Some situations which may give rise to claims are as follows: *
disputes over quantities
*
applicability of items in the Bill Of Quantities (BOQ)
Road Project Management and Supervision Manual Vol.1 Main Text
6 - 51
*
new items
*
actions of a nominated sub-contractor
*
Specification interpretation
*
remedies
*
delay of issue of drawings or instructions
*
delay in approval
*
suspension of work
*
variation and valuation of variations
*
delay in payment
*
acceleration
*
failure to give possession of site due to delay of ROW acquisition
*
adverse physical obstructions or condition
*
adverse weather condition (rain, flood)
If the Contractor considers himself to be entitled to any extension of time for completion and/or any additional payment, under any Clause of the GCC, the SCC or otherwise in connection with the Contract, the Contractor shall give notice to the Engineer describing the event or circumstance giving rise to the claim. The notice shall be given as soon practicable as and not later than 28 days after the Contractor became aware, or should have become aware, of the event or circumstance. The Contractor shall keep such contemporary records as may be necessary to substantiate any claim acceptable to the Engineer. Without admitting the Implementing Office’ liability, the Engineer may, after receiving any notice for claim, monitor the record-keeping and/or instruct the Contractor to keep further contemporary records. The Contractor shall permit the Engineer to inspect all these records, and shall (if instructed) submit copies to the Engineer. The Contractor shall send to the Engineer a fully detailed claim which includes full supporting particulars of the basis of the claim and of the extension of time and/or additional payment claimed. If the event or circumstance giving rise to the claim has a continuing effect: (a) This fully detailed claim shall be considered as interim; (b) The Contractor shall send further interim claims at monthly intervals, giving the accumulated delay and/or amount claimed, and such further particulars as the Engineer may reasonably require; and (c) The Contractor shall send a final claim within 28 days after the end of the effects resulting from the event or circumstance.
6 - 52
Road Project Management and Supervision Manual Vol.1 Main Text
The Engineer shall respond with approval or with disapproval and detailed comments based on his evaluation. He may also request any necessary further particulars, but shall nevertheless give his response on the principles of the claim. The Engineer shall proceed to agree or determine (i) the extension of the Time for Completion and/or (ii) the additional payment to which the Contractor is entitled under the Contract. The unit price analysis submitted by the Contractor at his bid will be one of the most important data for cost claim evaluation. Table 6.15 illustrates Contractor’s Claim for Time Extension due to delayed payment. Table 6.16
Contractor’s Claim for Time Extension Date of Full Payment (Evaluation):
19-Aug-05
Computation of Time Extension due to Delayed Payment Progress Billing No.1:
Billing Period: From Date of Certification: Date of Payment:
Feb.
Mar.
Apr.
11-Nov-04 1-Apr-05 FC ($): 60%
FC (P): 40%
YEAR 2005 May
Jun.
- 25-Feb-05 11-Nov-04 Billing Period)
25-Feb-05
To
GOP: 10%
(Not yet paid)
Jul.
Aug.
End of R.P./ Start of Time Extension 13-Jun-05
* Date of Certification 1-Apr-05 TDPP 0 c.days
Date of Evaluation 19-Aug-05
Proposed TE 54 c.days
TDPS 13 c.days
Time Extension (TE) 67 c.days
Reglamentary Period (RP)
73 c.days
Total Time Duration (TTD) = 140 c.days
1. 2. 3.
TTD = From Reglamentary Period (RP) TE =
1-Apr-05 = TTD-RP =
Note: Period covered by TE: From
To 45 + 28 140
19-Aug-05 = 73
13-Jun-05
To
=
140
c.days
73 c.days =
67 c.days
19-Aug-05 (as of the evaluation date)
Reduction of Time Extension (TE) A.
TDPP - Time Duration due to Partial Payment (Billing No.19 a). Contract Breakdown Foreign Component (JBIC) : FC (US$) : FC (P) GOP : LC (P) b). Date of Partial Payment received: As of Foreign Component (JBIC) : FC (US$) : FC (P) GOP : TDPP a. b.
B.
= = = =
50% 40% 10% 19-Aug-05 0% 0% 0%
TE x % of partila payment 67 days x 67 days x 67 days x
0% 0% 0%
Not yet received. Not yet received. Not yet received. = = = Total = TDPP =
-
cal.days cal.days cal.days cal.days cal.days
TDPS : Time Duration during where the Contractor slowed down the rate of work due to delay in payment Month
Workable Days
Slow-Down Rate a) Actual Accomplishment (during partial suspension)
Equivalent Workable Days
b) Sched. Accomplishment
(1) Jun.'05 Jul.'05 Aug.'05
Notes:
TDPS
(2) 18
(3) (4) 1.173% 4.04 5.225% 19 1.153% 3.89 5.625% 21 0.868% 5.04 3.614% <-------------------------------------Total: 12.98 a) Actual accomplishment (refer to Attachment 3) b) Scheduled accomplishment based on the approved Bar Chart/S-curve (4) = (3)a x (2) (3)b = 13 cal. Days
5.896% x19days/31days
Net Time Extension TE (net)
= TE (computed) = 67 = 54 c.d. where, TDPP = TDPS =
Possible Overlap (PO)
with previous billings
(
(TDPP + TDPS) 0 + (Positive Net Time Extension) - c.d. 13 c.d. =
0
13 )
(None)
Proposed Time Extension TE (NET) = TE - possible overlap = 54 c.days
Road Project Management and Supervision Manual Vol.1 Main Text
6 - 53
6.4 Quantity Control 6.4.1
Objectives
Most of DPWH contract is a “unit price and quantity contract”. The quantity control is one of the most important elements for project management as it directly relates with the project cost. The documents to be referred to for quantity control are GCC, SCC, Specifications, BOQ and Drawings. The Engineer, in cooperation with the Project Inspector, should work to: *
Ensure that the methods used in the measurement of quantities meet the contract requirements and Specifications;
*
Verify that the correct quantities of completed work are reported for progress payments. Note that large quantities are not forgotten in the billings;
*
Ensure that a new overall estimate is made for each progress estimate. If computed monthly work quantities are merely added on the previous period, it may result in cumulative errors;
*
Check the quantity calculation back-up data submitted by the Contractor for monthly billings. Compare with the quantity estimate data of the detailed design stage;
*
Ensure double payment will be avoided by checking field measurement notes (logbook) and drawings;
*
Monitor the planned quantity and work progress. If there is any big difference, instruct the Contractor to identify the causes;
*
Where appropriate, do additional checking to assure the sufficiency of the validation. Do not wait until the final stage of construction as correction of over-quantity, especially for major items, would become impossible; and
*
At the final statement stage, review all final quantities in details on all items.
No payment shall be made to any defective work until the Contractor meets the requirements, either by removal, replacement or reconstruction, and accepted by the Engineer.
6.4.2
Duties of Quantity Engineer
The Quantity Engineer (or the Project Inspector) is responsible for all quantity measurement and estimate. He should monitor all works executed by the Contractor and treat variations instructed by the Engineer. His duties include: *
verify the quantities in the Contract BOQ through a check of quantity estimate data of the design stage;
6 - 54
Road Project Management and Supervision Manual Vol.1 Main Text
*
carry out quantity measurement at the field;
*
keep up-to-date quantity records including field measurements;
*
assist the Engineer in the review of shop drawings for quantity estimate;
*
assist the Engineer in preparing weekly and monthly reports;
*
evaluate variation orders and costs proposed by the Contractor;
*
evaluate monthly statement and claims; and
*
prepare forecast final quantity and construction cost and revise it from time to time.
6.4.3
Inspection Techniques
The following is a summary of recommended inspection techniques to be applied for quantity control: *
Verify that the items reviewed were measured in the units called for in the BOQ and that the methods of measurement prescribed in the contract were followed;
*
Examine project records to ensure that all materials for payment were delivered and incorporated into the project or stockpiled for future incorporation;
*
When payment is based on weight or mass, verify the accuracy of the measurements, including calibration of scales;
*
Where payment is based on loads delivered to the project, either on a weight or volume basis, verify the procedures for assuring validity in receipt of haul tickets;
*
For area or volume measurement, clarify whether measurement is based on actual dimensional checks to the extent necessary to verify the actual work performed (on-site measurement) or by dimensions in the approved drawings/plans; and
*
Ensure that measurements were made at the proper time and prior to the subsequent placement (cover) of other courses of materials.
6.4.4
Bill of Quantities (BOQ)
The BOQ is an estimated quantity. It is subject to change in accordance with the measurement at the site or the shop drawings submitted by the Contractor reflecting the current site conditions. The quantity for earthworks in particular, has a risk of substantial change compared with the contract design drawings (plans) as a result of As-stake survey. The BOQ provides information on the quantities of Works to be performed by the Contractor and a priced BOQ for use in the periodic valuation of Works executed for payment. Works are itemized in the BOQ in detail to identify the different classes of Works, or between Works
of
the
same
nature
carried
out
in
different
locations
or
in
other
circumstances/conditions which may lead to different considerations of cost. *
The BOQ contains items of work for the construction, installation, testing, and commissioning of work to be done by the Contractor.
Road Project Management and Supervision Manual Vol.1 Main Text
6 - 55
*
The BOQ is used to calculate the Contract Price. The Contractor is paid for the quantity of the work at the rate in the BOQ for each item.
*
If the final quantity of any work differs from the quantity in the BOQ for the particular item and is not more than twenty five percent (25%) of the original quantity, provided the aggregate changes for all items do not exceed ten percent (10%) of the Contract price, The Engineer shall make the necessary adjustments to allow the changes subject to applicable laws, rules, and regulations.
*
The Contractor must provide the Engineer with a detailed cost breakdown of any rate in the BOQ.
6.4.5
Measurement and Evaluation
The Works shall be measured and valued for payment. The Contractor shall show in application of his statement for Interim Payment and Completion the quantities and other particulars detailing the amounts which he considers to be entitled under the Contract. Whenever the Engineer requires any part of the Works to be measured, reasonable notice shall be given to the Contractor who shall: (a) Promptly either attend or send another qualified representative to assist the Engineer in making the measurement; and (b) Supply any particulars requested by the Engineer. If the Contractor fails to attend or send a representative, the measurement made by the Engineer shall be accepted as correct. Except as otherwise stated in the Contract and notwithstanding local practice, (a) Measurement shall be made of the net actual quantity of each item of the Permanent Works in accordance with the Specifications; and (b) The method of measurement shall be in accordance with the BOQ or other applicable schedules. Quantity Control should also take into account any variations approved by the Engineer during the project implementation for quantity monitoring, including:
6 - 56
*
increase or decrease the quantity of any work included in the Contract,
*
omit any such work;
*
change the character or quality or kind of any such work;
*
change the levels, lines, position and dimensions of any part of the Works;
*
execute additional work of any kind necessary for the completion of the Works; and
*
change any specified sequence or timing of construction of any part of the Works.
Road Project Management and Supervision Manual Vol.1 Main Text
The Engineer shall evaluate each item of work, applying the measurement agreed or determined in the above and the appropriate rate or price for the item in the Contract.. Any item of work included in the BOQ for which no rate or price was specified shall be considered as included in other rates and prices in the BOQ and will not be paid for separately, in principle.
6.4.6
Monitoring and Estimate of Final Quantity
The Engineer shall monitor work quantities provided in the BOQ, especially in the As-staked plan, shop-drawings and monthly billings. The Engineer shall monitor the progress of work item, especially major items and earth works, against the BOQ and forecast the final quantity. If any items are seemed to exceed the planned quantity in the BOQ, he must evaluate and take appropriate actions to correct and/or propose measures to control the project cost within the budget.
6.5 Documentation The project implementation requires many types of reports and records. The objectives of recording and reporting are to keep the project information and data as evidence of proper project implementation, correct processing of payment, report the project status to CO, RO, DEO and funding agencies (local/foreign). The Engineer shall keep and maintain the following project data during the implementation (construction and maintenance period) and handover them to the concerned RO and DEO after the final taking over of project for maintenance by DPWH.
Road Project Management and Supervision Manual Vol.1 Main Text
6 - 57
Table 6.17
Checklist of Project Documents Data Type Hard Copy Electronic Data Data
Classification of Data at the Engineer’s Office during Implementation
Hand-over to Administration
Maintenance
Office
Office
(DPWH)
(DPWH)
Contract Documents
Yes
Yes
Correspondence (Letters)
Yes
Yes
Progress Report (monthly, quarterly)
Yes
Yes
Yes
Billing and Payment
Yes
Yes
Yes
Completion Report
Yes
Shop Drawings
Yes
As-built Drawings
Yes
Minutes of Meetings
Yes
Inspection Sheet / Instruction Sheets
Yes
Quality Control Data
Yes
Quantity Measurements
Yes
EMP Data
Yes
Other Miscellaneous Data
Yes
Yes
Yes
Yes
Yes Yes
Yes Yes
Yes
The Administration and Maintenance Office of DPWH shall take over important documents which are required for administration and maintenance. These offices shall keep them for a certain period in accordance with regulations and requirements.
6.5.1
Progress Reports
The Engineer shall accomplish a monthly progress report for submission to the Implementing Office, funding institutions and other concerned agencies. The report shall contain the following:
6 - 58
Road Project Management and Supervision Manual Vol.1 Main Text
Table 6.18
Progress Report Foreign-Funded
Locally-Funded
Project with
Project w/o
Consultant
Consultant
Need
Need
- Project Information and Impact
Need
Need
- Construction Progress and Status
Need
Need
- Construction Status (Progress)
Need
Need
- Project Activities and Accomplishment of Quantity
Need
Need
- Material Testing and QC Activities
Need
Need
- Contractor’s Resources
Need
Need
Need
Need
- Bar Chart and S-Curve
Need
Need
- Status of Construction Equipment
Need
Need
- Status of Contractor’s Personnel
Need
Need
- Weather Report
Need
Need
- Progress Photographs
Need
Need
- Letters (List)*
Need
Need
- Overall Implementation
Need
-
- Manning Schedule
Need
-
Content
Executive Summary Main Report
- Issue and Problems, and Recommendations and Actions Attachments
Consultancy Services for Construction Supervision
- Organization Set-up
The Office of the Need Engineer
Note: Attach letters if they are very important, such as claim or action plans for recovery of delay.
6.5.2
Project Logbook
The Engineer shall accomplish the Project Logbook to keep a complete record of daily entries. The logbook shall be duly signed by the Engineer and concurred by the Contractor in accordance with DO No. 216, Series of 2000. The logbook provides the following: *
Permanent file evidence that inspections are being made as required by the Contract
Road Project Management and Supervision Manual Vol.1 Main Text
6 - 59
and Specifications; *
Basis for acceptance of completed work;
*
Record of field conditions and contractor’s performance;
*
Record of daily project activities, equipment, manpower and resources at site; and
*
Record of daily management and supervision activity, observations, findings, resolution of identified problems, claims, and any other topics of interest.
The logbook should be clear and concise with facts. The record should be accurate and specific since the content may be used in evaluating contract claims. If no work was performed at all, a daily report shall be stated “No Work” and reasons. The daily record of personnel and equipment is particularly important in view of the possibility of Contractor’s claims for stand-by cost of the idled personnel and equipment. Verify that discussions with the Contractor are confirmed in writing and are made a part of the official project file. The record contains the following: 1)
Date and weather conditions;
2)
Work of staking party;
3)
Work of inspectors;
4)
Work of office staff;
5)
Construction work in progress;
6)
Contractor’s crew, equipment and materials on each item;
7)
Inspections, decisions, and details discussed with inspectors;
8)
Instruction to Contractors;
9)
The substance of important communications and discussions with the Contractors, concerning activity, progress, change, interpretation of specifications, etc.; and
10) Any information not covered in other records, which might have bearing in case of future disagreement, such as difficulties encountered in construction and their causes, delays caused by breakdown of equipment, etc. If the operation is on a shift basis, the entries should be signed and properly endorsed. The Materials Engineer is also required to keep a Log Book on Material Quality Control (per Memorandum dated 28 October 2004 on Revised Format Submitting Monthly Materials Control Report) recording quality control activities and other information and observation relevant to materials quality control in addition to the above. After completion of the project, the logbook shall be turned over to the Implementing Office.
6 - 60
Road Project Management and Supervision Manual Vol.1 Main Text
CONTRACT I.D. NO. : ___________________________________ PROJECT NAME : ___________________________________ LOCATION : ___________________________________ CONTRACTOR : ___________________________________ DATE : ___________________________________ WEATHER (AM) : ___________________________________ (PM) : ___________________________________ ACTIVITIES: __________________________________________________________________ __________________________________________________________________ __________________________________________________________________ EQUIPMENT ON SITE: Payloader
Road Grader
Vibratory Roller
Water Truck
Dump Truck
Bulldozer
Backhoe
Backhoe
One Bagger Mixer
Transit Mixer
Concrete Vibrator
Welding Machine
Plate Compactor
Concrete Screeder
MANPOWER ON SITE: Project Manager
Warehouseman
Project Engineer
Driver Operator
Materials Engineer
Carpenter/Mason
Foreman
Laborer
Survey Team
Watchman
Timekeeper
LEGEND: /
OPERATIONAL/PRESENT
x
IDLE/ABSENT/BREAKDOWN
ACCOMPLISHMENT: Scheduled
:
________________________
Actual:
________________________
Slippage:
________________________
Time Elapsed:
________________________
VISITORS: ______________________________ ______________________________ ______________________________ ______________________________ REMARKS: ___________________________________________________________________________________ ___________________________________________________________________________________
Prepared by:
Concurred by:
______________________________
______________________________
Project Inspector (DPWH)
Project Engineer (Contractor)
Noted by:
Noted by:
______________________________
______________________________
Materials Enginer (DPWH)
Project Engineer (DPWH)
Figure 6.18
Project Logbook Format
Road Project Management and Supervision Manual Vol.1 Main Text
6 - 61
6.5.3
Correspondence
Letters are official communication between the Engineer and the Contractor2. It is very common that the Engineer gives verbal instructions so these should be officially confirmed in writing. The letters are filed in order and kept at the office as follows:
Table 6.19
Out-Going
In-Coming
6.5.4
Responsible Office for Securing the Documents Foreign-Funded Project with
Locally-Funded Project without
Consultant
Consultant
-
Employer (DPWH)
-
DPWH (CO, RO, DEO, etc)
-
Contractor
-
Contractor
-
Others
-
Others
-
Employer (DPWH)
-
DPWH (CO, RO, DEO, etc)
-
Contractor
-
Contractor
-
Others
-
Others
Progress Photographs
Photographs shall be taken for: *
Periodic record of work progress (weekly or monthly);
*
Construction record of important work activities, including concreting, laying of Asphalt Concrete pavement, etc.;
*
Construction record of the Works which will be covered after construction such as reinforcement, foundation, back fill, drainage pipes, base, subbase, etc.;
*
Construction record of the Works which are removed after construction, such as excavation, demolition of obstacles, tree cutting, etc.;
*
Material and quality control tests such as field density, CBR, compression, etc.;
*
Defects, wrong workmanship, damage by flood, wrong traffic safety control;
*
Mobilization of equipment and materials; and
*
Any other specific issues and incidents, including visit of very important persons.
The use of digital camera is recommendable since digital files are easily transferred and stored. Figure 6.13 illustrates progress photographs.
2 Communication thru E-mail is one of the efficient communication means and the record (print-out) should be kept in letter files for reference.
6 - 62
Road Project Management and Supervision Manual Vol.1 Main Text
Apr. 2005
Jun. 2002 Damage of Outlet & Apron of Box Culvert by Scouring
Steel Sheet Piling for Foundation
Dec. 2005
Jul. 2005
Completion of Repair (Scouring Protection Works)
Steel Sheet Piling for Foundation
Progress Record for Scouring Protection Works Gabion Retaining Wall Removal of Head of Slide-Mass
Sub-soil / Road Side Drainage
Typical Section A-A SECTION
Mar 2003
Jun. 2002 Damage of Roadway by Landslide
Landslide Countermeasure Design
Mar. 2006
Jun. 2005
Completion of Countermeasure Works
Completion of Earthworks
Dec. 2004 Start of Removal of Head of Slide-Mass
Progress Record for Landslide Countermeasure Works
Mar. 2006 Flood by Heavy Rain
Rejection of Stone Masonry Work because of Insufficient Mortar Fill
Figure 6.19
Progress Photographs
Road Project Management and Supervision Manual Vol.1 Main Text
6 - 63
Chapter 7
Quality Control
7.1 General Quality Control, as applied to the various stages of project implementation, is viewed and considered as the Contractor’s responsibility while “quality assurance’’ refers to the responsibility/obligation of the Implementing Office (IO) to ensure strict compliance to existing standards/specifications and other pertinent issuances relative to project implementation. However, the concept that quality control is solely the Contractor’s responsibility is wrong. Quality control is the responsibility of everyone involved in the project and as such, it is not a separate function but rather is one of the core elements of quality assurance. Quality Assurance is defined as planned systematic actions to ensure that the quality of a product satisfactorily meets the requirements of the governing Specifications. It is an all-encompassing term that includes quality control by the Contractor, the conduct of assessment/inspection by an independent inspectorate team such as the DPWH Quality Assurance Units (QAUs), the employment of qualified laboratory and technical personnel by both parties (the Contractor and the IO) and the acceptance of the project by the IO. Quality Assurance is a total system attained as a result of the combined efforts and resources of the entities involved in the project. It is a cycle of management in terms of planning, implementation, review and evaluation as illustrated in the following figure.
Figure 7.1
Quality Management
Statistical quality control method is not yet being used by DPWH for infrastructure projects. Statistically-based methods are effective means of ensuring a quality product and would be a fundamental component in the quality management. It is a challenge to be introduced for the DPWH projects especially for portland cement and asphalt concrete production and construction. Quality control charts combined with statistical analysis will help identify problems and
Road Project Management and Supervision Manual Vol.1 Main Text
7-1
suggest solutions or improvement. A Control Chart is a tool which graphically depicts the average value and the upper and lower control limits. It helps to distinguish between normal and unusual variation in a process. The most popular chart is the Average and Range Control Chart (X-R Chart) as shown in the following figure. *
If the data fluctuates within the limits, it is the result of common causes within the process and can only be affected if the system is improved or changed;
*
If the data falls outside of the limits, it is the result of special causes; and
*
If the data show incremental or declining trends, earliest action should be taken for correction before it become out of control. Asphalt Temperature
150.0
Spot Problem
148.0
al e nt re m Inc oble m r P
146.0
Upper Limit 145oC
o
Ave-X ( C)
144.0 142.0
Average 141oC
140.0 138.0 136.0 Lower Limit 135oC
134.0 132.0 130.0 1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
Lot No
Temperature Range Deviation
Range (oC)
Spot Problem 10 9 8 7 6 5 4 3 2 1 0
al e nt re m m Inc ble o r P
Average 4.1oC
1
2
3
Source: JICA TCP Team
Figure 7.2
7-2
4
5
6
7
8
9
10
11
12
13
14
15
Lot No
Statistical Quality Control (X-R Control Chart)
Road Project Management and Supervision Manual Vol.1 Main Text
7.2 Quality Control Program The Contractor has the prime responsibility to produce the product (i.e., construction materials) to satisfy the quality requirements in accordance with the Specifications prior to incorporating them into the project. The Engineer, on the other hand, has the responsibility to verify ands ensure that the Contractor produces the product in accordance with the Contract and Specifications. Sub-Clause 4.9 of the FIDIC GC stipulates the following conditions where the Contractor shall satisfy and comply with: *
The Contractor shall institute a quality assurance system to demonstrate compliance with the requirements of the Contract. The Engineer is entitled to audit any aspect of the system;
*
Details of all procedures and compliance documents shall be submitted to the Engineer for information before each design and execution stage will be commenced; and
*
Compliance with the quality assurance system shall not relieve the Contractor of any of his duties, obligations or responsibilities under the Contract.
The Quality Control Program (QCP) is a program/schedule of quality control works in a certain project which involves inspection and testing of construction materials to be incorporated into the work in accordance with the Contract, Specifications and other related policies. The Contractor shall submit a quality control plan for delivering quality production as part of the construction methods. It is imperative that the preparation of the plan should be a detailed one, taking into account and shall include the following: 1)
Site Condition;
2)
Laboratory Plan in accordance with the Contract;
3)
Process of control testing ;
4)
The schedule of activities to be undertaken/performed;
5)
Materials resources, list of materials to be tested and type of tests to be conducted;
6)
Frequency of tests, taking into account the project quantity by item; and
7)
Laboratory equipment/apparatus and technical staffs to be employed.
The table hereunder describes the quality control activities to be undertaken by the Materials Engineer in each phase of construction.
Road Project Management and Supervision Manual Vol.1 Main Text
7-3
Table 7.1 Phase Preparatory Phase
-
Startup Phase
-
Production Phase
-
Quality Control Activities
Activities Review all contract requirements Ensure compliance of component material to the contract requirements Coordinate all submittals including certifications Ensure establishment of laboratory and equipment, tools and personnel to comply with the contract requirements Ensure preliminary testing is accomplished Review the contract requirements with personnel who will perform the work Inspect startup of work Establish standards of workmanship Provide training as necessary Establish detailed testing schedule based on the production schedule Conduct intermittent or continuous inspection during construction to identify and correct deficiencies Take samples and test them at site and laboratory to verify the specified quality Inspect completed phases before scheduled Government acceptance Provide feedback and system changes to prevent repeated deficiencies Description of records and documents. List the records and data to be submitted and maintained
The Materials Engineer shall prepare a Quality Control Procedures Flow Chart (for instance for Concrete Works, refer to Figure 7.3) on the major quality control and testing of construction materials in accordance with the Specifications and Standard Test Procedures set by AASHTO and/or ASTM. The said procedures/flow chart shall include the tests to be performed, the applicable test methods, frequency of tests and requirement.
7-4
Road Project Management and Supervision Manual Vol.1 Main Text
Figure 7.3
Quality Control Procedures
7.3 Quality Control Specifications The term ‘Specification’ as used in the DPWH Standard Specifications applies to the written contract documents which includes material and workmanship requirements, inspection and testing procedures, and procedures for measurement and payment of work, all
Road Project Management and Supervision Manual Vol.1 Main Text
7-5
of which are mostly based on AASHTO and ASTM. The functions of the Specifications are categorized into two (2) areas, depending on the perspective/viewpoint of the person/s utilizing it: 1)
2)
With respect to the Owner and his Engineer -
obligation to define material and workmanship requirements
-
inspection and testing during the period of project implementation
-
to indicate how the work will be measured and paid for
With respect to the Contractor -
obligation of complying with the contract requirements during the construction period
The Specification is the starting point of quality control, without this, there can be no quality control. Hereunder are Specifications/Standards that are usually referred to in the project implementation and conduct of materials testing. Table 7.2 1.
Specifications/Standards
DPWH Standard Specifications for Highways, Bridges and Airport Vol. II 2013 Edition
2.
AASHTO Standards Part I, Specifications, Part II, Methods of Sampling and Testing
3.
Annual Book of ASTM Standards Volume 4.02 - Concrete and Aggregates Volume 4.03 - Roads and Paving Materials, Traveled Surface Characteristics Volume 4.04 - Roofing, Water Proofing, Bituminous Materials Volume 4.08 - Soil and Rock, Building Stone, Geotextile
4.
Other Standards and Special Specifications including relevant DPWH Department Orders.
The above Specifications or a copy thereof should be made available at the project site at all times for guidance and ready reference.
7.4 Project Laboratory In order to ensure the quality of materials to be incorporated into the works, the Contractor is required to provide competent quality control personnel and fully equipped laboratory. In consonance with PD 1594, the provision of minimum testing equipment is
7-6
Road Project Management and Supervision Manual Vol.1 Main Text
included in the pre-qualification of Contractors to ascertain their technical capability and financial capacity to undertake the project. The Engineer shall have necessary quality control supervisory personnel to oversee the Contractor’s work. Listed hereunder are conditions set for the provision and use of project laboratory. The Engineer’s
-
Laboratory
some of the locally-funded projects where the Consultant is employed as the Engineer
Refer to Part A of Specifications
This is applicable on most of the foreign-funded projects and
-
The Contractor is obliged to provide the Engineer’s laboratory in accordance with the Contract. The Engineer (Consultant)
(Special
will operate the laboratory with apparatus and testing
Specifications) as
equipment, assistant and consumables furnished or supplied
to the details.
by the Contractor. -
This laboratory may be also used by the Contractor upon approval of the Engineer. The Special Specification must define whether the Contractor is allowed to use the Engineer’s laboratory or he should provide separate laboratory for his own use to avoid duplicated laboratory cost in the Bid.
Use of RO and/or
-
DEO Laboratory
This is applicable on most of the locally-funded projects where the Consultant is not employed as the Engineer.
-
The Engineer uses the laboratory of the RO and the DEO or the laboratory established by the Contractor at site.
The Materials Engineer shall ensure that the testing laboratory provided by the Contractor satisfactorily meets the contract requirements and that the scales/weighing devices are calibrated by a duly accredited calibration center/company. The Contractor may avail the services of private testing laboratories1 that are accredited by the Bureau of Research and Standards (BRS) to conduct materials testing for and in behalf of the Implementing Office. However, it is required that the samples must first be submitted to the BRS or the Regional/ District laboratory for the conduct of testing thereof. If and when the said laboratories do not have the capability to conduct the required tests (either due to lack of necessary equipment or that the samples could no longer be accommodated due to the voluminous samples that have to be tested) and after having issued the waiver/certification stating either of the reasons as stated above, only then can the Contractor avail the services of the accredited private testing laboratories.
1Updated list is posted at the DPWH website
Road Project Management and Supervision Manual Vol.1 Main Text
7-7
The typical equipment/apparatus required for the conduct of tests on materials in various road construction operations are shown in Table 7.3. The laboratory testing equipment/apparatus used in the implementation of local and foreign assisted projects shall be transferred/turned-over in line with the proposed standardization of the DPWH District laboratories pursuant to DO Nos. 07, Series of 2006 and 13, Series of 2007 regarding the Guidelines in the Purchase, Use and Transfer/Turn-over of Non-Expendable Properties for the Implementation of Local and Foreign-assisted Projects. Table 7.3
Material Testing Equipment/Apparatus
Tests Soils
Required Equipment and Apparatus* sieves, scales, liquid limit devices, compaction test equipment, FDT apparatus, hot plates or field stove, oven, sampling equipment, sample containers, drying pans and CBR apparatus, etc.
Soil Aggregates
sieves, sample splitters, scales, hot plates, devices for determination of moisture content and liquid limit, drying pans, and apparatus for conducting laboratory compaction and field density tests , CBR apparatus, etc.
Hot Mix Asphalt
thermometers, sieves, sample splitters, scales, stove, oven, equipment
(HMA)
for taking samples from the pavement, and apparatus for determining density and stability of the HMA mixture.
Portland Cement
slump cone or other specified equipment for determining consistency
Concrete
of the mix, air meter, concrete cylinder or beam molds, sieves, sample splitters, scales, pans, stove or hot plate, and containers for determining unit weights
7-8
Road Project Management and Supervision Manual Vol.1 Main Text
Gradation AASHTO T88-93
Atterberg Limit (LL, PL) T89-93, T90-92
Laboratory Compaction T99-93
Los Angeles Abrasion T96
CBR Test AASHTO T193 & AASHTO T180, Method
Field Density T191-93
Marshal Stability AASHTO T 245
Bitumen Extraction AASHTO MT 307-04 (Modified AASHTO T164 Method A)
Slump Test T119
Temperature of Concrete and Asphalt Mixture (Digital)
Figure 7.4
Core Sampling AASHTO T24
Flexural Strength & Compressive Strength AASHTO T23 & T97
Material Testing Equipment/Apparatus
7.5 Accreditation of AC and PCC Batching Plants Portland cement and asphalt concrete batching plants are required for most of the DPWH road construction or preventive maintenance projects. Under DO No. 253, Series of 2003, the BRS is authorized to accredit asphalt and portland cement concrete batching plants for the supply of concrete mixes to DPWH projects. Accreditation refers to the procedure by which an Agency (DPWH-BRS in this case) gives formal recognition, under duly established rules and regulations, that a private company is capable of and competent to operate a batching plant to concrete mixes to the project. One of the major requirements to be submitted to the BRS by an applicant is his/her company’s Quality Manual which contains the following information: a.
Company Policy (Mission/Vision/Objectives)
b.
Information on Physical Plant Layout
c.
-
Vicinity Map of the Plant
-
Schematic Flow Diagram
Batching Procedures/Flow Chart
Road Project Management and Supervision Manual Vol.1 Main Text
7-9
d.
Organizational and Manpower Chart, Including Production Staff
e.
Curriculum Vitae and Job Description of Key Production and Quality Control Personnel
f.
System of Quality Control, Quality Assurance and Standards being adopted
g.
Calibration Report of all Measuring Devices/Testing Equipment
h.
Safety Program/Requirement or Commitment to Safety or Safety Policy
i.
Sources of Raw Materials (for cement, aggregates, water and admixtures)
j.
List of Available Laboratory Testing Equipment
The said manual shall be in accordance with and conform to the accepted standards of quality performance, technical expertise and competence which should be made available for use by the company’s quality control personnel. Likewise, the plant laboratory shall have adequate catalogue and instruction manuals on the use and operation of all relevant equipment, on the handling and preparation of test items, and on the standard testing techniques, where the absence of such instructions could jeopardize the effectiveness of the whole testing procedure/process. Upon receiving all the requirements from the applicants, the BRS personnel/accreditors shall inspect the batching plant, evaluate the capabilities of the technical personnel, observe the actual production operations and assess the quality control system. The BRS then issues a Certificate of Accreditation to the applicant who meets the requirements for said accreditation in accordance with the work flow in Figure 7.4.
7 - 10
Road Project Management and Supervision Manual Vol.1 Main Text
APPLICANTS FILE APPLICATION BRS FORM NO.2 WITH SUPPORTING DOCUMENTS (Quality Manual, Mayor's Permit, DENR Permit to Operate (Optional), Articles of Incorporation, Accreditation Fee)
APPLICANT SUBMITS CORRECTED DOCUMENTS
TSED EVALUATES DOCUMENTS
NO
COMPLETE AND IN ORDER
INFORMS APPLICANT
ARRANGE SCHEDULE OF ASSESSMENT
APPLICANT COMPLIES WITH REQUIREMENTS
TSED CONDUCTS ASSESSMENT
NO COMPLY
INFORMS APPLICANTS
YES TSED CONDUCTS FINAL EVALUATION
ISSUES CERTIFICATE OF ACCREDITATION
Figure 7.5
BRS MONITORS COMPLIANCE WITH RULES AND REGULATIONS
Flowchart for Batching Plant Accreditation
Road Project Management and Supervision Manual Vol.1 Main Text
7 - 11
Under DO No. 253, Series of 2003, the BRS Certificate of Accreditation shall be issued specifically to an assembly of mechanical and/or digital/electronic type of batching plant. However, there are some private companies and Contractors supplying concrete mixes to DPWH projects that use conventional/volumetric type of batching plant. Inasmuch as the said type of batching plant is technically not within the scope of the said Department Order, they seldom undergo the accreditation procedure of the BRS, unless in few cases where the owners request for the inspection/assessment of the same. The said type of batching plant is issued BRS permit to supply mixes to DPWH projects for a period of one (1) year only and may be utilized by the Implementing Office on “small projects” in accordance with Subsection 311.3.7, Mixing Concrete, paragraph 7 of the DPWH Standard Specifications for Highways, Bridges and Airports, Vol. II 2013 Edition which states that: “In exceptional cases and when volumetric measurements are authorized for small projects requiring less than 75 cu.m. of concrete per day of pouring, the weight proportions shall be converted to equivalent volumetric proportions. In such cases, suitable allowance shall be made for variation of the moisture condition of the aggregates, including the bulking effect in the fine aggregate. Batching and mixing shall be in accordance with ASTM C 685, Sections 6 through 9.”
Checking of Plant
Figure 7.6
Calibration of Weighing Materials
Checking of Control Machines
Assessment of Batching Plant for Accreditation
The BRS shall monitor the operation to ensure their continuous compliance with its terms and conditions. The guidelines cover both stationary and portable asphalt and portland cement concrete batching plants to supply quality concrete mixes to DPWH projects. The plant shall have a quality control and assurance system manual that complies with accepted standards of quality performance, technical expertise and competence and available for use by the quality control personnel. The laboratory shall ensure that all incoming materials/products are not used or processed until it has been inspected or otherwise verified as conforming to specification requirements. For example, one Quality Test shall be performed on Portland Cement per bulk delivery or for every 2,000 bags.
7 - 12
Road Project Management and Supervision Manual Vol.1 Main Text
Aggregate Graduation Control Unit
Drier
Oversize Removal
Cold Bin with Wet Aggregate 3/4"
3/8"
Screenings
Hot Bin
Fine Sand
Weight Measuring
Filler Belt Conveyer
Bitumen Mixer
Aggregate Elevator
Aggregate Weighing System of Standard Asphalt Batch Mix Plant
Aggregate Graduation Control / Hot Bin Mixer Measuring Unit Cold Bin
Drier
FRONT VIEW ASPHALT BATCHING PLANT
CONCRETE BATCHING PLANT Figure 7.7
Asphalt and Portland Cement Concrete Batching Plants
7.6 Quality Control Activities 7.6.1 Category of Activities and Frequency of Tests Quality Control activities consist of the following three (3) major areas of responsibility:
Road Project Management and Supervision Manual Vol.1 Main Text
7 - 13
Table 7.4 Category
Quality Control Categories Area of Responsibility
Materials Quality - Ensure that only accredited Asphalt and Portland Cement Concrete Batching Plants are used for AC and PCC production - Ensure that the types, properties, and procedures for production and storing of materials meet the Specifications - Only materials that passed the Specifications and approved by the Engineer are used for the construction - Test results are submitted to the Engineer for approval before the materials are incorporated into the Works - Good skill, art and/or technique are used for quality Workmanship products in accordance with appropriate construction methodology. - Check/verify in compliance with specified geometry (lines and grades), dimensions, strength, etc. - Test results on finished product of the Contractor’s Product Quality Works meet the specified strength and quality. - Compliance with specified geometry (line and grades), dimensions, strength, tolerances in length, weight, height, camber, evenness, etc. in the approved plans and specifications
Staff - ME - Quality Control Inspectors - Laboratory Technicians
- Project Inspectors - Technicians
- ME - Quality Control Inspectors - Project Inspectors
The Materials Engineer and his staff in cooperation with the Project Inspectors shall carry out the following Quality Control activities: *
Supervise continuously the Contractor’s technicians/foremen in carrying out specified sampling, testing and reporting works;
*
Instruct
the Contractor
where to take representative samples and ensure frequency
of sampling and testing as required in the Specifications; *
Ensure
that all
tests on
materials and field operations are correctly recorded by
the Contractor’s technicians daily and submitted to the Engineer without delay; *
Ensure that the Contractor’s technicians submit the results of all tests using the standardized
*
laboratory
forms;
Submit a monthly summary of all test results to the Engineer, together with the recommendations regarding approval or rejection of materials and work, based on the test data and observation; and
*
7 - 14
Carry out independently from the Contractor’s technicians, any
sampling
Road Project Management and Supervision Manual Vol.1 Main Text
and testing for the purpose of confirming
the test results submitted by the
Contractor, if required. The Engineer should also conduct a random or surprise sampling and testing. The Engineer needs to work not only with his own staff but also with the other Inspectors and Surveyors as most of the works are correlated. Acceptance on the quality shall be based on the results of sampling and testing along with visual inspection. Frequencies of testing are specified in the Specifications, depending on the characteristics of the overall process. The conduct of these tests on construction materials are intended to be used for quality assurance and acceptance of the work. Table 7.5 illustrates the minimum test requirements for roadworks.
Road Project Management and Supervision Manual Vol.1 Main Text
7 - 15
Table 7.5 Item No.
Description
102 Excavation & 104 Embankment
105 200
201 & 202
Item of Test*
Minimum Test Requirements Test or Control (AASHTO)
Frequency
1. Gradation T88-93 2. Atterberg Limit (LL, PL, PI) T89-93, T90-92 3. Laboratory Compaction T99-93 4. CBR Test T193-92 5. Field Density T191-93 Subgrade Same as Item 104 Preparation Spot weakness Proof Rolling Test Aggregate Sub- 1. Gradation T27-93 base Course 2. Atterberg Limit (LL, PL, PI) T89-93, T90-92 3. Laboratory Compaction T180-93 4. Field Density T191-93 5. CBR Test T193-92 Aggregate 1. Gradation T27-93 Base Course 2. Atterberg Limit (LL, PL, PI) T89-93, T90-92 Crushed 3. Fractured face BS 8-12 Aggregate Base 4. Laboratory Compaction T180-93 Course 5. Field Density T191-93
For every 1,500 cu.m. or fraction thereof For every 1,500 cu.m. or fraction thereof For every 1,500 cu.m. or fraction thereof For every 500 sq.m. of each layer or fraction thereof For every 500 sq.m. of each layer or fraction thereof Same frequency as in Item 104 Both lanes for full length For every 300 cu.m. or fraction thereof For every 300 cu.m. or fraction thereof For every 1,500 cu.m. or fraction thereof For every 500 sq.m. for every layer or fraction thereof For every 2,500 cu.m. or fraction thereof For every 300 cu.m. or fraction thereof For every 300 cu.m. or fraction thereof For every 1,500 cu.m. or fraction thereof For every 1,500 cu.m. or fraction thereof For every 500 sq. m. for every layer of 150 mm of compacted depth at 3 in-situ thereof T193-92 For every 2,500 cu.m. or fraction thereof Proof Rolling Test Both lanes for full length For every 1,500 cu.m. or fraction thereof M82 For every 40 metric tons Quality Test (set), Grading For every 1, 500 cu.m., for every 75 cu.m. or fraction thereof Quality Test (set), Grading For every 1,500 cu.m., for every 75 cu.m. or fraction thereof Quality Test (set) For every 100 metric tons (LL, PL, PI Grading Test) For every 75 cu.m. or fraction thereof For every 130 metric tons or 75 cu.m. of mix or fraction thereof
6. CBR 7. Spot weakness 8. Quality Test 310 AC Surfacing A. Bituminous Materials Course (WC, B. Fine Aggregates BC) C. Coarse Aggregates D. Mineral Filler E. Hot Mix 1. Extraction (Bitumen Content & Graduation) 2. Stability Test 3. Grading Test 4. Laboratory Compaction F. Compacted Pavement 1. Core sampling & Density, Bitumen Content For every 100 linear meter or one (1) but not more Lab.Tests & Thickness than three(3) samples shall be taken for each full days operation 311 Portland Cement A. Cement M85 For every 2,000 bags or fraction thereof Concrete B. Fine Aggregates Quality Test (set) For every 1,500 cu.m. or fraction thereof Pavement 1. Grading Test T27-93 For every 75 cu.m. or fraction thereof 2. Quality Test M6 For every 1,500 cu.m. or fraction thereof C. Coarse Aggregates 1. Grading Test T27 - 93 For every 75 cu.m. or fraction thereof 2. Quality Test M80 For every 1,500 cu.m. or fraction thereof D. Concrete 1. Slump Test Per batch 2. Temperature Per batch 3. Flexural Strength Per 330 sq.m. of pavement, 230 mm (on 1 set of 3 beam depth or fraction thereof placed each day samples) or 75 cu.m. of conc. E. Completed Pavement 1. Thickness Core sampling Five (5) holes per km. per lane 404 Reinforcing Quality Test for Bending, For every 10 ton or Per size of bars Steel Tension and Chemical 10,000 kgs or Analysis fraction thereof Note: Principal tests only
For small quantities of cement, steel bars and other materials not intended to be used in critical structures, simplified tests conducted by available test facilities in the region and district shall be allowed as basis of acceptance and payment of these materials in accordance with Memorandum Circular 138-A dated 1st September 1980. The term “small quantity” means ten (10) percent or less of the maximum quantity that can be covered by one test in the above table. For example, ten (10%) of 2,000 bags is 200 bags or less. In order to ensure proper and effective materials control in the implementation of
7 - 16
Road Project Management and Supervision Manual Vol.1 Main Text
maintenance projects, all construction materials for regular maintenance projects shall be subjected to the revised Schedule of Minimum Testing Requirements in the Standard Specifications regardless of quantity. In no case should the materials be allowed to be incorporated in the works without prior tests in accordance with DO No.63, Series of 1994.
7.6.2 Quality Control on Construction Materials Materials used for road construction are categorized as follows: Table 7.6 Category Category I: Prefabricated
Category II: Manufactured, Processed or Natural Products
Categories of Materials Requirements
1. Imported Materials - Bureau of Customs Certificate of Importation - Mill Test Certificate and Shop Inspection Certificate/Report - Certificate of Inspection at point of delivery by DPWH representative/s 2. Locally Prefabricated Material - Mill Test Certificate and Shop Inspection Certificate/Report - Sampling of materials at the factory by DPWH representative/s - Certificate of Inspection at point of delivery by DPWH representative/s - Must have a representative sample each for testing 1. Acceptance Test 2. Retest or Referee Test, if the 1st test failed 3. Pretesting - Applicable to materials manufactured in bulk such as cement, asphalt, steel bars, etc. - Pre-tests shall be undertaken by the DPWH laboratories in principle - Sampling shall be attended by the DPWH representatives (ME/Laboratory Technician) 4. Testing shall be attended by the DPWH representatives (ME/Laboratory Technician)
Representative Materials Structural Steel, Metal Culvert Pipe, Accessories, etc.
Cement, Asphalt, Steel Bars, Concrete Mix, Aggregate
Note: Refer to Memorandum Circular (MC) No.73, Series of 1973 and Part I of Standard Specification of DPWH as to details.
Road Project Management and Supervision Manual Vol.1 Main Text
7 - 17
7.6.3 Production of Aggregates The most common materials produced at the site or sourced out from quarries are coarse and fine aggregates for Portland cement and asphalt concrete production. The following should be taken into consideration in order to obtain a good quality material: *
Contamination of gravel by too much soil or soft stones
*
Lack or insufficient fine components (Note: This often happens at the quarry stationed at up-stream of river. Insufficient fine material may cause Flexural Strength failure for PCCP even though it satisfies compression strength)
*
Too much flat shapes after crushing
*
Insufficient fractured surfaces if crushed from river gravel
*
Utilize clean water in cleaning aggregates. Proper disposal of used water is necessary to avoid polluting the environment.
*
Aggregates production should be stored on lean concrete base or on the appropriate base and shaded to avoid contamination of foreign materials and high temperature.
The grain size, its distribution and specific characteristics of aggregate differ depending on their incorporation to products such as subbase course, base course, asphalt concrete, Portland cement concrete and structural concrete as shown in Table 7.8. Generally, the Contractor mobilizes only one set of crushing plant and produces the required products arranging a combination of vibrations screens and blending of different size of screened materials. Therefore, the operation of the crushing plant should be carefully planned in line with the construction schedule.
7 - 18
Road Project Management and Supervision Manual Vol.1 Main Text
Table 7.7
Types of Aggregates Required for Road Projects
Material / Aggregate Crushed Type Subbase Aggregate Base
Max.Size
Asphalt Concrete PC Concrete Wearing Binder PCCP Class A Class A* Class A** t=50mm t=50mm - Grading C (Reinf. (Slab) (RCPC) 60mm Concrete)
Grading A 1 1/2"
2"
Class A 3/4"
Class A 3/4"
LA =<50% =<45% =<40% =<40% CBR >=25% >=80% PI <12 <6 0 0 Note: Refer to Technical Specifications as to details.
1 1/2"
1"
3/4" (1/2")
2"
=<40% 0
0
0
0
0
#16
#50
#4
#8
3/8" 1/2"
1"
Grading B
US Standard Sieve No.
2"
#200
#16
#50
#8
Grading A #4
3/8" 1/2"
1"
2"
100.0
100.0
100.0
90.0
90.0
90.0
90.0
80.0
80.0
80.0
80.0
70.0
70.0
60.0
60.0
50.0
50.0
40.0
40.0
Percent Finer by Weight
100.0
70.0
70.0
60.0
60.0
50.0
50.0
40.0
40.0
50.0
100.0
20.0
5.0
10.0
2.0
1.0
0.5
0.1
0.2
0.05
0.01
0.02
0.005
50.0
100.0
10.0
0.2
0.1
0.05
0.02
0.005
0.002
0.001
10.0
0.002
10.0
20.0
10.0
5.0
10.0
2.0
30.0 20.0
1.0
30.0 20.0
0.5
30.0 20.0
0.01
30.0 20.0
0.001
Percent Finer by Weight
#200
2"
Aggregate Subbase
US Standard Sieve No.
Class B Unreinf. Concrete
Grain Size in Millimeters
Grain Size in Millimeters
Coase Agg. Grading C
Grading D US Standard Sieve No.
#16
#50
#8
3/8" 1/2"
1"
Fine Aggregate
US Standard Sieve No.
Grading B #4
2"
#200
#16
#50
#8
#4
3/8" 1/2"
1"
2"
100.0
100.0
100.0
90.0
90.0
90.0
90.0
80.0
80.0
80.0
80.0
70.0
70.0
60.0
60.0
50.0
50.0
40.0
40.0
Percent Finer by Weight
100.0
70.0
70.0
60.0
60.0
50.0
50.0
40.0
40.0
50.0
100.0
20.0
10.0
5.0
2.0
1.0
0.5
0.2
0.1
0.05
0.02
0.01
Grain Size in Millimeters
Grain Size in Millimeters
Grain-size Distribution Curves for Hot Plant Mix Bituminous Pavement
0.005
0.001
0.002
100.0
50.0
20.0
10.0
5.0
2.0
1.0
0.5
10.0
0.2
10.0
0.1
10.0
0.05
10.0
0.02
30.0 20.0
0.01
30.0 20.0
0.005
30.0 20.0
0.002
30.0 20.0
0.001
Percent Finer by Weight
#200
Grading C
Grading E
Grain-size Distribution Curves for Portland Cement Concrete Pavement (Coarse Aggregate)
Aggregate production crusher plant is a combination of the crushers and vibration screens, belt conveyors and washing system as an option, depending on the raw materials and grading requirement of products, as shown in Table 7.8.
Road Project Management and Supervision Manual Vol.1 Main Text
7 - 19
Table 7.8 Process
Type
Types of Crushers Photograph
Product
Jaw Crusher (Primary) Jaw Crusher (Secondary)
Rodmill
SCHEMATIC DIAGRAM
The following figure shows common problems in the production of aggregates.
7 - 20
Road Project Management and Supervision Manual Vol.1 Main Text
Vibration Screens Joe Crusher (Primary)
Cone Crusher (Secondary)
River Quarry
Crushing Plant
Contaminated water from washing
Figure 7.8
Coarse-Aggragates coated with clay due to insufficient washing
Common Problems in Aggregate Production (Case of River Gravel)
The following actions shall be taken for non-specification compliance materials encountered at the source and production facility: *
If excess contaminated materials or out-of-specification materials are encountered, the Engineer should reject these materials in writing; and
*
If a change in material type is encountered within a source, additional sampling and testing shall be performed to characterize the material. If the material meets specification requirements for another material type, then the material will be approved for use. If the material does not meet specification requirements, the material shall not be permitted for use on the Project.
*
The apparent omission of a detailed description or definition concerning the quality of materials from the plans and specifications shall be regarded to mean that materials of first class quality are to be used.
Road Project Management and Supervision Manual Vol.1 Main Text
7 - 21
7.6.4 Submission and Approval of Concrete Pouring Permit The Contractor shall apply for the issuance of “Concrete Pouring Permit” before the scheduled date of concrete pouring, that is - two (2) days in case the approving officer is the Chief of the Quality Assurance Division/Section and one (1) day if the approving officer is the Engineer. The permit shall clearly state the portion of the structure/station limits, the specification number of the concrete to be poured and all other information required in the checklist for “Concrete Pouring Permit. The portion/part of the project poured with concrete without the necessary approved permit shall be subjected to alternative test, compression test for “in-situ” concrete, if it failed to meet the requirements or if its location does not warrant the extraction of core specimen, the affected/represented area shall be removed and replaced with new concrete mix. Flow of circulation and approval is as shown in the following figures.
The Contractor
The Consultant/Engineer
The Employer' Representative
c.c.
Submission of Concrete Pouring Permit
Original
Noted by PMO/DPWH (PM/PE) at Site
RE Approval of Concrete Pouring Permit
File Informing reasons
Disapproved
Original
File
File
Approved Original
Foreign-funded Projects with Consultant's Supervision Contractor
DPWH (RO or DEO) Project Inspector and Materials Engineer
Submission of Pouring Permit
Project Engineer File
File
Inform reason of disapproval
Disapproved
Approved with Condition
Approved
Inform what are the conditions Inform approval
Locally-funded Projects supervised by RO/DEO Figure 7.9
7 - 22
Flowchart for Approval of Concrete Pouring Permit
Road Project Management and Supervision Manual Vol.1 Main Text
Republic of the Philippines
Department of Public Works and Highways ( Office Name) Date: Ref.No.:
CONCRETE POURING PERMIT Name of Project/Location Contractor Part of Structure to be poured
Estimated Volume m3
Station Limits/Section Date of Pouring
Time of Pouring Requested by:
Contractor: (Name & Signature)
CHECKLIST Concrete Vibrator
Field Density Test
Protective Covering Materials
Beam/Cylinder Molds
Warning Signs/Barricades/Flagmen
Curing materials
Concrete Saw
Slump Cone
Concrete Block Spacers Finishing Tools/Equipment (Screeder, broom, etc.)
Plumbness Quality of Materials Used (Result of Design/Trial Mix, Test Reports, etc.)
Line and Grade alignment (form setting, elevations, etc.) Required construction equipment
Air meter (if requried) Lighting system Electrical Layout (Roughing-ins/embedment)
Rebars sizes, spacing and number
Plumbing Layout (Roughing-ins/embedment)
Rebars installation requirements
Falsework/formworks adequacy
Checked by: Materials Engineer (Name and Signature)
Date
REMARKS/ RECOMMENDATIONS Project Inspector (Name and Signature)
Date
REMARKS/ RECOMMENDATIONS Request: [ ] Approved
[ ] Disapproved
REMARKS/CONDITION / RECOMMENDATIONS Approved by*:
Noted by*:
Project Engineer Resident Engineer (The Engineer)
(Name and Signature) Accreditation No.
Note: Approval shall be by the Engineer in the case of foreign-funded projects. Approval shall be by the Project Engineer/DPWH for the locally-funded projects.
Figure 7.10
Concrete Pouring Permit Format
Road Project Management and Supervision Manual Vol.1 Main Text
7 - 23
7.6.5 Quality Control Logbook Pursuant to DPWH MC #80, Series of 1978, the ME is required to accomplish a Log Book on Materials Quality Control wherein the daily project activities as well as quality control activities with appropriate/necessary comments/observations are recorded. Said Quality Control Log Book shall be used to verify the following conditions: *
All materials are covered by adequate quality control and acceptance tests, and the frequency of sampling and testing is in accordance with the requirements of the Specifications;
*
The project has been assessed by the Buareau of Quality and Safety.
*
Compare the test results with those conducted by an independent Third Party for calibration.
Figure 7.11
Materials Quality Control Log Book
The ME shall verify and certify the Contractor’s quality control report as back up data for monthly billings. The ME shall prepare and submit Monthly Quality Control Report on field tests performed on construction materials used in the project in accordance with DO No.55, Series of 1989. In order to ensure uniformity, the standard form prescribed under Memorandum dated 28 October 2004 regarding Revised Format for Monthly Materials Control Report, shall be used.
7.7 Design Mix and Trial Construction 7.7.1 Design Mix and Trial Construction for PCC Pavement The Contractor is obliged to formulate a design mix, conduct trial mix and trial construction before the commencement of pavement construction for approval of the Engineer as illustrated below.
7 - 24
Road Project Management and Supervision Manual Vol.1 Main Text
Design Mix and Trial Mix
Material Test
Figure 7.12 (1)
Trial Paving
Approval of Design Mix and Methodology
Start Paving
Flowchart for Preparatory Work to Concrete Paving
Design Mix and Trial Mix In compliance to Section 311.2 of Standard Specifications, the Contractor shall prepare design mix for Portland Cement Concrete (PCC) Pavement for approval of the Engineer. The design mix shall be based on the absolute volume method as outlined in the American Concrete Institute (ACI) Standard 211.1, “Recommended Practice for Selecting Proportions for Normal and Heavyweight Concrete”. The Design Mix shall be based on the approved materials of aggregate, sand, water, additive, and cement that meet the Specification requirements and the appropriate design parameters indicated in Standard Specifications (or its Special Provisions). The Specification requires at least 364 kg (9 bags) of cement per cubic meter of concrete to meet the minimum strength requirements. The Engineer shall determine the cement content and the proportions of aggregate and water that will produce workable concrete having a slump of between 40 and 75 mm if not vibrated or between 10 and 40 mm if vibrated, and a flexural strength of not less than 3.8 MPa (550 psi) when tested by the third-point method or 4.5 MPa (650 psi) when tested by the mid-point method at fourteen (14) days in accordance with AASHTO T97 and T177, respectively; or a compressive strength of 24.1 MPa (3500 psi) for cores taken at fourteen (14) days and tested in accordance with AASHTO T24.
Note: The modulus of rupture (Flexural strength, AASHTO – T97) shall be given preference over other tests and must be satisfied at all times.
The Design Mix shall be verified through trial mix, sampling and testing. The following photographs show a typical trial mix operation for PCC.
Trial Mix Preparation
Weighing Materials
Figure 7.13
Mixing Materials
Sampling & Slump Test
Flexural Strength Test of Concrete
Trial Mix for Portland Cement Concrete
Road Project Management and Supervision Manual Vol.1 Main Text
7 - 25
(2)
Trial Construction At least 30 days before the start of paving operations, the
Contractor shall
construct a test section using the trial mix design. This test pavement will allow the Engineer to evaluate the strength of PCCP, methods of construction, and surface conditions of the test pavement. Prior to commencement of PCC production, the Contractor shall carry out a complete and comprehensive calibration of the plant in accordance with the manufacturer's recommended practice. Concrete may be mixed at a central plant, including purchase of concrete mix products produced by nearby concrete mixing plant, a drum mixer at site and/or a truck mixer conforming to the requirements of AASHTO M157. The central-mixed concrete shall be hauled to site by truck agitators or other appropriate trucks. The trial construction should be conducted for the concrete production mixed at the central plant and the truck mixer. It might be omitted for the mix by drum mixer. The PCC pavement test section shall be at least 9.0 m long (2 slabs). It shall be located either on an outside area or on actual construction lane site. The equipment, materials and techniques used to construct the test section shall be that which will be used to construct the main pavement. The Contractor must demonstrate the ability to achieve a smooth, hard, uniform surface free of excessive tears, ridges, spall and loose material. The following photographs show a typical trial construction operation for PCC Pavement.
Slip Form Paver & PCC Mixing Plant Check
Placing PCC and Sampling
Figure 7.14
Dowel Bar Setting by SemiManual Dowel
Finishing, Grooving & Curing Compound
Dowel Bar Position Check & Coring
Trial Construction for PCCP
If the 1st trial is unsatisfactory, the Contractor should conduct the 2nd trial. When the Engineer is satisfied of the test results and the trial construction, he will approve the design mix. Once a design mix is approved, the Contractor shall not modify proportions
7 - 26
Road Project Management and Supervision Manual Vol.1 Main Text
of the various materials without the prior approval of the Engineer.
7.7.2 Job-Mix Formula and Trial Construction for AC Pavement (1)
Job-Mix Formula In compliance to Section 307.2.1 of Standard Specifications, the Contractor shall design and submit a Job-Mix Formula for each Hot Mix Asphalt (HMA) for approval of the Engineer. The bituminous mixture shall be based on the approved materials of aggregate, mineral filler, hydrated lime, and bitumen that meet the applicable material requirements and the appropriate design parameters indicated in Section 307.2.1 of Standard Specifications (or its Special Provisions) and are capable of being placed and compacted as specified. Each job-mix submitted shall propose definite single values for:
(2)
1)
The percentage of aggregate passing each specified sieve size;
2)
The percentage of bituminous material to be added;
3)
The temperature of the mixture delivered on the road;
4)
The kind and percentage of additive to be used; and
5)
The kind and percentage of mineral filler to be used.
Marshall Mix Design Method The Marshall Mix Design Method (ASTM D 1559, AASHTO T 245) shall be used for the job-mix establishment and its procedures shall be as follows: 1)
Marshall specimens shall be obtained from each of the binder and wearing course materials supplied for trial construction. The Marshall specimens shall be formed and compacted in moulds in accordance with the procedure specified in ASTM D 1559;
2)
The loss in Marshall Stability for submerged specimens in water at 60°C for 24 hours shall not be more than 25 percent of the stability of the design-mix;
3)
To determine the Marshall Specimen Density from each set of six (6) specimens, the highest and lowest densities shall be discarded and the Marshall Specimen Density shall then be the mean density of the remaining four specimens; and
4)
Six (6) specimens per set of the trial binder and wearing course shall be made and tested in accordance with ASTM D 1188 or ASTM D 2726.
The Marshall Method is very popular because of its relative simplicity, economical equipment and proven record. The Marshall Method has been proven to produce quality Hot Mix Asphalt (HMA) from which long-lasting pavements can be constructed. The Marshall mix design method consists of three basic steps:
Road Project Management and Supervision Manual Vol.1 Main Text
7 - 27
1)
Aggregate selection. Different agencies/owners specify different methods of aggregate acceptance. For each mix design, gradation and size requirements are checked. Often, aggregate from more than one source is required to meet the specified gradation requirements;
2)
Asphalt binder selection; and
3)
Optimum asphalt binder content determination. In the Marshall method, this step can be broken up into 5 sub-steps: *
Prepare a series of initial samples, each at different asphalt binder content. For instance, two to three samples be made up of 4.5, 5.0, 5.5, 6.0 and 6.5% asphalt content by dry weight. There should be at least two samples above and two below the estimated optimum asphalt content;
*
Compact these trial mixes using the Marshall drop hammer/Mechanical Compactor which is specific to the Marshall mix design method;
*
Test the samples in the Marshall testing machine for stability and flow. Passing values of stability and flow depend upon the mix class being evaluated;
*
Determine the density and other volumetric properties of the samples; and
*
Select the optimum asphalt binder content. The asphalt binder content corresponding to 4 percent air voids is selected as long as this binder content passes stability and flow requirements.
Marshall Hammer
Figure 7.15
7 - 28
Marshall Test Samples
Marshall Stability and Flow Device
Marshall Stability Testing Equipment
Road Project Management and Supervision Manual Vol.1 Main Text
Density of Specimen
Plot in Graph
Select Asphalt Content to meet All Criteria
Source: Japan Road Association
Figure 7.16 (4)
Determination of Design Asphalt Content
Trial Construction At least 30 days before the start of paving operations, the Contractor shall construct a test section using the trial mix design. This test pavement will allow the Engineer to evaluate the strength of the HMA material, methods of construction, and surface conditions of the test pavement. The test section shall be at least 50 m long. It shall be located either on an actual construction lane site or an outside area. The equipment, materials and techniques used for the trial construction should be the same as those for the actual pavement construction. The Contractor must demonstrate the ability to achieve a smooth, hard, uniform surface free of excessive tears, ridges, ruts and loose material. During construction of the test section, the Contractor will establish an optimum rolling pattern and procedure for obtaining a density of not less than 98% of the maximum wet density. Cores shall be taken for testing. When the Engineer is satisfied of the test results and the trial construction, he will approve the design-mix.
Once a design-mix is approved, the Contractor shall not
modify proportions of the various materials without the prior approval of the Engineer and without carrying the necessary Marshall tests.
Road Project Management and Supervision Manual Vol.1 Main Text
7 - 29
7.7.3 Design Mix and Trial Construction for Other Major Work Items (1)
Structural Concrete The Contractor shall prepare Design-Mix for each structural concrete used for bridges, box culverts, RCPC and other concrete structures required for road construction and maintenance by applying the same methods and procedures explained in the above PCC Pavement. Five classes of concrete are provided for structural concrete, namely: A, B, C, P and Seal, in the Standard Specifications. The classes of concrete will generally be used as follows: Table 7.9
Class A:
Classes of Concrete
All superstructures and heavily reinforced substructures. The important parts of the structure included are slabs, beams, girders, columns, arch ribs, box culverts, reinforced abutments, retaining walls, and reinforced footings.
Class B:
Footings, pedestals, massive pier shafts, pipe bedding, and gravity walls, unreinforced or with only a small amount of reinforcement.
Class C:
Thin reinforced sections, railings, Precast R.C. piles and cribbing and for filler in steel grid floors.
Class P: Seal:
Prestressed concrete structures and members. Concrete deposited in water.
Gradation of coarse aggregate for these structural concrete shall conform to the following table (Table 405.1 in the Standard Specifications). Table 7.10 Sieve Designation Standard Alternate Mm US Standard 63 2-1/2” 50 2” 37.5 1-1/2” 25 1” 19.0 ¾” 12.5 ½” 9.5 3/8” 4.75 No.4
Grading Requirement for Coarse Aggregate Class A
100 95 – 100 35 – 70 10 – 30 0-5
Mass Percent Passing Class Class Class B C P 100 95 – 100 35 – 70 10 – 30 0-5
100 90 – 100 40 – 70 0 – 15*
100 95 – 100 20 – 55 0 – 10*
Class Seal
100 95 – 100 25 – 60 0 – 10*
The strength requirements for each class of concrete shall be as specified in the following table (Table 405.2 in the Standard Specifications).
7 - 30
Road Project Management and Supervision Manual Vol.1 Main Text
Table 7.11
Table 7.12 Class of Concrete
A
Strength Requirements for Cement Concrete
Composition and Strength of Concrete for Use in Structure
Minimum Cement Maximum Content Water/Cement Ratio 3 kg/kg Kg/m (bag**) 360
0.53
(9 bags) B
320 380 440 380 (9.5 bags)
(2)
Std. mm
50 – 100
37.5 – 4.75
20.7
(2 – 4)
(1-1/2” – No. 4)
(3000)
50 – 4.75
16.5
(2” – No. 4)
(2400)
0.55
50 – 100
12.5 – 4.75
20.7
(2 – 4)
(1/2” – No. 4)
(3000)
0.49
100 max.
19.0 – 4.75
37.7
(4 max.)
(3/4” – No. 4)
(5000)
100 – 200
25 - 4.75
20.7
(4 - 8)
(1” – N o. 4)
(3000)
(11 bags) Seal
mm (inch)
Minimum Compressive Strength (150x300m Cylinder) at 28 days MN/m2 (psi)
(2 – 4)
(9.5 bags) P
Designated Size of Coarse Aggregate
50 – 100
0.58
(8 bags) C
Consistency Range in Slump
0.58
Trial Construction Trial construction shall be conducted for other work items, including subbase, base, prime coat, tack coat, foundation piling, to check suitability of materials, efficiency of equipment, valuation on the construction methods proposed by contractors and workmanship. Quality tests required in the Specifications shall be conducted during or after the trial construction. If a trial construction shows that the proposed materials, equipment or procedures in the Engineer’s opinion are not appropriate, he should inform the Contractor of his disapproval. The material shall be removed by the Contractor at his own expense. The Contractor shall identify causes if such trial construction failed to pass the quality and workmanship required in the Specifications. The Contractor shall propose a new trial
Road Project Management and Supervision Manual Vol.1 Main Text
7 - 31
construction with revised methods or with appropriate measures. New trial construction shall be conducted in accordance with the instruction of the Engineer. If the basic conditions regarding the type or source of material or procedures change during the execution of the work, new trial construction should be conducted.
7.8 Calibration of Testing Equipment To ensure the accuracy of test results obtained from testing equipment used in various DPWH projects, the testing equipment should be calibrated regularly as per DO No. 82 Series of 1996.
7.9 Accreditation of New Product and Technology The procedures for the accreditation of new products and technology evaluation under the New Products Accreditation Scheme (NPAS) of the DPWH is also presented in the succeeding pages as DO No. 189, Series of 2002.
7.9.1 PCCP Reinforced with Welded Wire Mesh The DPWH is being challenged by the introduction of new technologies in seeking more efficient, effective and economical engineering application for infrastructure development and maintenance. The DPWH issued DO No. 18, Series of 2006 - DPWH Standard Specifications for Portland Cement Concrete Pavement with Wire Mesh (Item 312). This is one of the standard PCCP being practiced in Japan. The PCC shall be the same as the standard PCC pavement (Item 311). The diameter of wire (wire mesh/ bar mat) shall not be less than 6mm for both lateral and longitudinal directions. Tie wire shall be No.16 gauged annealed wire. The spacing of the lateral direction is twice wider than that of the longitudinal direction. The weight of wire mesh shall not be less than 3kg/m2 and it shall be fabricated by welding or binding at each crossing point and shall meet the requirements of ASTM A185. After placement of slip bar placed at every 9.0 m maximum interval, wire mesh shall be placed at a depth of 5.0 cm to 7.5 cm below the surface of slab or at 2/3 thickness from the bottom of the pavement. It should be noted that the objective of provision/introduction of wire mesh is to allow an interval of transversal contract joints (weakened joints) from 4.5 m to 9.0 m. It shall not replace the slip bars at contract joints.
7 - 32
Road Project Management and Supervision Manual Vol.1 Main Text
Figure 7.17
PCCP Reinforced with Welded Wire Mesh
7.10 Recycling of Pavement Materials The pavement life can be extended either by repair or overlay. However, it may also require reconstruction rather than overlay and recycling of the existing pavement material shall be applied on both environmental and economical aspects.
Removal After Crush
Re-use for Concrete
Crushing
Before Crush
Source: Komatsu / Japan and PJHL/DPWJ
Figure 7.18
Recycling of Concrete Materials
7.11 Roller Compacted Concrete Pavement (RCCP) The roller compacted concrete pavement is a type of PCC pavement constructed without contraction joints. The PCC requires less cement and mixed at zero-slump consistency. The required construction equipment is a heavy duty asphalt finisher and rollers for compaction. It can be opened to traffic earlier compared with the standard PCCP. However, its current application is up to a PCC thickness of 25 cm (medium traffic). The following table and figure show example and illustration of the RCCP construction.
Road Project Management and Supervision Manual Vol.1 Main Text
7 - 33
Table 7.13
Comparison between PCCP and RCCP
Item Fresh Concrete Equipment Standard Productivity Joint Structures
Roller Compacted Concrete RCC T=25cm
Curing Period AC T=5cm Construction Aggregate Cost Base
PCCP RCCP (Portland Cement Concrete (Roller-compacted Cement Pavement) Concrete Pavement) 2.5 cm ± 1.0 cm Zero Slump More Cement Less Cement Slip-form Paver (or Fixed Dump Truck, Ashphalt form), Transit Mixer, Finisher, Vibration Roller, Tyre Concrete Vibrator, Screeder Roller 20 to 30 m per hour 30 to 50 m per hour Dowel bars, expansion joints None Roller Compacted Concrete RCC T=25cm Roller RCC T=25cm and soCompacted on areConcrete required. 14 days at least 2 to 3 days SCB T=10cm Soil Cement Base Base higher Aggregate lower T=25cm Aggregate Base T=20cm
T=20cm
Typical Structures of RCCP
Combination of Equipment
Dump Truck
Asphalt Finisher
Vibration Roller
Tyre Roller
Photo: Maeda/Japan Photo: Maeda Road/Japan
Combination Figure 7.19 of Construction EquipmentEquipment for RCCP for RCCP
Roller Compacted Concrete RCC T=25cm
Roller Compacted Concrete RCC T=25cm
AC T=5cm Aggregate Base T=25cm
Aggregate Base T=20cm
Roller Compacted Concrete RCC T=25cm
Soil Cement Base
SCB T=10cm Aggregate Base T=20cm
Structures of RCCPof RCCP Figure 7.20 Typical Typical Composition
7.12 Electrical Density Gauge Combination of Equipment The Electrical Density Gauge (EDG) is a nuclear-free alternative for determining the moisture and density of compacted soils used in road beds and foundations. The EDG is a portable, battery-powered instrument capable of being used anywhere without the concerns Dump Truck
Vibration Roller
Asphalt Finisher and regulations associated with nuclear safety. It can be used Tyre as aRoller construction aidMaeda to monitor Photo: Road/Japan
Photo: Maeda/Japan
Combination of Construction Equipment for RCCP
7 - 34
Road Project Management and Supervision Manual Vol.1 Main Text
day-to-day compaction operations by providing performance and measurement results highly comparable to those achieved with traditional methods, including the nuclear gauge and/or a sand-cone and oven moisture test combination. The EDG measures and displays the results for wet and dry density, gravimetric moisture and percent compaction. The advantages of using the EDG are: -
it does not require a highly-trained or license technician
-
it does not require special handling for shipping or regulatory compliance for hazardous materials materials
-
it is easy to learn and easy to use with its step-by-step menu
-
lightweight and easy transportable
-
it is accurate and repeatable with results that mirror known testing methods
The EDG measures the electrical dielectric properties and moisture levels of compacted soil using high, radio frequency traveling between darts driven into the soil being tested. The dart’s depth of penetration positively determines the depth of measurement. Darts are available in 4”, 6”, 8” and 12” lengths. In addition, the darts have been designed with a taper, which ensures a continual positive contact with the soil for accurate measurements. Source: HUMBOLDT
7.13 ISO Accreditation of Large Contractors Department Order No. 38 Series of 2008 requires Large “B” Contractors of DPWH projects to seek ISO 9000 Certification.
Road Project Management and Supervision Manual Vol.1 Main Text
7 - 35
Chapter 8
Field Inspections
8.1 Objectives of Field Inspection Inspections are being conducted to oversee construction projects and maintenance activities. The objectives of field inspections are as follows: 1)
Assure that the project has been implemented in conformity with the plans and specifications which shall provide as a basis for acceptance of the project and reimbursement of project costs with public expenditures;
2)
Acquire information on problems and condition changes to provide opportunity for timely remedial action to solve the problems;
3)
Assess the DPWH’s capabilities and effectiveness in managing and controlling the projects with respect to: *
Administrative and technical supervision
*
Staffing, equipment and facilities
*
Performance
*
Project documentation, including inspection diaries, test reports, etc.
4)
Enhance quality management programs for project implementation;
5)
Offer technical and procedural advice and recommend improved construction techniques and engineering supervision; and
6)
Come up with a report on special or innovative construction materials, methods, procedures, new equipment, and other technological innovations.
Field inspection and control shall be based on Volume II of the DPWH Standard Specifications for Highways, Bridges and Airports, Vol. II 2013 Edition, its special provisions provided by project category/type and approved rawings (plans). The Standard Specifications is comprised of nine (9) parts; Parts A to H provides specifications for certain item of work; and Part I for materials details. Part A: Facilities for the Engineer Part B: Other General Requirements Part C: Earthworks Part D: Subbase and Base Courses Part E:
Surface Courses
Part F:
Bridge Construction
Part G: Drainage and Slope Protection Structures Part H: Miscellaneous Structures Part I:
Materials Details
Road Project Management and Supervision Manual Vol.1 Main Text
8-1
The quality of construction relies on field inspections and this is achieved thru a cooperative and coordinative effort of those involved in the implementation. Various instructions are given to the Contractor for correct implementation or remedy of works through daily field inspection. Such instructions should be officially done in writing and properly filed. If verbal instructions are given at the site, these should be confirmed in writing as soon as possible. The instructions should be clear, concise and conforming with the particular provisions of the contract and specifications. Whenever a dispute or conflict arises, the issued instructions shall be referred to.
8-2
Road Project Management and Supervision Manual Vol.1 Main Text
Republic of the Philippines Department of Public Works and Highways OFFICE OF THE PROJECT ENGINEER Date: ________________ SITE INSTRUCTION NO. _____ Name of Project Location Contractor
: _____________________________________________ : ____________________________________________ : _____________________________________________
To
: ________________________________________ Project Engineer (Contractor) : ________________________________________ Project Engineer (DPWH)
From
You are hereby instructed to: ____________________________________________________________ ____________________________________________________________ ____________________________________________________________ ____________________________________________________________ For compliance.
_______________________ Project Engineeer (DPWH)
Noted: _______________________________________ Chief, _____________Division/Section
Received by: _______________________________ Project Engineer (Contractor)
Figure 8.1
Site Instruction
Road Project Management and Supervision Manual Vol.1 Main Text
8-3
8.2 Categories of Field Inspection The categories (depending on the required output on road construction) are as follows: I.
PROGRESS INSPECTION The Inspector focuses on the progress accomplishment to be paid for and should take actual measurement and direct counting of work accomplished per work item. Only quantities that conformed to the criteria for acceptance shall be reported. Shown in Table 8.2 are some of the criteria for acceptance of a particular work item. Table 8.1
Criteria for acceptance
Description
Criteria
Item 104 – Embankment
Design elevation, compaction
Item 200 Subbase Course
Thickness, Quality Test
Item 201 Base Course
Thickness, Quality Test
Item 310 Bituminous Surface
Thickness,
Course(Hot-laid)
Density Compaction
Item 311 Portland Cement
Thickness,
Concrete Pavement
Flexural Strength , Condition
of
the
weakened
plane/
longitudinal joints, surface and the applied joint sealant. II.
ASSESMENT INSPECTION The Inspector conducting this category of inspection will make use of anyone or combination of the applicable checking processes, physical and mechanical tests such as test pitting, core boring, field density testing and laboratory procedures etc. to: (1) Discover hidden defects or potential cause that will endanger the safety and/or service life of the project; (2) Recover cost of money arising from deficiencies, miscalculations, contract obligation, e.g. deficiencies in the average thickness and compressive strength of PCCP, over-valuation of contract quantities, liquidated damages, etc.
III.
INVESTIGATIVE INSPECTION The Inspector conducting this category of inspection will make use of any or a combination of the applicable checking processes, physical and mechanical tests such as test pitting, core boring, field density testing and laboratory procedures etc. to determine the following: a)
8-4
Whether the complaint is valid or not;
Road Project Management and Supervision Manual Vol.1 Main Text
b)
The implication of findings and observation to the quality, worthiness, cost and service life of the road
c)
To be able to provide technical analysis of the actual situation and to present solution to resolve the problem, if any.
IV.
ENGINEERING INSPECTION The Inspector conducting this category of inspection will make use of anyone or combination of the applicable checking processes, physical and mechanical tests such as test pitting, core boring, field density testing and laboratory procedures etc. in conjunction with the modern testing devices such as Nuclear Testing, Distance Meter, DCP, etc to collect data to support further studies and speedy solutions to problems in road construction and quality management.
V.
WORKMANSHIP INSPECTION Quality products are attained as a result of good workmanship. Good workmanship is a result of experience, skill, art and techniques of workers, plant and equipment operators and supervisors incorporated in the process or procedures of production. The in-situ and laboratory tests are for confirmation of the product quality while workmanship is for work process and product control during production or manufacturing. The workmanship inspection is most important daily duty of the supervision engineers and inspectors. The workmanship inspection is conducted by both visual observation and measurement. Quality products are attained as a result of the Contractor’s appropriate quality control and good workmanship. Either the tests or inspection by the Engineer does not relieve the Contractor’s quality assurance obligations. The Contractor is obligated to comply with the contract and specifications irrespective of the presence of the Inspectors. The in-situ and laboratory tests reflect representative quality. As sampling could not be taken from all sections or portions, the Engineer should inspect workmanship to ensure that the standardized and consistent operations are carried out for production. The inspection staff should provide immediate instruction and guidance if any trouble or problems like rain, high concrete temperature, breakdown of equipment/tools, etc. happen or he found any wrong practice or substandard materials. It should be noted that Engineer and his staff are not only representatives of the DPWH but also representatives of the public to witness the Contractor’s activities. Easy compromise and acceptance on poor quality product are not allowed.
Road Project Management and Supervision Manual Vol.1 Main Text
8-5
8.3 Field Inspection Plan Major field inspection activities cover 1) Materials Quality Control, 2) Workmanship, 3) Alignment and Dimensions Check, 4) Quantity Measurement and 5) Work Progress Monitoring in accordance with the “Request for Inspection” by the Contractor and/or by own initiative of the Engineer. Field inspections also include checking of mobilization and deployment of resources (manpower, equipment and materials), traffic safety, maintenance and environmental management plan. Construction Supervision Work Description
Item Quality Control
Part A B
Field Inspection
Workmanship
Alignment / Dimensions
Quantity Measurement
Facilities for the Engineer Other General Requirements
Mobilization
B.2
Safety / Environment
B.3
Maintenance
B.4
Materials
D
Subbase and Base Course
B.5
As-staked survey
E
Surface Courses
F
Bridge Construction
H K
Equipment Crusher Plant, Concrete Batching Plant, Trucks, Slipform Paver Tool
Earthwork
Concrete Vibrator, Sprayer, Joint Cutter, Air Compressor
Manpower
Drainage and Slope Protection Structures Miscellaneous Structures Dayworks
Item
Work Description
301
Bituminous Prime Coat
302
Bituminous Tack Coat
303 310
Compliance to Safety and Environmental Requirements
Note:
B.1
C
G Work Progress
Work Category
311
Foreman, Plant Operator, Driver, Paver Operator, Skilled Workers, Labour, Security Materials Cement, Aggregate, Sand, Water, Additive
Bituminous Seal Coat Bituminous Concrete Surface Course, Hot Laid Portland Cement Concrete Pavement
Quality Control Apparatus and Materials Insitu Test (Slump Cone), Sampling and Laboratory Equipment
Same or similar activities
Figure 8.2
Hierarchy of Field Inspection
The road works of the DPWH is categorized to Parts A – K (see Fig. 8.2) The pavement works is classified into new construction, upgrading/improvement/rehabilitation and preventive (periodic) maintenance (Fig. 8.3) Field inspection plan should be established according to work category and pavement type taking each characteristic into account. • Upgrading / Improvement • Rehabilitation
• New Construction
• Preventive Maintenance (Periodic)
Overlay / (Selected Replacement)
Re-construction / Widening
Existing Pavement
Existing Pavement Rigid Pavement (Concrete Pavement)
Rigid Pavement (Concrete Pavement)
Flexible Pavement (Asphalt Concrete Pavement)
Rigid Pavement (Concrete Pavement)
Figure 8.3
8-6
Flexible Pavement (Asphalt Concrete Pavement)
Flexible Pavement (Asphalt Concrete Pavement)
Rigid Pavement (Concrete Pavement)
Flexible Pavement (Asphalt Concrete Pavement)
Rigid Pavement (Concrete Pavement)
Rigid Pavement (Concrete Pavement)
Flexible Pavement (Asphalt Concrete Pavement)
Flexible Pavement (Asphalt Concrete Pavement)
Flexible Pavement (Asphalt Concrete Pavement)
Classification of Pavement by Work Category
Road Project Management and Supervision Manual Vol.1 Main Text
Standard Flow for Subgrade Preparation and Approval for AC Overlay Section from Sta.__________ to Sta.___________ Contractor
The Engineer / The PE Approved As-staked Survey/As-staked Plan
Removal of Damaged PCCP LEGEND Activity of Contractor
Common Excavation / or Unclassified Excavation
Joint Activity
NOT OK Activity of the Engineer/the PE
Excavation Width and Elevation Check
I/R:
Inspection Request
OK
Subgrade Preparation Works NOT OK NOT OK Formation Check (Width, Elevation and Superelevation ,etc.)
OK Inspection Request (Level Book)
Contractor' Level Book Check and Random Subgrade Formation Level Check
I/R OK Field Density
NOT OK
OK
Subgrade Recompaction / Grading
Proof Rolling
Inappropriate Workmanship Identify Reasons/Cause s (Jointly) For Medium / Large Areas/Length
NOT OK
NOT OK
Work Order by the Engineer (Location, Width, Depth) Unsuitable Material Excavation / Subgrade Improvement
OK (Approval of Subgrade Preparation)
IR
NOT OK
For Small Areas Materials, Dimensions, Workmanship Check, Proof Rolling (Jointly)
OK
Commencement of Aggregate Base Construction
(Approval of Subgrade Preparation)
Source : PJHL / DPWH
Figure 8.4
Flowchart for Field Inspection
Road Project Management and Supervision Manual Vol.1 Main Text
8-7
8.4 Standard Inspection Check Sheet The field inspection and quality control shall be conducted in accordance with the Specifications . The DPWH Standard Specifications for Highways, Bridges and Airports, Vol. II 2013 Edition is comprehensive and therefore, quality road and bridges could be constructed if followed to the Specifications. On this aspect, Standard Inspection Check Sheets are necessary for major work items to ensure that all construction and maintenance works are implemented strictly in accordance with the Specifications. The Standard Inspection Check Sheet covers the following check points as per Specifications:
8-8
*
Work Approval
*
Scope of Works
*
Materials Requirement
*
Construction Requirements, including equipment.
*
Remarks/Comments.
Road Project Management and Supervision Manual Vol.1 Main Text
Existing Surface
Figure 8.5
Example of Inspection Check Sheet
Road Project Management and Supervision Manual Vol.1 Main Text
8-9
8.5 Request for Inspection The Contractor shall submit a request for inspection for approval of the Engineer as early as practicable. All necessary resources to support the inspection are deemed ready upon submission of the request. The following figure illustrates the flow of activities for the processing of inspection request. The Contractor
The Engineer (Consultant)
The Employer' Representative
c.c. Submission of Notice to Work / Inspection Request
PMO (PM/PE) at Site Office RE Approval of Notice to Work / Inspection Request
Original
File Informing Reasons
Disapproved
Approved with Condition*
Approved c.c.
Informing Condition Informing the PI / ME in charge for inspection Note: * The Contractor shall not be allowed the works if the conditions not fulfilled. Informing the PI / ME in charge for inspection
Inspection / Quality Tests File Approval of Works Informing with Reasons
Figure 8.6
8 - 10
Disapproved
File Noted by PMO (PM/PE)
Approved
Flowchart for Inspection Request and Approval
Road Project Management and Supervision Manual Vol.1 Main Text
________________________________ PROJECT WORK / INSPECTION REQUEST DATE NO. CONTRACTOR STATION LIMITS
: : Sta.1+053.00 - Sta.1+138.00 left side
(LOCATION)
: :
ITEM NO. : QUANTITY :
2-Feb-07
105(1) 260 m2
DESCRIPTION OF WORKS/INSPECTION REQUESTED: Subgrade Preparation/ Field Density Test
FOREMAN IN CHARGE:
EQUIPMENT TO BE USED: Motor Grader: 1 Unit Vibration Roller: 1 Unit MAJOR MATERIALS TO BE USED:
3-Feb-07 / 8.00 A.M.
SCHEDULED START OF WORK: REQUESTED DATE/TIME OF INSPECTION:
3-Feb-07 /
9.00 A.M. REQUESTED BY:
PROJECT MANAGER (Contractor)
APPROVAL OF / COMMENTS ON WORKS (TESTS)/ INSPECTION REQUESTS INTENSION OF WORKS (TESTS) / INSPECTION REQUESTS APPROVED WITH CONDITION
APPROVED
NOT APPROVED
COMMENTS / NOTES / CONDITION
DATE: BY:
ENGINEER / INSPECTOR TO BE ASSIGNED:
RESIDENT ENGINEER (The Engineer)
APPROVAL OF WORKS CHECKED LINES & GRADES:
CHECKED MATERIALS, FORMS & REBARS:
CHECKED EQUIPMENT / PLANT:
RECOMMENDATIONS:
RECOMMENDED FOR APPROVAL BY:
APPROVED BY:
INSPECTION ENGINEER/ ME/ INSPECTOR
RESIDENT ENGINEER
(The Engineer)
(The Engineer)
NOTED BY:
PROJECT ENGINEER ( )
Source: PJHL / DPWH
Figure 8.7
Example of Work/Inspection Request
Road Project Management and Supervision Manual Vol.1 Main Text
8 - 11
Chapter 9 Project Completion 9.1 Pre-final Inspection for Completion Once the project reaches an accomplishment of 95%, the Engineer and the Contractor shallconduct a pre-final inspection. The Engineer shall prepare a punch-list of observed defects and/or deficiencies and the necessary corrective measures. He shall direct the Contractor to do the necessary rectification works and ensure that the Contractor has complied with the requirements described in the punch-list prior to the conduct of Final Inspection for Completion.
9.2 Final Inspection for Completion 9.2.1 Submission of Request for Final Inspection for Completion The Contractor shall, upon rectification of the defects and/or deficiencies observed during the pre-final inspection, submit to the Implementing Office through the Engineer a written request for the conduct of final inspection.Together with the request for final inspection, the Engineer shall furnish the Inspectorate Team copies of the following documents. 1.
Pre-final Inspection Report statingthat the defects/deficiencies noted during the pre-final inspection havebeen complied withby the Contractor;
2.
Original plans and specifications
3.
Approved As-Staked Plans
4.
Approved As-Built Plans
5.
Approved Contract Agreement and Bill of Quantities
6.
Approved Variation Order (if any)
7.
Approved Contract Time Suspension/Extension
8.
Monthly Progress Report indicating substantial completion (C > 95%)
9.
Approved Statement of Work Accomplished (latest)
10. Quality Control Logbook, Quality Contorl Assurance Certificate 11. Monthly Materials Report 12. Others as maybe required.
Road Project Management and Supervision Manual Vol.1 Main Text
9-1
9.2.2 Participants for the Final Inspection for Completion The final inspection shall be participated in by representatives as shown in Table 9.1. Table 9.1
Composition of Inspectorate Team
Project undertaken by Central Office and PMO
Composition* Quality Assurance Unit (QAU) Member
Bureau of Research and Standards (BRS)
Bureau of Design (BOD)
Bureau of Construction (BOC)
Bureau of Maintenance (BOM)
Non-QAU Member Regional Office
Quality Assurance Unit (QAU) Member
Planning and Design Division
Construction Division
Maintenance Division
District Engineering Office
Implementing Unit
QualityAssurance Division Implementing Unit
District Inspectorate Team
Planning and Design Section
Construction Section
Maintenance Section
Quality AssuranceSection Implementing Unit
*One(1) representative from each office
The Inspectorate Team shall prepare and submit to the Implementing Office the Final Inspection for Completion Report containing its findings and corresponding recommendations, and the duration of rectification works. The Implementing Office shall notify and require the Contractor, at his own expense, to do the rectification works within the prescribed duration from the date of notification.
9-2
Road Project Management and Supervision Manual Vol.1 Main Text
The figure below illustrates activities undertaken specifically during completion stage. Certificate of Completion
Implementing Office - PMO Defects Liability Period
Construction Period Substantial Completion (95% of the Contract Amount) Joint Preliminary Inspection of I.O. & Contractors Rep.
Inspection by QAUCentral Office
Remedial Work by Contractor
Maintenance by Contractor (365 days)
Remedial Work by Contractor
Certificate of Completion
Implementing Office - Regional Office Defects Liability Period
Construction Period Substantial Completion (95% of the Contract Amount) Joint Preliminary Inspection of QAUR.O. & Contractors Rep.
Inspection by 4 - Division Chiefs + 1 Implementing Unit Representative
Remedial Work by Contractor
Maintenance by Contractor (365 days)
Remedial Work by Contractor
Certificate of Completion
Implementing Office - District Engineering Office Defects Liability Period
Construction Period Substantial Completion (95% of the Contract Amount) Joint Preliminary Inspection of DEO rep. & Contractors Rep.
Figure 9.1
Inspection by 4 - Section Chiefs + 1 Implementing Unit Representative
Remedial Work by Contractor
Maintenance by Contractor (365 days)
Remedial Work by Contractor
Activities undertaken during completion stage
Road Project Management and Supervision Manual Vol.1 Main Text
9-3
9.2.3 Remedial Works The remedial works by the Contractor shall be monitored and supervised by the Engineer who shall certify the correctness of the applied methodologies and shall recommend issuance of Certificate of Completion for the project. Remedial works shall be completed within the approved contract time otherwise, provisions for liquidated damages shall be applied.
9.3 Issuance of Certificate of Completion The Contractor shall request to the Implementing Office for the issuance of Certificate of Completion. The certificate shall be issued if: 1)
All defects/deficiencies (as per Inspectorate Team’s Final Inspection for Completion Report) have been rectified by the Contractor to the satisfaction of the Engineer;
2)
There are no pending Third Party Claims against the Contractor.
The Implementing Office shall take over the project within seven (7) days from the date of issuance of Certificate of Completion.
9-4
Road Project Management and Supervision Manual Vol.1 Main Text
Contract Period
Warranty Period Defects Liability Period
Construction Period
Maintenance by Contractor Commencement of Works
Certificate of
Certificate of Acceptance
Completion
Contractor requests for final acceptance to the Implementing Office after defects liability period of the Project.
Contractor requests for final inspection to the Implementing Office upon completion of the Project.
The Implementing Office endorses requests of the Contractor to the designated inspectorate team for a joint final inspection of the project.
The Implementing Office informs / coordinates with the Consultant for final inspection of project.
D.O.No.53 & 81, Series of 1995
INSPECTORATE TEAM
Documentation (Check & Evaluation)
Ocular - Checking compliance of materials quality and quantity per approved plans and specifications - Checking workmanship - Verification per As-built Plan
BRS QAU
BOC QAU
MQCH Div. MQCH Sec.
Const. Div. Const. Sec.
BOM QAU
Imp. Office
Planning Maint. Des. Div. Div. Planning Maint. Sec. Sec.
Imp. Unit Imp. Unit
Checking / evaluation of the following project documents:
Actual Inspection
Preparation and Submission of Final Inspection Report of completion (or Acceptance Report ) to the Implementing Office
Institution of Corrective Measures on Defects and Deficiencies
- Approved Contracts - Approved Plans and Specifications - Approved Change Orders, variation Orders, Extra Work Orders and Supplemental Agreements - Approved Final Statement of Work Accomplished - Inspection Reports (Punch List of defects / deficiencies) - Quality Control and Materials Reports - Approved As-built Plan
- The report shall contain findings and corresponding recommendations. - The report shall be ubmitted to the Implementing Office duly signed by the Inspection Team.
The Implementing Office shall require the contractor to institute corrective measures on the noted effects / deficiencies as per recommendation of the Inspection Team.
The Certificate of Project Completion shall be issued by the Head of Implementing Office after all the defects / deficiencies have been corrected at the contractor's own expense.
Issuance of Certificate of Project Completion
BOD QAU
Issuance of Certificate of Acceptance
Source: BRS / DPWH, Dec.1995
Figure 9.2
Flowchart of Activities Relative to the Issuances of Certificates of Completion and Acceptance
Road Project Management and Supervision Manual Vol.1 Main Text
9-5
9.4 Final Payment Within 84 days upon receipt of the Taking-Over Certificate for the Works, the Contractor shall submit to the Engineer a draft final billing statement with supporting documents showing: (a) The value of all work done in accordance with the Contract up to the date stated in the Taking-Over Certificate for the Works; (b) Any further sums which the Contractor considers to be due; and (c) An estimate of any other amounts which the Contractor considers will become due to him under the Contract. If the Engineer disagrees with or cannot verify any part of the draft final statement, the Contractor shall submit such further information as the Engineer may reasonably require within 28 days from receipt of the said draft and shall make such changes in the draft as may be necessary. The Contractor shall then prepare and submit to the Engineer the billing for Final Payment. Figure 9.2 illustrates the procedures and supporting documents for final payment.
9-6
Road Project Management and Supervision Manual Vol.1 Main Text
Table 9.2
Procedures and Supporting Documents for Final Payment (Regional and District Offices)
Step 1
Action and Support Documents for Final Payment Check the following submitted billing and documents: 1. Background Information / Executive Summary 2. Billing Summary 3. Letter-Request of Contractor 4. Certification (DO 55 1988) 5. Disbursement Voucher 6. Monthly Certification of Payment 7. Statement of Work Accomplished 8. Statement of Time Elapsed 9. Contractor’s Affidavit 10. Certificate of Clearance on Labour and Materials Payment 11. Certification of Clearance for Equipment Rentals and/or Lease 12. Proof of Completeness of Documents Duly Submitted to COA 13. As-Built Quantity/Final Change Order (if any) 14. Inventory of Office Equipment, Building, Surveying Instrument and Service Vehicle (Turnover of Equipment Bought Out of Project Funds) 15. Turnover of Laboratory Equipments to BRS – For Foreign Assisted Projects 16. Regional Equipment Clearance 17. Property Clearance 18. Certificate of Completion 19. DPWH Final Inspection Report 20. Request for COA Final Inspection Duly Received by COA 21. Pictures 22. Approved Time Extensions and/or Suspension and Resume Orders, if any 23. BIR Form 2555 (for contracts entered into prior to July 1, 1993) 24. Back-up Computation 25. BIR Form No. 2550M – VAT Declaration 26. BIR Form No. 750-V-1 (Certificate of Value-Added Tax Withheld on Government Payments (RA 7649) 27. BIR Form No. 1743 – 750 (Certificate of Creditable Taxes Withheld at Source) 28. Certification from QAU that defects for final inspection have already been corrected. 29. As Built-Plans/Drawings 2 Verify the following documents for accuracy Back-up Computation Statement of Time Elapsed Monthly Certificate of Payment Letter Request of Contractor Statement of Work Accomplished Contractor’s Affidavit 3 If the above documents are incomplete and/or inaccurate, return the billing to the Contractor for correction 4 If all documents are complete and accurate, the Implementing Office prepares forms for processing forward 5 Implementing Office provide Certified True Copy of Proof of completeness of documents submitted to COA. 6 The billing documents must have appropriate approvals before submitting them to the Accounting for processing of payment Source: Guidelines to Implementing Office for Processing Claims for Payment (District and Regional Offices) for Civil Works Contract
Road Project Management and Supervision Manual Vol.1 Main Text
9-7
Chapter 10 Defects Liability Period, Final Acceptance and Warranty Period 10.1 Defects Liability Period The Contractor, after the issuance of the Certificate of Completion, is still responsible for the maintenance of the project within a period of one (1) year - the Defects Liability Period (DLP). The Engineer shall conduct a joint inspection with the Contractor’s representatives at a quarterly basis during the DLP and shall direct any remedial and maintenance works that may be required for keeping the road in good condition such as: (a) Vegetation Control (b) Maintenance cleaning of canals and ditches (c) Cracks/Joints Sealing (d) Reshaping/recompacting of road shoulders (e) Others as maybe required
10.2 Pre-final Inspection for Acceptance After the DLP, the Contractor shall request for a joint Pre-Final Inspection for Acceptance with the Engineer. Any defects that occurred during this period shall be rectified by the Contractor at his own expense. Said defects shall be rectified within ninety (90) calendar days upon receipt from the Engineer of the notice/instruction to undertake repair.
10.3 Final Inspection for Acceptance The designated Inspectorate Team shall conduct Final Inspection for Acceptance and submit to the Implementing Office the Final Inspection for Acceptance report containing its findings and corresponding recommendations, if any. The Implementing Office shall notify and require the Contractor, at his own expense, to do the rectification works within the prescribed duration from the date of notification.
10.3.1 Remedial Works Any remedial works by the Contractor shall be monitored and certified by the Engineer for the subsequent recommendation for the issuance of Certificate of Acceptance.
10.4 Issuance of Certificate of Acceptance The Contractor shall request to the Implementing Office for the issuance of Certificate of
Road Project Management and Supervision Manual Vol.1 Main Text
10 - 1
Acceptance. The certificate shall be issued if: 1)
All defects/deficiencies (as per Inspectorate Team’s Final Inspection for Acceptance Report) have been rectified by the Contractor to the satisfaction of the Engineer;
2)
There are no pending Third Party Claims against the Contractor. Certificate of
Certificate of Completion
Completion
Release of Warranty
Defects Liability Period (365 c.d.)
Request of Acceptance I.O. representative Joint Pre-Inspection With the Contractor
Warranty Period (5 years) Inspection by QAU
Remedial Work by Contractor
Figure 10.1
Remedial Work by Contractor
Defects Liability and Warranty Periods
10.5 Release of Remaining Retention Money The remaining “Retention Money” or “On demand Bank Guarantee” shall be released upon final acceptance of the Works.
10.6 Release of Performance Security Upon submission of Warranty Security, the Contractor may request for the release of the Performance Security.
10.7 Warranty Period After final acceptance of the project, the Contractor shall be held liable for structural defects and/or failure of the completed project within the warranty period prescribed in RA 9184 except those occasioned by force majeure and those caused by other parties. The Warranty Security (see Table 10.1) shall remain effective for a period of five (5) years and shall only be released if in the final round of inspection by the designated Inspectorate Team, no structural/major defects were discovered.
10 - 2
Road Project Management and Supervision Manual Vol.1 Main Text
Table 10.1 Form of Warranty 1. Cash Deposit, Cash Bond or Letter of
Warranty Security Minimum Amount in Percent of Total Contract Price Five (5) Percent
Credit 2. Bank Guarantee
Ten (10) Percent
3. Surety Bond
Thirty (30) Percent
Road Project Management and Supervision Manual Vol.1 Main Text
10 - 3
Chapter 11
Maintenance after Final Acceptance
11.1 Maintenance by DPWH after Final Acceptance (1)
Necessity of Maintenance Sustainability of the road facilities after development, upgrading or rehabilitation is the most important issue. New or rehabilitated roads will deteriorate through vehicle loading, weathering and aging. Maintenance reduces the rate of pavement deterioration, lowers vehicle operational costs, saves time and cost, and provides continuous service for road users and communities. On the other hand, as overloaded vehicles will shorten pavement life significantly, its strategic and systematic control should be established and sustained. Road maintenance is defined as a process that optimizes overall performance of the roadway over time. Maintenance should be supported by a system of information (data), planning, budgeting, organization/staff and thorough practices with sound techniques.
(2)
Asset Management Approach Asset Management is defined as “systematic process of effectively maintaining, upgrading and operating assets, combining engineering principles with sound business practice and economic rationale to achieve the reliable public’s expectations”. Sound engineering, efficient administrative organization/staff and stable budgetary supports are required for the road asset sustainability. Overloaded vehicle control is also important to avoid early or premature damage of the pavement. Time (Schedule)
Cost (Finance)
Quality Project Management Assurance
Safety & EMP
Figure 11.1
Asset Management
Road Project Management and Supervision Manual Vol.1 Main Text
11 - 1
(3)
Classification of Maintenance Road maintenance consists of routine maintenance, preventive (periodic) maintenance and emergency works. Routine maintenance is an activity that should be undertaken every year. It is mostly a labor intensive work compared with the preventive maintenance that is equipment based. The design period for new or upgrading projects is 10 years for AC pavement and 20 years for PCC pavement. The first preventive maintenance is required within 10 years after the opening of the road. In principle, since the design life of preventive (periodic) maintenance is 5-10 years, it should be repeated every 4-9 years depending on the level of traffic and road condition. The main goals of preventive/periodic and routine maintenance are as follows: Table 11.1
Main Goals of Preventive/Periodic and Routine Maintenance
Category
Unpaved Roads
Paved Roads
Periodic/
* Control of gravel thickness
* Control of roughness
Preventive
* Control of roughness (when
* Control of pavement distresses
Maintenance
re-gravelling)
(cracking, rutting, etc) * Strengthen drainage structures capacity * Control of gravel thickness of unpaved shoulders * Control of the general conditions for stability and safety
Routine
* Control of roughness through
Maintenance
* Delay of the needs for preventive/
grading and patching * Control of road side conditions
periodic maintenance * Control of road side conditions
through: -
through:
Cleaning and minor repair of
-
drainage and major structures
drainage and major structures
-
Vegetation control
-
Vegetation control
-
Grading and patching of
-
Grading and patching of
shoulders
Emergency Repair
Cleaning and minor repair of
shoulders
-
Minor repair of road signs
-
Minor repair of road signs
-
Spot repair of road marking
-
Spot repair of road marking
* Emergency works for user and road safety
* Emergency works for user and road safety
Source: Road & Bridge Routine Maintenance Procedures and Planning Manual, DPWH
11 - 2
Road Project Management and Supervision Manual Vol.1 Main Text
The required maintenance activities are classified in Table 11.2. Table 11.2 Category
Required Maintenance Activities for Road Facilities
Classification
Road surface (AC pavement) Road surface Roadway (PCCP) Shoulders and approaches
Drainage
Culverts Roadside Drains Embankments
Roadside Cut slopes Superstructure
Bridges
Traffic control device Safety devise
Preventive (periodic) Maintenance
Routine Maintenance
Crack sealing Patching Crack sealing
Emergency Maintenance
Overlay, partial reconstruction Overlay, partial reconstruction
Damage or road cut-off by slope failures, scouring, etc. Damage or road cut-off by slope failures, scouring, etc.
Material addition and/or sealing Capacity increase
Cleaning debris
Vegetation control Spot failure repair Cleaning/Desilting
Cleaning/Declogging Repair, addition Vegetation control Removal of fallen rock/boulders Drainage
Foundation
Slope stabilization Slope stabilization Repainting (steel) Scouring protection work Approach slab construction
Cleaning debris Slope failure/settlement Slope failure repair (grouted riprap, rock net) Joint repair Scouring protection / repair
Others
Approach road crack sealing
Informatoryand regulatory signs, markings, etc.
Repair
Repainting of markings, addition
Replacement of damaged/broken signs, etc.
Guard rails, barriers, etc.
Repair
Repair and addition
Replacement of damaged/broken guard rails, signs, barriers, etc.
Approach road settlement
The above mentioned maintenance activities need equipment, materials, tools, personnel and budget. Most of the routine maintenance works shall be implemented by administration and preventive maintenance shall be by contract.
Crack Sealing Figure 11.2
Patching Work
Patching
Maintenance Activities on Pavement
Road Project Management and Supervision Manual Vol.1 Main Text
11 - 3
(4) Responsible Offices The DPWH shall be responsible for road maintenance works after issuance of the Certificate of Acceptance. The Planning Service is responsible for maintenance programming and budgeting. The BOM is responsible for overall maintenance management and the RO/DEO is responsible for implementation of the maintenance works. (5)
Planning and Programming The programming and budget allocation for the maintenance works shall be made by the Central Office with the integrated asset management system of the DPWH illustrated in the following figure: O n -g o in g W o rk s
C o n tra c t M anagem ent S y s te m (C M S )
TARAS
R T IA Ongoing T ra ffic Works
C o n tra c t M anagem ent
R oad S a fe ty P ro je c t R o ad C o n d itio n
A cOngoing c id e n t Works
O n -g o in g W o rk s
W o rk P ro g ra m
R B IA
P ro c u re m e n t
C ost E s tim a tio n
B rid g e D a ta
R o a d N e tw o rk In v e n to ry & C o n d itio n
W o rk P ro g ra m
M u lti-Y e a r P ro g ra m m in g & S c h e d u lin g (M Y P S ) P ro g ra m R e v ie w M u ltiY ear A n a l y s is G e n e ra tio n
BMS PM S
RMMS
R o u tin e M a in te n a n c e N eeds
M u lti-Y e a r P ro g ra m
Source: PS/DPWH
Figure 11.3
Programming Process (Assets Management System)
The road and bridge condition collected by the DEO under the supervision of the RO are stored by Planning Service in the Road and Bridge Information Application (RBIA) as network level road and bridge base data. The purpose of RBIA is to make comprehensive, appropriately accurate and up-to-date road and bridge information available throughout the country. The information that is compiled within the RBIA is only suitable for purposes of network level planning. It cannot be used for project level design work. The pavement management comprise of activities starting from planning and programming, design, construction and maintenance of the pavement portion of the road works program. Pavement Management System (PMS) means tools and procedures that
11 - 4
Road Project Management and Supervision Manual Vol.1 Main Text
assist decision makers in finding optimum strategies for planning and maintaining pavements in a serviceable condition over a given period of time. (6)
Routine Maintenance Management System (RMMS) The RMMS is an integrated tool for planning, scheduling and monitoring the annual basic maintenance activities in order to sustain a Level of Service for the national roads. The DPWH has prepared the “Road & Bridge Routine Maintenance Procedures and Planning Manual1 (Volumes I, II and III)” as guide and reference for personnel of the DPWH CO, RO and DEO who are responsible for the routine maintenance of the national road network. This manual is consistent with the capabilities of the Software used for the support of the Maintenance Management. The main objective of management system is to formulate a framework for making well-informed decisions about highway maintenance. The specific objectives are to provide the following: *
Adequate levels of maintenance service throughout the country;
*
Means to use labor, equipment and material of Administration and Contractors;
*
Objective basis for planning and maintenance works programming; and
*
Comparison of planned work and actual performance (monitoring and evaluation).
The major components of the RMMS manual are as shown in Table 11.3.
Plan and Budget Routine AMWP/PB AWP Maitenance Activities DO, RO BOM
Schedule Routine Maitenance Works
DO, RO
Evaluate Perfom/Monitor Work Work Performance of Routine Schedule Performance Routine Maitenance Maitenance for MBA & Activities Works MBC
DO (MBA), RO Contractors (MBC), BOM
DO, RO BOM
Source: Road & Bridge Routine Maintenance Procedures and Planning Manual, DPWH
Figure 11.4
Flow of Routine Maintenance Work
1
The DPWH revised the previous maintenance management system under the ADB 6th Road Sector Loan. The Road & Bridge Routine Maintenance Procedures and Planning Manual was launched after pilot testing for refining in ten (10) DEOs.
Road Project Management and Supervision Manual Vol.1 Main Text
11 - 5
Table 11.3
1.
2. 3.
4.
(7)
Component Planning (Chapter 4) Scheduling (Chapter 5) Monitoring (Chapter 6)
Evaluation (Chapter 7)
Major Components of RMMS
Content Development of Annual Work Program, including: Revision of planning standards Preparation of annual plans and budgets Development of short term schedules by activity and location Monitoring routine maintenance activities, including: Recording/Reporting (collection of daily activity data for preparing data/reports for local use and performance report for higher management Control of activities Evaluation of maintenance activities, including: Analysis of achieved RMMS-level of services, through data acquired by Annual Visual Inspection (ROCOND) and BMS Type 3 condition inspection, and actual work quantities for feedback to the planning.
Budget Allocation for Maintenance The road asset preservation is comprised of routine maintenance and periodic maintenance and rehabilitation. The sources of funding for asset preservation projects are the General Appropriations Act (GAA) and Motor Vehicle User’s Charge (MVUC). The maintenance budget is allocated based on either PMS for preventive maintenance or RMMS for Routine Maintenance. However, at present the RMMS is not yet in place. The Bureau of Maintenance (BOM) is mandated, based on various data submitted by the Regional/District Office and dominated in the RBIA, to calculate the maintenance share of all national roads thru the Equivalent Maintenance Kilometer (EMK) method. Currently, the maintenance allocation is being calculated manually using the EMK method (see Table 11.4) where it is believed that there probably exist margins of error. The calculation of EMK is made thus;
[Length of Road (km.)] X [Factor for Road width ] X [Factor for Surface Type]+ [Length of Bridge (l.m.)] X [Factor of Bridge]
The allocated budget is often insufficient because of a time gap between the data collection by ROCOND and actual implementation.
11 - 6
Road Project Management and Supervision Manual Vol.1 Main Text
Road Project Management and Supervision Manual Vol.1 Main Text
11 - 7
1.00 1.15 1.30 1.45 1.60 1.75 1.90 2.05 2.20 2.35 2.50 2.65 2.80 2.95 3.10 3.25 3.40 3.55 3.70
EMK FACTOR 0.80 1.00 1.20 1.40 1.60 1.80
CORRECTION FACTOR
FROM ROAD INVENTORY
0.50
CONCRETE >20 cm
0.80 0.80
0.70 0.70
0.60 0.60
0.95
0.85
0.70
0.50
1.20
1.55
1.25
1.00
<100 mm - 200
EXTRA STRENGHT
2.00
2.10
1.55
400
1.10
200
2.50
0.90
0.90
1.65
2.20
2.60
1.500
1.000
600
BITUMINOUS LOW 10-30mm MEDUIM 31-60mm HIGH 61-100mm
1.45
1.00
0.60
0.40 0.85
100
1.90
75
1.40
0.40
0.35
0.50
30
0.90
25
UNPAVED LOW <100 mm MEDUIM 100 mm - 200 mm HIGH >200 mm
TYPE/THICKNESS 1
1.00
1.00
1.85
2.30
2.75
2.000
1.90
2.20
150
5.000
3.000
1.10
1.10
1.95
1.20 1.20
1.15
2.20
2.60
10.000
2.50
2.60
400
1.15
2.10
2.50
2.30
2.10
2.40
2.50
300
2.40
200
AADT AND SURFACE FACTORS
FROM BRIDGE INVENTORY
1.25
1.25
1.68 1.68
1.48 1.33
3.15
1.48
2.75
2.33 2.33 1.93
4.45
1.93
3.65
30.000 50.000 70.000 100.000
EMK FACTOR 0.010 0.035 0.100
1.33
2.45
20.000
15.000
2.30
3.50
3.10
1000
2.90
2.80
600
TYPE CONCRETE STEEL TEMPORARY BAILEYN & TIMBER
BRIDGE FACTOR
(LENGTH OF ROADS IN KMS. X (EMK FACTOR FOR WIDTH) X (EMK FACTOR FOR SURFACE TYPE) + (LENGTH IF BRIDGE IN L.M.) (EMK FACTOR FOR BRIDGES) = TOTAL EMK
WIDTH ≤ 5m ≤ 7.5m 5. ≤ 10m >7.5 Unpaved ≤ 12.5m >10.0 ≤ 15m >12.5 >15m Paved (Asphalt or Concrete) ≤ 7.5m ≤ 10m >7.5 ≤ 2.5m >10 ≤ 15m >12.5 ≤ 17.5m >15 ≤ 20m >17.5 ≤ 22.5m >20 ≤ 25.5m >22.5 ≤ 27.5m >25.5 ≤ 30m >27.45 ≤ 35.5m >30 ≤ 32.5m >32.5 ≤ 37.5m >35 ≤ 40m >37.5 ≤ 42.5m >40 ≤ 45m >42.5 ≤ 47.5m >45 ≤ 50m >47.5 >50m
TYPE
Calculation of Maintenance Share
CALCULATION OF MAINTENANCE SHARE EQUIVALENT MAINTENANCE KILOMETERS (EMK) METHOD
Table 11.4
Routine Maintenance (AMWP/AWP)
GAA
BOM
Preventive Maintenance (AWP)
GAA MVUC
Rehabilitation/ Reconstruction of Damaged National Paved Roads (AIP)
PS
Figure 11.5 (8)
MVUC
GAA
Budget Allocation Flow
Implementation and Monitoring of Maintenance Works The preventive maintenance programs will be implemented like the development projects in accordance with the DPWH Standard Specifications for Highways, Bridges and Airports, Vol.II 2013 Edition. The planned and scheduled routine maintenance activities will be performed in accordance with the Specifications for Routine Maintenance in Chapter 2 of Road & Bridge Routine Maintenance Procedures and Planning Manual (RMMS Manual). The accomplishment will be monitored based on the following: Table 11.5 MBA
Monitoring for Maintenance Works
- The actual use of assigned resources and the actual work quantities - The quality of the works
MBC
- The actual work quantities - The quality of the works
In accordance with Chapter 6 of RMMS Manual, these tasks require: *
Recording/reporting (collection of daily activity data); and
*
Control activities (checking the reliability of the reports and the compliance of the completed work with the Specifications).
11.2 Maintenance Inspection and Remedial Measure Design PMS (HDM-4) based on RBIA are planning tools for allocation of resources with priority but not for the design. The RO/DEO needs to conduct inspection and remedial measure designs for the implementation of the preventive and routine maintenance works
11 - 8
Road Project Management and Supervision Manual Vol.1 Main Text
with the allocated budget. Shown in Tables 11.5 and 11.6 are types of pavement distresses, major causes and common repair methods for AC and PCC pavements, respectively.
Table 11.6
Pavement Distress, Major Causes and Common Repair Methods for AC Pavement
Distress Type*
Major Causes
Common Repair Method
Consolidation and lateral movement of AC, base, overload
Overlay, mill and resurfacing
Lack of AC stability (too much asphalt, too much fines, round aggregates, lack of aeration)
Remove and reconstruct or patching, plane surface and overlay
A.2 Edge Break
Insufficient compaction, loss of lateral support, aging
Patching
A.3 Potholes
Weakness in pavement (little asphalt, spot Remove, replace and thickness defects, less fine or excess fines, poor patch drainage
A.1 Rutting (corrugation and shoving)
A.4 Surface Failures (deterioAging, weather, improper tack coat between PCC Overlay (after spot failure ration, delamination, edge break) and AC overlay, construction on wet PCC repair), Patching A.5 Wearing Failures (Raveling, flushing, polishing )
Insufficient compaction, construction during wet, dirty aggregate, asphalt overheating, insufficient asphalt
A.6 Cracking:
Seal coat, Thin overlay
Crack sealing, patching
A6.1 Edge cracks
Lack of lateral support, settlement (poor drainage or weak foundation), lack of lateral support,
A6.2 Reflection cracks
Reflection of cracks from underneath (concrete pavement joints, SCB cracks, AC cracks)
A6.3 Transverse and Longitudinal cracks A6.4 Cracks along ruts
Volume change of surface or base materials, low asphalt penetration, aging etc. Over loads, passing of heavy vehicles (see rutting)
A6.5 Crocodile cracks / Fatigue Cracks
Excessive deflection over unstable base and subgrade, overload, poor drainage, aging
A.7 Road Cut/Slip
Slope failure, landslide, scouring, slip
(depends on causes and condition)
A.8 Shoulder (Erosion, pothole, high gap, insufficient fill, vegetation)
Steep slope, lack of maintenance, pass of traffic, inadequate cross-fall, side drainage, lack of surface protection, lack of shoulder materials
Add materials and compaction, Sealing, patching, grading, grass cut
Road Project Management and Supervision Manual Vol.1 Main Text
11 - 9
Table 11.7
Pavement Distress, Major Causes and Common Repair Methods for PCC Pavement
Distress Type* C.1 Shattered Slabs
C.2 Scaling
Major Causes Subgrade and/or base failure, lack of dowel bars (load transfer problem), insufficient slab thickness, foundation settlement, low concrete quality
Common Repair Method Full depth repair (slab replacement)
Over-finishing, improper curing, unsuitable aggregates, chemical action
Slurry seal, a skid resistance treatment, AC overlay
C.3 Cracking: C3.1 Corner cracks C3.2 Diagonal cracks
Crack sealing, remove and replace Traffic loads on unsupported corners, spot weak subgrade/base Traffic loads on unsupported slab end, subgrade settlement, pumping
C3.3 Longitudinal cracks Shrinkage of concrete, expansive base/subgrade failure/settlement, loss of support from edge i C3.4 Transverse cracks Overllaods, repeated bending on pumping slabs, failure of foundation, shrinkage C3.5 Crocodile cracks
Improper load transfer devise, base/subgrade weakness, insufficient slab thickness, settlement
C.4 Road Cut/Slip
Slope failure, landslide, scouring, slip
(depends on causes and condition)
C.5 Joint Faulting
Inadequate load transfer device, pumping
Raising of slabs
(+ Pumping)
Freewater on or in subgrade or base and deflection Drainage improvement, of slab joint resealing, dowel bar introduction
C.6 Joint Spalling
Segregation of aggregate, improper load transfer device, improper joint forming, joint sawing, joint compression
Joint spall repair (Epoxy patching), AC patching
C.7 Joint Sealant
Aging, low quality, pumping, cracking
Joint resealing
A.8 Shoulder (Erosion, pothole, high gapa, insufficient fill, vegetation)
Steep slope, lack of maintenance, pass of traffic, Add materials and inadequate cross-fall, side drainage, lack of surface compaction, sealing, protection, lack of shouldering materials paving, patching, grading, grass cut
11.3 Overloaded Vehicle Control Overloading has a highly negative effect on pavements, road safety and traffic capacity. Negative effects can be assessed through the Vehicle Damage Factor (VDF) or Equivalent Standard Axle Load (ESAL). As vehicle damage factors increase from 4th to 4.5th power of the axle load, overloading control is extremely important for sustainability of pavement life. The maximum allowable Gross Vehicle Weight (GVW) per revised resolution amending the Implementing Rules and Regulations (IRR) of RA 8794 approved by DPWH and DOTC on April 5, 2013, is 18 tons for 2-axle and 33 tons for 3-axle truck (Refer to Table 11.8) - an increase from 15 and 21 tons (per Memorandum Circular No. 82-027, 1982), respectively. This change in regulation gives a considerable burden on the pavement as illustrated in Figure 11.6.
11 - 10
Road Project Management and Supervision Manual Vol.1 Main Text
Note: MVUV (Motor Vehicle User Charge): Max 13.5 ton/axle
Gross Weight 16.88 ton
5.1 Ton (30%)
11.8 Ton (70%)
Truck can stand
Gross Weight 20.26 ton
6.1 Ton
Overload: 3.4 Ton (20%)
20% of Overload gives
14.2Ton
2.3 times of damage to pavement
Vehicle Damage Factor: 5.4 (Truck Factor)
Equation: VDF = Axle Load 4.5 8.16 Ton
The 4.5th power
Vehicle Damage Factor: 12.3 (about 2.3 Times)
Pavement cannot stand
Budget cannot stand
Figure 11.6 Effects of Overloading on Pavement
Since the Government cannot afford to re-design and strengthen all national roads and bridges to withstand overloading, there is only one main remedy - control overloading and apprehend/punish violators with the full force of the law. The DPWH has 21 weighbridges strategically located along the national road network under joint operation by the Philippine National Police (PNP), Land Transportation Office (LTO) and DPWH. Upgrading of and additional weighbridges are required while more efficient/effective way of operation supported by transparency and accountability is of great importance.
Road Project Management and Supervision Manual Vol.1 Main Text
11 - 11
Table 11.8
Maximum Allowable Gross Vehicle Weight
MAXIMUM ALLOWABLE GROSS VEHICLE WEIGHT (GVW) PER RA 8794 (REVISED 2012)
Note: Special Permit to Travel shall be required for vehicles loaded with inseparable/or special cargoes exceeding the corresponding GVW and vehicles with configuration different from those shown in the above matrix.
11 - 12
Road Project Management and Supervision Manual Vol.1 Main Text
Bibliography: 1.
Handbook on Philippine Government Procurement (includes Amended IRR-A of R.A.9184 and Latest GPPB Issuances), Technical Support Office, September 2007
2.
DPWH Standard Specifications for Highways, Bridges and Airport, Vol. II 2013 Edition
3.
DPWH Procurement Manual for Locally-Funded Infrastructure Projects through Public Bidding, 20 January 2006
4.
Philippine Bidding Documents (As Harmonized with Asian Development Bank, Japan Bank for International Cooperation, and World Bank), Procurement of WORKS, The Government of the Republic of the Philippines, Second Edition, May 2005
5.
Conditions of Contract for CONSTRUCTION FOR BUILDING AND ENGINEERING WORKS DESIGNED BY THE EMPLOYER, Multilateral Development Bank Harmonised Edition, March 2006
6.
FIDIC Conditions of Contract for Works of Civil Engineering Construction, Fourth edition, 1987; Reprinted 1988 with editorial amendments; Reprinted 1992 with further amendments
7.
Conditions of Contractfor Construction FOR BUILDING AND ENGINEERING WORKS DESIGNED BY THE EMPLOYER, First Edition, 1999
8.
SOCIAL AND ENVIRONMENTAL MANAGEMENT SYSTEM (SEMS) OPERATIONS MANUAL, DPWH, 01 April, 2003
9.
ROAD CONSTRUCTION MANUAL, DPWH, BUREAU OF RESEARCH AND STANDARDS, 1990
10. DISTRESS IDENTIFICATION MANUAL, for the Long-Term Pavement Performance Program, Federal Highway Administration, June 2003 11. Asphalt in Pavement Maintenance, Asphalt Institute, Manual Series No.16 (MS-16), March 1983 Edition 12. Construction Program Management Administration, August 2003
and
Inspection
Guide,
Federal
Highway
13. Road & Bridge Routine Maintenance Procedures and Planning Manual (Vols. I, II and III), DPWH, April, 2006 14. Road Safety Audit Manual, Road Works Safety Manual, Highway Safety Design Standards Manual and Highway Safety Design Standards Manual, DPWH, February 2004 15. Revised Procedural Manual for DENR Administrative Order No. 30 Series of 2003 (DAO 03-30)
Road Project Management and Supervision Manual Vol.1 Main Text