Vous êtes sur la page 1sur 47

Republika ng Pilipinas

NAv44,411,14.zifrvos A010.4.41444;44,
(Pambansang Pangasiwaan ng Patubig)
Lungsod ng Quezon

Office Address: National Government Center


EDSA, Diliman, Quezon City, Philippines Telefax No. (632) 928-9343
Telephone Nos.: (02) 929-6071 to 78 TIN No. 000-916-415
Website: www.nla.gov.ph

MC No.(4 s 2016

MEMORANDUM CIRCULAR

TO THE SENIOR DEPUTY ADMINISTRATOR, DEPUTY ADMINISTRATORS,


DEPARTMENT MANAGERS, REGIONAL/OPERATIONS/PROJECT MANAGERS,
DIVISION/IMO MANAGERS, PROJECT ENGINEERS AND OTHERS
CONCERNED

SUBJECT : REVISED GUIDELINES IN THE PREPARATION OF PROGRAMS OF WORKS,


APPROVED BUDGET FOR THE CONTRACT, ESTIMATED PROJECT COST AND /
OR UNIT COST DERIVATIONS OF ALL IRRIGATION PROJECTS

The following policies, rules and procedures relative to the preparation of Program of Work
(POW), Approved Budget for the Contract (ABC), Estimated Project Cost (EPC), and/or Unit Cost
Derivations (UCD) are hereby issued for the guidance of all concerned.

POWs and its ABC/UCD shall be prepared on the basis of the design for the project which has
been duly approved in accordance with the latest memorandum circular on Delegation of
Authorities to NIA Officials.

All items of work to be used in the preparation of the ABC/EPC/UCD shall conform to the NIA
Standard Technical Specifications for Dams, Irrigation Facilities and Structures and Buildings, and
approved Special Specifications for the Project.

A. PROGRAM OF WORKS

A.1. FEASIBILITY STUDY AND DETAILED ENGINEERING

A.1.1. National irrigation projects and special projects - the POW includes all components
/ activities deemed necessary to complete the feasibility study and has two parts:

A.1.1.1 Direct Cost

A.1.1.1.1 Project Identification and Pre-feasibility Study — undertaken by


"Administration".

A.1.1.1.2 Feasibility Study and Detailed Engineering — standard activities


can either be undertaken by "Administration" or "Contract".
The revised prescribed formats are shown in Annex A-1
(Feasibility Study) and Annex A-2 (Detailed Engineering).

Page 1 of 10
A.1.1.2. Indirect Cost

A.1.1.2.1 Contingency — 3% - 5% of the estimated direct cost to cover


the unforeseen activities during the study.

Feasibility study by "Administration" may opt to conduct the survey and mapping works or
the sub-surface exploration through "Contract". The prescribed formats to be used in the
preparation of POW are shown in Annex A-3 (Surveying and Mapping) and Annex A-4 (Sub-
surface Exploration).

A.1.2. Communal or Small Irrigation Projects — the POW includes all components/activities
deemed necessary to complete the study and also have two parts the same as
mentioned above. The revised prescribed form combined the feasibility study and
detailed engineering as shown in Annex A-5.

The cost shall be computed using the capability as indicated in the estimating guidelines.
Rental rates for service vehicles and equipment to be used under "Contract" works shall be
based from the latest ACEL rates, while works by "Administration" rental rates shall be
based on the latest NIA Rental Rates.

A.2. NEW IRRIGATION, EXTENSION, REHABILITATION AND RESTORATION PROJECTS

This includes all components/activities/sub-activities when deemed necessary, but will not
be limited to the following:

A.2.1. DIRECT COST

A.2.1.1 CIVIL WORKS (CW)

A.2.1.1.1. Contract Works — broken down into the number of packages or


schedules i.e. Dam, Pumping Station, Irrigation Canals and
Structures, Drainage Facilities, Road System, etc.

A.2.1.1.2. Force Account Works (Civil Works by Administration)

A.2.1.2 INSTITUTIONAL DEVELOPMENT PROGRAM (IDP)

A.2.1.2.1 For Line Projects (Locally and Foreign Assisted Projects)


monitored under the Engineering Department:

The IDP cost shall be computed based on the actual


requirement/needs of the project and shalt be supported with a
justification indicated in the POW's attachments D and D-1.

A.2.1.2.2 For Line Projects monitored under the Operations Department:


Small Irrigation Projects (SIP), Extension /Expansion of Existing
Irrigation System, the estimated cost will be:

Page 2 of 10
A.2.1.2.2.1 Maximum of 2.0% of Direct Cost for project cost up
to PhP 20.0M supported with detailed
computation.

42.1.2.2.2 Maximum of 1.5% of Direct Cost for project cost


above PhP 20.00M supported with detailed
computation.

4.2.1.2.3 Repair, Rehabilitation & Restoration of Existing Irrigation


Systems, the estimated cost will be:

A.2.1.2.3.1 Maximum of 1.5% of Direct Cost for project cost


up to PhP 20.0 M supported with detailed
corn putation.

A.2.1.2.3.2 Maximum of 1.0% of Direct Cost for project cost


above PhP 20.00M supported with detailed
computation.

A.2.1.3. CONSTRUCTION SURVEY

This involves survey works on dams and irrigation facilities during


construction.

The cost will be based on the computed remuneration of survey personnel


directly involved in the work (survey personnel), fuel and oil, vehicle
rental, office supplies and other requirements needed during the
execution of the work. Refer to the Estimating Guide for the capability and
manpower requirements to conduct the survey works.

A.2.1.4. PARCELLARY MAPPING/SURVEY

This survey work involves the following:


1. Data Gathering (Certificate of Title, Cadastral Map, Tax map among
others)
2. Actual Survey of lot properties

3.Mapping or Plotting (Field data compilation, Computation, Plotting and


Processing)

The cost will be based on the computed remuneration of survey personnel


involved in the work, including fuel and oil, vehicle rental, office supplies
and other requirements needed in the execution of the work. Refer to the
Estimating Guide for the capability and manpower requirements to
conduct the survey and plotting works.

A.2.1.5. RIGHT OF WAY ACQUISITION, PLANT/PROPERTY DAMAGES

The cost involves the remuneration of Right-Of- Way (ROW) negotiator,


travelling expenses, cost of transportation, fuel and oil, office supplies,

Page 3 of 10
Right-of-Way acquisition, payment or replacement of crop or property
damages .

The mode of acquiring real property, payment of crop damages or


replacement of affected property shall be in accordance with the
Implementing Rules and Regulations of R.A. 10752 (An Act Facilitating the
Acquisition of Right-of-Way, Site or Location for National Government
Infrastructure Projects).

The name of claimants with corresponding property lot numbers shall be


indicated in the format shown in Annex "A-6". This will be attached in the
computation of the ROW cost. The RIO/PMO/IMO/IISO shall secure copy
of the current market value of land crops and trees therein.

A.2.1.6. LAND ACQUISITION AND RESETTLEMENT PLAN

Applicable to projects with resettlement program included in the


feasibility study and project cost approved/confirmed by authorized
approving authority.

The mode of acquiring real property, payment of crop damages or


replacement of affected property shall be in accordance with the
Implementing Rules and Regulations of R.A. 10752 (An Act Facilitating the
Acquisition of Right-of-Way, Site or Location for National Government
Infrastructure Projects), unless otherwise stated in the resettlement plan
of the project.

A.2.1.7. PROCUREMENT OF EQUIPMENT AND VEHICLES

This item shall be included in the project cost approved/confirmed by


authorized approving authority.

The RIO/PM0/11S0 shall secure recommendation and approval in


accordance with Administrative Order No. 15 series of 2011 and
Administrative Order 233 series of 2008 before commencing the
procurement process.

A.2.1.8. FIELD SUPPORT, SUPERVISION AND MONITORING (FSSM)

A.2.1.8.1. For Repair, Rehabilitation and Restoration Projects

The cost is intended to support the supervision and monitoring


of Civil Works implementation which covers the following; a)
Remuneration of Personnel directly involved in the
implementation of the project (project in-charge, foreman); b)
Travelling Expenses; c) Supplies, Materials, Fuel & Oil; and d)
Repair of Service Vehicle/Equipment. In no case shall cost
exceed 3% of the total cost.

Page 4 of 10
A.2.1.8.2 For Line Projects

The cost is intended to support the supervision and monitoring


of Civil Works implementation which covers the following; a)
remuneration of Personnel directly involved in the
implementation of the project (project in-charge, foreman) ; b)
Travelling Expenses; c) Supplies, Materials, Fuel & Oil; and d)
repair of Service Vehicle/Equipment. In no case shall cost exceed
3% of the civil works' estimated direct cost.

A.2.1.9. CONSULTING SERVICES

This shall be included in the POW provided, that such is indicated as a


component of the project approved/confirmed by authorized approving
authority.

A.2.1.10. TAXES

This is applicable to projects with Official Development Assistance (ODA)


financing.

A.2.2 INDIRECT COST


A.2.2.1 CONTINGENCY

The cost ranges from 3% - 10% of the estimated direct cost to cover the
unforeseen activities of the project of locally funded and foreign —assisted
projects.

A.3. SUPPORTING DOCUMENTS FOR ITEM A.2

Enumerated hereunder are the required supporting documents that shall form part of a
Program of Work of new, extension, rehabilitation, and restoration irrigation projects to
wit:

A.3.1. Summary / Approval of POW Form (for project implementation) shown in Annex
"B"

A.3.2. Attachment "A" — Approved General Layout indicating the programmed


activities using the user's desired color code.

The approval of this document must be in accordance with


the latest memorandum circular on Delegation of
Authorities to NIA Officials.

A.3.3. Attachment "B" — Detailed Breakdown of Cost (by major


activities/component)

A.3.4. Attachment "C" — Monthly Manpower, Equipment and Cash requirement for
the Current Year POW Form shown in Annex "D".

Page 5 of 10
- Yearly Manpower, Equipment and Cash requirement for
the Overall POW Form

A.3.5. Attachment "D" — Project Cost and Quantities Detailed Breakdown for
Current Year/Overall Program of Form shown in Annex "E".

This new form supersedes the previous Attachment D


format.

A.3.6. Attachment "D-1" Yearly Breakdown of Programmed Activities (For Multi-


Year Projects) Form shown in Annex "F".

This form shall be used only for projects with two (2) or
more years of project implementation.

A.3.6. Attachment "E" — Implementation Schedule for Current Year POW (Y -la, Y
— 2a, Y1 and Y2); Overall POW (Y1 and Y2) Forms shown in
Annex "G".

A.3.7. Attachment "F" — Key Indicator Form shown in Annex"H".

A.3.8. Attachment "G" — Master list of Activities

A.3.9. Attachment "H" — Gantt Chart for civil work contract package shown in Annex

A.3.10. Attachment "I" — Detailed Unit Cost Derivation

A.3.11. Attachment "J" — Approved Plans, Profile and Cross —Section

A.3.12. Other documents that may be required to facilitate the approval of same.

A.4. IRRIGATION MANAGEMENT TRANSFER SUPPORT SERVICES (IMTSS)

This is intended to all NIS not covered by line projects, SIPs, Extension and Expansion,
Repair, Rehabilitation and Restoration of existing NIS. Allocation is based on area covered,
number of lAs and number of farmer beneficiaries.

B. APPROVED BUDGET FOR THE CONTRACT (ABC) / ESTIMATED PROJECT COST (EPC)
UNIT COST DERIVATION (UCD)

The ABC/EPC/UCD shall consist of Direct Cost and Indirect Cost, as follows:

B.1. DIRECT COST (ABC/EPC/UCD)


This cost shall consist of the following:

B.1.1 MATERIAL COST

The cost of materials to be used in doing the work item called for, which shall
include, among others, the following:

Page 6 of 10
The cost of materials to be used in doing the work item called for, which shall
include, among others, the following:

3.1.1.1 Cost at source, including processing, crushing, stockpiling, loading, royalties,


taxes, etc.

B.1.1.2 Expenses for hauling to work site

B.1.1.3 Handling expenses

3.1.1.4 Stockpiling/Storage expenses

8.1.2 LABOR COST

B.1.2.1 Salaries and Wages as authorized by the Department of Labor and


Employment (DOLE)/Regional Wage Board.

B.1.2.2. Fringe Benefits such as vacation and sick leaves, benefits under the
Workmen's Compensation Act, GSIS and/or SSS contributions, allowances,
13th month pay, bonus, etc.

B.1.3 EQUIPMENT COST

B.1.3.1 For Contract Works, rental of equipment shall be based on the prevailing
Association of Construction Equipment Lessors, Inc. (ACEL) rental rates.
Rental rates of equipment not indicated in the latest ACEL booklet shall be
taken from the 2009 ACEL rates. For simplicity in computation, the
operated rental rates are preferred over the bare rental rates as the former
includes operator's wages, fringe benefits, fuel, oil, lubricants and
equipment maintenance. The make/model and capacity of equipment shall
be indicated in the detailed unit cost derivation.

B.1.3.2 Mobilization and demobilization shall be treated as an item that is included


in the pay item of Temporary Works, Construction Plant, Mobilization and
Demobilization. It shall be computed based on the equipment
requirements of the project stipulated in the Bid Documents. Mobilization
and Demobilization shall not exceed 1% of the Estimated Direct Cost (EDC)
of the civil works items. However, in special cases wherein requirements
for mobilization/ demobilization exceed 1%, an approval to utilize the
actual computed mobilization/ demobilization cost shall be secured from
the Administrator. Mostly, this will apply to projects advertised for bidding
in the NIA-Central Office wherein, Manila is assumed as the point of origin
in the computation of such cost.

B.2 INDIRECT COST (ABC/EPC/UCD)

This shall consist of the following:

Page 7 010
B.2.1 OVERHEAD EXPENSES — ranges from 7% - 11% of the EDC, which includes the
following:

B.2.1.1 Engineering and Administrative Supervision


8.2.1.2 Transportation allowance

8.2.1.3 Office Expenses, e.g., office equipment and supplies, power and water
consumption, communication and maintenance.

B.2.1.4 Premium on Contractor's All Risk (CAR) Insurance

8.2.1.5 Financing Cost

B.2.1.5.1. Premium on Bid Security

6.2.1.5.2. Premium on Performance Security

B.2.1.5.3. Premium on Surety for Advance Payment

6,2.1.5.4. Premium on Warranty Bond (one year)

B.2.2 CONTINGENCIES — ranges from 0.5% - 3.0% of the EDC. These include
expenses for meetings, coordination with other
stakeholders, billboards (excluding Project Billboard which is
a pay item under the General Requirements), stage during
ground breaking and inauguration ceremonies and other
unforeseen events.

B.2.3. MISCELLANEOUS EXPENSES — ranges from 0.5% - 1.0% of the EDC. These include
laboratory tests for quality control and plans preparation.

B.2.4. CONTRACTOR'S PROFIT MARGIN — shall be 8.0% of the EDC for projects above PhP
5.0 million and 10% of EDC for projects Php 5.0 million and
below.

B.2.5. VAT COMPONENT — 5% of the sum of the EDC, OCM and Profit

B.2.6. The following items shall not be subjected to OCM and Profit Mark-Up:

6.2.6.1 Mobilization and Demobilization


6.2.6.2 Temporary Facilities
B.2.6.3 Provision of Service Vehicles
B.2.6.4 Permits and Clearances

For the percentage to be used for Nos. B.2.1, 8.2.2, AND B.2.3, see OCM (Overhead,
Contingencies and Miscellaneous) column in the tabulation below.

Page 8 of 10
INDIRECT COST % FOR OCM TOTAL
ESTIMATED DIRECT COST AND PROFIT INDIRECT COST
(EDC) OCM PROFIT % FOR
(% of EDC) (% of EDC) OCM AND PROFIT
Up to PhP 5.00Million 15 10 25
Above PhP 5.00M up 12 8 20
to PhP 50.00M
Above Php 50.00M up 10 8 18
to PhP 150.00M
Above PhP150.00M 8 8 16

The Approved Budget of the Contract (ABC) shall be submitted separately to the concerned
department (Engineering or Operations Department) before the procurement process proceeds.

C. FORCE ACCOUNT WORKS / BY ADMINISTRATION


This shall consist of the following:

C.1. DIRECT COST

C.1.1 MATERIAL COST (REFER TO ITEM B.1.1)

C.1.2 LABOR COST — use NIA rates

COMPUTATION OF GROSS RATES FOR WORKS BY ADMINISTRATION PER DAY


1. Costing aspect

TOTAL RATE = Basic Rate (SG) + Fringe Benefit


G.R. = B.R. + PERA + ADCOMM + IA + MA + M + CA + Other Fringe
Benefit
Legend/Remarks:
G.R. — Gross Rates
B.R. — Basic Rates
PERA — Personnel Emergency Relief Allowance
ADCOM —Additional Compensation
IA — Incentive Allowance
MA — Meal Allowance
M — Medical Allowance
CA — Children Allowance

Recommended Maximum Labor Rate per Day

DESIGNATION CONTRACT WORKS FORCE


International/National/Small Value ACCOUNT
WORKS
Foreman Use the average rate in the area Use the average
, Carpenter Use the average rate in the area rate per
Mason Use the average rate in the area designation
Steelman Use the average rate in the area (NIA Rate)
Laborer Use the average rate in the area

Page 9 of 10
C.1.3 EQUIPMENT

Rental Rates for civil works shall be based on the latest memorandum circular
pertaining to NIA Equipment Rental Rates. For simplicity of computation, use the
indicated rental rates under Schedule B as it already includes repair and
maintenance cost.

D. ESTIMATING GUIDELINES

The attached guidelines show the capabilities of construction equipment and labor for
various Items of Work, and shall be used as basis in the computation to determine the
ABC/EPC/UCD for civil works contract and force account works, feasibility study and
detailed engineering.

This Memorandum Circular supersedes MC No. 39, series of 2015. Any provision of other
issuances which are inconsistent with this Circular are likewise superseded and/or amended.

For guidance and compliance.

er
ENGR. FLORENCIO F. PADERNAL, DPA
Administrator

Date: ‘-. t-1-1-4 —1 L

Page 10 of 10
ESTIMATING GUIDELINES

I. MECHANIZED ASPECT
II. MANUAL ASPECT
III. MATERIAL
IV. FEASIBILITY STUDY
V. DETAILED ENGINEERING
VI. SURVEY WORKS
VII. MAPPING
ESTIMATING GUIDELINES

I. MECHANIZED ASPECT
A. Clearing & Grubbing : Dozer
Capability : SQ.M./HR
HORSE POWER DENSE OF VEGETATION (NO. OF THREE/HAS.)
0-50 51-100 101-200 201-250 251 and above
120 360 250 190 160 130
140 420 290 220 185 150
160 480 330 255 210 170
180 540 375 285 240 195
200 600 420 310 265 215
230 690 480 350 300 240
240 720 500 360 310 250
305 910 630 450 390 300

B. Excavation : Common Materials


B.1 Crane
Capability: MM. / HR.
Tonnages
(Bank Volume)
Canal Structure Creek
20 20 15 15
25 25 20 20
30 30 25 25

8.2 Dozer
Capability: cum. / HR.
Horsepower (Bank Volume)
Canal Structure
120 30 15
140 35 20
160 40 25
180 45 30
200 50 35
240 60 45
305 75 60

8.3 Backhoe
Capability: N.M. / HR.
Bucket cu.m. (Bank Volume)
Canal Structure Creek
0.50 20 15 15
0.75 30 20 20
1.00 40 30 30
1.25 50 40 40
1.50 60 45 45

C. Quarrying : Dozer
Capability: CUM. / HR.
Horsepower
(Bank Volume)
Common Aggregate Cbl/Bldr
140 55 60 27
160 60 65 29
180 65 70 31
200 70 75 33
D. Loading : Wheel Loader
Capability: CU.M. / HR.
Bucket cu .m
(Bank Volume)
Common Aggregate Cbl/Bldr
1.00 50 55 35
1.50 75 80 55
2.00 100 110 75
. .
2.50 125 135 90
3.00 150 165 110

E. Spreading :
DOZER Capability: Capability:
GRADER
HORSEPOWER cu.m / hr cu.m / hr
HORSEPOWER
Common I Aggregates

7 .
90 75 80-100 70
140 90 100-125 80
-
160 110 125-150 100
180 130 150-175 110

F. Side Borrow (Common Materials) : Dozer


Capability: CU.M. / HR.
HORSEPOWER
Compacted Volume
140 35
160 40
..)
180 45
200 50

G. Structure Bac-kfill we Spreading & Compaction


Capability: CU.M. / HR.
HORSEPOWER
Compacted volume
140 SO
160 70
180 80
200 90

H. Embankment Compaction: Self-Propelled Compactor


Capability: CU.M. / HR.
TONS Compacted volume
Tamping Foot Drum Vibratory Drum
10 80 60
12 90 70
15 120 90

I. Total Time for Loading and Spot & Maneuver using Loader with 1.00 cu. m. Bucket
DUMPTRUCK
CU. M. Common Materials Road Surfacing Materials Cobblestone /Boulders
Compacted Volume
4 7 min. 7 min. 10 min.
6 9 min. 9 min. 12 min.
8 11 min. 11 min. 15 min.
10 13 min. 13 min. 18 min.
J. Average Speed of Dumptruck
TYPE OF ROAD WITH WAD WITHOUT LOAD
Good maintained concrete/asphalt 35 kph 45 kph
Poor maintained concrete/asphalt 25 kph 35 kph
Good maintained gravel road 30 kph 35 kph
Poor maintained gravel road 20 kph 25 kph

K. Concrete Demolition: One (1) Compressor, 160 cfm & two (2) Jackhammer
TYPE OF WORK CAPABILITY
Massive Concrete 8.00 cu. m./day
Slab and Wall 12.00 cu.m./ciay
_

L. Driving of Piles
r
TYPE OF PILE CRANE CAPABILITY

Steel Pile Crane, 25 tons with 2 tons drop hammer 8.00 I. m./hr
Thick Concrete Piles Crane, 25 tons with 7,500 kg. pile hammer 2.00 I. m./hr.
Thin Concrete Piles Crane, 25 tons with 7,500 kg. pile hammer 4.00 I. m./hr.

M. Concretin
TYPE OF CONCRETE EQUIPMENT CREW CAPABILITY

Class A 1 unit, 30-tonCrane; 40 cu. m./day

Class B 2 units, 4-cu. m. Transit Mixer; 64 cu. m./day

Canal Lining 1 unit, 10-cu.m. Portable Batching Plant 64 cu. m./day

Rubble Masonry 1 unit, Concrete Vibrator (for Class A, 64 cu. m./day

Lean Concrete Class B and Rubble Masonry 64 cu. m./day


ESTIMATING GUIDELINES

II. MANUAL ASPECT


A. Excavation : Common Material
Capability: CU.M. / DAY / MAN
Type of Work Bank Volume
Depth of Excavation In Meter

<=1.50m 1.6m-2.50m >2.60m

Farmditch 3.00 250 2.00

Canal 2.50 2.00 1.75

Structures 2.00 1.75 1.50

B. Loading Capabilities of Five (5) Laborers


Sand and Lumber Plywood
Common Cobbles Boulders Cement R.S Bars
Gravel
cu.m./hr cu.m./hr cu.m./hr cu.m./hr bags/hr kgs/hr bdftJhr Pcs/hr
4.00 5.00 330 3.00 300.00 6,000.00 4,000.00 250.00

C. Unloading Capabilities of Five (51 Laborers


Sand and Lumber Plywood
Common Cobbles Boulders Cement FLS Bars
Gravel
cu.m./hr cu.m./hr cu.m./hr cu.m./hr bags/hr kgs/hr bdf/hr pcs/hr

6.00 8.00 5.00 4.00 300.00 7,000.00 4,000.00 250.00

D. Cut, Bend and Placing of Reinforcing Steel Bars


One Steelman
One Bar Cutter & 80.00 kgs/day
One laborer

E. Laying of Materials
Cobbles 2.00 cu.m./day/man

Boulders 1.50 cu.m./day/man

F. Rubble Masonry: Concreting


Crew Capability
1-Foreman,
2-Masons,
5.00 cu.m./day
1-Operator &
& 8-Laborers w/ 1-Bagger Mixer

G. Quarrvin
Aggregates Cobbles Boulders

3.50 cu.m. / day / man 2.50 cu.m. / day / man 2.00 cu.m. / day / man

H. Demolition of Concrete
Slab and Wall 0.50 cu.m. /day/man

Massive Concrete 0.20 cu.m. /day/man

I. Screening of Aggregates
Gravel 4.00 min, / day/man
6.00 cu.m. /day/man
Sand

J. Manual Backfill, Common Material


Capability 1 3.00 cu.m. / day /man
1
Ji. Manual Compaction
Capability 1 5.00 cu.m. / day /man 1
K. Spreading of Aggregates
Capability 5.00 cu.m. /day/man

L Grouted Riprap: Concreting


Crew Capability
1-Foreman,
2-Masons,
3.00 cu.m./day
1-Light Equipment Operator &
8-Laborers w/ 1-Bagger Mixer

M. Laying of Concrete Hollow Blocks


Capability
Crew
Sq.m. /day
1-Mason &
Fence Building
2-Laborers
4 inches CHB 14.00 10_00
6 inches CHB 10.00 81)0

N. Concrete Lining
Crew Capability
1 Foreman,
2 Masons,
1 Light Equipment Operator & 4.50 cu.m./day
8 Laborers
w/ 1-bagger Mixer

0. Installation of Steel Gates


Crew Capability
1-Mason &
Assy./ clay
5-Laborers
16 x 16 to 24 x 24 2.00
24 x 24 & above 1.00

P. Concreting
P.1 Fabrication, Placing & Dismantling of Form
Capability
Crew Type
cu.m./day
2-Carpenters & 4-Laborers Class A 3.50
1-Carpenter & 1-Laborer Canal Lining 4.50
2-Carpenters, 4-Laborers Class B 5.00

P.2 Concreting and Curing


P.2a Concreting with one-bagger Mixer
Capability
Crew Type
cum/day
1- Foreman Class A 3.50
Class B 5.00
1- Light Equipment Operator,
Canal Lining 4.50
8 - Laborers Lean Concrete 4.50
2 - Masons Rubble Masonry 5.00
Grouted Riprap 3.50
P.2b Concreting with 2 units, 4 cu.m. Transit Mixer; 1 unit, 30-ton Crane; 1 unit, 10 cum P.B Plant;
& 1 unit Concrete Vibrator
Capability
Crew Type
cu.m./day
Class A 40.00
1-Foreman
Class B 64.00
8-Laborers Canal Lining 48.00
Lean Concrete 48.00
2-Masons
Rubble Masonry 64.00

Q. Concrete Hollow Block


Q.1 Plastering of CH. Block
Crew Capability: sqm/day
1-Mason &
12.00 sq.m/ day
1-Laborer

R. Reinforcing Concrete Pipes


Capability
Diameter
Crew per / day
Inches Centimeter Fabrication Instalalation
1- Foreman 12 30 15 16
1- Mason 18 46 11 14
1- Carpenter/ Steelman 24 61 9 12
30 76 6 10
12 - Laborers w/ 1- bagger Mixer 36 91 5 8
48 122 3 6
ESTIMATING GUIDELINES
III. MATERIAL ASPECT
A.
Compressive Aggr. Cement Sand Gravel Boulder
Max
Class / Strength Strength
bag/cu. m. cu. m./cu. m. cu. m./cu. M. cu.m./CU.M.
kg./sq.cm. mm
Concrete, Class "A" 211 37.50 9.00 0.45 0.90 -
Concrete, Class "B" 170 50.00 7.00 0.50 1.00 -
Canal Lining , "Class B" 170 25.00 7.50 0.48 0.96 -
Rubble Masonry 211 - 4.50 0.225 0.45 0.95

Grouted Riprap - 4.20 0.35 0.05 1.00


Plain/Boulder Riprap - - - 0.10 1.00
Lean Concrete 70 37.50 5.00 0.50 1.00 -
Gravel Blanket - 0.45 0.80 -
Filter Drain - - 0.65 0.45 -

B. Other Materials for Concrete


Compressive Tire Wire CW Nails
Lumber 1/2 Plywood
Class / Strength Strength
4 . S .CTI 3d-ft- .1111. pcs./cu.m. % of RSB cu. m.
---.
Dam with Class "A" 211 15.00 0.50 1.20 1.25
Bridge/Flume with Class "A" 211 30.00 1.50 1.20 2.50
Siphon/Box Culvert with Class "A" 211 25.00 1.25 1.20 2.00
Other Structures with Class "A" 211 25.00 1.25 1.20 2.00
Rubble Masonry (Concrete Binder) 211 5.00 0.25 - 0.25
Canal Lining with Class "B" 170 5.00 - 0.25
Concrete Pavement with Class "B" 170 5.00 - - 0.25

C.Materials for Fabrication of Reinforced Concrete Pipes


DIAMETER FABRICATION
Cement Sand Gravel GI Sheet Lumber Reinforcing Steel Bars CW Nails
Centimeter
Bag/pc cu.m./pc cum/pc pc/pc bdft/pc kgs/pc kg/pc
30 0.58 0.02 0.05 0.12 0.24 5.28 0.10
46 1.22 0.05 0.10 0.19 0.36 7.72 0.20
61 1.82 0.08 0.15 0.24 0.48 9.77 0.30
76 2.52 0.11 0.21 0.30 0.60 23.22 0.40
91 3.33 0.14 0.28 0.34 0.72 50.43 0.50
122 4.28 0.18 0.36 0.40 0.84 60.84 0.60

D. Materials for Installation of Reinforced Concrete Pipes


DIAMETER INSTALLATION
Cement Sand Gravel RS Bars Lumber Tie Wire ' CW Nails
Centimeter
bag/pc cu. m./pc cum./pc kg/pc bd. ft./pc kgs/pc kgs/pc
30 0.21 0.01 0.02 - 2.00 0.20
46 0.45 0.02 0.04 3.65 2.00 0.05 0.20
61 0.72 0.03 0.06 4.52 3.00 0.07 0.30
76 0.93 0.04 0.08 5.26 3.00 0.08 0.30
91 1.11 0.05 0_10 6.01 4.00 0.09 0.40
122 1.32 0.06 0.12 6.79 4.00 0.10 0.40

E. Lavine of Concrete Hollow Block


Cement Sand
Size (cu. m./sq. m.)
(bags/sq. in.)
4 inches 0.55 0.046
6 inches 1.07 0.089

F. Plastering of Concrete Hollow Block


For Two (2) Sides
Size Cement Sand
bag/sqm cum/sqm
4 inches 0.41 0.034
6 inches 0.41 0.034
G.
Spaci ng aVeical Bars Length of Bars in Feet per
(inches) Block . meter
16 0.80 10.000
24 0.55 6.875
32 0.40 5.000
Horizontal Bars
Every 2 layers 0.72 9.000
3 0.51 6.375
4 0.44 5.500
5 0.36 4.500

H. Concrete Hollow Block Reinforcement Tie Wire (No. 16 G.1. Wire


Vertical Spacing Horizontal
Kilos per Sq. in.
Every after Layer
16 2 0.0450
16 3 0.0300
16 4 0.0220
24 2 0.0300
_ 24 3 0.0190
24 4 0.0140
32 2 0.0200
32 3 0.0140
32 4 0.0100
ESTIMATING GUIDELINES
FEASIBILITY STUDY AND DETAILED ENGINEERING
Recommended Maximum Personnel Requirement
I. FEASIBILITY STUDY
a. Project identi fication and Pre-Feasibility
ACTIVITY I "BY ADMINISTRATION" 1 "BY CONTRACT"
Project Identification and Pre-Feasibility Study
1. Evaluation Report, 20 Technical Staff
Preliminary Topographic Base 1 Research Analyst
Map 2 CAD Operator
1 Data Encoder
5 Enumerators
8 Laborers
b. Feasibility Study
1. Plan Formulation 2 Technical Staff 1 Planning Engineer

2. VE/VA Analysis 2 Technical Staff 1 VE/VA Specialist


3. Surveying and Mapping Works For Field Investigation/Survey Map Test For Field Investigation/Survey Map Test

2 Technical Staff 1 Geodetic Engineer


Refer to Surveying Activities and Mapping Activities for surveying and mapping works estimates

4. Geology For Surface Exploration For Surface Exploration


2 Technical Staff 1 Geologist
2 Laborer 2 Laborer
Refer to latest priceof Drilling Exploration, Test Pitting and Laboratory Tests for Sub-surface
exploration estimates

5. Hydrology 2 Technical Staff 1 Hydrologist


2 Laborers 2 Laborers
6. Land Use / Agronomy 2 Technical Staff 1 Agricultural Engineer
4 Enumerators 4 Enumerators
7. Soil and Land Classification 2 Technical Staff 1 Soil Technologist
4 Laborers 4 Laborers
8. Drainage Investigation 1 Technical Staff 1 Drainage Engineer

9. Irrigation Works 1 Technical Staff 1 Irrigation Engineer


10. Diversion Works 2 Technical Staff 1 Dam Engineer
(Dam/Reservoir)
2 Technical Staff 1 Mechanical Engineer
11. Electra Mechanical Works
1 Electrical Engineer (as required)
12. Environmetal and Social 4 Technical Staff 1 EIA Specialist
Assessment (ESA) 2 Enumerator 1 Sociologist/RAP Specialist/
Anthropologist
1 Watershed Specialist
1 Environmetal Expert
1 Public Health Safety Expert
1 Researcher/Data Encoder
1 GIS Expert
1 Enumerator
13. Quantity and Cost Estimates 2 Technical Staff 1 Cost Engineer

14. Economics 2 Technical Staff 1 Economist


4 Enumerators 4 Enumerators
15. Drafting Works 4 CAD Operators 3 CAD Operators
16. Feasibility Report 2 Technical Staff 1 Technical Writer
Preparation 1 Encoder
17. Hydropower (as required) 1 Technical Staff 1 Hydropower Specialist
ESTIMATING GUIDELINES
FEASIBILITY STUDY AND DETAILED ENGINEERING
Recommended Maximum Personnel Requirement

_ _ --------- ---

ACTIVITY I "BY ADMINISTRATION" "BY CONTRACT"

1. Detailed Survey Refer to Surveying Activities and Mapping Activities


(Dam, M.C. & Structure Sites)
2. Updating of Data 4 Technical Staff 1 Hydrologist
(Agro-eco, Hydrology) 2 Laborers 1 Agricultural Engineer
1 Economist
2 Laborers
3. Geology Confirmation 2 Technical Staff 1 Geologist
4 Laborers 4 Laborers

4. Detailed Design 2 Technical Staff 1 Dam Engineer


(Dam and Appurtenances) 1 Civil Engineer

5. Detailed Design 2 Technical Staff 1 Irrigation Engineer


(Irrigation and Drainage Works) 1 Drainage Engineer

6. Electro-Mechanical Works 3 Technical Staff 1 Electrical Engineer


1 Mechanical Engineer

7. Quantity and Cost Estimates 2 Technical Staff 1 Cost Engineer


1 Encoder

8. Preparation of Specifications & 2 Technical Staff 1 Contract Engineer


Contract Documents 1 Encoder

9. DE Report, NM Standard 3 Technical Staff 1 Civil Engineer


Drawings & Plans 4 CAD Operator 2 CAD Operator
1 Encoder

10. Social and Environmetal 4 Technical Staff 1 EIA Specialist


Impact Assessment (SETA) for 2 Data Encoder 1 Sociologist/RAP Specialist
ECC acquisition 1 Geo-Technical Engineer
1 Sediment Specialist
1 Watershed and Water
Quality Specialist
1 Anthropologist
1 Public Health Safety Expert
1 Climate Change Specialist
1 Researcher
1 Data Encoder
8 Laborers
11. Hydropower
(as required) 1 Technical Staff 1 Hydropower Sp ecialist
ESTIMATING GUIDELINES
SURVEYING and MAPPING WORKS
Recommended Maximum Personnel Requirement

I. SURVEYING ACTIVITIES
I. Establishment of Horizontal and Vertical Control Points
Survey Team SURVEY TEAM CAPABILITY

1 Geodetic Engineer
1 Instrument Man
2 Survey Aide 1.5 - 2.5 km. / day
5 Laborer
1 Driver (for Mobilization)

2. Topographic Survey (Service Area)


Survey Team SURVEY TEAM CAPABILITY

1 Geodetic Engineer
30 - 40 ha./day (F.S. level)
1 Instrument Man
2 Survey Aide
20 - 30 ha./day ( D.E. level)
5 Laborer
1 Driver (for Mobilization)

3. Topographic Survey (Damsite Area)


Survey Team SURVEY TEAM CAPABILITY
1 Geodetic Engineer
1 Instrument Man
2 Survey Aide 15 - 20 has/day
5 Laborer
1 Driver (for Mobilization)
4. Topographic Survey (Reservoir Area)
Survey Team SURVEY TEAM CAPABILITY
1 Geodetic Engineer
1 Instrument Man
2 Survey Aide 15 - 20 ha./day
5 Laborer
1 Driver (for Mobilization)
5. Profile and Cross-Section Survey (@ Dam Axis)
Survey Team SURVEY TEAM CAPABILITY
1 Geodetic Engineer
1 Instrument Man
2 Survey Aide 1.5 - 2.5 km/day
5 Laborer
1 Driver (for Mobilization)

6. Profile and Cross-Section Survey (Main Canal)


Survey Team SURVEY TEAM CAPABILITY
1 Geodetic Engineer
1 Instrument Man
2 Survey Aide 1.5 - 2.5 km/day
5 Laborer
1 Driver (for Mobilization)
7. Parcellary Survey SURVEY TEAM CAPABILITY
1 Geodetic Engineer
1 Instrument Man
2 Survey Aide 10 lots / day
2 Laborer
1 Driver (for Mobilization)
ESTIMATING GUIDE
SURVEY and MAPPING WORKS
Recommended Maximum Personnel Requirement

IL Mapping Activities
FIELD DATA COMPILATION & COMPUTATION,
PERSONNEL INVOLVED PLOTTING & PROCESSING

1 Geodetic Engineer
Capability = 150 - 200 ha./day
1 AutoCAD Specialist / Draftsman /
Cartographer
Parcellary Mapping:
Parcellary Map (Digitized) Capability = 80 lots/man/day
(inventory preliminary map)

Parcellary Map (Survey Grade) Capability = 10 lots/man/day

(determines the exact location, total


land area holdings of land owners
and the total area that will be
affected by right-of-way of main
canals and laterals and structures.)

Recommended Maximum Labor Rate per Day


ITEM "BY ADMINISTRATION" "BY CONTRACT"
Salaries/Wages, Travelling Expenses, For Laborers & Enumerators: Use For Technical & Support Staff:
Allowances, etc. the NIA rate Competitive remuneration rate multiplied
by the required man-months

For Laborers & Enumerators: Use the


average rate in the area

P2,500 per Technical Staff per day of field


work

Include Transportation Expenses


(Land/Air), Terminal Fee, Taxi Fare
PROGRAM OF WORKS SUPPORTING DOCUMENTS
FORMS
Annex -11-1'
OVERALL PROGRAM OF WORK

FEASIBILITY STUDY Complete POW for FS of Proposed


For CY National & Special Projects
I GENERAL INFORMATION
1. Name of Project :
2. Location : 8. Overall Project cost
Coordinates of the Darn Axis :
3. Towns Covered : CY - Program
4. Area , Ha - [New] : 9. Type of Diversion
[Rehab] : 10. Implementation Schedule
5. Source of Water : A. Starting Date
Drainage Area (km 7) :
Dependable Flow :
6. Source of Fund : FS & DE B. Completion
7. Description of Activity :
1 II WORK TO BE UNDERTAKEN BY: 1 % 'Administration I % IContract
1111 EQUIPMENT REQUIREMENT: I I
IV MAJOR ITEMS OF WORK CODE DURATION TOTAL AMOUNT
DIRECT COST (Work Schedule and Accomplishment)
By Administration 1 2 3 4 s 6 7 8 9 10 11 12

A. Project Identification & Pre-Feasibility Study


1. Evaluation Report, Preliminary Topographic Base Map
Sub Total "A"
-

By Contract or By Administration
B. Feasibility Study
1. Plan Formulation
Including Review of Pre-FS Report
2. VE/VA Analysis
3. Surveying and Mapping Works
4. Geology - (Surface & Sub-surface)
5. Hydrology
6. Land Use / Agronomy
7. Soil and Land Classification
8. Drainage Investigation
9. Irrigation Works
10. Diversion Works - (Dam/Reservoir)
11. Electro-mechanical Works
12. Environmental & Social Assessment (ESA)
13. Quantity and Cost Estimates
14. Economics
15. Drafting Works
16. Feasibility Report Preparation
17. Other specialization as required
Sub-Total "B"
Total (Direct Cost)
V BREAKDOWN OF COST CODE PREPARED BY
A. DIRECT COST
By Administration
1. Salaries/Wages
2. Traveling Expenses RECOMMENDING APPROVAL :
3. Service Vehicle (Including Fuel & Oil)
4. Office Supplies, Materials & Equipment
By Contract
1. Contract Service APPROVED :

Sub-Total "A"
B. INDIRECT COST
Contingencies NOTED :
Sub-Total "B"

AMOUNT OF PROGRAM [Total A & B] Say


Annex 'A-2'
OVERALL PROGRAM OF WORK

DETAILED ENGINEERING
—-•
I GENERAL INFORMATION
1. Name of Project :
2. Location : 8. Overall Project cost
Coordinates of the Dam Axis :
3. Towns Covered : CY - Program
4. Area , Ha - [New] : 9. Type of Diversion
[Rehab] : 10. Implementation Schedule
5. Source of Water : A. Starting Date
Drainage Area (km2) :
Dependable Flow :
6. Source of Fund : FS & DE B. Completion
7. Description of Activity :
II WORK TO BE UNDERTAKEN BY: ° Administration ]Contract
1111 EQUIPMENT REQUIREMENT:
IV MAJOR ITEMS OF WORK CODE DURATION TOTAL AMOUNT
(Work Schedule and Accomplishment)
DIRECT COST 1 2 3 4 5 6 7 8 9 10 11 12

1111 11111 1■111


By Administration or By Contract IIIM I I 111 III 11111
A. Detailed Engineering 111111 Illml 11111E111
1. Detailed Survey (Dam, M.C. & Structure Sites)
2. Updating of Data (Agro-eco, Hydrology) /II III II I
3. Geology Confirmation (Dam site, Materials) 11111111111 11111111
4. Detailed Design (Dam and Appurtenances) "1111
5. Detailed Design (Irrigation and Drainage Works) 11111
6. Electro-Mechanical Works 11111111111111111 III
7. Quantity and Cost Estimates
B. Preparation of Specifications & Contract Documents 11111 11111111 II
9. DE Report, NIA Standard Drawings & Plans 111M11111111111 11111
10. Social and Environmental Impact Assessment (SEIA) II IMM III I 1111
for ECC acquisition
11. Other specialization as required I II 1 III III I
1111111 III I I I 11
I 111 11111 1111111
111111 ■ 11111 m11111
I 1111111111 11E1111
I III 1111 II II
11111 11111111 11111
1111 II I II 1111
I
V BREAKDOWN OF COST
Total (Direct Cost)
CODE
II 1..1...11. 1111

PREPARED BY :
A. DIRECT COST
By Administration
1. Salaries/Wages
2. Traveling Expenses RECOMMENDING APPROVAL :
3. Service Vehicle (Including Fuel & Oil)
4. Office Supplies, Materials & Equipment
By Contract
1. Contract Service APPROVED :

Sub-Total "A"
B. INDIRECT COST
Contingencies NOTED :
Sub-Total "B"

AMOUNT OF PROGRAM [Total A & B] Say


Annex A-3'
OVERALL PROGRAM OF WORK

SURVEYING AND MAPPING


For CY For FS of Proposed National & Special Projects
I GENERAL INFORMATION
1. Name of Project :
2. Location : 8. Overall Project cost
Coordinates of the Dam Axis :
3. Towns Covered : CY - Program
4. Area, Ha - [New] : 9. Type of Diversion
(Rehab] : 10. Implementation Schedule
5. Source of Water : A. Starting Date
Drainage Area (km2) :
Dependable Flow :
6. Source of Fund : FS & DE B. Completion
7. Description of Activity :
II WORK TO BE UNDERTAKEN BY: Administration Contract
1111 EQUIPMENT REQUIREMENT:
IV MAJOR ITEMS OF WORK CODE DURATION TOTAL AMOUNT
DIRECT COST (Work Schedule and Accomplishment)
By Contract 2 3 4 5 6 7 8 9 10 11 12

A. VERIFICATION, COLLECTION & COMPILATION


Reference-data, basic maps & plans
11111111111 111111_1
Review topographic basic maps-I.D. & Investigation Report
111111111111111111111111
B. ESTABLISHMENT OF HORIZONTAL AND
VERTICAL CONTROL (PRS-92 & MSL)
IIIIIIII IIIIIIIIIIIIIII
1111111111111111111111111
1. Monuments Setting
2. Levelling, Traverse Survey and preparation of
11111111110111111111111111
Control Layout map
C. SURVEYING WORKS: (TOPOGRAPHIC, PROFILE
& CROSS-SECTION SURVEY)
1. Service Area
2. Main Canal
3. Damsite Area
4. Reservoir Area 01111111111111
D. MAPPING WORKS 1111111111111111111111 1
Field Data Compilation & Computation, 111111111111111111111111
Plotting & Processing
E. CHECKING AND EDITING OF DRAFTS
111111111111111111111111
Final Survey Reports and Plan Preparation
13. Drafting Works
111111111111111111111111
14. Feasibility Report Preparation 111111111111111111111111
15. Other specialization as required 1111111111111111111111111
Total (Direct Cost)
111111111111111111111 IVO
V BREAKDOWN OF COST CODE PREPARED BY:
A. DIRECT COST
By Administration
1. Salaries/Wages
2_ Traveling Expenses RECOMMENDING APPROVAL :
3. Service Vehicle (including Fuel & Oil)
4. Office Supplies, Materials & Equipment
By Contract
1. Contract Service APPROVED:

Sub-Total "A"
B. INDIRECT COST
Contingencies NOTED :
Sub-Total "B"

AMOUNT OF PROGRAM [Total A & B] Say


Annex "A-4"
OVERALL PROGRAM OF WORK

SUB-SURFACE GEOLOGICAL INVESTIGATION


For CY
For FS of Proposed National & spedol Projects
I GENERAL INFORMATION
1. Name of Protect :
2. Location : 8 Overall Project cost
Coordinates of the Dam Axis
3. Towns Covered : CY - Program
4. Area , Ha [New] 9. Type of Diversion
[Rehab] : 10. Implementation Schedule
5. Source of Water A. Starting Date
Drainage Area (km 2) :
Dependable Flow :
6. Source of Fund : FS 8 DE B. Completion
7. Descriton of Activity :
111 WORK TO BE UNDERTAKEN BY: 94, Adminls ration I % (Contract
1111 EQUIPMENT REQUIREMENT:
IV MAJOR ITEMS OF WORK CODE DURATION TOTAL AMOUNT
DIRECT COST (Work Schedule and Accomplishment)
By Contract 2I 3 4 5 6 7 8 9 10 11 12
A. DRILLING EXPLORATION
1. Mobilization and Demobilization
2. Preparatory Works
3. Sub-surface Exploration
Aggregate Depth
a. Soil Boring
b. Drilling in hard strata
c. Drilling In alluvial deposits
d. Standard Penetration Test
e. Water Pressure Test
4. Hole to Hole Transfer
B. MATERIAL INVESTIGATION
1. Test pit for sand and gravel
(1.5 x 1.5 a 3.0 M. per site)
C. LABORATORY WORKS
1. For soil samples
Natural Moisture Content Gradation Test, Specific Gravity,
Unit Weight, Unconfined Compression Test, Triaxial
Compression (UU&CU), Consolidation Test, Compaction
Test, Permeability Test
2. For rock drill core samples
Specific Gravity, Unit Weight, Water Absorption,
Unconfined Compression, Petrographic

3. For sand and gravel


Specific Gravity, Gradation Test, Los Angeles Abrasion
Test, Soundness

4. For rock fill boulder


Specific Gravity, Compressive Strength, Soundness
Total (Direct Cost)
V BREAKDOWN OF COST CODE PREPARED BY:

A. DIRECT COST
By Administration
1. Salaries/Wages
2. Traveling Expenses RECOMMENDING APPROVAL :
3. Service Vehicle (Including Fuel & Oil)
4. Office Supplies, Materials & Equipment
Hy Contract
1. Contract Service APPROVED:

Sub-Total "A"
B. INDIRECT COST
Contingencies NOTED:
Sub-Total "B"

AMOUNT OF PROGRAM [TotaI A & B] Say


Annex 'A-5"
OVERALL PROGRAM OF WORK

COMMUNAL/SMALL IRRIGATION PROJECTS


For CY

GENERAL INFORMATION
1. Name of Project :
2. Location : 8 Overall Project cost
Coordinates of the Dam Axis :
3. Towns Covered : CY - Program
4. Area , Ha - [New] : 9. Type of Diversion
[Rehab] : 10. Implementation Schedule
5, Source of Water : A. Starting Date
Drainage Area (km=) :
Dependable Flow :
6. Source of Fund : FS & DE B. Completion
7. Description of Activity :
II WORK TO BE UNDERTAKEN BY: ] % lAdministration I % 'Contract
1111 EQUIPMENT REQUIREMENT:
V MAJOR ITEMS OF WORK CODE DURATION TOTAL AMOUNT
DIRECT COST (Work Schedule and Accomplishment)
A. Project Identification & Validation 1 2 7 B 9 10 11 12

1. Evaluation Report, Preliminary Topographic Base Ma


B. Feasibility Study 11511
3 4
1. Plan Formulation 111-111111h
Including Review of I.D. & Validation Report 1111111111111.1
2. Surveying and Mapping Works
3. Geology - (Surface & Sub-surface)
4. Hydrology
5. Land Use / Agronomy
6. Soil and Land Classification
7. Drainage Investigation
8. Irrigation Works
9. Diversion/Eledro-Mech. Works - (Dam/Reservoir)
10. Environmental & Social Assessment (ESA)
11. Quantity and Cost Estimates
12. Economics
13. Drafting Works
14. Feasibility Report Preparation
C. Detailed Engineering
1. Detailed Survey (Dam, M.C. & Structure Sites)
2. Updating of Data (Agro-eco, Hydrology)
3. Geology Confirmation (Dam site, BH, Materials)
4. Detailed Design : Dam, Structures, Canal Profiles,
Cross-Sectional Drawings
5. Contract Documents - Volumes, Estimates & Specs
6. DE Report, NIA Standard Drawings & Plans
7. Social and Environmental Impact Assessment (SEIA)
for ECC acquisition
Total Direct Cost
V BREAKDOWN OF COST CODE PREPARED BY :
A. DIRECT COST
By Administration
1. Salaries/Wages
2. Traveling Expenses RECOMMENDING APPROVAL :
1 Service Vehicle (Including Fuel & Oil)
4. Office Supplies, Materials & Equipment
By Contract
1. Contract Service A PPROVID

Sub-Total "A"
B. INDIRECT COST
Contingencies NOTED :
Sub-Total "B"

AMOUNT OF PROGRAM [Total A & B] Say


Annex "A-6"
NAME OF PROJECT:
DETAILS OF OF RIGHT-OF-WAY CLAIMS

TYPE OF CLAIM: (Indicate whether crop or structure damages, or land acquisition

PARTICULAR STATION LENGTH WIDTH ESTIMATED AREA MARKET VALUE ESTIMATED COST REMARKS
A. MAIN CANAL KM. M. M SQ. M. PhP'000 PhP'000
--, Name of Claimant
1.
2.
3.
4.
5.
TOTAL

8. LATERAL CANAL
Name of Claimant
1.
,
3.
4.
5.
TOTAL

C. DRAINAGE CANAL
Name of Claimant
1.
2.
3.
4.
5.
TOTAL
D. STRUCTURE (Indicate whether temporary or permanent)
Name of Claimant
1.
2.
3.
4.
5
TOTAL
GRAND TOTAL
Republika ng Ptlipinas

No.;44.41114+1z4.. A1.0..:4.414.44;4*.
Annex "13
(Pambensang Pangsaiwann ng Patubig)
Lungsod ng Quezon

SUMMARY OF CY PROGRAM OF WORK (POW)

REGION/ P180 Program No.:


PROJECT TITLE Date:
NAME OF SYSTEM/ PROJECT
SYSTEMS CATEGORY
(NIS/CIS. NIP/SIP)
PROJECT DESCRIPTION
I. GENERAL INFORMATION
I 1. Project Location 6. Overall Project Cost (P) Original Revised
a Region a GOP
b Province/ b Loan Proceeds
, 1
City/ Municipality c. Others (Equity, etc)
Distract TOTAL
2. Service Area/
Designee' Area (Ha.) 7. Physical Target (Overall)
a New Area (Ha )
3. Source of Water b. Restored Area (Ha.)
3.a Drainage Area c. Repair works (Ha )' specific for rehab )
3 b. Dependa ble Flow it Other Activities. (Pin specify)

4. Type of Irrigation 5. PT of Diversion 8. Overall Implementation Schedule Original Revised

a Run-c4f the River a Physical Starting Date


b Reservoir b Completion Date
c Groundwater Pump
it Others

IL WORK TO BE DONE (OVERALL Program)


1. Performance Weight 4. Physical Target
a Contract Works (Civil Works) a New Area (Ha.)
b Force Account Works b. Restored Area (Ha )
d Others c Repair Works . (specific for rehab )
TOTAL it Other Activibes (Pis specify)
Starting Date:
3. No. of Days to complete:

III. DETAILED BREAKDOWN OF OVERALL PROGRAM Submitted by


Field Office Central Office Total
DIRECT COST
1. CIVIL WORKS
a. Contract Works

i
03_ Force Account Works

2_ INSTITUTIONAL DEV'T PROGRAM


Recommended by
3. CONSTRUCTION SURVEY

4. PARCELLARY MAPPING/ SURVEY I

5 RIGHT OF WAY ACOIJISMON,


PLANT! PROPERTY DAMAGES

6 PROCUREMENT OF EQUIPMENT
& VEHICLES

7. FIELD SUPPORT, SUPERVISION


& MONITORING

8 CONSULTING SERVICES - -
I

9 TAXES (for selected FAPs) - -

10 CONTINGENCIES - - -

Approved by
TOTAL DIRECT COST - -
- I
i
IV. SOURCES OF FUNDS
A. CAPITAL OUTLAY

. -
1 GOP

2 Loan Proceeds

loped FAP - Fonmpo A.usibd PIRIne


Annex "U-

DETAILED OVERALL BREAKDOWN OF COST


(BY ACTIVITIES)
ATTACHMENT •e•
OVERHEAD MATERIALS CONTRACT WORKS
PROCUREMENT
Eaulpme IRAININCS/ EQUIPMENT
ACTIVITY l AROR Rui c.,,ni Fuel & Spain Office coh., ClvIl Work; ConsullIng ROW OF EQUIPMENT TAXES CONTINGENCIES TOTAL
TEv Sundries n/ R6^1°I ACTIVITIES & 1001,3
011 Pewit Supplies & Ohms SAIV(CEIS 1. VEHICLES

A DIRECT COST
I CIVIL WORKS
A Contract Works
B Face Account Waits
2 INSTITUTIONAL DEVELOPMENT PROGRAM . _
3 CONSTRUCTION SURVEY –
I PARCELLARY MAPPING/ SURVEY _
5 RIGHT OF WAY ACQUISITION, PLANT/PROPERTY DAMAGES
- -
_ '
0 PROCUREMENT OF EQUIPMENT & VEHICLES _ -

7 FIELD SUPPORT, SUPERVISION & MONITORING

8 CONSULTING SERVICES -.-- . –

9 TAXES ,

10 CONTINGENCIES - . _

TOTAL DIRECT COST —

Prepared 1,

Page 10
Annex "D"

MANPOWER REQUIREMENT, EQUIPMENT REQUIREMENT, & CASH REQUIREMENT


CY PROGRAM OF WORKS

DESCRIPT1 January Februar March 1ST QUARTER TOTAL


PARTICULAR ON
PC LP PC LP PC LP Peso Loan
F.O. CO. F.O. CO. F.O. CO. F.O. C.O. F.O. C.O. F.O. C.O. F.O. CO. F.O. C.O.
NUMBER
I. MANPOWER REQUIREMENT
OF
1. Monthly Personnel
2. Daily Personnel
3. Contractual
U. EQUIPMENT REQUIREMENT .
(see atteched Ilst of Equipment)
III.MATERIALS REQUIREMENT
IV.CASH REQUIREMENT
DIRECT COST
1. CIVIL WORKS
A. Contract Works
B. Force Account Works
2. Institution& Development Program

,
3. Construction Survey

4. Parcellary Mapping/Survey

5. RIGHT OF WAY ACQUISITION, PLANT/


PROPERTY DAMAGES

5. PROCUREMENT OF EQUIPMENT A VEHICLES (for FAPs) _

7. FIELD SUPPORT, SUPERVISION AND MONITORING

8. CONSULTING SERVICES

IL TAXES (for selected FAPs)

10. CONTINGENCIES
TOTAL DIRECT COST

Prepared by-
Annex TY.
MANPOWER REQUIREMENT, EQUIPMENT REQUIREMENT, .11 CASH REQUIREMENT
CY PROGRAM OF WORKS
ATTACHMENT `C* 2 el 5
DESCTUPT I April May June 2ND QUARTER TOTAL
PARTICULAR ON wc LP LP Peso Loan
LP
F.O. C.O. 1.0. C 0. F.O. C .O F C.O. F. 0. C.O. P.O. C.O. F.O. C.O.
F.O
rig NTSERTIF
I. MANPOWER REQUIREMENT Priv c.nrour
1 Monthly Pemonne4
2 May Peraconel
3 ContractuM
I EQUIPMENT REQUIREMENT Units

( tee ■ tubed nit c Equipment)


MATERIALS REQUIREMENT
I V. CASH REQUIREMENT
DIRECT COST
. CIVIL WORKS
Contract Works
S. Force Account Works

2. InetKulion ■ l Development Program

3. Construction Survey

4. Parcel Lary Mapping/Survey

S. RIGHT OF WAY ACQUISITION, PLANT!


PROPERTY DAMAGES
■ Land A u /bon
b Plant Damages
cP Oa ma
Sub-Total S )ROW DAMAGES)

S. PROCUREMENT OF EQUIPMENT & VEHICLES (tor FAPsl

7. FIELD SU PPORT, SUPERVISION AND MONITORING

O. CONSULTING SERVICES

9. TAXES (for selected FAP.)

TO. CONTINGENCIES
TOTAL DIRECT COST

Prepared by
Annex MD"

MANPOWER REQUIREMENT, EQUIPMENT REQUIREMENT, IS CASH REQUIREMENT


CY PROGRAM OF WORKS
ATTACHMENT *C" 3 of 5

DESCRIPTIO Au ust Se • mber 3RD QUARTER TOTAL


Jul
N eS0
PARTICULAR
C.Q.
NUMBER OF
I. MANPOWER REQUIREMENT
PERSONNEL
1 Month Personnel
Da Personnel
3 Contractuel
IL EQUIPMENT REQUIREMENT Units
see attached Ilia of E • ea • era
III.MATERIALS REQUIREMENT
IV. CASH REQUIREMENT
DIRECT COST
1. CIVIL WORKS
A. Convect Works
11.. Farce Account Works
2. Institutional Development Program

3. Construction Survey

4. Parcellary Mapping/Survey

5. RIGHT OF WAY ACQUISITION, PLANT/


PROPERTY DAMAGES
a Land Moulsotion
Plant °smarm
Da
Sub-Total 5 (ROW DAMAGES)

S. PROCUREMENT OF EQUIPMENT IL VEHICLES (for FAPI

7. FIELD SUPPORT, SUPERVISION AND MONITORING

I. CONSULTING SERVICES

9. TAXES or selected FADS

Prepares tir
Annex "Cr

MANPOWER REQUIREMENT, EQUIPMENT REQUIREMENT, & CASH REQUIREMENT


CY PROGRAM OF WORKS
ATTACHMENT "L— 40

DESCRIPT °clot". November December ITH QUARTER TOTAL GRAND TOTAL


PARTICULAR ION Peso Loan Peso Loan
PC LP PC LP PC LP
F.0 CO. F 0. CO P.O. CO. P.O. CO. F.O. CO. P.O. CO_ F.0_ CO. F.O. CO. F.O. CO. F.O. CO.
NUMBER
L MANPOWER REQUIREMENT OF
PFRSC1NN
I MON* Penal*
=PION*

i EQUIPMENT REQUIREMENT lints


MA elblched IM or Ewan'
R MATERIALS REQUIREMENT
N. CAIN REQUIREMENT ;
WIC? COST
I. CARL WORKS
A. Convect Pierks
A Force Account Work*

2. kielltvelenal Development Progrem -

3. ConetruclIen Survey -

A. Pertellrer RepprnorSurowe

S. RIGHT OF WAY ACQUISITION, PLANT,


PROPERTY DAMAGES

O. PROCUREMENT OF EQUIPMENT & VEHICLES floe PAP.)

T. FIELD SUPPORT, SUPERVISION AND MONITORING - t---,

IL CONSULTING SERVICES

O. TAXER Ilex soloc144 YAPS)

10. CONTINGENCIES —
,
TOTAL DIRECT COST

Prroarrd
Annex. "D"
MANPOWER REQUIREMENT, EQUIPMENT REQUIREMENT, & CASH REQUIREMENT
OVERALL PROGRAM OF WORKS

TTACHM ENT
CY (Previous Teal CT (Current Trorp CY (Future Veer) OVERALL
DESCRIPTION PROJECT COST
PARTICULAR
PC LP PC LP PC LP Peso Lawn
F.O. C.O. F.O. C.O. F.O. C.O. 1.0, C.O. F.O. C.O. F.O. C.O. F.O. C.O. F.O. C.O.

I. MANPOWER REQUIREMENT NUMBER OF


PERSONNEL
1 McotHw Personnel
2 Dolly Persornel
3 Contrictual __,
II. EQUIPMENT REQUIREMENT Unrts
(sere attacked est of EqopmenI)
III. MATERIALS REQUIREMENT
IV. CASH REQUIREMENT
DIRECT COST .
1. CIVIL WORKS
A. Contract Work*
O. POMP Account Works

2. Institutional Development Program •

3. Construction Survey •

4. Pereellary MopplingrSorwey -

S. RIGHT OF WAY ACQUISMON, PLANT,


PROPERTY DAMAGES

O. PROCUREMENT OF EQUIPMENTS VEHICLES (for FAPell

T. FIELD SUPPORT, SUPERVISION AND MONITORING -

J. CONSULTING SERVICES
A
IL TAXES (for selected FAN]

10. CONTINGENCIES
TOTAL DIRECT COST

Fnmered by
Annex "E"
NAME OF PROJECT
PROJECT COST AND QUANTITIES DETAILED BREAKDOWN
CURRENT YEAR I OVERALL PROGRAM OF WORK
ttachment D
ESTIMATED DIRECT COST INDIRECT COST TOTAL
ITEM
DESCRIPTION UNIT QUANTITY
NO.
UNIT COST TOTAL EDC OCM PROFIT VAT TOTAL UNIT COST PROJECT COST
A. Direct Cost
1. Civil Works
1. Contract Works
1. Package I (indicate description or title
a. Temp Works.....
b. Clearing and Grubbing
c
d.
.
TOTAL
2. Package 2
a. Temp Works.....
b. Clearing and Grubbing

d.
e.
TOTAL
2. Force Account Works)
a.

b.

TOTAL
TOTAL CIVIL WORKS
2. !DP

TOTAL
3. Construction Survey

TOTAL
4.
5.
6.
TOTAL COST
B. INDIRECT COST
Contingency
TOTAL

GRAND TOTAL
Annex "F"
(Project Name)
YEARLY BREAKDOWN OF PROGRAMMED ACTIVITIES
(FOR MULTI -YEAR PROJECTS)
Attachment 0-1
Yuri Year 2 Tau 3 Valle 4 TOTAL PROJECT COST
ITEM NO. DESCRIPTION
Eatlirtated
unit Qty. Unit Cost Total Oly. Unit Cost Total Qty. UM! Cost Total Qty. Unit Coat Total Qty.
Coat
Direct Cost
1. Civil Works
1. Contract Works
1. Package I (indicate des • lon or title
a. Temp Works.—
b. Clearing and Grubbing
C

d.
e.
TOTAL
2. Package I (Indicate description or title)
a. Temp Works..._
b. Clearing and Grubbing
c
d.
.
TOTAL
2. Force Account Works )
a. I

b.

TOTAL
TOTAL CIVIL WORKS
2. MP

TOTAL
3 Construction S

TOTAL r

5.
6.
TOTAL COST
B INDIRECT COST
Contingency
TOTAL

GRAND TOTAL
Annex "G"

CMD FORM Y-12 ATTACHMENT F

CY IMPLEMENTATION SCHEDULE AND STATUS NAME OF PROJECT


ESTIMATED COST 201 6
WEIGHT AS OF
NO. MAJOR COMPONENT CLASS PARTICULAR
DEC '15
OM/
OPOOMIAU srvon JAN FED MAR APR MAY JUN JUL AUG SEP OCT NOV DEC
REV

GI (1) () (5) MI IM 11 0) oil 021 (1 11 0A) OM (10) ("3 (III (111


II

C PROJECTED
F ACTUAL
F - PROJECTED
ACTUAL
F - PROJECTED
ACTUAL

F
PPOJECTED
ACTUAL
1111
li
PROJECTE
ACTUALD
Precutc/ED
F AcTUAL
PROJECTED ME M
F ACTUAL
PROJECTED
CIF ACTUAL
PROJECTED
ACTUAL
PROJECTED
=
ACTUAL
PROJECTED
ACTUAL
PROJECTED
ACTUAL
IllE MENEM
- PROJECTED


CY PHYSICAL STATUS ACTUAL .


MEM AREA PROJECTED

(Hos.) amid.
AREA GENERATION REHM/ RESTORED PROJECTED

(Has) ACTUAL
IIIIM
LEGEND: PROJECTED
PitTered by
--- ACTUAL
Annex "G"

CMO FORM Y•2a


ATTACHMENT 'V
Cy SCHEDULED EXPENDITURES AND STATUS NAME OF PROJECT
ESTIMATED COST % 2016
WEIGHT AS OF PERCENT .
NO. MAJOR COMPONENT CLASS PARTICULAR
DEC. II MAY JUN JUL AUO HP OCT NOV DEC
ORIGNAU ITENTRED ORIG.1 REV, JAN FEU MAR APR )%
(II in (3) til PI (II 1 71 OH 11) (10) (11) ( 1 2) (11) (14) ( 1 5( (HO (17) (1) ON (21 )
/ IMIIIIIIIIMMI III. IMIIIIIMMII MN MI UM
- PROJECTED MIIIMEIMIN EMI MI= IIIMMEII
MM111.111111111 111 11= =MM. MIEMMEIIMIME
- NM EMI Mill
ACTUAL
- PROJECTED
ACTUAL
PROJECTED
ACTUAL
PROJECTED

F - PROJECTED
ACTUAL
1 F • PROJECTED
ME ACTUAL IM MI 1MMI OM 11.11111 /1111.1111M
1 F • PROJECTED
ACTUAL
A F PROJECTED
ACTUAL
5 F - PROJECTED
ACTUAL
F - PROJECTED

iFil PROJECTED
ACTUAL
II 111111
0.00 PROJECTS]
TOTAL CY PROJECT COST ACTUAL 111111111111 111
IN PALM PESO PROJECTED Min
CY FINANCIAL STATUS (P) . Actum. Mill 1111
LEGEND: -- PROJECTED
Prepared by A CTUAL
Annex "G"

CMD FORM `1.2 ATTACHMENT “E"

OVERALL SCHEDULED EXPENDITURES AND STATUS NAME OF PROJECT


ESTIMATED COST % WEIGHT 201 5 2017 2015
PERCENT
NO, MAJOR COMPONENT CLASS PARTICULAR I
131 2N0 3R0 2ND 3RD 4 TH
olegmIALI WINED ORM/ REV 4TH OTR INT OTR ON orTR teT OTR 214 0 OTR M O OWE an (%)
OTR OTR OTR QTR OTR

(I) al (31 (41 151 111) (111 I') (IN imp (13) ( 131 IVO (IS( ( 1111 CM OM (1,1 PR

C PROJECTED
F ACTUAL
F PROJECTED
ACTUAL
F PROJECTED

ACTUAL
_ PROJECTED

F ACTUAL

PROJECTED

ACTUAL
_
PROJECTED
i 1 1
ACTUAL

PROJECTED

F ACTUAL

PROJECTED

ACTUAL

PROJECTED

ACTUAL

PROJECTED

ACTUAL

ER °ACTED

ACTUAL

PROJECTED

ACTUAL

PROJECTED
TOTAL DIRECT COST ACTUAL

PROJECTED
FNANCIALSTATIM (1 '00C9 ACTUAL I I

LE CT NO PROJECTED
Preco red by
.__ ACTUAL
Annex "G"

CMD FORM Y-1


MAGI-WENT "E'
OVERALL IMPLEMENTATION SCHEDULE AND STATUS NAME OF PROJECT
1 EMIRATES COPT
% 2016 2017 2018
1
WEIGHT mow
NO, MAJOR COMPONENT CLASS PARTICULAR _-
ORIG./ 1ST 2N0 PRCI
ORKIMAILIPIEVISED 4TH GTR 1ST OTR NO QTR 110 OTR 4714 OTR I ta CTTR No GTR MDGTR 4TH GTR 1%1
REV. OTR OTR OTR

(I) Ci-) (3) 01 {SI (6 ) 00 (91 (101 (11) (121 (13) (10 (13) ( 1 9) , ( 1 7) 119/ (II) PM

C PROJECTED
F ACTUAL
F PROJECTED
ACTUAL
F - PROJECTED
ACTUAL
PROJECTED
F ACTUAL
PROJECTED
F ACTUAL
PROJECTED
I-
F ACTUAL
PROJECTED
F ACTUAL
PROJECTED
C/F ACTUAL
PROJECTED
PROJECTED
ACTUAL
)
1 - - -

PROJECTEC1
OVERALL PHYSICAL STATUS (In percent)
[ ACTUAL
PROJECTED
OTAL DIRECT COST ACTUAL
PROJECTED
EA GENERATION ACTUAL
110. PROJECTED 1
FARMER-BENEFICIARIES ACTUAL

NO PROJECTED
OB GENERATION
ACTUAL

LEOENO . ------- PROJECTED


Prepered by:
ACTUAL
Annex "F"
(Project Name)
YEARLY BREAKDOWN OF PROGRAMMED ACTIVITIES
(FOR MULTI -YEAR PROJECTS)
Attachment D-1
Year I Year 2 Year 1 Year 4 TOTAL PROJECT COST
M74 NO. DESCRIPTION —
Estimated
unPI Qty. Unit Cost Total Qty. Unit Cost Total Qty. Unit Coat Total Qty. Unit Coat Total Qty.
C0111
A. Direct Cost
1. CND Works
1. Contract Works
I Package I (indicate description or title)
a. Temp Works_.._
b. Clearing and Grubbing
c
d.
e.
TOTAL
2. Package I (Indicate description or title)
a. Temp Works....
b. Clearing and Grubbing
c
d.
e. 1
TOTAL
2. Force Account Works) i
a.
b.
c
TOTAL
TOTAL CIVIL WORKS
2. IDP

TOTAL
3 Construction Survey

TOTAL
4.
5.
6
TOTAL COST

B. INDIRECT COST
Contingency
TOTAL

GRAND TOTAL i
NAME OF PROJECT Annex "H"
KEY INDICATORS
CURRENT YEAR / OVERALL

PARTICULAR UNIT ESTIMATED QUANTITY

AREA GENERATED
AREA RESTORED

DIVERSION DAM

IRRIGATION FACILITIES
a. Main Canal
Earth Canal
Concrete Canal
Structures
b. Lateral Canals
Earth Canal
Concrete Canal
Structures

DRAINAGE CANALS

ON-FARM FACILITIES
a. Main Farm Ditch
b. Supplementary Farm Ditch
c. Ditch Structures
d. Turnout
e. Farm Drains

PROJECT FACILITIES
1
2

NO. OF IA ORGANIZED
FARMER BENEFICIARIES
NAME OF PROJECT:
Annex "l"
GANTT CHART
Package No:
Total Duration: (in calendar days) Allachment '0'

Item of Work Year


Notn
(Should be In Jan Feb Mar Ar a Jun ul Au 0 ct Nov Dec
Percent No. of
accordance avtth Estimato
NO. Weight day.
the technical d Coot
poelfkationo) and 3rd 4th 4th tol 2nd 3rd 4th 1.1 zod lth 1st 401 3rd em ism 2nd ear
Ng qv qtr W IN qv tr w

iwi MIMI
MEM
Mid. MI
iii MI
MI MIMI IMINIMMII MUM M IMIIIIMINIMMEI MI 1.1 mii
INIMMEM
.111.1=111111111....10.1111
.11111.111MIMMEINIIIIMMIE IN
• NMI
ME EIMMEINIMINIMMINI IN IMMIMME
IMI ■ M NM MNIIIMIIIMMEMINIM No onomiN iw
MNIIMMIMEMMMINIMEMIM immumrummu
MEM= MN=
iii
INNIIIMI
MMINI IN
iii
MMIN IN

umiii
MIIIMMINIU
IIMM MINIM
IM
IM
IN NEN= MIIIMMIMMINIMMIIMIIMMNII IN MEM IMMIMMOINIMMNI
INIMMM
MEM=
MINIM
iii
UM IN
iii
IMMIIIIIMI■IIMMUMNII mi
MEM

MMMIM
MEMOS
UM
MUM
IM ■IIIIM
MI
NI
IM
wwwwwww MIIMMINIMM■11111•MIIIM smire■ Nimmom immom MI
MMMM • Immo= mil= IN
=MINIM iii iii mile■■ •=mom mom
ME1111 ■11■ MMIIMI M
MMIIINIMON ■ =1MIN NI its ININEN NM
wwwwwww MIMI =MIN im Immo= um wi
MOM= INIMMEIMINIIM ■ MIIINIM w m= um M
IN IN MU MMII emiromlimmmom m 1M
wiwwwww MEM OMNI Ns mum um MI
1111MMINI INIMINIIMINIMINI■ MIIINNI imme imommim 111111111•IIMIMIIMMII
wwwwwww MIME INNI■Immummilm IMEMIIIIIIMIIMMI
wwwwwww MIIMM iii No =moor
UM IIIIMMMIIMINIIM
=MINIM MN= MOM immom■ mmilimm MIEMMINIMIIIIM

TOTAL AMOUNT OF ABC


Physical Accampilahmant

Ituncial AccomplIshrnant {PhP In


tom
Pro actin
Actual
Projeciad
Actual
I I I 11
MIMII M1111
1111111•1111111111
MIIMININIMMIIININ1111111U111111 NIMMINIIIIIMINIMMIIIMI•111•111111
EMI
MEI
111111111•111111MIMINIK
MINIM MINNIMM11111•111101M11111•1
simmiliM
MINIM MI
■ ss um
11111111•111•1•111111111M
NATIONAL IRRIGATION ADMINISTRATION
CONSTRUCTION MANAGEMENT DIVISION
Th
-\ nn
J 22 NOV 20th
/24- -
L_J J V
BY TIME
ENGINEERING )EPARTME P.
NATIONAL IRRIGATION ADMINISTRATION

BOARD OF DIRECTORS RESOLUTION

SUBJECT: Revised Guidelines in the preparation of Program of Work, Approved


Budget for the Contract, and Unit Cost Derivation for all Irrigation Projects.

RESOLUTION NO. 8358-16


SERIES OF 2016

RESOLVED, as it is hereby resolved, on motion duly


seconded, to approve the Revised Guidelines in the preparation of
Program of Work (POW), Approved Budget for the Contract (ABC),
and Estimated Project Cost and/or Unit Cost Derivation for all
Irrigation Projects per Annex "A" hereof.

Date Adopted: I, the undersigned, hereby certify that .the foregoing is a


true copy of the Resolution adopted by the Board of Directors
of the National Irrigation Administration and asread in the
November 15, 2016 Minutes of a duly constituted meeting of said Board held on
November 15, 2016.

9 18th Regular ‘-tAit4,4


Board Meeting GENEVER M. DIONIO
Acting Corporate Board Secretary

CONIF:01
(bpi'

Vous aimerez peut-être aussi