Professional Documents
Culture Documents
ISSN 2229-5518
Abstract— Construction delay considered as one of the most recurring problems in the implementation of construction projects.It is widely
known to have an adverse impact on project success in terms of time, quality and cost. The effect of construction delay is not only confined
to the construction industry, but also its influence on the overall economy of a country like Ethiopia. This research was conducted to assess
the causes of excessive delays in the completion of road project during the construction phase due to the failures of Employer, Consultant,
and Contractor in Addis Ababa City Road Authority projects. Spearman rank correlation coefficient from the Relative Importance Index (RII)
analysis was used to test the agreement between different groups of respondents participated in the questionnaire survey, and to rank the
three construction parties according to their responsibility area and importance as perceived by the respondents which factor causing the
delay of road projects. This research identified sixty-five (65) causes of delay. There were fifty-one (51) valid questionnaires which received
back from Contractors, Consultants, and Employer (AACRA). Based on the results, the contractors have the highest percentage of
responsibility area that causes the delay of about 40%. While the second was on the part of the Employer, which comprised of 26.15%,
and the consultant which placed third of 23.08%. On the other hand, there were 10.77% of the respondents attested that the Shared
groups (3-parties) have the responsibility area which causes project delay during the implementation phase. About this, the research study
IJSER
identified and ranked top ten factors causing delays of construction projects in Addis Ababa City Road Authority. Poor financial control of
st nd
the project ranked 1 with Relative Importance Index (RII) of 0.905. Difficulties in financing project by contractor ranked 2 with Relative
rd
Importance Index (RII) of 0.854. Type of project bidding and award (lowest bidder) ranked 3 with RII of 0.850. A poor site management
th th
and supervision of contractor ranked 4 with RII of 0.839. Selecting inappropriate contractors ranked 5 with RII of 0.823. Lack of high-
th
technology mechanical equipment ranked 6 with RII of 0.819. Inaccurate initial project scope estimate and Ineffective project scheduling
th th th
ranked 7 and 8 with RII of 0.803. Weak control of the project progress ranked 9 with RII of 0.788. And the Contractor’s staffis not
th
adequately trained in professional construction management techniques ranked 10 with RII of 0.784. Therefore, it concluded that the
main party Contractor did not perform properly his duties and obligations leading to the main contributory factor causing the failure of the
project.
Index Terms— Construction delay factors, Contractor, Consultant, Employer, Responsibility area, Road projects, Relative Importance
Index.
————————————————————
1 INTRODUCTION
IJSER © 2017
http://www.ijser.org
International Journal of Scientific & Engineering Research, Volume 8, Issue 3, March-2017 16
ISSN 2229-5518
Ethiopia prepared a Road, Sector Development calculated by the following equations (Darwish, 2005):
Program (RSDP) in 1997 to execute within sixteen years by n0 = (p*q) / V² (1)
dividing the time into four RSDP phases. But there are many n = n0 / [1+ (n0/N)] (2)
challenges to performing the strategic plan; among these, a Where:
delay is one of the challenges [1]. Therefore, this research n0: First estimate of sample size.
study will seek to determine and evaluate the causes of delays p: The proportion of the characteristics being measured in
due to the failures of Employer, Consultant, and Contractor in the target population.
the completion of the road project during the construction q: Complement pf 'p' or 1-p.
phase. V: The maximum standard error allowed.
N: The population size.
1.1 Objective of the study n: the sample size
1.1.1 General Objective Since some of the contractors and consultants have more
The general purpose of the study is to assess the causes of than one project in the region, the number of N is 10 and 12
excessive delays in completion of the road project during the for consultants and contractors respectively. To maximize n,
construction phase due to the failures of Employer, p is set to 0.5 and to account for more error in qualitative
Consultant, and Contractor in Addis Ababa City Road answers; maximum, standard error V is set to 10% or 0.1
projects. (Darwish, 2005). Substitutes these values in the above
equations give the minimum sample size for consultant's
1.1.2. Specific Objectives are 20 respondents and for contractor 21 respondents. For
To obtain the general aim, the following specific objectives are the Owner, 20 respondents are requested which include
formulated: project managers, engineers, team leaders, director and
IJSER
others technical supporting staffs.
a. To identify the cause of the delay of the failures of the
employer, consultant, and contractor during the 2.3 Data Processing and Analysis
construction phase. The collected data analyzed using Microsoft Excel and SPSS
b. To measure the severity of the causes of delay causes package to determine the occurrence of the causes of delay
c. To assess the conformity on the ranking of the due to an employer, contractor, and consultant on road
seriousness of the causes of delay with the contractor, construction projects in Addis Ababa City Road Authority
employer, and consultant. (AACRA). These data used to test whether there is agreement
d. To suggest the best practice mitigate excessive or disagreement among each pair of parties (the respondents).
delays in the construction project The ranking of causes based on importance index was
calculated using the formula shown below. According to
2 RESEARCH METHODOLOGY Kometa et al. 2011, relative importance index method can be
2.1 Study Design used to determine the various causes of delays. The same
The study is descriptive and explanatory research type in method adopted for this study within various groups (i.e.
nature in which questionnaires are designed. In this Clients, consultants or contractors). The five -point scale
research study, a case study research approach is used to ranged from 1 (not important) to 5 (extremely important) was
collect relevant secondary data and primary data through adopted and transformed to relative importance indices (RII)
review of documents, the survey of the respondents for each factor.
through questionnaires with the participation of key The Relative Important Index method (RII) is used for
professionals in the study area. analysis of the data. The relative important index is computed
as;
2.2 Research Population and Sample Size
The research population was drawn from three parties,
which participated in road construction. To get the required (3)
sample size, the purposive sampling approach is applied. Where:
Three samples of each selected project were considered. RII= Relative Important Index
According to Addis Ababa City Road Authority (AACRA) W= Weight is given to each factor by the respondent and
lists, more than 15 projects are in progress with more than ranges from 1 to 5
ten Contracting Companies and eight consulting firms. To A= the highest weight 5
get the required sample size of both consultants and N= the total number of respondents
contractors, the statistical principles of exploratory research The RII was used to rank (R) the different causes. These
are employed. This principle states that the sample size is rankings made it possible to cross-compare the relative
IJSER © 2017
http://www.ijser.org
International Journal of Scientific & Engineering Research, Volume 8, Issue 3, March-2017 17
ISSN 2229-5518
importance of the factors as perceived by the three groups of 3.2 Questionnaires Response Rate and Respondent
respondents (i.e. Clients, consultants, and contractors) [2]. Demographics
Each cause's RII perceived by all respondents were used to The sample population composed of professionals from
assess the general and overall rankings to give an overall Employer (AACRA), consulting firms, and contractors, who
picture of the causes of construction delays in the Malaysian participated in the construction of AACRA road projects in
construction industry. The same procedure was adopted for Addis Ababa. These included project engineers, office
ranking the effects. The indices (RII) were then used to engineers, construction, professional, construction
determine the rank of each item. These rankings made it managers’, project team leaders, site project supervisor
possible to cross compare the relative importance of the engineers and resident engineers. Questionnaire
elements as perceived by the three groups of respondents. surveystructured was carried out by distributing a total of 62
The weighted average for each item for the three groups of sampling sets. It circulated to 20 employees, 21 contractor
respondents is to be determined, and ranks (R) are assigned firms, and 21consultant firms. From these distributed
to each item representing the perception of the three groups. questionnaires, 52 responses received back. However, one of
Finally, Spearman’s coefficient of rank correlation is the surveys not completed, which were considered as invalid
used to test whether there is agreement or disagreement and not used for further analysis as shown below in Table
among each pair of parties (the respondents) in ranking the 3.1.
Cause of delays during the construction phase of road projects
due to the failure of the employer, consultant, and contractor. Table 3.1. Types of the respondent's organization, number,
The pair of parties tested for agreement is employer and percentage of distributed, received and valid responses
versus consultants, employer versus contractors, and to questionnaires.
consultants versus contractors. Spearman’s formula is given as
Organization
Questionnair
Questionnair
Questionnair
Respondents
IJSER
(Salleh 2009):
Distributed
Number of
Number of
Number of
responsere
Responses
ceived (%)
Received
Valid
Valid
ρ=1− 6Σ2 (2−1) (2)
The
(%)
es
es
es
Where:
Employers 20 15 75.00 15 75.00
ρ = Spearman coefficient
d = the difference between ranks Consultant 21 19 90.48 19 90.48
n= number of subjects or pairs of ranks
Contractor 21 18 85.71 17 80.95
IJSER © 2017
http://www.ijser.org
International Journal of Scientific & Engineering Research, Volume 8, Issue 3, March-2017 18
ISSN 2229-5518
Based on the response obtained from Figure 3.1, 41.18% of the 3 to 5 years 0
respondents are Civil Engineers, 1.96% of the respondents are
Highway Engineer, 33.33% are Construction Management 5 to 10 years 69
Engineers, 3.92%are Transportation Engineers, 15.69% are
Geotechnical Engineers, and 3.92%of the respondents are Greater than ten
Structural Engineers, while 0% of the respondents fall on years 31
others. From the analysis above, the Civil Engineer had the
highest percentage of the respondents, while the Construction
Management has 33.33%. From Table
3.3showedtheoverallexperienceoftherespondentsinroadconst
ructionprojects. The majoritytherespondents had 5-10
PERCENTAGE (%) of yearsof professional experience and comprised of 69.00%,
while about 31.00 %had overten years of workexperiencein
Educational level roadconstruction industry.
80.00%
Table 3.4: Responsibility area of causes of delay
60.00% Diploma
40.00% BSC No. Delays Causes Responsible
20.00%
MSC
0.00% 1 Contractor experience Contractor
PHD
IJSER
other 2 Ineffective scheduling of project by contractor Contractor
Table 3.3: Respondents experience in road construction 14 Insufficient inspectors by consultant Consultant
industry
15 Delay in approval of work permit by consultant Consultant
Experience (in years) Respondents experience (%)
16 Improper construction method Contractor
0 to 3 years 0
IJSER © 2017
http://www.ijser.org
International Journal of Scientific & Engineering Research, Volume 8, Issue 3, March-2017 19
ISSN 2229-5518
18 Design errors and omissions Consultant 43 Rework due to errors during construction Shared
20 Inadequate design team experience Consultant 45 Late delivery of materials and equipment Contractor
21 Delays in producing design documents Consultant 46 Poor procurement programming of materials Contractor
22 Rework due to wrong drawings Consultant 47 Type of project bidding and award (lowest bidder) Employer
23 Insufficient data collection and survey before design Consultant 48 Ineffective delay penalties Employer
The longest period for approval of tests and inspections 49 Legal disputes between/with various parties Shared
24 Consultant
by consultant
IJSER
Contractor's staff not adequately trained in professional
52 Contractor
construction management techniques
27 Conflicts between drawings and specifications Consultant
39 Ineffective planning and scheduling of project Shared 65 Poor financial control of the project Shared
IJSER © 2017
http://www.ijser.org
International Journal of Scientific & Engineering Research, Volume 8, Issue 3, March-2017 20
ISSN 2229-5518
largest proportion of the responsibility for the causes of delay, 8 Conflicts between
contractor & other
0.653
0.658
0.640
0.650
while the Employer placed the 2nd highest rate.
48
28
54
46
parties (consultant
& Employer)
9 Frequent change of
sub-contractors
0.379
0.411
0.400
0.396
65
65
65
65
because of their
inefficient work
10 Ineffective control
of the project
0.747
0.788
0.840
0.788
13
progress of the
9
contractor
11 Late in resolving
right of way issues
0.726
0.623
0.587
0.650
27
44
59
46
12 Delay in
performing
0.663
0.600
0.680
0.647
47
55
45
49
inspections by the
consultant
13 Poor
communication by
0.589
0.623
0.693
0.631
consultation with
51
44
40
51
other construction
Figure 3.3: The three parties’ responsibility parties
14 Insufficient
inspectors by
0.642
0.635
0.680
0.650
3.5 Relative important index values and ranking
50
41
45
46
consultant
IJSER
of work permit by
0.726
0.588
0.680
0.666
based on their severity as the cause of delay from contractors,
27
59
45
40
consultant
0.726
0.611
0.640
0.662
27
50
54
43
method
0.635
0.653
0.658
43
41
50
44
ions
0.729
0.760
0.729
Causes parties
39
20
20
22
Rank
Rank
Rank
Rank
RII
RII
RII
RII
19 Excessive extra
work orders
0.747
0.647
0.733
0.710
13
31
26
27
1 Contractor
experience
0.737
0.670
0.707
0.705
25
24
33
30
20 Inadequate design
team experience
0.674
0.611
0.720
0.666
46
50
30
40
2 Ineffective
scheduling of
0.768
0.764
0.893
0.803
10
project by
8
contractor
21 Delays in
producing design
0.726
0.670
0.693
0.698
27
24
40
33
3 Delay in the documents
preparation of
0.684
0.640
0.643
0.6
43
55
54
50
contractor
submissions
22 Rework due to
wrong drawings
0.484
0.552
0.480
0.505
63
63
63
64
4 Improper technical
study by the
0.716
0.741
0.760
0.737
35
11
20
20
contractor during
the bidding stage
23 Insufficient data
collection and
0.768
0.741
0.787
0.764
10
11
15
14
0.729
0.747
0.725
39
20
23
23
technical staff
24 The longest period
for approval of
0.653
0.647
0.707
0.666
31
33
40
0.847
0.867
0.854
by contractor consultant
3
7 A poor site
management and
0.821
0.823
0.880
0.839
supervision of
6
contractor
IJSER © 2017
http://www.ijser.org
International Journal of Scientific & Engineering Research, Volume 8, Issue 3, March-2017 21
ISSN 2229-5518
25 Unfamiliarity with 41 Materials
or lack of management
0.747
0.647
0.733
0.709
13
31
26
27
knowledge by the problems
consultant's
0.684
0.623
0.667
0.658
supervision staff
43
44
48
44
regarding new 42 Misinterpretation
of drawings and
0.568
0.541
0.640
0.580
construction
56
64
54
59
specifications
methods, materials,
and techniques
26 Lack of application 43 Rework due to
of construction errors during
0.474
0.588
0.480
0.513
64
59
63
63
management tools construction
0.747
0.741
0.800
0.760
13
11
12
15
and techniques by
consultant’s project
and site staff
44 Delay in site
mobilization
0.747
0.647
0.707
0.701
27 Conflicts between
13
31
33
31
drawings and
0.716
0.600
0.693
0.670
35
55
40
39
specifications
45 Late delivery of
materials and
0.758
0.752
0.840
0.780
28 Frequent design
12
10
11
equipment
6
changes requested
0.705
0.623
0.707
0.678
by Employer
39
44
33
38
during 46 Poor procurement
construction programming of
0.716
0.729
0.760
0.733
35
20
20
21
29 Inaccurate initial materials
project scope
0.800
0.776
0.840
0.803
estimate
7
7
47 Type of project
bidding and award
0.842
0.870
0.840
0.850
(lowest bidder)
3
30 Unrealistic time
estimation
0.737
0.741
0.787
0.752
25
11
15
17
48 Ineffective delay
penalties
IJSER 0.747
0.670
0.747
0.72
13
24
23
24
31 Slow decision-
making process by
0.547
0.658
0.693
0.627
60
28
40
53
Employer
49 Legal disputes
departments between/with
0.558
0.564
0.520
0.549
58
62
61
62
32 Inefficient flow of various parties
information from
0.589
0.623
0.667
0.623
51
44
48
54
Employer
50 No application of
departments construction
33 No or small time management
extensions procedures on the
0.747
0.647
0.773
0.721
part of Employer 13
31
19
24
associated with
0.747
0.741
0.787
0.756
13
11
15
16
0.670
0.707
0.701
27
24
33
31
0.635
0.720
0.694
27
41
30
35
submitted by the
contractor
35 Poor
communication 52 Contractor's staff is
0.558
0.588
0.653
0.596
59
50
58
0.741
0.880
professional 0.784
13
11
10
other parties
3
0.611
0.653
0.607
techniques
56
50
50
57
Employer
53 Poor judgment and
inexperience in
37 Employer-initiated
0.547
0.547
0.564
estimating
0.6
60
55
60
60
0.611
0.640
0.611
51
50
54
55
contractor
54 Shortage of
38 Poor qualifications construction
0.726
0.729
0.787
0.745
27
20
15
18
0.611
0.653
0.611
50
50
55
contractor’s
55 Lack of technical
supervisors
personnel
0.705
0.647
0.707
0.686
39 Ineffective
39
31
33
37
planning and
0.716
0.647
0.707
0.690
35
31
33
36
scheduling of
project 56 Insufficient
equipment
0.747
0.741
0.747
0.745
40 Equipment
13
11
23
18
allocation
0.747
0.647
0.733
0.709
13
31
26
27
problems
IJSER © 2017
http://www.ijser.org
International Journal of Scientific & Engineering Research, Volume 8, Issue 3, March-2017 22
ISSN 2229-5518
57 Shortage of labor
0.589
0.623
0.693
0.631
51
44
40
51
58 Price escalation
0.779
0.741
0.800
0.772
11
12
12
8
59 Low level of
equipment
0.516
0.647
0.507
0.556
62
31
62
61
operators’ skills
60 Low productivity
and efficiency of
0.747
0.658
0.733
0.713
13
28
26
26
equipment
61 Lack of high-
technology
0.853
0.776
0.827
0.819
10
mechanical
3
6
equipment
Figure 3.4: Categories ofthe causes ofDelay based onseverity
62 Unqualified
workforce
0.726
0.647
0.720
0.698
31
30
0.741
0.800
0.772
11
12
12
8
IJSER
0.874
0.764
0.827
0.823
10
contractors
2
Total of the
Consultan
Factors Employer Contractor three
65 Poor financial t
that Causes parties
control of the No.
0.895
0.882
0.947
0.905
project Delays
1
Causes
Rank
Rank
Rank
Rank
RII
RII
RII
RII
From the analysis based on overall respondents results, it
showed that the severity of causes of delay could be
categorized into four classes. Firstly, thecauses with extreme Poor
financial
0.947
0.882
0.895
0.906
to very severe Cause of delay with RII value liesbetween 65
1
1
control of
0.800 and 1.000. Based on this, the top eight causes of the the project
identified 65 causes of delays position in this group, which
account only 12.31% of the causes of the listed 65 causes. Difficulties
Furthermore, the causes with very to moderate in financing
0.867
0.847
0.853
0.855
6
5
2
Severe Causes of delay, with Value lie between 0.600 and project by
contractor
0.800. Thecriteria established to show 48 Causes ranked in
the table from 9th to 57th replaced under this category. These Type of
49 causes positioned in this group accounts for about 75.38% project
bidding
0.840
0.871
0.842
0.851
3
and award
severe causes of delay, with RII value lies between 0.600 and (lowest
bidder)
0.400. Based on this criterion 7 causes ranked in the table
A poor site
from 58thto 64th were classified in this category. These 7 manageme
Causes account 10.77% of the overall listed 65 causes. Finally, nt and
0.880
0.824
0.821
0.839
7
3
supervision
the causes with slightly to none severe causes of delay, with
of
RII value laying between0.400 and 0.000. Based on this contractor
criterion one reason ranked in the table that is 65th was
Selecting
classified in this category. Only thelast
inappropria
0.827
0.765
0.874
0.824
Causethatranked65outofthe65Causespositionsinthis group, 64
9
te
anditaccountsonly 1.54%.ThefigurebelowshowstheRelative contractors
IJSER © 2017
http://www.ijser.org
International Journal of Scientific & Engineering Research, Volume 8, Issue 3, March-2017 23
ISSN 2229-5518
0.827
0.776
0.853
0.820
61 technology
6
mechanical was ranked as the tenth significant cause with RII
equipment
value equal to 0.784.
Ineffective
scheduling
3.6 Causes of Delay due to the Employer, Contractor, and
0.893
0.765
0.768
0.804
2 of project 2
7
by consultant.
contractor The inferential statistical method was practiced to the survey
Inaccurate
results in the above section the Employer, Contractor and
initial Consultant different results are presented. Essential statistical
0.840
0.776
0.804
29 project tests were used to verify some basic elements in the structure
0.8
6
7
scope
estimate of the questionnaire. These tests are described below.
3.6.1 Correlation Analysis
Weak
control of The strength of associations of pairs of variables under study
the project was determined by correlation relationships. The commonly
0.840
0.788
0.747
10 0.788
6
9
progress of
the
used methods for ascertaining the strength of association
contractor between two variables is the Spearman rank correlation
Contractor’ method.
s staff is not
3.6.2 Spearman’s Correlation
properly
trained in The correlation coefficient ρ (Spearman coefficient) ranges
IJSER
professiona from -1.0 to +1.0. The closer ρ is to +1 or -1, the closer the two
0.880
0.741
0.747
0.784
52 l
10
10
constructio
n the strong positive linear relationship between the two
manageme variables while the value of ρ close to -1 shows a strong
nt
techniques negative linear relationship between the two variables (Daud,
Ahmad, &Yusof, 2009) cited in (Karim, et al., 2013).
According to from all respondents,Poor financial control of the Ideally, the correlation coefficient value of ± 1 is said to be
project was the most severe Cause of Delay as it has the first a perfect correlation. If the correlation coefficient value lies
rank among all Causes with RII value of 0.906.Difficulties in between ± 0.5 and ± 1, it is said to have a high degree of
financing project by the contractor have been rankedby the correlation. For correlation coefficient value between ± 0.3 and
overall of the three partyrespondentsinthesecondposition with ± 0.5, the degree of correlation is moderate. The small degree
RIIvalue equal to0.855, and Type of project bidding and award of correlation occurs when the correlation coefficient lies
(lowest bidder) was ranked as the third significant cause with between ± 0.1 and ± 0.3. Meanwhile, zero coefficient value
represents no correlation at all (Cohen, 1998).
RII value equal to 0.851. A poor site management and
supervision of contractors has been ranked by the Table 3.7: Validity test results by Spearman’s rho
overall of the three party respondents in the fourth No. Category Spearman’s rho
position with RII value equal to 0.839, and Selecting 1 Contractor 0.411
inappropriate contractors was ranked as the fifth 2 Consultant 0.379
significant cause with RII value equal to 0.824. Lack of 3 Employer 0.400
high-technology mechanical equipment has been
ranked by the overall of the three party respondents The significance of both category values were less than 0.05 or
0.01, so the correlation coefficients of both areas are significant
in the sixth position with RII value equal to 0.820 and
at α = 0.01 or α = 0.05. It can be said that the areas are valid to
both Ineffective scheduling of the project by the measure what it was set to achieve the primary aim of the
contractor, and Inaccurate initial project scope study.
estimate was ranked as the seventh significant cause 3.6.3 Cronbach’s Alpha
with RII value equal to 0.804. Weak control of the Coefficient Alpha or (Cronbach's Alpha) method is one of the
project progress of the contractor has been ranked by most widely used methods for measuring reliability, and it
supports correlation for all possible ways of dividing the
the overall of the three party respondents in the ninth
measure into two halves (Polit and Hungler, 1978) cited by
position with RII value equal to 0.788 and (Abdalaziz, 2009). As shown in Table 3.8, the summary of the
IJSER © 2017
http://www.ijser.org
International Journal of Scientific & Engineering Research, Volume 8, Issue 3, March-2017 24
ISSN 2229-5518
reliability coefficient of the scale was established by ERA Master program for professionals in road sectors. This
Cronbach's Alfa using the SPSS package, which reflected Alfa good beginning should continue to further levels.
coefficient to be in the range from 0.882 to 0.947. This is □ It is better to establish a system to share experience and
considerably higher than the modest reliability in the range knowledge between firms and firms as well as between
0.50 - 0.60 as cited by (Akintoye&Fitzegerald, 2000). The result contractors and contractors.
ensures that the questionnaire is reliable. □ Capacity building of construction managers by Short term
and long term training program on the spot of the project shall
Table 3.8: Reliability test results by Cronbach's Alpha be practiced.
No. Category of data Cronbach’s
/Factors Alpha Acknowledgment
1 Contractor 0.882 The authors wish to thank the Jimma Institute of Technology,
Jimma University, and the Ethiopian Road Authority for
2 Consultant 0.895
allowing this research project to proceed. This hard work
3 Employer 0.947 could not be realized without the joint sponsorship program.
————————————————————
□ Mr. Yosef Amare has earned her master’s degree in
4 CONCLUSION Civil Engineering at the Jimma Institute of
The outcome of the analysis from this study can be said to be Technology, Jimma University, Jimma, Ethiopia.
of high relevance to the construction industry. The majority of Email address: yosefamare139@yahoo.com
the respondents is fully involved in the construction industry
with at least five years of construction experience, meaning □ Prof. Emer T. Quezon is currently the Chair Holder of
that the respondents have a wealth of knowledge and could
IJSER
Construction Engineering & Management Stream at
supply the necessary information on the question sent out in Jimma Institute of Technology, Jimma University,
the questionnaires according to this research study. Jimma, Ethiopia, and he was the assistant professor at
In this study, 65 different causes of delays were the University of Saint Louis, Tuguegarao City,
identified and ranked based on their relative important index Cagayan, Philippines. Also, he worked for more than
(RII). Based on the data gathered from the questioner and 20 years at the Department of Public Works and
analysis, 40.00% of the respondent from the contractors have Highways; an active regular member of the
the highest percentage of the responsibility for the causes of Transportation Science Society of the Philippines
delay, while the second was the Employer that have 26.15%. (TSSP), and 2nd Vice President, Philippine Institute of
The third was the consultant of 23.08% of the respondents, and Civil Engineers (PICE-Cagayan Chapter, 2009-2015).
lastly, 10.77% of the respondents attested that the Shared from Email address: quezonet09@yahoo.com
three parties had the responsibility for the Causes of delay.
The top ten most important causes of delay in Addis Ababa □ Mr. Mamuye Busier is currently a senior lecturer and
City Road Authority Road Projects ranked so that the party Dean, School of Civil and Environmental Engineering
involved would have to examine their weaknesses to adjust in at Jimma Institute of Technology, Jimma University,
project implementation. Jimma City, Ethiopia. Email address:
mamuyebusier@yahoo.com
RECOMMENDATIONS REFERENCES
Based on the results of the study, the following [1] I. Mahamid, A. Bruland, and N. Dmaidi, “Causes of Delay in Road
recommendations are forwarded to minimize the problem Construction Projects,” no. July, pp. 300–310, 2012.
associated with Delay.
[2] Desai Megha, Dr. Bhatt Rajiv, (2013), “A Methodology for Ranking of
□ Establish a system forfinancial control of the project and also
Causes of Delay for Residential Construction Projects in Indian Center,
upgrading on the financial capacity building of the IJETAE, Vol. 3, Issue 3.
construction sector.
□ Establishing centralized project information database that [3] A. S. Faridi and S. M. El‐Sayegh, "Significant factors causing the delay
helps all stakeholders by giving all relevant information about in the UAE construction industry," Construction Management and
the project area's status is required and the contractor work Economics, vol. 24. pp. 1167–1176, 2006.
repetition.
[4] Ahmed, S., Azhar, S., Kappagantula, P., and Gollapudi, D. (2003).
□ Improving performance of professionals and firms through “Delays in construction: A brief study of the Florida construction
capacity building program in the construction industry like industry.” Proc., 39th Annual Conf. Of the Associated Schools of
Construction, Clemson Univ., Clemson, SC.
IJSER © 2017
http://www.ijser.org
International Journal of Scientific & Engineering Research, Volume 8, Issue 3, March-2017 25
ISSN 2229-5518
[6] Al-Najjar, J. M., 2008. Factors Influencing Time and Cost Overruns on
construction projects in the Gaza Strip, Gaza: The Islamic University of
Gaza.
[8] Azhar, N., Farooqui, R. U. & Ahmed, S. M., 2008. Cost Overrun Factors
In Construction Industry of Pakistan. Karachi, Pakistan, First International
Conference on Construction In Developing Countries (ICCIDC–I).
[9] Creedy, G. D., 2006. Risk factors leading to cost overrun in the delivery
of highway construction projects, Australia: Queensland University of
Technology.
[11] ERA, 2013. Modernization and transformation initiative series II, A.A:
ERA design management team
IJSER
[12] Kaliba, C., Muya, M., and Mumba, K. (2009). “Cost escalation and
schedule delays in road construction projects in Zambia.” Int. J. Proj.
Manage., 27(5), 522–531.
[13] Mansfield, N. R., Ugwu, O. O., and Doran, T. (1994). “Causes of delay
and cost overruns in Nigerian construction projects.” Int. J Project
Manage., 12(4), 254–260.
IJSER © 2017
http://www.ijser.org