BILLING New
BILLING New
Submitted:
RONALD A. BISQUERA
Provincial Head, ABRA
publika ng Pilipinas
rigation Administration
DMINISTRATIVE REGION (CAR)
al, la trinidad, benguet
- -
1,500,000.01 100.00
CHECKLIST FOR CONTRACT PAYMENT
1 Contractor's Affidavit OK
2 Statement of Work Accomplished (SWA) OK
3 Report of Inspection OK
4 Certificate of Work Completion OK
5 Certificate of Test Run OK
6 Statement of Time Elapsed OK
7 Time Extension/Suspension/Resumption Orders none
Reviewed:
SAMMY A. KIMBUNGAN
Supervising Engineer A
PROGRAMMED
ACCOMPLISHMENT
QTY. BALANCE
ITEMS OF WORK UNIT
ORIGINAL OR THIS QTY.
PREVIOUS PAYMENT TO DATE
FIRMED-UP
I. DIVERSION WORKS
1 Common Structure Excavation 8.28 cu.m 0.00 8.28 8.28 0.00
2 211 kg./sq.cm Reinforced Concrete 5.11 cu.m 0.00 5.11 5.11 0.00
II. CANAL STRUCTURES
1 Common Structure Excavation 5.13 cu.m 0.00 5.13 5.13 0.00
2 211 kg/sq.cm Reinforced Concrete 7.33 cu.m 0.00 7.33 7.33 0.00
3 170 kg/sq.cm Reinforced Concrete 0.96 cu.m 0.00 0.96 0.96 0.00
III. CANALIZATION WORKS
1 Common Earth Excavation 281.90 cu.m 0.00 281.90 281.90 0.00
2 170 kg./sq.cm Reinforced Concrete 130.78 cu.m 0.00 130.78 130.78 0.00
3 Backfill 121.25 cu.m 0.00 121.25 121.25 0.00
4 Proc. And Delivery of 6"Dia. HDPE SDR17 Pipe 154.00 l.m. 0.00 154.00 154.00 0.00
5 Installation of 6"Dia. HDPE SDR17 Pipe 154.00 l.m. 0.00 154.00 154.00 0.00
IV. TEMPORARY WORKS
1 Project Billboard 1.00 lot 0.00 1.00 1.00 0.00
2 Emergency Facility 1.00 lot 0.00 1.00 1.00 0.00
3 Construction Safety and Health 479.00 man-days 0.00 479.00 479.00 0.00
CERTIFICATION:
This report of inspection will certify that the items of work specified in the contract were 100.0 % accomplished by the Contractor following
the plans, specifications, and requirements thereof and had been duly inspected and accepted.
RECOMMENDATION:
Recommended for First and Final payment
NIA-CAR-ENGG-INT-FORM10.4 REV.00
RECOMMENDING APPROVAL:
LEONARDO A. LAMANGEN
Acting Division Manager, EOD
APPROVED:
NIA-CAR-ENGG-INT-FORM10.4 REV.00
STATEMENT OF TIME ELAPSED
NAME OF PROJECT : POBLACION BOLINEY CIS
CONTRACT NO. : CW-ABRA-03-2023
NAME OF CONTRACTOR : DPJC CONSTRUCTION SERVICES
Submitted by:
Noted by:
RONALD A. BIQUERA
Provincial Head, ABRA-SO
BENITO T. ESPIQUE, JR.
Regional Manager A
NIA-CAR-ENGG-INT-FORM10.1 REV.00
NIA-CAR-ENGG-INT-FORM10.1 REV.00
CERTIFICATE OF WORK COMPLETION
Date :
We, hereby certify that we have inspected every item of work of CW-ABRA-03-2023/POB. BOLINEY CIS
located at Pob. Boliney, Abra. Undertaken by DPJC CONSTRUCTION SERVICES owned and managed by Mr. Paulo
M. Dalisay. We have found out that the works in the total contract are 100.0 % completed following the approved
plans & specifications. The completed works were accepted accordingly, and the Contractor is entitled to
payment in the amount specified in the statement of work accomplished (SWA).
This certification, however, shall in no way relieve the contractor of the responsibility and obligation for
the satisfactory performance of the completed contract works in accordance with the mandate as contained
under R.A. 9184.
Field Office:
LEONARDO A. LAMANGEN
Acting Division Manager, EOD
Approved:
NIA-CAR-ENGG-INT-FORM10.3 REV.00
NIA-CAR-ENGG-INT-FORM10.3 REV.00
CERTIFICATE OF TEST RUN
Date:
We, thus, certify that a test run has been conducted on the completed Canalization works of the project POB.
BOLINEY CIS with contract number CW-ABRA-03-2023 and located at Pob. Boliney, Abra. Undertaken by Mr. Paulo
M. Dalisay, the general manager of DPJC CONSTRUCTION SERVICES, and was found out that the system is
functional/operational.
Field Office:
Conformed:
Recommending Approval:
LEONARDO A. LAMANGEN
Acting Division Manager, EOD
Approved:
NIA-CAR-ENGG-INT-FORM10.2 REV.00
BENITO T. ESPIQUE, JR.
Regional Manager A
NIA-CAR-ENGG-INT-FORM10.2 REV.00
VOLUMETRIC COMPUTATION ORCOMPUTATION OF QUANTITIES
Project NameREMINDERS:
: POBLACION BOLINEY CIS
Contract No.1.: ITEMS CW-ABRA-03-2023
OF WORKS INCLUDED IN THIS VOLUMETRIC COMPUTATION ARE THOSE ITEMS FOR PAYMENT "THIS
PERIOD"
Project Location : IN THE SWA
BOLINEY, ABRA
Contractor :2. FOR FIRST
DPJC&CONSTRUCTION
FINAL PAYMENT, ALL ITEMS OF WORK SHALL BE PROVIDED WITH COMPUTATIONS
SERVICES
3. LUMP###SUM ITEMS SHALL BE PROVIDED WITH DETAILED COMPUTATIONS.
A. DIVERSION WORKS
1. Common Structure Excavation
Diversion Dam Sta. 00+000 MC 01
Downstream Apron 7.00 x 6.05 x 0.20 = 8.470 cu.m
Downstream Cut- off wall 50% 0.20 x 6.05 x 1.70 = 2.057 cu.m
Dam Body 100% 7.00 x 2.60 x 1.80 = 32.760 cu.m
Intermediate Cut-off wall 50% 0.20 x 7.00 x 1.70 = 2.380 cu.m
Upstream Apron 100% 2.50 x 7.00 x 0.20 = 3.500 cu.m
Upstream Cut-off wall 50% 0.20 x 7.00 x 1.50 = 2.100 cu.m
Leftside Protection works 100% 13.50 x 0.50 x 1.400 = 9.450 cu.m
Rightside Protection works 7.80 x 0.40 x 1.400 = 4.368 cu.m
Rightside Protection works 6.00 x 0.50 x 1.400 = 4.200 cu.m
Part of Downstream Apron + 6.70 x 6.050 x 0.400 = 16.210 cu.m
Common Structure Excavation Total = 85.495 cu.m 7432 -7,346.51
Page 15 of
3. Rubble Masonry
Diversion Dam Sta. 00+000 MC 01
Leftside Protection works 13.50 x 2.000 x 0.500 = 13.500 cu.m
Rightside Protection works + 7.80 x 2.000 x 0.400 = 6.240 cu.m
Rightside Protection works + 6.00 x 2.000 x 0.500 = 6.000 cu.m
Rightside Protection works + 1.34 x 0.500 x 0.500 = 0.340 cu.m
Core of Dam Body + 5.45 x 1.042 x 0.626 = 3.550 cu.m
Core of Dam Body + 5.45 x 1.163 x 0.452 = 2.860 cu.m
Core of Dam Body + 0.80 x 1.596 x 0.300 = 0.380 cu.m
Core of Dam Body + 0.80 x 0.905 x 0.452 = 0.330 cu.m
Core of Dam Body + 0.80 x 0.258 x 0.076 = 0.020 cu.m
+ 2.70 x 0.900 x 0.750 = 1.820 cu.m
- 2.70 x 0.450 x 0.550 = 0.670 cu.m
Part of Downstream Apron + 6.70 x 6.050 x 0.400 = 16.210 cu.m
Rubble Masonry Total = 50.580 Cu.m 8.43
B. CANALIZATION WORKS:
1. Common Structure Excavation
MC 01
Sta. 00+000 - Sta. 00+064 Vol.= 0.60 x 0.20 x 64.00 = 7.680 cu.m
Sta. 00+064 - Sta. 00+121 Vol.= 0.60 x 0.20 x 57.00 = 6.840 cu.m
Sta. 00+121 - Sta. 00+133 Vol.= 0.60 x 0.40 x 12.00 = 2.880 Cu.m
Sta. 00+133 - Sta. 00+163 Vol.= 0.60 x 0.40 x 30.00 = 7.200 cu.m
Common Structure Excavation Total = 24.600 Cu.m
2. 170 kg./sq.cm Plain Concrete Canal Lining
MC 01
Sta. 00+000 - Sta. 00+064 = 64.000 l.m
Sta. 00+064 - Sta. 00+121 = 57.000 l.m
Sta. 00+121 - Sta. 00+133 = 12.000 l.m
Sta. 00+133 - Sta. 00+163 = 30.000 l.m
= 163.00 l.m
3. Grouted Riprap
Sta. 00+121 - Sta. 00+133 MC 01 -
Vol. = Width x Depth x Length Unit
0.75 x 1.80 x 12.00 x 1 = 16.200 cu.m
TOTAL = 16.200 Cu.m
Sta. 00+133 - Sta. 00+163 MC 01
Vol. = Width x Depth x Length Unit
0.75 x 2.50 x 30.00 x 1 = 56.250 cu.m
= 56.250 Cu.m
Grouted Riprap Total = 72.45 Cu.m
Page 16 of
4. Proc/Delivery and Inst'n. of 6"Ø HDPE PIPE SDR 13.5
MPL, 01
Sta. 00+163 - Sta. 00+200 = 37.000 l.m
Proc/Delivery and Inst'n. of 6"Ø HDPE PIPE SDR 13.5 Total = 37.000 L.m
C. CANAL STRUCTURES
Overhead Drainage
1. Common Structure Excavation
Sta. 00+064
Volume = Unit x Depth x Width x Length
1.00 x 0.625 x 0.10 x 1.50 = 0.09 cu.m
2.00 x 0.10 x 0.10 x 1.00 = 0.02 cu.m 0.6
= 0.11 Cu.m.
Rubble Masonry
Sta. 00+064
Vol. = Depth x Width x Length
0.50 x 0.60 x 7.00 = 2.10 cu.m
0.30 x 0.20 x 2.00 = 0.12 cu.m
0.20 x 1.00 x 2.00 = 0.40 cu.m
Rubble Masonry Total 2.62 cu.m
Common Structure Excavation Total = 2.73 Cu.m.
D. TEMPORARY WORKS
1. PROJECT BILLBOARD = 1.00 lot
Material Requirement
Tarpaulin Area = 8.00 ' x 8.00 ' = 64.00 sq.ft.
CWN (Assorted) = 0.50 kg. 152
Form lumber Bd.ft. = 2.00 '' x 2.00 '' x 12.00 ' x 9.00 pcs = 36.00 bd.ft. 36
12
Page 17 of
2. PROJECT FACILITIES = 1.00 lot
PLEASE REFER TO DETAILED PLANS AND DESIGN FOR REFERENCE
Prepared and
Submitted by:
#REF!
#REF!
Verified by:
Field Office:
FOR SATELLITE OFFICES:
Conformed by:
____________________________ ___________________________
Member Member
#NAME?
Chairperson Inspectorate Team
FOR IRRIGATION MANAGEMENT OFFICES: FOR CONTRACTS PROCURED AT RIO
Field Office:
Page 18 of
STATEMENT OF WORK ACCOMPLISHED
For the period of March 17, 2022 to September 13, 2022
PROJECT NAME: POSPOSOK TILAY SMALL IRRIGATION PROJECT
CONTRACT NO: CW-BENGUET-06-2022
PROJECT LOCATION: AMBONGDOLAN, TUBLAY, BENGUET
CONTRACTOR: DPJC CONSTRUCTION SERVICES
ACCOMPLISHMENT
REMINDERS: ORIGINAL CONTRACT FIRMED-UP CONTRACT
ITEMS OF WORK UNIT QUANTITY PERCENTAGE
1. ACCOMPLISHMENT AS OF THE EXPIRY DATE, SO REMOVE; AMOUNT (P)
QTY UNIT COST AMOUNT (P) QTY UNIT COST AMOUNT (P) Previous This Period Total Per Item Weighted
a. THE CERTIFICATION UNDER THIS SWA FORM
I. DIVERSION WORKS
b. THE PREVIOUS & AMOUNT THIS BILLING
1 Common Structure Excavation
2. THE ACCOMPLISHMENT AS OF THEcu.m THE EXPIRY
85.50 DATE271.16 23,184.18
SHALL BE THE SAME TO THE REPORT PREVIOUSLY 85.50 85.50 23,184.18 100.00% 0.72%
2 211 kg./sq.cm Reinforced
SUBMITTED Concrete cu.m
TO THE REGIONAL OFFICE. 28.07 26,116.61 733,093.24 15.00 15.00 391,749.15 53.44% 12.22%
3 Rubble Masonry3. PIC TO PREPARE THIS FORM NOT cu.m 50.58 14,464.77
THE CONTRACTOR 731,628.07 35.00 35.00 506,266.95 69.20% 15.79%
Sub-total 1,487,905.49 921,200.28 28.73%
II. CANALIZATION WORKS
1 Common Structure Excavation cu.m 24.60 235.61 5,796.01 24.60 24.60 5,796.01 100.00% 0.18%
2 170 kg/sqcm Plain Concrete Canal Lining cu.m 22.82 11,432.32 260,885.54 22.82 22.82 260,885.54 100.00% 8.14%
3 Grouted Riprap cu.m 72.45 12,956.14 938,672.34 72.45 72.45 938,672.34 100.00% 29.27%
4 Proc/Delivery and Inst'n. of 6" Ø HDPE PIPE SDR 13.5 lm 37.00 2,170.15 80,295.55 37.00 37.00 80,295.55 100.00% 2.50%
Sub-total 1,285,649.44 1,285,649.44 40.09%
III. CANAL STRUCTURES
1 Common Structure Excavation cu.m 2.73 233.54 637.56 2.73 2.73 637.56 100.00% 0.02%
2 211 kg./sq.cm Reinforced Concrete cu.m 0.43 29,885.35 12,850.70 0.43 0.43 12,850.70 100.00% 0.40%
3 Rubble Masonry cu.m 11.02 14,936.70 164,602.43 11.02 11.02 164,602.43 100.00% 5.13%
Sub-total 178,090.69 178,090.69 5.55%
IV. TEMPORARY WORKS
1 Project Billboard lot 1.00 3,402.00 3,402.00 - 0.00 0.00% 0.00%
2 Project Facilities lot 1.00 56,150.00 56,150.00 - 0.00 0.00% 0.00%
3 Construction Safety and Health
a. Personal Protective Equipment(PPE) man-days 6,227.00 18.27 113,767.29 6,227.00 6,227.00 113,767.29 100.00% 3.55%
Sub-total 173,319.29 113,767.29 3.55%
V. MISCELLANEOUS MATERIALS AND ACCESSORIES
1 Other Materials and Accessories LS 1.00 81,900.43 81,900.43 1.00 1.00 49,140.26 60.00% 1.53%
Sub-total 81,900.43 49140.26 1.53%
TOTAL 3,206,865.34 2,547,847.96 79.45%
REMARKS
BALANCE (P)
0.00 Completed
341,344.09 Ongoing
225,361.12 -do-
566,705.21
0.00 Completed
0.00 -do- -
0.00 -do-
0.00
0.00
0.00 Completed
0.00 -do-
0.00 -do-
0.00
3,402.00 Ongoing
56,150.00 -do-
0.00 Completed
59,552.00
32,760.17 Ongoing
32,760.17
659,017.38
0.00%
SAMMY A. KIMBUNGAN
_______________________
Chief, Engineering Section
STATEMENT OF LIQUIDATED DAMAGES
NIA MC 169 s.2020: Manual D
NAME OF PROJECT : #REF!
PAKYAW CONTRACT NO. : #REF!
LOCATION : #REF!
Fund Source : #REF!
LIQUIDATED DAMAGES = ( 1/10 ) (1 % ) ( COST OF UNPERFORMED PORTION OF THE WORK FOR EVERYDAY OF DELAY)
BEFORE:
1. PICTURES ARE TAKEN BEFORE START OF
WORK, DURING JOINT STAKE-OUT SURVEY
DURING VALIDATION
DURING
Tank No. 03.
Sta. 01 + 420, EL. 1532.51 m.
DURING/ONGOING:
1. ACTIVITIES START FROM EXCAVATION
WORKS, GRAVEL BLANKET, RSB INSTALLATION,
FORMWORKS, ONGOING CONCRETING (W/
CONCRETE SAMPLE OR CYLINDER) & REMOVAL
OF FORMS
DURING/ONGOING:
1. ACTIVITIES START FROM EXCAVATION
WORKS, GRAVEL BLANKET, RSB INSTALLATION,
FORMWORKS, ONGOING CONCRETING (W/
CONCRETE SAMPLE OR CYLINDER) & REMOVAL
OF FORMS
COMPLETED
Tank No. 03.
Sta. 01 + 420, EL. 1532.51 m.
COMPLETED:
1. PROVIDE PICTURES WITH IRRIGATION WATER
FLOWING TO SUPPORT THE CERTIFICATE OF
TEST RUN
COMPLETED:
1. PROVIDE PICTURES WITH IRRIGATION WATER
FLOWING TO SUPPORT THE CERTIFICATE OF
TEST RUN
REMINDER:
1. PICTURES SHALL NOT BE STRETCH IN ONE DIRECTION
2. SELECT BEST PICTURES.
EX; FOR CANALS: NO SHARP CURVE, SIDEWALL THICKNESS ARE EVEN & VERTICAL, NO HONEY COMBS,
PROPERLY BACKFILLED, CLEAN INSIDE & TOPBANK, ETC.
FOR STRUCTURES: NO HONEY COMBS OR PROPERLY FINISHED, PROPERLY BACKFILLED, CLEAN
SORROUNDINGS OF THE STRUCTURE, ETC
3. PICTURES (BEFORE, DURING & AFTER) FOR ALL PROGRAMMED ITEMS OF WORKS, NUMBER OF STRUCTURES, ETC.
SHALL BE ATTACHED
- EACH UNIT OF STRUCTURES
- EXCAVATION WORKS (COMMON EXCAVATION, SOLID ROCK)
- DISPOSAL OF EXCESS EXCAVATED MATERILAS
- HAULING & INSTALLATION OF HDPE PIPES FOR DIFFERENT SIZES
4. INCOMPLETE PICTURES IS ONE OF THE MAJOR FACTORS DELAYING THE PROCESSING OF PAYMENTS
0, EL. 1532.51 m.
N BEFORE START OF
STAKE-OUT SURVEY OR
0, EL. 1532.51 m.
GATION WATER
TIFICATE OF
GATION WATER
TIFICATE OF
RES, ETC.
GENERAL REMINDERS:
1. NUMBER OF SETS TO BE PREPARED = 5 SETS & WILL BE DISTRIBUTED TO THE FOLLOWING;
- COA, RIO ENG'G, RIO FINANCE, IMO/SO & CASHIER
2. SUBMISSION OF REVISED/CORRECTED ATTACHMENTS OF PAID BILLINGS SHALL BE UP TO END OF EACH MONTH. THE
SUBMISSION OF BILLINGS DOCUMENTS TO COA OFFICE IS ALWAYS 1ST WEEK OF THE SUCCEEDING MONTH
OF EACH MONTH. THE
G MONTH
DATE : December 20, 2023
BACKGROUND INFORMATION :
AMIAO CIS is located at Brgy Poblacion La Paz, Abra under Communal Irrigation System (CIS) C.Y. 2023. Has a
service area of hectares to irrigate after completion. The mode of implementation thru Contract Works awarded to
DAMAYA CONSTRUCTION SERVICES with Contract No. CW-ABRA-04-2023 CLUSTER 01 / AMIAO CIS. The scope
of works undertaken covers the Construction of Canalization & Canal Structure Works to benefit 5 female & 67 male
farmer beneficiaries. The system has a contract amount of 9,324,333.41 pesos.
PRESENT SITUATION :
As per our stake out survey of Amiao CIS has the following tabulation below.
THE PROJECT WOLL START AT THE FOLLOWING STATIONS.
STATION
FROM TO TYPE OF STRUCTURE
CANAL STRUCTURE
0+141 TURNOUT STRUCTURE # 1
0+185 THRESHER CROSSING
0+276 TURNOUT STRUCTURE # 2
0+546 TURNOUT STRUCTURE # 3
NIA-CAR-ENGG-INT-FORM10.1 REV.00
As per result of stake out survey, the following tabulation found out that there are no changes in stationing.
PRESENT SITUATION :
As per result of stake out survey found out that there are no changes in stationing, The plans are good for construction. The contractor
was advised to start immediately the construction activities.
NIA-CAR-ENGG-INT-FORM10.1 REV.00
RECOMMENDATION/S :
To fast tract the delivery of construction materials and construction activities to complete the project in schedule.
Prepared by:
NIA-CAR-ENGG-INT-FORM10.1 REV.00